Loading...
HomeMy WebLinkAboutContract 52367 +City Secmtwy CITY SCTARY �„ CoN`� ►�`f ids.,_�01� .�,.._ Construction P roiwt Mam9cr a FORTWORTH CONTRACT FOR THE CONSTRUCTION OF ARTERIAL ROADWAY IMPROVEMENTS TIMBERLAND BOULEVARD PHASE 3 (FROM.[ PARKS VISTA BLVD TO US 377) MOUNT GILEAD BLVD (FROM US 377 TO THE EAST) City Project No. 02288 Betsy Price David Cooke Mayor City Manager Steve Cooke. Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION&PUBLIC WORKS DEPARTMENT FEBRUARY 20I9 0Jm 3AN k ° Y �ioaiaao.ao.a°oa°o.°.vvoomeism% MAUL J. prn,C 111A M U LTATE C H �` 9eesre0000s".go.uaas4♦°>*09� ARDS41TECTU IEMMINEERs ; TBPP REG#0351 1 4 83f39EY3� yo° �v� r� MULTATECH Engineers, Inc tt �'' .� — 2821 West 7''Street,Suite 400 N ® Fort Worth,Texas 76107 CITY SO R ARV p`r♦ WORTM TX THIS PAGE INTENTIONAL I.FF-T M ., 1pr FORT WORTM. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 THIS 1-;AFL IN T`Ef11TIONAIA! 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0032 15 Construction Project Schedule 0032 15.1 Construction Project Schedule Baseline Example 00 32 15.2 Construction Project Schedule Progress Example 0032 15.3 Construction Project Schedule Progress Narrative 0032 15.4 Construction Project Schedule Submittal Process 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifieations 0045 12 Prequalification Statement n45 n •j 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01-General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 20 Project Meetings 01 32 33 Preconstruction Video 01 3300 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02288 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 01 7123.01 Attachment A Survey Staking Standards 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project 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 03- Concrete 0335 13 Integral Concrete Color Division 34- Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: https://proiectpo nt.buzzsaw.coml bz rest/Web/Home/Index?folder=37331#/ bz rest/Web/Item/1tems?fol der=180863 Division 02 -Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26-Electrical 26 05 00 Common Work Results for Electrical 2605 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 2400 Embankments 31 25 00 Erosion and Sediment Control 31 37 00 Riprap Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02288 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 1613 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 1725 Curb Address Painting 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 3232 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 3305 10 Utility Trench Excavation,Embedment, and BackfilI 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Bolts,Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1221 AW WA Rubber-Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1260 Standard Blow-off Valve Assembly 3341 la Reinforced Concrete Storm Sewer Pipe/Culverts 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division.34-Transportation 3441 10 Traffic Signals 3441 10.01 Attachment A—Controller Cabinet 3441 10.02 Attachment B—Controller Specification 3441 10.03 Attachment C—Software Specification 3441 11 Temporary Traffic Signals 3441 13 Removing Traffic Signals CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02288 Revised February 2,2016 00 00 00-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 3441 15 Rectangular Rapid Flashing Beacon 3441 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum.Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 02288 Revised Febniary 2,2016 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 511412019 - Ordinance No. 3664-05-2019 DATE: Tuesday, May 14, 2019 REFERENCE NO.: - 01 7 LOG NAME- 20TIMBERLAND BLVD PRASE 3 FROM PARK VISTA TO US 377 SUBJECT: Authorize the Execution of a Construction Ccntract with McMahon ContractIng LP in the Amount of $4.57 2.234.7 7 for Roadwaay Construction for Timberland Boulevard Phase Three from Park Vista to LU 377, Authorize a Temporary Closure of Timberland Boulevard at Dark Vista Boulevard for Throe Months and a Temporary Closure of Katy Road at US 377 for 10 Months for the Constructlarx of Timberland Boulevaf-d and Adapt Appropriation Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: It Is recommended that the City Council. 1: Adopt the attached aappropriMion ordinance increasing the estlrnated receipts and appropriations in khe Transportation Impact Fee Capital Legacy Fund in the ar OUN of$600,000.OD -and reduce the fund balance in the Service Area D Project (UN9014) by the same amount; 2. Autharize the executlon of a constructlon contract with McMahon Contracting LP In the amourit of $4,57 , 34.77 for Timberland Boulevard Phase Throe from Park Viosta to US 377 (City Protect No. CO2268); and 3, Authorize a temporary closure of Timberland Boulevard at Park Vista Boulevard for three months and a temporary closure of Katy Road at US 377 for 10 months for the construction of Timberland Boulevard and provide a safe construction zone, DISCUSSION: The 2014 Bond Program Included Timberland Boulevard as an improvement project rrom Excelsior lane to U_S. Hwy 377 anti Park Vista Boaatevard from Vest CayIcr Road to Tiruber1and Boulevard, The project Is Cueing delivered in three separate phases. Phase One of Timberland Boulevard, (M&C -27438 approved August 25, 2015) was for the construction of Tlmbertand Boulevard from North Caylor Road to Park Vista Boulevard. Phase One was completed In April 2017 Phase Two of Timberland Boulevard, (M&C C-28339 approved August 15, 2Q17) was for the construction of Timberland Boulevard from North Caylor Road to Excelsior Lane. Phase Two vuas completed in August 2018, Timberland Boulevard from Park Vista Boulevard to US Hwy 377 is adentihed ae transportatkan rrrrpaot fee eligible in the current adopted Transportation Impact Fee Study as Projects -19JD-8 and A-200-7. The boundary between Service Areas A & D is the centerline of Timberland Blvd, The majority of the work to be completed is for the southern lanes In Service Area D so only reventies from that service area are being used in this project, Lognam ; 20TIMBERLAND 13'IND PHASE 3 FROM PARR VTSTA TO LIS 377 Paf ae 1 c)!'3 The construction contract will be funded by multiple funds iocluding the 2014 Bond Program Fund, $519,973.00 Developer Contributlon Fund from Steadman Farms (M&D D-27750), a $526,970,00 Intergovernmental Contribution Fund through an Interlocal Agreement with the City of Keller ( &C - 284 J1), and $800.000-00 of Transportation Impact Fee revenues from Service Area D. The majority of the construction contract will be funded through the 2014 Bond Program, Avallable resources within the General Fund will be used to provide Interlm financing for these expenses unW debt Is issued, Dace debt associated with this project is sord, bond proceeds will reimburse the General Fund In accordance wlth the statement expressing official Intent to Reirnburse that was adopted as part of the ordinance canvassing the bQnd election (Ordinance too- 1241-05-2014)- The construction of Phase Three of Timberland Boulevard will require two extended road closures. Katy Road at the intersection of 377 is a 22° wide asphalt read and will require a full closure for 10 months to construct the new Timberland conne-etion to 377, the new Timbefland railroad crossing and the connection of Katy Road to the future Timberland Boulevard, The proposed closure and detour has been approved by the City of #teller. The cOnstructian of Timberland Boulevard will also require a 3 month efosure of the eastbound lanes on Timberland Boulevard leaving the roundabout at TImbertand Boulevard and Paris Vista Boulevard. Timberland Boulevard Phase Three from Dark Vista to US 377 was advertised February 21, 2019 and February 28, 2019 in the Fort Worth Star-rtelegrarn. On A pfil 4, 2019 the following ]yids were receGved: i 8id kesults - — r,ontractor Tote- Bid — McMahon Contracting LP 4,572,234.77 Texas Materials dba iLB Contratting 54 679,339.46 McClendon Constructon Co. In — $4, 03,858.50 Rebecon, Inc. I $5, 44,581.04 • — Jackson Construction, Ltd- $5,381 ,513.18 The project will begin In ,duly 2419 and will be complete in December 2020. The Right-of-Way and traffic divider maintenance Impact is expected to begirt Jn December of 2020, Beginning In l=lscal Year 2020, the Right-of-Way and traffic divider maintenance impact is anticipated to be $1,425 annually, MVVBE OFFICE — McMahon Construction LP is in compliance with the City's BDE Ordinance by corx mitling tc 17% NIBS participation an this project, The Clty's MBE goal on this project is 17% This project is located In COUNCIL DISTRICT 7. FISCAL INFORMATION J CERT(FIDATION* The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the capital budget as previously appropriated of the 2014. Bond Program Fund, Intergovernmental Contribution Fund, Developer Contribution Fund and the Transportation Impact Fee Capital Legacy Fund, FUND IDENTIFIER �FlQs TQ .Fund Depar#menTccoan Project Program ctivity Budget Reference # Artnoun I igname: 2OTINIBE12LAND J3LVD 1:1HA S F, 3 F ROM PARX V IST 'TO I I S 377 Page 2 of'3 ID ID I Year (Chartfield ) FROM 'Fun Department Akccoun ' Project Program otivity BUidget reference # moun ID ID Year L ( hartf old ) CERTIFICATIONS: Submitted for City Manager's Office by: 8 Usan Alan�s (8180) OrIflioati.ng, Dgpariment Head: Steve Coolie (5134) Additional -information contact; Mitch Alton (6.591) ATTACHMENTS 1. 20TIM8ERLAND 8L�LD PHA E 3 OM PAS YI STA TO QS 377 _39008 AQ19Q dgcx (PubIlc) . I"ID Timberland 2,pdj (C w'W IrterRs1) 3. IOC!] Timbeda -., df (CFVV Imerna11 4, Man Timberland Ind CIosLire.pdf (Public) 5, C1 Rp Timberland-ad (Public) 6, MVVBF M Wahon.pdf ' (C FW Internal) 7. Timerlancl Ph 3 Form 1295 McMahon 2019-474380 Redacted.pdf (PWb€Ic) Lap-name; 20TIM BERL ND BLVD PHA9F. 3 FROM I'ARK V IS, TA TO U S 377 page 3 of 3 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ,ADDENDUM NO. I To the Specifications and Contract Documents For ARTERIAL ROADWAY IMPROVEMENTS TIMBERLAND BOULEVARD PHASE 3 City Project#02288 K-2626 Addendum No. 1 Issued: March 15, 2019 Bid Received Date: April 4, 2019; 1:30 PM This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original 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 Arterial Roadway Improvements, Timberland Boulevard, Phase 3, are hereby revised by Addendum No. 1 as follows: I. Construction plans are revised as follows. Revised sheets are attached to this addendum: 1. Sheet 3, the contact information for City of Fort Worth and City of Southlake has been modified. 2. Sheet 19 has been modified to clarify blow-off valve construction. 3. Sheet 21, note added "for informational purposes only". 4. Sheet 22 has been modified to add additional notes for waterline construction for City of Keller. 5. Sheet 23, temporary pavement for waterline construction has been added. 6. Sheet 26, Temporary Pavement detail has been added. 7. Sheet 35 & 36 of the construction plans has been revised to show a shorter ECD headwall for Culverts D & F, respectively. 8. Sheet 36, a detail of the concrete apron has been added. 9. Sheet 39 Zone B shoring has been added for SD Lat E. Bid Item 66A has been added to the Bid Tabs A-1 ADDENDUM1 Timberland Boulevard, Phase 3 City Project No. 02288 10. Sheet 65 the sidewalk retaining wall has been detailed for height. The pay item is included as Bid Item 35. 11. Sheet 79, LED Electronic sign has been added. 12. Sheet 107, detail has been modified to show the limits of work and to delete the perforated pipe. 13. Sheet T-1.01 (Sheet 159) Note 13 has been modified to state that the Opticon preemption system is to be removed and reinstalled onto new traffic signal mast arms. 14. Sheet 68 has been modified to add a note for construction phasing. II. The Specifications are amended as follows. Revised sheets from the applicable specifications are attached to this addendum: 1. Revise Section 00 11 13 for the bid date to read April 4, 2019. 2. Revise Sections 00 52 43 and 00 41 00 for the contract time to read 550 days instead of 300 days. 3. Revise Section 00 73 00 to add a ROW access permit for Keller(no cost). 4. Revise Sections 00 11 13, 00 21 13, 00 52 43, 00 72 00, and 00 73 00 for the City Project Manager to read Mitch Aiton. 5. On the bid tab: a. Bid Item 169 Cathodic Protection has been removed. b. Bid Item 149 Abandon Cathodic Protection Test Station has been removed. c. Bid Item 62 unit of measure has been corrected to read SF. d. Bid Item 64 Connection to Existing 42"Water Main has been deleted. e. Bid Item 193 for Temporary Asphalt (Unit 6- Mt Gilead) has been added. f. Bid Item 18 for Unclassified Excavation by Plan has been updated. g. Bid Item 19 for Borrow by Plan has been updated. h. Bid Item 155 for Unclassified Excavation by Plan has been updated. i. Bid Item 192 for Borrow by Plan (Unit 6-Mt Gilead) has been added. j. Bid Item 66A for Shoring has been added k. Bid Item 44 Portable Message Sign quantity has been updated. I. Bid Item 3 for Railroad Coordination has been modified to an Allowance. A-2 ADDENDUMI Timberland Boulevard, Phase 3 City Project No. 02288 m. Bid Item 4 Railroad Flagman has been modified to an Allowance. n. Bid item 190, 16"AWWA Butterfly Valve, w/Vault has been changed to 16"AWWA Butterfly Valve, Direct Bury. o. Bid Item 133A added for Remove and Relocate Opticom Preemption System p. Bid Item 133B for Remove and Salvage Existing Traffic Pole, Foundation and Mast Arm Equipment (36-A, Qty 3) has been added. q. Bid Item 133C for Remove and Salvage Existing Traffic Pole, Foundation and Mast Arm Equipment(24-A, Qty 4) has been added. r. Bid Item 170 Temporary Water Service has been deleted Ill. The following clarifications are provided based on questions at the pre-bid meeting: 1. On the Headwall for Culverts C, D, E, the maximum height per the standard detail is 16'. 2. Bid Item 186 Roadbond will be bid along with the lime stabilization. Roadbond may be used to reduce/replace lime stabilization with geotechnical engineer approval. 3. Sheet 69 turn lane pavement is accounted for in Item 25 of the TxDOT bid items. 4. Bid Item 128 is for a new CABINET to be supplied by the Contractor. Bid Item 129 is to relocate CONTROLLER and ACCESSORIES from the old cabinet to the new cabinet. 5. Note 13 on Sheet T-1.01 (sheet 159) has been addressed above. 6. Bid Item 132 & 133: Attached is the TxDOT specification along with a product sheet. The contractor will provide shop drawings meeting the specification requirement for review. 7. Bid Item 15 Site Clearing includes 6" of clearing and grubbing to be removed from site. IV. The bid date has been changed to April 4, 2019. V. The Project Managers for Fort Worth and Southlake have been changed as follows: City of Fort Worth from Leon Wilson to Mitch Aiton City of Southlake from Alex Ayala to Kyle Hogue This Addendum No. 1, forms part of the Specifications &Contract Documents for the above referenced project and modifies the original Project Manual &Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information at the following locations: A-3 ADDENDUMI Timberland Boulevard, Phase 3 City Project No. 02288 (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGE ADDENDUM NO, 1" Include a signed copy of Addendum No. 1 in the sealed bid envelop 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 B By: Paul J. Padilla, P.E. Company: McMAHON CONTRACTING,L.P. Attachments: Construction Plan Sheets: 3, 19, 21, 22, 23, 26, 35, 36, 39, 65, 68, 79, 107, T1.01 (159) Applicable Sheets from Specifications: 00 11 13, 00 21 13, 00 41 00, 00 42 43, 00 52 43, 00 73 00 Additional Specification and Cut Sheet for Bid Items 132 and 133 A-4 ADDENDUM1 Timberland Boulevard, Phase 3 City Project No.02288 (1) In the space provider) in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED &ACKNOWLEDGE ADDENDUM NO. 7" a l 5 6� F Include a signed copy of Addendum No. 1 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered r "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED +�• .: t# r + p Poil AD�LLAr.. d A � i B B Paul J'.FPa , P.E. 1\4cMA-[ION CONTRACTING,L.E Company: a t Attachments: Construction Plan Sheets: 3, 19, 21,22,23, 26, 35, 36, 39,65,68, 79, 107, T1.01 (159) Applicable Sheets from Specifications: 00 11 13, 00 21 13, 00 41 00, 00 42 43, 00 52 43, 00 73 00 Additional Specification and Cut Sheet for Bid Items 132 and 133 A-4 ADDENDUM1 Timberland Boulevard, Phase 3 City Project No.02288 j ,I tiiK.�w tx� r�,n�, liu u`-rti fl.� aHMM H ■Il19lYli°[1iM�d�6lh xl,FdYlrfl k'.4LSY0'a•Irinlllbre OR +I ■1 M O � Krz 1? a - � i R� a a �g� i �$ P" ,$ s '_�; 'sea � 1 lit 1 i 3y■"� � F�� ■ �; �' a E- 46fi t 71 g �- i = �$ r` .fa �a� � Hm l�Y � -at � F I.V M Pip 1 Vrr r Md -.1 p 114 WF. .I - y W a p YA 7 Q r; 1pJp R e 3 9 M 2 a 3 A ] f F Sy 7 E y f9 g Eli -g 4 oR {� 111J G9 a Seiiiy tl1 R C $' ldSp +.}` a �' . ` it �F �849�i �if ea YM 75 R lyd aei� �r ". �S� �, FF ° Hill Ian li al l e ; sa azi# b yE y* sIM a �' 121161 '11im a I P " x9 ,i _�.� i :� r '� 4 rir n 3 A ,0 Fi _r .I .1 14 e {, r 8 ,,r! am rJag In Al lu MIA 9 ®r Eli] k1i jo d 2J1 H111 11 -Vigl 9 i IT I RM _Tw._­�_ ogEEM= noma mug w IOU -12 E mogm A fit ell .t rp Nf Li Idl ki ------------ .::, W 3MW!j3 Jjq.%6PkU t. uj 2 LL -gII k w i ALUM m woo mmmy, ' 3 Y IE i - - I gag i 4� } ; fit 1t 11 Y1 I� I 1 Fit Rf It R1 a ; l 7 J a �J�4��,TI• ]i„J t } � y Y 3 { y 41tl F15cM }1555 it 11:iI�pOJilki� �a w�.Boa i--�i�rYoa�..�o.rrryrar.ti�u�ao . — �..3,n� �� � w,u�,� oeCY3 i�a L cuff#warau€wani ay.�h e2i0l e Ei pill u� 'fir II ! I n z 4 F� 0 a Jc 0 k N'I 4 1 �! �i , } c � H LU I� i _!AV 1A-N { ! 4� ,w LOX .1. i~~ I • � N.y f r u Et ------------ F�,K Uj 10I 'L L i L -;rip P 1p ff riltlyWN 1� JLL i 14+Ji4tM! fwdn3 oa i -II _ 15' 21 � ■ T— a xd ac � It ` P Olt 71 EN 'a _ .jD — t 4, 4 f e � - � I uuW 11Y uk flul 1h- u 'G Im I Y vum,IVUL(LUY r r x � u M.0 LL cc � y T T LU i I � 4 I LL two Y I � f FiLn. IY�h4W�illbrl �.LVV {w rs i� Wpl !4 +Yi Y:kliY 310,ipmrLiaH Nli tltlMl 1}Atl h5 LL3JLY IL F lit1 ; Y i �R44 p + ryy L+I HN 9 LU 11-Al 4 3 I R� } e qq l I 1B i,N ■. y II' f�r5'jJ��yaaC �f. if LM tom- ' LiL+'1 � A o + � Cl} �,•L �T a," �rrr irw xr R'xri'4lrixr•irhr rx�•++�•i-�a NIA ' I r rt'�Y ,«,xs iYIYl.WV� 3,,.i,,,+..Ya�Y! iIICF�31170,lalrtlf3tl511-L]inF51■LH muNah�on xM+nnne rSfJJnY I f E r a. H h � 5 - ■ Him 5 do ' IF rl I a w III cc c. 4-4 C k vI it _ II ' Cl I� a rrlIi Y'S k + r I' f r � f uniu L 1 IN a Q4}fti$� ff h +�..x.rrt w.Y r� wa �...1*rwx:w�ic,�,�,�aFw wn•-I,�x nN• iGY u��IrT.r I i ilY� _ r-�� � x iLSP I.r �� ISU C.'lIIG IFLIAW�61![3'WAOInMYI 141k91HY fill ^ fi t. BN -TM t 10`il € t -----� a t 1 Ir.l IFi4�Yl I I 1 f } F �t 0 Lu FF +�,a►Ix�-4i• wf h+tYilaG ti}M]..Q�M rri+l-.M*'!�F# i min ri1i���W� �L�W��I� 'LM•3111N{4MII�NIL�L}SYIILL��1+I.iLYL�JIIJL'I hYMI;KW IYIL-3kLY _� •. air 1]1�[� �r ,a W � '�► �� �$�2y Iq�. �� / � � 3 4 `• - �t4 ���! � w� f _ I ILD Rill / r t+ +APO $ aE 1� LLiu pi 1 ,.I�� � e# a u - - ' IJ } r} x Ca. _ I I I i a 277 i � 1 I � I I 5 � I � I I W womvw Junii-[aruw:S11.31J.31LL7rbskWNJ HV y :� fd RI r Kit FA r 5 �1yi $Srf IN � 4 CL Al 4d F f 1 z C ❑ ; _� `.t ri t d Z � p k `' Ld Mn k ' .,I U-.M .-.,+ti UrY M[.w na., .--r MMII-M-4 0%, GLLMhiIfME YILIh Yhh'J va�vrc��ioea 07&08nLi.nuWGAwanaeawa w � a �mnpp 4 Y % SH 1h N NININA Oil w. zl a a I ilk w s , a —�� = �_� lisp T Jig flap ppJa"fin gz fr3¢]y tEL +p 001113- 1 INY1'1WHON'M BTDDERS tpny;u i era I SECTION 00 11 13 ? fhJVFTATION TO'BIDDERS 4 RECEIPT'OF BIDS 5 Seabed bids for the construction of Auleflal Roadway Lrrtprovernents,"f imberland Boll levartL 6 Phase 3, (FrbM Park Vista BIvd to US 377),City Projtcl Number 02288, iviI I he 1=6jv��d by thr- 7 City of1~ort Worth Purub Elsing Office: 8 9 City of Dort Worth 10 Purchasing Division 11 200 Texas Street 12 Fart Worth. Texas 76102 13 until 1:30 P.M. CST, Thurstday, April 4, 2019, and Nds will br crNned ptiblic:ly and rc ad aloud 14 at 2:00 PM CST iii the CouneiI C_"hjirnbers, 15 tG GENERAL DEC Y'r1<UN OF WORE 17 The imajbr work will consist ul dic (uppmxirntule)Tallowing: t8 19 Unit f: 20 * 115 50 SY of new 4-Lan�Divided Reinfort~ed Concrete Rx tdway it * 3,00 SY of Pemiancnl Asphalt Roadway 22 * 24,000 SF Reinthrced C Ducrete Sidewalk 23 Is 5,M0 Si~ 7-xD0'rStandard Retaining Null 24 Unit 11; 25 * 00 LF 8" Warr Liiie Relocritiori 2.6 354 LF 6A Rciulbired Concrete Box 27 • 67 LF 4x2 IRcinfbi ed (A[nivi'Cte Box 28 * 290 LT 24" Rffin.tori erd Concrete Pjlae 29 Unit III: Paven3ent Marking and Sigaage Improveinents 30 Unit IV: Stmet Lighting 31 32 PREQUALITIC,LTION 33 The mipl•"�ments lneIudod 1n this project must be perFbrnied by a c€rntractar who is pre- 34 qualHied by the.Csity of the time-of bid apcntng. The procedures for qua[ircetion and p!re- 15 qualification are-andinetl in the Section OD 21 13 - INSTRUC.71ONS TO BIDDER& 36 37 DOC EJME,NT E A MYNATTO No AND PROC URE,NIENTS 38 The Bidding anti Contrul Documents may be e alnined or obtuiTied m-1 ine by visitirig the City 39 of Fort Worth's Purchasing Division webslw at httg."www.fortwart}ftgx:is,groy,perrchasigL, acid 40 clicking on the Btiz7�iaw link to the advertised proiccl foldcs.%�can tho 0ty'4 Bu7z�a ►site, The 41 Colttract DncmneMq muy lie down lrraded, viewed, iuid primed by.1ntviv_9W.d contraeturr, and/or 42 suppliers. The contractor is required to 1311 out and notartze the Cerfiiftcate of Interested 41 rurt3r3 Form 1295 and the form mnsl he submitted to tbt Projtct Manager before the 44 contract wiil he preseutv.d to tlte.Cily Cuauneil.The form Can be 014ainetl at 45 111tpas:lh"ww.c#hies.sfste.tx.0 sited 1 95-In#' .11I"I . 4� 47 Copies of the Bidding and Contract l]t.at-t1T ICHIS may be purchased from: 48 ARC. Doculiu ni Solutions C"(W VORT WORTH- T111133MIMLI BLFUIU hfd,PbUgc 3 STANDA7t1)CON]STRIX-FIQN SPECIF]CAT'ICN DOCUMI,�4TS Revised Dmcu l5rr 22_2016 City Projbd r rLI.02?86 0) 11 I}-2 KV17ATTON TO BEf DF,R5 hge 2 of 2 1 2220 W. Peter Smith St.Fort Worth,Texas 76102, Phone: b f 7-332-9104, FAX: H 17-3.35-7955, 2 Or EmailTom Peat: tom.pere- (&,o-arqxom . Call or onwil a minim un of 24 ho►Irs prior to 3 pick tip. 4 5 The cos( of Bidding and Contrast Documen.1s is' 6 Set of Bidding and Contract Docimetits with ixt1.1 stze dm- wi tgs- $80 7 Set of-Bidding and Contrast Documonts wiUi I is]r size, (if available) draw ings: $0 S' 9 PRERJID CONFERENCE (k A probid c;Gnfererlcc will be he Id at 9;OOAM on March 12, 2019:at`4'PW C onfermce Room 27T 11 L2 C M'S RIGI-IT TO ACCEPT OR RE,JCCT BIDS 13 City rd; rves the right to mi vc imguluirities and to accept or reject bidq. 14 15 ILNQUMMS 16 A[I inquiries irolative to this procurf meat will b1~sent As em ail by Monday. Marcll 18 by 2'.00 17 PM and should be addressed to the fallowing: 18 Attn: Mit rh Ai ton,P.E.,YN0, Chy of'Fort NVur#h 19 1Ema11. in itch aajtaWA-form orthtexammv 20 Phoac: 817-392-6591 21 AND/OR 22 Attn: Paul J. PadiDri, MULTA ECH Hngineeriug, ]ac. 23 En-ail: i}E�i�E,# E11431t11t* 1,Cl1171 24 Phone: 61.7-2-89-2060 25 U ADV EWFIREME,14T DATES 27 February 21,7019 28 February 28, 2019 29 30 END OF SECTION CrFY-OF FORT W✓;IR77-1 TiiPilivfUpd Ruiilerurd,Plime 3 STA.tiII}AHI)OLMS3RUCTION spcc1r-icA' FON DUCIJKILN'r4 kcwi;s Lk ivinbor 22,7016 City f rvjoct No,UZW 00'?I 13-S D STRUCTIONS TO BIDDI,AS Ipgc-�are 1 5.3. Tho 13id4cr shal l be prepared to commence uosLgh'uc#ion without all executed Fight-nf- 2 way, o.asenieats, and/oT porrnils,and shu111 submii a schudnle Itr IhL! 0ty oi'how I constrUQ11'0n will proccud in the tith"zr�-as oFthe pr)*L Ihat do not require permits 4 arid/or msein=ts. 5 6. Interprantlans and Addenda 7. fj1 I..All qu"fluns zibou i Ihc;mciming or intLml of the Bidding Documents are to be directed W 9 City in writing opt or before 2 p,m_, the i vnday prior to the Did u ening. Questions 0 received er this dory may not be respon&d to. lnt+' r>~ta(i0ns (M•elarilictttiomL I 1 considered necegs4ry by Citj in respr)nse to such gtj6dons w i I I be issued-by Addenda i2 delivcrcd to all parties rwurdipd by City os having recoiwd the Bidding, C?�ciinictn. 13 Only questu}ns a'ns.wcrM by.Ibl7 ial writtcli Ad urda will be binding. Oral acid ether 14 inte'rpretatloUa Or clarifications will be without legal ItffCct. 15 16 Address yuut;tiaxn,� to: 17 Is City of I~oiY V4'anh 19 200 Texa,3 Street 21) Fart WoAh, TX 76102 21 At Mich Acton, PE, City of Fort'U ortll TrrinspwUsiorl and Public Work 22 Fax; (81 T) 392-?-7854 2,1 Lnail: tmiEch.uiton(a;1at' wa�`#hretns. u+' ?4 Phone: (817)392-6591. 25 �6 27 6.1 Ad&ndrl may also he i&�;ued to niedify the Bidding Docmuents as cleeined ttdvisitble 13Y. 2N City, 29 30 6.3.Addenda rir ularifications may be.located-at the City of Fort Woilh's Ptirehasing DivisiGrt 31 wcbsitc at liitp;.'I'".W%V-((ItIWorIIp w xas,gq0j2urqhmLng_/arid cricking on the Bu sizw link 32 to thc: adYortised project folders on the City's Bu7z-saw site. 33 34 6A.A prebid conteren(je may be lield Rt the three and pIaco indicated in the Advei-tiseinent or 35 MVITATION TO BIDDERS. Representatives of City will bo prelent tO+.ilscu ncC 36 'Pru.1cet. Biddt;rs avc encouraged to attoud and Isarticipale i11 the coil rQreitFC. City wi11 37 trtutnuit to aIt prospectivt!Bidde5 oi'record such Addenda as City considers nvuessary 38 in rciiponse to questiong.mking at thU Conrvnmce, Orn1 statemento may.Ilut bu rune. 39 u.pou and will not lrc binding oi- legctIy effective. 40 41 7. laid Security 42 43 7.1, Eafh Bid must Ise acxunipanied by bid Band trwde.payable to Qty in tin arnou nt Of five; 44 (5) percent of Biddei''s maximum laid price on form-attuch(d, issued by a stvpety meeting $5 the requiren3enLs ofPm-agmphs 5.01 of the Geucrul Conditions, 46 CITY OF VORT %W)RTH Timbdllmd Eiuulevurd,SIMSE.3 STANDARD r7OsN',9TRTJMO{I:SPF, II;J(.'NI'tC1N 00C-U. f#M'S. City[13%*Qt No.022$9 4cvkod Aup"I 2 t.�D.I$ 0041M1 BID FORM PnW 2 of 3 d- "marcive pra rMre" rFinans his rmlrF9 or khreatenijig is horrn, dioictly or indlrectly, parsons oT their property to 1nE]uenci3 Ihelr particlpuUon In the bidding pracass or affect the execution of the antrarA- 3. Proqualification The Bidder .arknowledges. That the foltnwlrlg work types i mist bo purformEid only by prequaliFad uuniractars acid subcontractors= a, kVaterTransmiszlon. UrbanlRanowal, 24-Iredh dlarmeter.and smaller b, Asph9h Paving CoTistnjottoniReconstructlan (t-ES5 THAN 16,000 E�gQpre yards) c. Concrate Paving Carmtruction/Roonnstruction (15,000 square yards and GREATER) d, Roadway and-Pedestrian i_Ighting 4. Time of Completion 4A. The Work will be complete for Final Acceptance llhklr� 650 days-after the dete when the 1550 4.2- Bidder accept5i the provislons of the Agreament as to Iiquldated damages in the eyant of(allure to complete the Work fandicir aahifiverner)t of M1198Wes)within the times speodflad In the Agreement- S. Atta0ad to this Sid The follgwing documents are attached to and made a part of this Bid- ,Q. This Bid Forrn. Section 60 41 00 U. Required Bld Bond, 5ecilon 00A3 13 lssUad by a suroty t!neellrig the requIremanls of Paragraph S.01 of the General Conditlons- c. Prcrpnsal Form, aectIon 00 42 43 d. Vendor' Gumplfance to State L.aw Non Resident Ladder, Section 00 43 37 0. MWBE Farm(optlorwl at-timo of b1d) f. Prequaliflr-ation Stalament. Section 00 45 12 t3, Qrkfllct Qf Interest AffldavIt, Seotton 00 35 11. 'IF p essary, CQ or Cis forms are to by provided dircmtly to City Sacmtnry h. Any addl#lenat documents f i may be requIred by Seuban 12 of the Instructions to Bidders 6. Totnl Sid Arnount 6,1- Bidc#ar will cpmplela the Work Ire arcerdance Mth th4 Copim.ct DacumBnts far the.fc4lowtng bid amount. In IhiB 50ulce pirovided below, please enter the 101al bid araourlt For this projecL Only Ihis figure wttl be read publloty by the City at the h1d opening. 1i 2- it It, understuad and agreed by the Bidder in signing this proposal that the total bid amourlI entered below Ir} CITY OF FORT WORTH Tlmber#and 1311ud,Phesa-� STAKDARD CONSTr UCT`10N:$KFCIFICA7ION OCCUM61S CPN fl2216 Farrfi Revised 2415 S21 rK1#1 [Iq-nee 4-t a 3460 42 48„UO'43 3LD(1 45 12_011 35-13_W YravoseE WarktuDit Ilfftr'Irnprlsu Plrp I'if F SECTCON 00 42.4a PROPOSAL FORM UNIT PRIDE BID Bidder's Application Project hum luibrij duct J3kwrkf'tupu5ul Wdpea Tian Spvcilfcntfou 1 Iftq of 111�1 f]eseelpkian I]nIIT'rice I,ill Vrhle 1+[0, � � Scrillm*Ju, lvlr:uoult t}rIuiIINy l Roue I I lod Malr11112kL1a r Is t fFEF L11)I).011 S2fKl u[+12,fJk1 .2 con%LnIL'IinnAElnSanmce LS I $PfIQ,M-130 52f1r1. N-PI) } i1T 15-*1 i11 R Himad Cbardioallrm AIMPiwufft fi 1 35 1 d 1,S 1 b$0 400,00 S?�0 000,00 4 0IMA1U3 R11it�dP1' enh wonec 013313 WED URU.00 5 IJL4t"61-NU 0 ft..OYeFMM 41744 u 1,F 390 6 U24 t WA) RIBU 'd MP Rep f42 41 0 SF 1513 7 n7'11.11>Inf Ro1nr14'C CLInC pvm11 QI 41 15 Sy 1%5� 8 U2-0I.IMUU tiotnovo WAIF-A' 0.41 13 LI` b2 4 W41.tIW Itsmw o AwpTmh E'wxi UZ41 IS Fi 217h Id (241"1300 llnumvn Cam C'ut1}&Ciuun 024115 LF 1Ud3 11 6241,30E3 PA-M ve 24"SUM Lim fu 41 14 Ef 21 12 47t1.3913F.cmvFErSlurmOne 024TI01 0: 74 13 mi.400t Remmm warp Ildo-Tatur OR 41 14 VA 1 14 UH A4411 Ricrjv4w tzmuiLu-A11?SFir W 41 E4 'PA 4 1.3 1LLuILOL S"stcCtonrl 31 10on LS ! 116 1116-01(a fr-.I�"Tfxegeu.,wul )14000 EA 3 19 31IR+llkw IK'.4"TrecR1�nwvnl .111uU91 erl 1$ 1123.0.1I11 llnclnnvlkHlExravaliolr Plnn 1171J0 c'Y 45M J4 3123.0103 Uattaw by Plea 3.1 2323 CY rlU4 J125,0101 SWPP?�I lifte ?12s qn LS I 21 :Q1T.Qew1 11yllrnued[ALIM ?2 11 ]R TN 300 22 371 1,43id1 F"Urm Trsalmonl J. 11 '-19 SY I atiirf9 23 3713 01-Dd 4'As Imh TLilucu tnnl TyFx P 5= I= I t. 4y 2841 34 32 t2"0504 H-A rha11[lose.I-yge 9 37 13 1 fi 5Y 57x 25 31 13"910 1Cr Cooereu!Fu crianu 1L 32 H 1-1 SY zim 24 1:12.u1f16 IVCaeel'vnhw 32 I• SS' 11`45Er1 21 1713.WD3 S"(r%lgk SitIv%valk I r! :'II xi 231394 2$ M10506 Uwnriei Frca Rmwp,TWc 1`-I0940) J3.1.1_II PA 2 2'} 321f-.0W t f"Cpne C Lft 8nd Gnu 32 15 33 1.1, 3S Q 34J 33 M.010d 7'Cr x Curb and UyLcr 32 1 b 13 rJ' 3898 31 3;f7-Cw?I Rgnmr r4'P`vw M rkln¢ 32 1.=3 LF 501 32 3217.4io-f ktelnrive RmiArd Morlrve S2 0-n 12A S20 33 321'1"4:IQ01 R'ciubwe Ludt Le d Aurow 37 172� Frl. 2 34 32.1 f,440d f4ereooe Los Legand.clity 3217 23 FA s -15. 2-V.0100 Cam lies Wall%a SWewn04 Faea. 3'-32 13 BY 914 -36 Iz3two% 'kn11E)I'Su4ltet Wall-0W 1(4-pc A!h j Sf 500.1 "}7 3291i.01OU To nd 1.2 ul Iv i'Y 473 38 339'2.014]n 111eA Sod J'Iacuaant 3292 13 b'f 9b 17 :IIJ �29a.008 Sexdim H dtnmtich .3392 t} SY J45540 0 1.41 410134 R nlnva lelp ittel AMd P'uut 34 41 3J1 Eq J2 41 '11MN3.{1RO 1Iwmww cm,9jgN wut'!'ra1[le HamlJklg Sd 7! tl L5 I 4; 9919,4'J94 P C-.aoc Rip Rnp 1'k1](11 85' 59 43 P999.0flf1 TmfreRnil-T4'TSOt T5511 T MT LF 112 44 47F.00U3 rnrloblr Mresatge ME t�sl 0� s I'm 4 ncvlu! $4 71 12 WK 11 5 321It1501 4-A%It11nh finer I14w Ei(L W Dgiuulh) 33 0 14 SY lutlll 46 u91)W.UL1r41 8"'Iy L 11(:LJ[b'k(1101M.TS JVTI TxboT [.F R74 47 399y.U00f) lake al.ColowdrrumpA Ld 4'ftir mw Mudlwu 32 13 zit fir 91)17 SLIBT(fTAL 11IYT7'I-PIkVIhTG IIl1PFt Vf dirif{rYl'S 815t).UOtk.Ii r rY OF F%11fT WrJR➢71 Ylluhertua Fpdr MhE 3 .5TANDARD Ebr;YTru Ir-Fvm sppariVATmw wivmr.N rs. n9q aQSM r+mw I411xd101 kilt wkwe ghiio Pj&um um 1 fi041.43 Cu MrlFRMPD]Al. lisp 2 uf3 SECTION 00 42 43 PROPOSAL r-G1RM UNIT PRICE BID Bidder's Application Pr Vk.JUMri-Inforrnat1u11 BiddersPOffilu1 LTmnin 11crn Specacxiao um-Dr Bid Nb- EleLl�4+�l�t 5ucvnn Nu. McWiLLie l��wneup i]cni 1 r6ae Bk4 VJda! 48 33p!v O L I', T'rvrYclF Sn&1q 33 45 r U L.F 79tr 44) 1341 91fl,1 P k1"RCT,floes M 3341 111 1-F 59 50 3341.0701 7 1"1tC1',Close IIl 3341 CO IF Mu 51 334i.02(1lr 24"ACr,Club.W 33 al 141 IS 201 52 3341.1 JOI A'U-13ox Cidvou Cf[L)r)T 1tea13-6j mdl 13 d1 LII 1-11 157 53 3341.130.1 ML4 Box CulvrM 33 a1 10 LF 354 54 3349-LON Heudwnklns CrjtvcnCTxDOT I'W lluma a 33 49 44P CY 47 55 3341I001 H mtunll BoxCulwri TxWI'I-W.9ErH-RbA' SW[Pf. 134vju CY 1W 56 3349a1J0.1 kS`V*1',1 IFIpe 334940 EA 1 57 334Q.4 I ns 211.1,Wr.I pipe 73 49 0 Ejk 2 58 934y.mi wRiamird kn[ol 1.3 4920 E,4 I 59 334,fAm 1Cr IYXL 7 h1ve 33 49 70 EA 3 60 W99.KM Simcial Sirmu Dmin Houly alb Cemhtnali m Liza&fllpr LLLlven 33 49 49 CY 2G 61 9999-0000 Tnm M2 lfmn&mil(ADO-1) TMWI' LF 95 G2 9799,0RM TlEd-=uiilitrril Rkivk Erosion CL MWI Mal 31 37(kheirp Sp $$?R {,3 311I.A251 R"1311,W.1i'r S311lip Lr n[I {A Jd# Ul l-iahe iFues lirE tl F3'-'-�4 lerf4lsdti NOT USED 33 13,25 R1 {15 3312 M1{1.3 IV 1}luw Of V-1" 33 12 64 12,A L fib 3311.9001 r)u.11le crop Waler Flttln wlPjminualc 33 11 1.1 Tun 0.017,3 66Ak 9499dM104 Shariu L$ 1 ]ius -rAL.ur4rr2-tmLJl'YIMPRQVR!elENT4 67 3m.Wui 4"SL D F%=M ltil)1,ILA",M 1 32 1723 Ur 407 68 3217.0002 4"Pqm Mating TA AS ') 32 1733 11 RO2 ,S9 3217.6114}4"BRK17mit MnrlbMfJAS t W 33 171) 1, �Ysy 713 ]31'1.lFGI rSLl}PvoLtMxrkh,]&Jim jwV 321723 IF I'M 71 3217.10301 1-2'9LD PY1kLdhdntWH2ILAl (W) 32 k771 1.3- I 1 72 32171t►9(f1 24 &.1)PY411L N1njk It F1AH[W1 32 17 23 L,r IM ]3 3211.1001 Laltn L -RR 321723 FA 1 74 3217,]DW LamcL Arrow Ty 321:7D EA 13 75 3217.1 O04 Latta LmiL OJJ ,fXDGT 7 1 321723 EA 13 7n 32121102 REF S-TudmudMarkiNTVI-C 32k7#3 E.A r 77 3217-2104 lQ1L>;QIq-Rd MarLee TV T1.C.K 52 17 za �.A 132 76 3217.7.40 KRFLReloed MedrerTV 11-A-A U 1723 EA 8 79 '1441.41143 rrlmlery MR11l A lum M f'rnnmd Mrwru CLy DR 14 -I 13Q EA 141 RO 499YAME10 IWSLDPYMLMn1kJ W){I8" 811, t2'Ou - I.t 5M 81 9999.0m 19'Y-WW TJ imggag(W) - L'A 4 ti'[I1#T{1TA1.UNIT.1-F AVF.M. ENT MARKING AND STGNAGF.TWR%)VLW.NT3 92 2605m111 Pumij3kmmw.BlocServ1.1eclealnl 266do P-A L $5 2605L(M5 2."comm.PVC ECK 8D 2605 3) fr .681 F4 lbO;J(M 3'L7Llt4OT PVC ECH-9L1 C1} 2&03 33 Ty 73$541 $5 NLl'L31 i 4"L: NV1,1'1+C SEH ALI(1) 2A GT` 143 16 1441.150I Orotrml flu%T x 11,w?Avmj4 34 41 117 BA 4 87 M 413201 LLI.Q LJgbgng Prxluir 144120 EA �9 $B 301-�003 Rdw I'llum AuccniMly TY I fl.wO]A ATm 34 41 20 FIA h 6 344L3342 FthtyilhimFaLmAirlanTY3 M4t2R 2A 1t 9L3 1+4t_1404 2-2-24(7wd&:L A1wu Ekri Cmi4Lwoot +14 41 Ni LP 20% 9! 3#YI-329M 4nlrund%Iurl LI [O Pula 34 46 2d1 EA 2 92 99Q9.UG 4 TmftS' n]Ounmd1#JiKiT T)S-TJLQOT) 3141 art EA 7 93 9999.WUG TrOrE Sigmil Qw and Rex flyLa AH-TxDD'L 3441 ID Flh !r LTf706rQji'Wuim TapvJrrJ11W YLQ.d sihranryulsErWS1'�ilC[16714tZ4M'R7ALT 1NtXKULU M crNilSJntX rwil Wlfdhn 14L" &A eWumluphue3pddei1Jym I iKi J•_Ji{21 migu i hr m SECTION I?0 42 43 PROPOSAL FfkRM UNIT PENCE BID Bidder's Application 1�1{ejlxl 11eni ITtiQAlnll1�714 ElddCr9 Ehvpao-lLl t€TdIIAt SIa L L7k3icrip11011 SX9Jjficluii0L Lljoi.nT Bid €Jrya P14LLO Bill VOILSH Sed on Nu, ML�%Jne QLmillily 51i13TOTAL UNIT 4,%TRF,1=T[.TGTj TING,Ir4j4'R0VFrjFPTTS 9 7 "0q.00MII J hi 11 ktm I i I'R F S3.ErIlki 174 JrL 4 L&2930 LF 12 9999,0009Vr115Gm* FS" 110101fM3eJ dit-M32' Lrr 13 9 9 HMODUU DidlI Shell Tr!F S Pura] 49 In) 416 M31 LIP 44 9't 'iw14-i1ppU C13EHk I'YC 9e3Ld.411)(-V) (r1HI)1R IT 425 98 9494"0mI0 COTMb I VL` gmid4a1 pot{nrTY) frlm-39 ft 1-11 250 99 0099,1 w0 Cwark(Ipf €q(Suh d 41])(kn] f,I s-irm L.]' 90 IM 9999.0400 CoudkMVC).(Schd40)( ") Llom) 61.92M L!' 3611 101 99 R.004a CoMt C (&bd40)(4D 6192VA LF +45 Ids {JM700 C.dL(PVI: (t&l f40)0 1(florei 61Jlrirz5 1"1: 15D 103 9QNCW Cnnd1IRMJI1"} 6JT xij LF I od oJg4.¢(Irl(F Film culmi;7 I;,If].,63 Ellem mild 152()2009 LF 2500 W 9949.fMfJ ElmQuadt(No.. rrmallumd fi-M 24)](f LT.' I33Q I D6 909.11* 1 Grmind Um-TV Lk 1;09n3 w1 a 624 21114 1--'A d 107 gArY,a(Mg Uraq dd PamTY E I 22317t wlApum f+71 7p14 flit � 10 9999,UObl! IE L�Sh'(Y t)121►+ 10 Oli)iN41 (i}l?9(u J fi2K 24 4 M "W.000 Lqgck F g€12 94j 0 SECI oi?2401 13A 15 1 T b 9,wP.D0p4 T31Ltk 1°TIIIp 12 5 SECI (W)2092 EA 3 III 9999-0004 Vch SIg 5c¢ 13 1li1 LED Lqrm Arwl 692 WD EA ]! 112 990,51V V€li�c{g Scc f 12 IN}LM- €0m) 69.211M F,A 3ll 113 9999,MIO Vnh k;VL See(12 1 Wl J"Idh(YaI.4Tw) 687 7A24 EA I i R I$ 9.94.9,sFJ[IL1 VLk 8 Ssc Er IN)LFD(Ya!! :ds2` 4 5 RA LO j 15 175178,0099 VA1 Ntg Sec f r 21s 1 LEI}(Red Awl M $[l25 EA 6 1115 aPML1100p 4eh 9ig Gim 1 I212N I LFI} Rcd eA2 3627 13A l J 17 9999"00M 1'if Sig i ILg LTY A)(14 A1VG)(.b Camki 8842031 I,F 711110 11 N 4Y)}-0prN Tif Sig Chl(TY A}C1-1 AWOy(16C;1.1LIOV) 04 7004 I.F 351) 119 9994.M00 TvFMi CM FFY A)f 14 AWCo)90Condfl M41 OW !.F 55.0 120 9949,411L1fF Ian TTf51 PL WfS}I Alen(24'I fLnmr W,2W3 EA I 121 9999,44LIA Inn Tri-Sig YL AMJ 5 L Am{ LIW)(L mil fax6 2044 E-A 2 !22 4999.J1400 Ned 11010 Aeaenklly 627 2011 J N!s 2 1Z3 k .11LIN 11Fo 'mmmic Vocchun Syigem ws Ca ' hu cc fh rire nn CS1i lc 600-601 3"S 1 124 999 Moo 13mit y 130cky.UWL 3Neme1:. — EA' T 174 74 -13LS0FY Relocolik Emorgeney J'Teen rjoik SyLwph w)L-abla LS r I.Ri "WWK6 Midwic€ mr k Si In1 A CnNlskl Fbunds11un1 --- FA 7 127 19999.01M -Rmm'o EximiJwg CubbRCL Fuandulkw — EA J 128 9999.M.0 imuLuff New Cahinet — 1101 I 124 9999,0W0 KCIDUM E]Clsbn L MV13Ller$Cr41LIUL Asaei filly IA 1 k 0 990.LIGLIOC:imelnxiNel4lmi1irComollarVAbl 11`[Mmduinm — EA 131 'AM-0um 131mul!Alur S 1-L R;.>!} — FA I J 3P 994 k 0000 lnsralll ElftammIc S'p 1 Hm M:{I Tirol Ole Truro)06 Meal Ann — LA ! 131 4444nnnpinete11111ecLTalricS" (xrolllQLu7a[n OIL TlaiL,I0LL]!mk — gA f 131A 9 W.40W Rjacmna nad>ZaiK=Oprlc=Pe"myaw Syumm I T33 WMIRI ERcn—wv am id 5a alge FXiYtinrTnr1 PO-1romm u1k4 Anl .Venal Asm E o-crt EA i 9mJi'ngv ki6L og tU M:Prile,Faundlulkm81a1 WA Ln'I 133C G I — EA 1 4 SUBTOTAL UNIT 5-LALM 1M1,K(JV1?7'11iPr1PS ' o- i1il WIAIALd f1 RminoveFeace W41 13 LF lXk$ 135 U2a1.r111W Ruwfc Conc N+ml M 4I 13 SY 73 -16 Wd1.1W1 Wmtcrl"IneCiru 021113 Cl' 2(} 1MY-OFFWM..)%'13W 1 r ednnd01%fl.11kueJ VANUA ILD 100TIMUCTLM S'PurrvAT11 m r",I rhWNTS t:rN M'A Ftgm I1rrMgd761 I4L111 nrd uuiHW LV.irrS i.[1uJuw L m<r Jw I,F 1'lIP MfWMAT, WLr 4wr? SEC TJON 00 42 43' FROPQSALFORM UNIT PRICE BID Bidder's Application Pidiml Item[n€umLulkmi Rldflu N Fropmol h4UrM Ilnrn Spoelifenilou Llnit ifi' Bid poecTiprloil Ll,m Prlse Bid 1fa@LLc N4 RCSk140 r1`Q. M4rYwA Q"L°ILIdy 137 W41.L2.r8 4"-12"Woler AhumdummuM IF4 0Jr,L11 19 BOL J3S 0141.11OU RarmvcAo init Nyi2l OZ41 JS NY 99 134 U241_1.1U616"PrtmmPJu 02 4t 14 EA 2 1+40 041.L2M 1 V'Wart hlme,lowueut Plug *2 41: 14 HA 2 142 @9..41 r59fr `UtP=Mj11i . 47.H I �,,Y E237 1+41 U241-1302 Rcmavefi"Wmrr Vidw m 41 la FA, E 1-A 041.130 kmmvoc 12"Weber Vldve 02 41 14 E.A 1 145 041.1 151 $iugyu ge 16"WAIMY valya 02 41. id EEA 146 0241.160 Auno-va Um4wrelm Wm3m Vnuh fit d r 14 EA. 2 1117 51�41.111F} S4 11rcH nu R41 ve LA I AEr.. U2d13015 RmwuoLV'SYvrmLmr 0241 14 LT., $1 Io}4 N*""'�, -Mmdmk-C-mQd411eTm1Koilek1491'flINED 024114 EA, 15E} p2d1,dilSTi F kW"I LLLh lrlreL-Tx1]L1T 0-7.1 L 1+ EA 1 151 .11 CUM ry1 Firr1e0 31 1111111 LS J52 III CLIP]Q7 v-17"Tpeegr.u;nml 11 Louu FA J53 311(LA1RF3 12"49-r cRemml 31 LUOU EA 3 154 ]110.01 N 18'-24"Tffer Rennsvnl 31 10 no EA 7 1.55, JLMAIai 13aclaiaifle'dEixcavelic 'flan 31331AI CY I511 156 1211_+• o Iiyllluted Ll= 2 J L 2(� Th1 16 157 321 1.05U2 8'Lime Tmemneni 32 11 29 SY 13JI S 158 3M-{1 U 2'Au NE11 PuyarLleni Te G 32 a a €6 SAC 71.864 1 S4 32 12,4330, 8` I#EN94 Tzpe l3 12 1 rF r 6 SY H.56 161) 1211_0105 10"L..:#L -1191e Pmwcme111 1!NDOT 12. 1� 13 SY 166 161 �2,17_JOZ)1 4'SLD PumnlNkEkirt•HAS S W) 32 1723 LIT 224 1.62 1�17 O 2. 4-PvmnL Marldug NAS(Y) 32 1713 LP 46 1 165 1217_1301 24"�iLD PwlruL,&TrLiki Mg HAE I W�- 32 1713 1-F .1P 164 3217.1%X Ldrla Lid 9N1 An-D#S I xfPC1 r Tv El 32 1723 F.A } 161 .5217.1t91a LmLlq-.L99kiLdDul frxJa017 I 32j7-23 GA 1 166 32.3 E_021 J Darbed Wh a fence,rriaru4 POW W15 Y 32 31 27+ Lr 304 1157 3291_fl10n Tnp ml 32 91 N L'V 33 168 :1292-iM(In SetdLng Hydmr3Tu1rh 32 92 13 EY r 741 1a) 319�F.�AHR GN!I iVePtouLeWpeN{1T4SFD 33mi1-2 LS 1i0 331W�G3�FL-�� ru il#r6btw}t�NOTVSFD }104in L� 171 Sfm F,xlcn6un 33 0 111 Wk 2 _ 172 :;A05_01(14 1'r£nch Smt#y 33 05 rr) L3a 734 17.1 3305.il I I I Villuc Firm Adjuvlmz3Lt 33 05 14 EA ti 114 334JJJ00j Dual.jje JnH1 WLLWF FJU1 HP wrRx4lmhkL 331111 Tu11 4.56 _ J75 3311.01fi I v PVC Wm1t L'Pipe 33 11 17 L:F LO 1zq .1ti1 1.434 1 12"PV(;WtIltrPyn 3.1 11 r2 LF fill 177 :;3 E 1_M 18"1'vc W13W Pipr 33 14 12 LFr 95 rig 3.312umlj 1ICFlydnot J2 1) EA 2 1.79 3312-01 17 C011MCluuM 113 Exietin 4`-12"Wtacr MMiH 33 12 15 LA 2 1.30. 33:12 J)1 i)6 ['ounwliaai 10 ExiVin'16"WHIer M41iu 33 12 2i f A E81 33 E2_:3W2 6P Oare Vann: 33 17 7E1 !EA 1E2 1312-w3 V GOP Ve1w 3.3 12 20 EA 1 1-93 3312L OU5 17"C1atc Valve 33 12 V) $e'4 I 164 334!1,501Aj 10'Curb rnim 33 g11213 >--A 1 1 S 34,11~WW PwTi411WJmL,1L r5 Glm S Oramd Mfwmi f:u Srd. JA+41.lb f3AL 7 19d A99-OW btandhoPdEN I 2611333 GA 1#S7 mold).pa -1 u wit--rmwr TxDQT IS 711 1-21; 4V114.4AXh Tope V m� &CmLier- f%Drrr I ADgr L r 200 CITY(W F4nT'W WTI I Fwlytbnd 111vJ,17mr.1 Yriw fim£uR=wTuNfiCP.vuwi%nuNPOC41Gfom CPNWIM FnlNl IWW X11POD4 ph":I.iL l 111142 a 11:!1 SECTION 1110 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application ProJect liens 1nlurmoL113n Mdde[3 pri4mul [ildlletlLun FWccarmatlool Ilnirnr I;-:, No Uu rigelimk Secdwi Ala. Mi mu5-c V Ili: li1:I 11.1'u Pry o i�Id Yahie 199 9999.1IiJ18j Iri"AWWA V)M VVC 11+nknrl'I,a 33 4271I Jy 579 I.W 9M.1311W IV'AWWA JbirlClily V.oIVC,151reTl Hwy .13 17 z1 EA 1114 1►MAOIFD Fit-& aricreit BD&ErvIllDikCOflll0l M911 31 37111h 31' i 801 172 i11.1,9103 Harrmrrrrr"lun 313113 CY Wu LAN Tlyalmlawy AmpholtJ`M41u Rttpmlr 33U1lit S1t' rlQ WSTOTAL L1WT 41-MT Ga1LEAD IMPROVEh11EI11T9 7 Ohl:{klmknnry Bmt Bid UNIT 1-rFAV4NG IMrIt[1VFikRBT`118 1bu,0i14" UIVJ'1"!-LJTlLJTy IMPROVI-WhTNT& UNFr 3—FAVLMLNT"tKiNG AND SIGNASLI IMPROVIWENTS LINT+I gTRES'r 1:JCiHTTNril I GlFROVEh 'TS' 1 NN'S-i3S377� 1PI1 gYHJ4iHN J'S l.lhfrr6-Y1T GiLEAQ imJ?R{}Yamr->47S Tod Bur l#1+1 Al.wrikare Jill Total AlInTpiar JIW btduetivy Alton mle Old TOO l}uduc}1rik,%ltprnlda Hid Addlldvv Ahrrumv Did J]09d C:ont� erk -L 1 41y[1,{1l1 'I'a+a1 AdeL1HVr A1lomale ald Si 001).0D TAW Did $' 5.00fl,Uo EN4FOF 0-1fVN IM V CjF FOILS WLVL'JH THPImimanLyd.rhos srnr:uARDMY 65FRUtTIGhtS L-1lY"7JLWlA LANENJS rTiJUJ7� Fiiil11 Raki;h7}01 MIV 16'd cdimi*pinrd nildndooi t 00 52.0 1 ARmcmml Pngc I yr5 t SEP TION (it) 52 43 1 AGRUMENT 3 THIS A IUMAC+.NT, aut arimd an is made by and bff1ween the City. of Forth 4 )Vmlh, a Tex its home mic murdicipaIiIy, aubig by ai.id through its k I y authorized City Manager, 5 C'City;,}, and , 6 uutlinrized to dry husinc s in Texas, -acting by and through its &ly mj1hori-rcd rcpresentativc, 7 ("Contractor"), R City and Cuntractior, is consideration of the usuftnA coveoanu Hereinafter set rardl, rrg�Te as 9 foI10ws.. 10 Article 1. WORK I I Contractor shall complete all Work res specified or ftidi"Led in the Contrael DocmrnontS for the 12 P mojeut identified herein. [1 Article 2. PROJECT Id The projcrL for which the Work uitder the Contract Docwiwnt5; n-my bee titre W1101e VT unly a PkL+r, 15 generally dewribed os I'alIaws; 16 Timberlan4 Boulevard, Phase 3 17 City Projed No, 02288 18 Article 3. G'0NTItACT PRICE 19 City agree to pay Coun-actor for perrorttiame of-the Work ir1 accorriarlc:e With the Contract 2U Documouts an mjount,in curmat funds, of Dollars 21 5 22 Article 4. ONTRA 'L"E M ' 23 4.1 Final Acceptance, 24 The Work will bc! complcte fov Final Aecepwnce within 554 days after the daite when the CoiiIracI Tiuxl collimc:nces to rim, as provided in Paragraph 2.03 oFthe Cr oc;ral f ondikir,lls, 26 plus auy extension thereof allowed in a". rdauce with Article 12 of the {3eneml 27 Conditions. 28. U Liquidgte€i D) usages 29 Contmctor that firize is gfthe exxence far comp lctiaa of Mil estones, if any, and 30 to achieve Final Ac ptmii�e.of the Work and City will suffer fmancial leas if the W&k is 31 not corapIctecl within tlic tima(�) specified in Paragr�Lph 4.1 above, The Contractor also rt�coglliztz tha delays, expense and difllc wltk�s inyolycd in proving in a 1c 1 prncc:c&g, .33 the actual lms sufFared by the City if the Worst is not corqpleted on time, A.rcordingly., 34 instead of requiring any sucil proui', Contmetor agrees that as liquidated clanuryes For 35 delay (but not as a penalty), Contract-Dr shall pay City One Thousand, Three Hundred 36 DoIIan, ($1300.00) for eaell clay that expircz #ilcr the time spvcifikd in Mmagmph =4.1 for 37' Fiml Acceptaucc until tN�City issl,cq the Finds Linter nfAwvpi anm CITY OF FO8T U,+{}R71I `I'imherlgaid ElouJcv",phew 11 S'F11T1L1A _D{ON'tITRUL.T1014 SPECIFICATION pc}C.'C mwm City Projaci Na-02213 Rwiriecl I3 t5.17 Du 52 43-.S Aait2t= t lo��5 ofS 166 167 III WrrNE S WHEREOF, City and Contractor have each cxe used this Agmenient to be 10 effective as zif the date subscribed by the.C ity's deltignated Assistant City Manager ("Effect]ve 169 DatC'), 170 Canlnwtor: City of Fort WoTth B : Susan AJarus By: AssESCEmL C11y Mal7sget (Sigt ime.) D;Ife Attegt: (Print£d Nail£) City Seclvtary Title- (Seal) Address: C Date: Fop-in 17.95 Na. 01yf tatel ip! CmLvact Compliance Manager: By signing; I a€Uo�v(edge that I#EEC] the pemon respansibie for the monitoring and Date admirdsmation of this contract, 1neluding :enstaring all perf orulance and reporting requirelnents. .Mitch Aiton,'P.E_ Senior Pruject Manager ApprOad as.to Form and Inc lity: Douglas W. Black Assistant City Attorney 1-71 172) APPROVAL RECOM ENDED- 173 1711 175 stet&C'�atalce 176 INT E R IM DLREC.TOR. 177 Transportation anti Public Wovks D.epa tment 179 CITY or FOWE WORRI "Cimbrduad fIauLrvjmJ,Phm 3 STAftiRAR]?COWMUL—rIU[YSPEOFIGl4MN DOCUMENTS city Pra�ecl Flo,Q�?88 Ilctiisnt i 1,J5.17 U�J72ilO-1 GENERAL CONDITIONS higr 18 PrO 8.07 Lr!milations on 0?'s Responsibilities A. The City shall nut supervs•se, direct, or have, control or aut-hority over, nor be responsibtc for, Coatrac:tor's meaus, methods, ulw.iyues, uertce's, or pmeedunis of construc:tim, or the .safety Precauti()13� OUd pmgr. ms incident 1herem, or for any f dhire of Cc}utractor to comp y with Laws anr[ ekul'wia 1s applicable to the performaiwe of the Work. City will not he respongibl<e for Contmetur•'s iuilm-e to perfum the-Work in ar;corrdance with the Con#s• o Docmmilt's. B. City will iaotif} tlic Cautrac:lor ofapplimble safety plans pursuant to Paragraph 6.14, City's responsibility with r.s c:t to an undi.%,Iosc.d Hazardowq Envi>;omm mtal Cbnd.iticu is set forth in Paragraph 4,06. 8,09 compkance with rely Program WlLlilc at thin site, City's employe: and rcTreseutadm Aiall comply with the spmific applicable requirements of Con"etor's sate pi-op-Ams of ixich (pity has teen infurtned pirmiant to Paragraph'6.14. RTiCLE 9—CITY'S OBsm xr 10 N TATIRS DURING CO NsaRUCTI N 9,01 Dry s 1'rqject Ala o2a ,--r City will provide oae or more Project Mmager(s) tirjring the enn�-tiuction period. The duties -and responsibiIities and the limitations of nuthi)dty of City's Project Man€tpr during constmctito are sat forte in the Contract Docurncrits, The City's Project Manager for this Contract is [Irirtch Aitoji. P.F., or hialm- suecesgor pursumm to ruler aotification ftom f,he D rector of Transportation and Niblic Works Depar meat.. 9,02 Yism ro Nue A. i#y'S Project Managur will make visits to the Site at intervals appropriate to the various stages of vamVudinn as City deems tine,�sary iii OMer to obame the gross tbat leas beers made, and the clftality of the various aspects of Contmctor°s executed Work, Lased on information obtai.ued during such visits acid okrsemirions, City'sn-eject Manager will determine, in general, if tile, Work is proceeding in accordance with the Contract Du4m Cats. City's Project IV nnagee will not be rc'u red Eo make exbaustive orwntiaumus fnspeuiom un the Site to check the qlLudity or quantity of. [he Work-. City's Project Manager's eff nis will be di.rocted toward providing City a gyeater degree of-confidence that the compleied Work will conform generaE tp the C ontraot Doc:timents. K City's Project Manager's vNiN and obsmatious are %luhjeut to all the liu ilations on awhority And responsibility ui the: Contract Docuruetnts inrlu&ig those set Paiih in P:iragrdph -ii,07_ CITY DF FORT VV ED S'i'-ANDAKDCCMTRUCnON SF`90111EAtION DC,MMFNCS Jiffywtilu NiTUKY2,201G Oa 73 i3o-d SUPPLEMENTARY CiDN'I7MUNS Fage 4 of5- 1 l_ Whore.a single raIlr'oad tatt,pAuy is invrived, the C'ommotor shnIt provide one instininuc policy in 2; the mme of the ruitroad cornpimy. l4ewever, if move. than ono grade separation or rat-gmda 3 cFbnising is a.1't acd by the Projoct a[ entirely separate lucations oar the line or liras orthe same 4 railroad company,seperate coverage may be mjui red, each in the anoint mied above. 5 6 2. Where muiv tiratr uiie raiirwd company is operaling on the sartrre fight-of-way or where sirvcml 7 raik oad companies€ are involved and €aparvtM on their awti separate rights-of-way, tho C'urrtractnr 8 mny he regLUiTctl tx) pmwide scpanite ins)urancc policies is the tiatne of each rail:wad company. 9. l0 1. Tf, in addition [o 9--grade sepsra[ioa ur tin at-grade uVossing, uthor: work oraotivity iis.prapased.on a 1.1 railroad corrq:�anp's rishl-af way all a 10ear11i0b entirety sepBratc froiya the grade separation or at- 12 gfaik crosA rig, imurn-aee:covcragc For this Avork must be Lnduded in the piiey covering the grade 13 Sepnratiori. I4 15 4_ 1f itu grade Rupara6:jn is involved but utlu:r`work is ptoposed on a taiIroud-eompurr 's right-o1= 16 wny, all such other work ratty be caveri:d in a Angle policy for thatrailroad,-oven though the work 17 many he at two or more sep rato locatiat3s_ 18 19 No work 6r areiivilics on a nlilroacl Cornpany':s propvrty to be peFformud by [he Cc shidI be 20 'commenced until the ContTactor 1 a5 rurniL hied (lie-City with air odgirml policy or policies of the insurani�e 2J for och tnilrmd ciumpany tiamed, as x-olquired nhove: All such ins;urainx tnu,�t b2 approved by the City wid 22 each affected Railroad Compalay prier to [lie Contractor's beginning vAirk- 23 24 The ius�irunce spi 6fly 1 trbove must be curried uniiI all Work to be'pu'formtd oil the ra&oad tight-cf-way 25 Ims been completed and the Bade crt)Acinv, if any, ire no longer used by the.Culairnetor. In addition. 26 lagtfmnce must be Carried €urnig Lill maintenance an€llnr rq nir WDrk p-Aarnicd in the f~ailruad right-of way. 27 Such Li aimil ,iukW time the railroad company as LN3 inxured, tugcther with atiy tcrianI Dr lrssec of dire 28 riiiIroad compauy operaHng over trucks irivulved hi the Projcet. 29 30 S A.b4., "PrgjW Schedule" 31 32 f reject sch�!ctule cha11 be tier 3 for then project. 33 34 SC-6.0%• ngc JRmtes" 35 36 The fulIowing is the prevailing wage rate tabic(s) applic9ble Io this project and is provided in the. 37 Appimdixo: 2013 Prevailing Wage Rohs(Heavy aid Highway C onstrs[clion Projects) 38 <Bu.—:Y wlucutton, 00-GL'ilejyf 39 Curatlft1ons1C'FW Wi7gt-Res, Table 20090708.ar 40 41 SC-6.09.,"Pernt#ts Lind Utilities" 42 43 SC-6.09A.," outrnetor obtained permits and Hceuseg" 44 The foilorving are known permits antVar lioeams rc-quimd by the Contract to be acquired by the Coniractor: 45 CAyofForl WuAStr=t Use P'ermi1 46 TCEQ Notice of Intent 47 City of Keller ROW Access Purmit 48 49 SC-6,09B. "City obtithied permits un;l llarensrs" 50 The folio}+ring ai'e-knoftvri pennits:midlat•Ik,&iws rugtditxl by [he Contract to be acquiredi by tine City: None 51 52 SC-6.09C. "OuistandIng peYlIdt9 and I1CV3seg" 53 54 The-following is a 1isI ofkii own otrtstui3dingpc trans audlor Iiccmtes to be:a gLdred. if any as o!`114atrch 17, 55 2017 CI-dY Of-FORT WORT4 Thuberlund Boulevikal,Pluw 3 STANDARD CONSTRUCI:[ON S10KIFICATION DOCUMENTS Rw�Lv!1iluuLip 22,"16 City+Pr*rt Nix 0228 A (10TiV.5 RIFF EAMWFARYC'Cl?77TTIQNS 2 0utatandin Perns(ts nndlor Heensca to Be Acquired OWNI3R FERMrT OR LICENSE Ah+D LQC -n ON TAROET DATE OF POSSESS]ON Norte � ii 4 SC-7.82.E"CoordLujifin 1" 5 6 T11C individLi91s(H C1101ie9 1i!ACd below have contracts wltls the City for tlnc jxrfor,nLuwe t)Cothcr mirk at 7 the;Site: fi Vandar Swpe of Work Courdina on Auffiarl[ Nose 9 1.0 11 SC-1 O1,"C'oniilauWendanstoCautrae:tue' 12 13 No nc 14 15 Stv-9.01.,"CIty's Piro]ect 141E ansigerr" Jb 17 The Cit.',Project Manager for this C'oilrmcl is Mitch.Aiton. P,F...or lifs successor puraunnr to written 13 notif-tcation(rain the Directur n[Traosport*m nod Pithlic Works. 19 Z0 S -13.03C.,"Tests and ln.spections„ 21 7-2 None 23 24 SC-16.01 C.1."Methods and Prflccdure:9" 25. Z5 Naar 27 Z8 29 11 OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE IJ2212016. F. arERFn C-3.01., "GIty's Project Repf eseritaflvC word Ing &4 ng&d to City's PmJee1 Managor, CITY OF F0RT WOII'J'H TimberJ13nd.6MljffvWlL FJtilse S rrJrnARD CONSTRUCTION SPECI FICA-noN DQCtAI+EMS kvificd IAIYmy 37,201 G C4W Tomj NJ No.Q2z811; 2004 Specifications SPECIAL SPECIFICATION 1152 LED Blank-out Sign Assembly 1. Deseriptiexu. Famish and install LED blerik-oft sign as!etnn plies capable ofdisp-14ying qnt) or more multiple messages, as dctaiied on the plans. 2. Materials. A Provide displays that an,- Gapable of displaying messages 1a the eolors of red, amber or white, Real and amber, high inumsity, f111nGaPTI, while, high intensity, InGLIN. 8 F4 rnhah displays that Form rows of LED's to display any comhinallem of messages shown on the plans and as directed. provide LED strings that are Staggered to inaintain symbol integrity ifone LED AOLIld fail. C .Provide dispIays that form messages that are clearly log ible under.any IYhting conditions. At ful l intmisity the sign will be highly visible any►vhQre Within a 15 de<grce cone centered about the'optic-axis. D Fumish displays-that-arc morph-,tely blanked +gut when not energised and no phantom words or legend will be visiblc: undev imy ambient Light wndition. Tlie sign wi11 display the rne:,sage by utilizing onc: to Five rows (depe:nding on appI1cntion) of LED's to form thD Jlagend or �;yjxibolq, E -Prmridr, sfgxl displays that are iJ hinikiatcd by 5mm LED's with an average 100,MU h m i r life, All LED's wilt be high in optical power ern itting radiation on Clio-order of approximately 2.0 oandeIa's when operated at 20 m 01larnps DC. F Fumish displays that use solid stair, power supglles that ae UL. listed or rrGvgraized c:ompcsnent, 'I'Ile sign w i I I be capable of con tinwms operation over a range in temperature from—30" V to + 145'1,'. 3. Construction. .A. Compictod blank-otkt signs will consist of a weatherproof housing qnd door, lens,sign taco, LED muddle, sulid state powtw supplies, and all nec:essury mottnfling hardware. Fumish sign eornponenta that are readily a ,-;dble for ma ntenance when the door fs open, fi Foam sh signs with housing congructed of 5051-I22 a himinum ;alloy. All c onle:r and seams oftlie liou sing will be hell-are: welded to provide a weatlic.rproof seal around the entire case. The housing will have a 1 irt. drain screen located at each of the mite•corners of(lie housing for drainage. 1-2 1152 10-14 C Provide QL)ntinuPus ti;li length ,teel hinges Thal connect the housing and the formed one pisae aluminum door, D Furnish signs the have#3 stainless steel V4 turn [ink4ockg per door tb tightly Se'"re the door onto a gasket between it and the housing, The.gaskets wi1I-be 3/1 b in.x 1 in, neoprene to provide a weWherproof seal. E 13rovidr, signs with each door fitted with a sun hood of o.063 in.a1um�nEirn.T11c standard length will be fi iii. F Fumish sign faces that are a ininlraurn 0.090 alum inum aPid have the entire LED assembly wounted w it. The sign face will be protected by a pplyrgrbanate, matt /clear, face plate. C Unless rM«ired otherwise, provide black powder sign housings coated por military standa s-C-74712. 11 1~ wrdsh signs with LED inessage modiiles that consist of a rigid aluMiRUID nUessage plate, high intensity LED's, and LED drive elcelixinics. Y ]ngtall signs:with LED's ser�urely mounted in panels with flush press in studs and clips retained with hex mots. The rnessage color will he provided by a tempered LED corroet Ions color filter in wnf6rmance-with LT.E, specifications. J Furnish deer panels that am Hat.black in maximike legibility hen-- lvgcd. The connectiun of Debi wires will be made via a harrier type terminal sirup. K Ensure that electrical connci oions of field wires will be made via u barrier type terminal strip rated for 20-amps oi, greater, L Provide fastenors and hardware that are corrosion nesistnnt ana stainless steel. 4. Tesliug. Titre installed assembly will be fiald tostod prior to being placed into.service to enx ajre all earnponeirLS nro functioning as described herein. 5. Mmitrernent. This atom wail bu measured by each LED Blank­neit S ign Amernbl furnished, installed, made tally operational. sari tested in accoidwice with this special specilieation or as directed. 6. Paymevt. The work periormed and materials krnished iri accordance Wiill I11is item and measured as provided-Grinder "Measurement'w 111 be paid for at the unit brace hid tier"LED Bleak-out Sign M1 amhly."Tiii� price will he Hill compensation for furnishing, Installing, and testing LUD Sign .Assembly, LED niodules, drivers; the interniil electricaI Condudtors, connecters and mounting hardware;and for all labor, tool, r-qT ipmont, testing doe unirmtation and incidentals necessary to complete the work. 2-2 1.152, 10-1d T ƒ / k � � \ k 2 § K ) , I ) § � f & p � ? + � R R � K � 2 77 ILI C ca k f @ hs To 2 0 o I/ 7 ) Eel 7 2 J IM q / co z ,k■ /at ƒ 7 t • - « fk \ f\ \ 2 f J2 � zfi _ t w � � \k do o e: s �. W= ` « C) \ LLLk- o®ƒk� �7 2 A■tl j $ 4 % - 2 _ % � ƒ4�/ SgfQ— � � 2 2 L) 63 to o -1 k O c I2 = � o , 7~� § /q IP \ f f ƒ Jk ƒ3. J ƒ � Ua R � L,, $ aji / THIS PAGE INTENTIONAI.Y LEFT BLANK CITY OF FOF` T WOR T H, TEXAS `RANSPORTATIOH 8, PUBLIC WORKS DEPARTMENT AUDUN UM NO. 2 To the Specifications and Contract Documents For ARTERIAL ROADWAY IMPROVEMENTS TIMBERLAND BOULEVARD PHASE 3 City Project#02288 K-2626 Addendum No. 2 Issued: March 22, 2019 Bid Received Date: April 4, 2019; 1:30 PM This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original 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 Arterial Roadway Improvements, Timberland Boulevard, Phase 3, are hereby revised by Addendum No. 2 as follows: 1. Construction plans are revised as follows. Revised sheets are attached to this addendum: No change. II. The Specifications are amended as follows. Revised specifications are attached to this addendum: 9. Revise Section 00 52 43 Article 4: Contract Time to include a milestone for finishing Timberland Boulevard from Park Vista to Harvest Oaks Drive within 300 days. The railroad crossing and all other aspects are to be complete for final acceptance within 550 days. Section 4.2 is also revised for the additional milestone. 2. On the bid tab: a. The mobilization amount is no longer predetermined. b. Railroad Flagman Allowance has been changed to a lump sum of $200,000.00. c. Construction Contingency has been changed to $300,000.00. This Addendum No.2, forms part of the Specifications &Contract Documents for the above referenced project and modifies the original Project Manual &Contract Documents of the same. A-1 ADDENDUM 9 Timberland Boulevard, Phase 3 City Project No.02288 Acknowledge your receipt of Addendum No.2 by completing the requested information at the following locations: (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case fetters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGE ADDENDUM NO.21' Include a signed copy of Addendum No.2 in the sealed bid envelop 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. 4ra+ r RECEIPT ACKNOWLEDGED ° m /. PAUL I PADT ioR+.mm.maraaarsrnrrmmiara� � / or.�o.r...raara..rr++a+aa;rmm� { 83698 mm;c- aF N Jy� v V BY: Paul PHS411O.E. _ Company: McmAHON CONTRACTING,L.P. Attachments: Construction Plan Sheets: Speciflcations: 00 52 43, 00 42 43 A-2 ADDENDUM 1 Timberland Boulevard, Phase 3 City Project No. 02288 nn�rii a1a rRara�L rK0 1 uC1 SECTION SO+42 43 PROPOSAL FORPA UNIT PRICE BID Bidder"s Appli cat!on Proku lwsa 1elfan.�1J6h1 ik&Ldde.rn"W 4idl:�'hrtm nL � mulJlcNtirul 14n4tcrf 13W 1.InU nxice I1 d k'ahly tio.. 4[[3I135 N10 Maw" Q4.Idur I Mu64liznrlmn IS 1 1'mvr=1JLsvA1 LS 13nu,uwwit SA aids 4131 0101 141boad L:UUrdIMLlna AVt1'&u1Pca 13 Ls J $0,000.0 sse u14 ." 4 417fi,011P2 nEdlriPad-fJp lnnA1LIIvwlee 411S1.1 [ti 1 $200000.00 2�0fla11,ad1 5 4241.05W Remdvefemte 42-4111 i LF 394 G 10241.00 Rx7m,vc Ito kW U7 41 11 SF 151� MA1.1gQf7:Renw4eCar*PvMk 02-11 15 .sy R LIN1.060 Rounave Wall 4 u+41 1 k t-F fr2 9 02.41.J 14k 1kenlrevr AmrAid PL ylqlg, 0 41 J b SY Xug7 Ei) u24 1.1.33G 1lermrve Capfe C1uly&€1 lmu ie2 a J 1 s Q- 1063 11 924t.3al$ Ikennvc3{"SwmiL1w. 024114 LF 3J _ 13 4241 tiJ13 Rerm%m IV-9kJ1rFn Lino 024114 LF 7.i JJ 62.C1.4lk11 lxmd ve id 6.4,wm-T WT n2 41 14 EA 1 10 4-?'I1.'1404 AEIulo %tHuudwnrVSET 0241 14 Pn +4 15 31 Moldr SItCi_"Ir.Rrin 3110011 1-r I 16 Mu.0101 Ftmw�ht 3116un PA 3 1 3 4 10.0 104 18-24"Txm Renklvul ]144 on CA I 19 13m.alin I1u€jj1uiFExI EmcRyp4igri by NIRn 11 21 1f} LY 4;10 19 312 4n1 1-wmw h P wl 3121 7 1I CY 510D 11JD 31is.OWJ SWIT1'>_1 x4,e ]1125 00 Ls d 21 321 f D400 J mf L inc 32 1129 T� as 32 321I.05 r'L1inc'1'rnueu,etf1 32 14 39 !�Y IGf1fi4 13 3-M.4)304 a'A3 uil Pueemenl Yn=1.1 32 13 14 Sy 2B91 24 R12,4501 8"A5 rig law T5Tm P 32 12 18 83 �73 25 1?13,01d5 1(l"CaacrmNa4gn&nt rrkv2D 321 13 I! SY 21'815 2f1 3213.010 11",rprw11v1nIN 33 4313 SY 42.54J 27 320.03(I 5"Ccmr4vlrnra1k 32-1320 sr 7235$4 28 31110MY1 1101T19F Fi"RM,1 P-J I L q#) 3�i s 2n FA 2 29 d31fi.i1[41 6"Conk,Curb iirHl amar 371¢11 I.r 3}1fl 30 32MI51112 T"Lnnr6ultnm1aLd1er 32 J6 U LF SE98 31 32k7.a301 K=k3VC 4`W,d1 M6kkln 32 1723 LF 532 33 3217.a307 Itffmwe Itaiml Markor 32 17 11 EA 33 n17,-J4132 Acn yv towL:r �714ArfaL+ 12 0-25 EA 2 34 3?I7,d40'd ltda)w Ldi1R -d 21-2 13 17'-, &1 3 I5 .1711.01 rx Co-nn ft Wuu w;In s;dqw.Ik,rrwL 1.111 1:F sF 914 36 323LE17D.1 FX00t%rilRol WaI4-ISWI{WC 32 32 11 Sp 50A] 37 3791-ulao Tv I 32 J1 i9 CY 4'1J 18 .1997.nl og f11n k S)4 Plomoera 32 92 13 SY 41117 39 3291u4ou S,Alkjg lJ lrvmuklk 32921-$ SY dfrw 46 �a J,dWDR Neniovr,S�Em 4'nnd and Pm 3:d;1 34 EA 4? 41 4'79'J.0WA 13nmc.drs,51jo5 oi13 TmMu LTgldlnle 34 7 L 13 Ls L 47 9M.9994 3"i nt kip,JLmp TkD01' 9V 9) •I-1 B446.00CQ Tr Irm Rail-TV T501{r951) Tai1F1T LF J 7,4 4.1 317:1 MOOJ1 FarirLl}'LFMrLk' ftL IL sIger fejv d reaolul}' 34 71 1.3 WK. J3 45 3212b50i 4'Aa oil Un-w hpc 11 ke L3tlom) 3'?12 Jr. SY MOO 46 9999.%13 17 T x IJf'arbA Cmwu-TOOT TY1713T LF 8114 47 4044.AkIMID Lxmq t L'ofured fe' ridtd 4"Cu LML E M'adlon 32 J 3-11) $P 4L71 Y !JUjTj'LyrA4,SJfidr j•I'01YJ%%[G IMPROVEhikif'd°r sssn,onn,00 m,e{rF Frn'r LYORTH 71.111 UKd L11kA mbar a ,iTANimmu r'rrvaT¢r3 nav vwcQ1r-ATt oocrnaeHTs 4111N AMNR Yuml Ardwd 3d 13111-7h {k�41 IIG_RA i1 p_"a 1.1_An 41)1_IlO 4%1!0031 1},Tild Pmpho'Wnrkhank Addrddam] hnadi wr]itnnP m. Ivg,2 al•s SECT OU 42 43 ;nf OP SAL F•UkM UNIT PRICE BID Bidder's Application Crojwl Aral lnhwolulirwl Eilgdet3kE'raposuL RILII,r1Iult1 Spueu,e�lilum TJWL,Lr r1Ld No, L1esCelpolm Scol'e41Nu. mracilrr, +}unnlily U�I�J'11to J31dYuw[ 41L 150,03LcvJ 1'Iow:6Safnc 3103141 LP 796 49 ]Jd I,Owa IU'Itcr,anal LU 3341 1 n Ur 59 50 3341-02{51 1.1-RCI' Om Lit 3,l 4 1 lil P,1r 260 iI' 1341AW24"RCP,C3oo6Al 3341PO u 241 32 J-14 W IUP 4mlfkraL.ulverl Ij 3OT1ra1r�Nk--111 1)0 Ip Lit 61 5#. 130,OW AO tl�i❑aWore 3�41 14) Lj' 354 54 3149-IM BmilvralL,liax Cid4enC1'aieaT PW AkrOM) s.T't14o CY 47 Sat d.149.14101 Hedu"lk Hat CvlvKrl MOOT VW SFTR-SWI WFNG61 t}49-141 f-Y 1W 56 A140-410.1 IA'SET. I 1 A 44F FA k 57 lJoL9,4 105 :•1"M. I pipc 13 040 EA 7 Su 1144.{+iW C ttj'kt mko 4 Laid 11 i7 3O E-iA 53 ]344.{5 ? LU''L ':U&L sl+v2O �?i 3 0 y"Algr ooRl$Iomi T]ruin I kaodtn1I,CombinnrlOff E1L7L&PERo G,IIVw 33 4 g 40 CY 2.6 fia 99AMM J'ra th ulru.d rTAMo IkMUT LF 95 {I� Q09Ri71100 T-wL1i'eul�mk 1aF�'t•1 FvU.,irait i:'�1urr1�1 hip4 31 J'�1L]+i 51+ 4596 63. 331 k.(ai r 2'13114 14pker 1) 11 w L 1 (d} 84 }3N,✓aJ#L :pa_Nr#4xu iw' �IrHag�i�Wa1+w{4Ial, MOT USED 33 1.2 Z$ F-A RCS .1312.MQ:L IL'01�rw QFfVdm --- 33 12 N EA k fir, 33E1A114L CIUttI]elrooWnkeFJtlsu LWRxy4uluL 11 IL Il TOR 0.131'fi3 MA 9994,6611p Shnrin' L S 1 SIleFCSI+TI.{Thf4T��l f LF7'V JbiPIRc]Yk b;NTS R? +X L 7_i,iln l •1'SI.17 1'rinl`rTaTkirg 11 l i(W) 37 k 7 73 11 497 £ig 3:!17.000a d"I and Miakl FiA3 Y 32 17-Z3 LF xop 0 12r^,4i107 4'BR K klwml MuLnp 11AS(%Vi 37L72) IP 3114 70 31[7.(7101 p'SL 11 INTW 761Ji lmi HAS 4W1 3,F713 F.F 12.18 71 -12LI.IMOL 1_rFLLDI'vInr HA> WF 3.1t?2# LF 121 72 37F7,0901 21"FiLTkPzmlMnddm FT#8(W) 1: F?�-i LP in 73 32LF,I011L Low Ln lad RR YED2.3 EA J 74 37L4WO LuTlE Lcgcrwlnmrn(TADOTT I) 37F7:3 EA 13 73t 1217.1004 L=c Lcgcndc4ll (Txrli IT T7 rj 13 r72.1 F-A 11 78 32i'l—Il U 13FFLl mud Muekut fY L4' 12 L725 FLA 27 77 ] i7,�1R14 R h{nekerTy II-C-R 37.1773 P.A 157 78 3aRE7.710.1 RigILaued hRnekerTY LI-A•A L' 17Z3 EA $ 77 344J.40M FlLenlelllneellrl Wl!LE L(JmwllLlft'1i1uKQI ''d 3'l fL ilk IEA 19 60 9999,UM 1V ULD Pr LMhrlane(W)L3R9'Tnik, II'Gn — LI' 586 R1 19MOM ]1i°YlerldTLIue1 x W FA 1 SURE]{ TALUNCI'3 Pr1k1+Y TEN`rmA-RIFLaVL;ANDB#Co-2MACEi;NipK(jVENmNTS 76� V I F-umialAmEmEl Pbac&uy PudaoW -,a i15 64 p t I 5 2"OWG-FT PVC}rFI AQ c1 74 i15-15 LF' >)6i s J'CE 13TPYC#IUJ1310 26J}5133 Lr SSO L #'OoKyl'INC'SCH 40(T) FY OS A LF a`3} 17 {'tiW13axT n lk wlAprou 14 41 10 EA i M7 ]ULUdL a O lJol[lpq FJ J444E70 FA 74 68 1441.30U? Rdw9 Illum Asaom6R111T 1'9 wfllk Aw7m 34 41 20 E?J4 (F I rj 3d•11 330 Rdw•q illu m Fnwll4riixn- '1 144 170 EA 8 9L4 14 41 1qu4 1-7-2-4 q.l Lk}Lkm PL�-L'-1o1hh lut 3441 26 LF 7L13n 1�i d4J.3501 Wvnpe.Sirnc1]_zg l Polm 34-11 N Pit _• 9yggF,mm Tmffip Xlpvwr elroiod Do&fr5ym L)S-T8i1{1T) 3A•l I III LX 7 934 990-OL1011 Traflk 5igMt Gruund Iiox S Ar' TyO'OTF N 41 1 U EA 6 P"GF=ppT V1 URT19 Tio hrrknd dl,,L Atha h L,kNli=CuNumUC7uie,rLvw pujLTiuW clmm lLL'NTn C7rCLL32Q r-am ILr IK4=111MLbl 111141 tl}_WI 4L il_MQ!iMd.1ST_d7 Al L2_@ 31 Lk.KWFmpaul Wptlibblh A4i1...&m3 .41 1-.1 1 1n.:rr='7. I SECTION-00 42A3 PR �AL FORM UNIT PRICE BID Bidder's Application PftLj w rlWiz tnMmoLl[lall I E}ldkr+Pmpaut 11414t Imm 9FdFkvli= vrill-f 1}ul Nik a"'c" W" 5, -Lnm NrI kl QLa,lt6p 1Jnit Ik1cu edd valDa SLfWIL(YI eVL UN1T 4-STRMT 1.14 111NC fIMIPROV.EMEN` S �),I WU-DM09ill.Shnfl LT11.F-5 Pul').2.1 In alf mo LP 12 95 9994 MO Drill SfkAO MF-Sig Poln} 16 In) -416 Mx LF 13 !h6 W".iruou oriil tihlM(IR1'St&r�Lda) +Ie[nl -4167.634 I-t 44 $1 §149r N00 e4mWi YW]t'khd40J 2"1 bL92610 LF 92-5 92 c4M.00M f7or1,11(11W,)(5did 4n)t2"I JENwrr) i I 2 xp I.F 250 91.9 "q,goun r-undr rva_ (srhu In #Is2rmu LF L]fr CQ2 4`S4g MAKI ihk;lr�PVCJ{Sc4id 4M(S"1 i$_auui 619 46?1 LF 3:R1 101 LIIndl(1W.){9&1.4U) d"r 61K202A LF IS 117= 9999-pool] Coad1 f,1FLmn LI' rs4 102 9M.MKM Ci,ndl IM)['="1 f,IKN3 I-1" 5 14d 9993.00DD 12kcCmdrfND 61PhMFJund 6.145 9 LF -2W 10$ 4494: DDO EkC Cdlu& .8 11I1uirlION FA P-ao1U L1- 13sO Ind 9MAOPAI Gn7und FJoz TY D(MIMIIvdA mn 4241(114 HA tw 9999AP4a QLPWH lIP77TY E.j 12?3 1 7j wlApwag r44:g16 rrk 9 f98 9Q?QQA1100 b1e SLv TY 1)f20+-'A0 064 WS)SS+Lil St f 629.207aI EA 1 109 gg+.l%12Mrl Hnck1'11na(12IN)J3SECI 619?Igo I UA F3 110 A99kwn B"ae lAFc a MT.-.;:) A.S2 2 njF� F.A � 1It 71999-MaD Vd,SI 3c LI-!I[ LED Ora%Aiw) fiIS2.3T?'a2 EA I 11l W99 MOD Ve1L Sig$ev f IZ K�.E D{O k) (i82 m23 FLA 10 113 99". flDI1-Vch,4IK Kee I2 lrl I-fl5} YQf !v, mm 292.[ J A I I IL1 49ltlANkl VCJL ,'&MtL2EN j L21�. M m 220 EA 10 f 15 4999,OPIK1 VO.S-'Sue(12 TN)I.EV(Red Am) 611,E 30M Pik 6 r If? I)jW',aLS11Q'vu4 Na 5 x 17 N Lai idea (A2 2017 L+A 12 111 J1994,nf?W -hl;s C'b1 YA 14 AWG f 4Cundl1 04 MI LF 70D 116 9%9-�Mg TTfSkkChi(TY A)(Ia AWG)(16 Cmkr) M4 nN LF 130 f lu OM-000 TrrM " A 14AWb ntilnitr 6FA zi]f, Lh 550 12D %97,$LK,D ImTTf51 14,AM(S)IArmrL5'I{Lun)- 66d]0}3 F✓s G I}L 4994AIM dna TTFS 'Pl-AM(5J I Ajw(41$){r_n� 61M LdMd FJs I22 44�4.fwOfr I" t oLe Aogel�bly 69-r ynul 13A 2 121 ru, ate4[wuyketuF o II c ee L LLd two MW-fdKII LS I f.14 4q,19,0M Nitr parkwIrailTntsmaf — AA 1 IM ON.LlMU kduL hM Emd.Ej,%ciry Nmr1iflouS amwlC'rLZ& — LS J 126 TNL'17,OfKIO Papule'Trrflk 57 ul k C abinel Fmindmi in) — EA 7 III 93gY.000 R qm%m:Faiiiing CnMnal ru=Wlan EA J±R IJ090-0001S UaLkU hlaw CakWLLa1 — EA I 129 1 99 rAAOD J�ciot'al%rWm CvfLwo1kr&rzNi ri AmcpiblX EA I M 9.91M.000DCnnurmlNmvTmMcCD rplkrCablaelKnlndoum [iA I 131 4499,00M1 Lwh11 AWgq j pj- — EA 2 132 9M.Opl}!I InAN11 L-Ieoliunlc 31 (Nb ft W rRlrrl On 7JafrL On Mall ATM -- HA 1 133 4997.01100 lomtnll L•1€vrL,16e&i (Plo R TII Timm Mt Thin)Ol,Poi -.• T rA J 133A W)9.0L)L10%muro uLml R4:K"LeO Iwuly 1'Irc,L4 Is,u R tIL In -- FA 1 1- r1i5548 II .9 VaR2 YIBIIIIP. _C r LII n1laLll n at Ann 11:111 III lemlll A&M — EA 1 I33t 99 mnvr nnr , vog 41miok rn N1 a, mi dne m II f`net TRi Equkmnewsaa.ns F. d SUBTOTAL iT`!1'P 5-US371 1hfPROVEME rS L14 U24 J.NVJ IRcLgwyn JFenw !E,41 11 1.� 101 13.1 f1�+71.101HI R,iim,+ve Cme N-no 412 41 13 SY 7w 138 4l41,IUn1 WugcL'iiuc{Jrounul 42a1 I} Y ?4 cm fw T-MT vV0wM ThiMiL m■ML.1,I'nr 'J UA04 .AMCL3N4TJLLnT0 8dFF-7M-1ATra7H ULX%A-LL!VM 01N 1WHH I'im YCYwd311 I+ml-M I�JA U 13-W nJ 4AyM 41.1 P-fill 0 U-nu 1!1.1_flid nnffml Wnr6hrWY,LUmdmn Y on#!di 41jt?rN4MJyAL Page 4:ori 91C r F 1 DN 00 42 Qs �l�PL�SAL�'t]FtM UNIT PRICE BID Bidder's Application 14o1=r1 11Id1&6 P t"mL Flidlimi L1cm $PcedOuLum WnLee[ 114 No. Pk`;'�`4'rm ,1k�4um N� Muuuwr [ra.yily Vn�l.fn4e �!Vahr 131 11244.17.I9 4'-12°VE rrAbMIFF1141mitPlug. 0141 la PA k t3S U241-1 M Ae 11a1L Iluv o d1 13 SY 99 .139 11241.1106 1fi"Pminljrp Phil 0341 14 CA 140 ON11206 If"WmirrAbwminmTmnt Flag W 41 14 8A L41 UN1-1300 Room vaC"µ„4�u&&Gavar Q2dlis I.F ILm L42 M I.M6 2"'L;Wf 'c Mili11 QJ.dl iS $Y 1$37 14- [IN 1.11t17 RcrwYv 6"Wmu Val%z (ML11 1-4 GA 1 144 Q241-13UD Rutllnv2Ia-Willu'V1114L' 024114 FA 1 145 0241.43M MYR -IV'WAIV YAW 024114 to 2 1 iG 92 41.11i07 Rer=%T Q m mle wpicr va141 H.a 1 14 FA 2 I'47 ONI-111U YLGh4w Y11ia Hvj1wkLb 1*2 41 14 Pro I 14E m4 l 3015 a mr uka 24,storm k.mc l��#r 1.1 L:>= 7.1 149 KrEki,a44F raru�a S�nMuo Ni}7 TJSZD 02 ph 14 BA 1.50 ONlAGN ItcammI1YCwhIrdat-1xWT 0.4414 EA 1 L51 Ingivim $4{'Fra1FFT 111000 LS I I'S2 31 vF.Cri132 M-12'TXec-kmdq,ml ]7 10 M FA 17 L.53 3 1 FWD Iill IT-FR'TrcaRcmo r 11luM EA 5 454 31 JTKG1r14 Lm!-v 4'Trm Rrrmzwn6 11 Ili 6p EA, f L55 121-OLOL Midnalflod IN&w1doll Iq Man 3121 IL CY IA! 1% 121 j 4dw i1 L mf! I 1 34 Fm 16 1'$7 MIAM2 8"LmcTrralmenl 3: 11 7% SY 811A 154 3213,1J3U3 2'Auphali Pmv*mcm1Typu L1 32 12 16 SY 2804 1$q 32122-005 r A 5plkiL11 Ent.Type 9 32 12 16 S V �3fi 14 37F3-0 435 1U'L'anciriePiLvomrnt[TTe 32 13 13 Sy -166 461 �217XOQI 44SIl]iyu4rMMIrikui >`rAS(W) 3211�b [IV 226 16� 32t7.11942 4'P-omn1 Makin 11AS 1- 32.17 33 LE .46G la3 ]717.001 24-LA1)PvmniMuxkip�MLA, ;W} 131723 L17 34 T164 .I217-IM J.,jLe.I.agoerl Arrlmw jxIIM I L} 12 1-123 FA I -I 165 3317-10;44 Lam,La end Only(7xDU'F,ry{} 32 17 23 FA 3 I GG 7231,0;1 1 lwbod Wire FrncA,MFLA RM5(5 Wi rO 3231 �6 LF 304 ILSVi 3291-MDO To oil 3291 14 ['Y 33 L66 3792,114160 Sftdiffl�J,17&umLdQ11 32ftIJ SY 17#1 1 I+4 NOT 1 ISM 33114 12 �-S I m we W o e.gem-l`'..1_ NOT LT5P'1!F 33 04 3U LS 01 I.M.WN Fro H5ktrnnr S1enr f.tIerinlun 3305 14 EA 2 172 3305-0109Tnaaw4:aCuly 33p5to LF 734 173 3305LOI I I Valvc— lox Adjlai1leui 33 05 14 FA 6 174 1311,0WI Dmc111a Ilun WOW F41114 %wiRrimirH y;L 1111 Trim 4,56 I'J.ti 33.11-01(11 Ow PVC Wnlec PlIK 33 11 12 4 F Iu [76 3}11-0461 U."TIVC WaLu Pi r 33 11 12 LF 60 177 .1311 0261 8'PVC W 111cr Pi }1 11 12 11.F 9.) P9 33 i2MOI Fmc HyLirwc 33 12 40 LA -1 L79 3311.11117 L'onnmli rim luL•;xhHTF��I"-FT'WaluTMnin 31 12 2) G1A A tiff 3312-U114fi CaruwcrLam to FNiating 16"WaLor Mair? 33 12 Zi 2 IAI 12,3002 A"Cale Ynlvc 33 12$FJ FA It 1-11�,3m 8`omm Vuiwr D 12 zU I:A i M 3-112.3N5 12"Goer Valve 33 1730 VA I 15� 3z49-5001 1wi-orb I1kirl 33 49 21Q EA I rep 1441 A Ml fuanMJlaMmil Alms wyan 1.nmi d M ihimi('14y 5,ld. 34 41 �s9 [66 9r001).DtKK1 FWALI unikEN 1 7eoi M G.% 133 197 119901Mkltl Type It Curb-:rxMT TAIMT LF 78 188 .M99,0w T e 9 C-mt a Ciw4rr-T-001 TwpnT Is 20 ruTY UP rout WLRH Irxuwdwu[TIC h1 a S1'J4JGr u coW m*mim+SptcuicA zigV mmUMVrx i'IRy 4J IM F.M i4JI AItU C0411111 M431L111141 pi M41 i7_bb 4.413 M.1%1.1 Elld Pn N..ilko,kh. 6 AIId-1111w3 utl�: ,I I3LD a'uoiwP.,v 51MCTION 00-42 43 PROPOSAL FOKM UNIT PRICE BID Bidder's Application E'LujwL ILi'.hl lulhrmil iwl &,7r��ro I� 1u nrllld Hrin 0&&t iklou 517rLI5�IILImh 4Ji1�1 LJ ULf LInLt hdif� Nil Vuhjl Na- Se,•L m Nu Mearare Qumidm} fMS7 $944,0 UO lfi"AIVW4,C9n5 FVC WnILrPi r 33 1171 LF STD l40 9xJg.[I[II1U le"AWWA ESIWIerll'Vul}7,biLcei B SS 13 1-1 GA ? 191 fY19%COW 'Ekd-Commit Vail hmJud CwL(rul Mul 31 39 00-er 5F 1101 14Z �.1az,alpw >�wra,rl� ww. }1Z?23 VIC M(I 143 ?#akmirll 7t7n arr 'he tiL Prela Jte alr Luvi im I SS' I Id §USTOTAL OMIT o-m-F nILEA13 1MPRCIVCMEMTS Old Smornuury f1mm-mu LIN.IFr I-MVimc;imFFrkuvr.mFN,rs SIf.F10b,{I 4NIFz: I'll irT'v In1ikl nOV??oF,NTS LIMIT 3-PAVFMPENT MARKING AND 5EGEYAGF.rMPROVEM EMITS I!NI'l -I-N11L19'1-I I1L1I114PhjrM1"AlPVI.MF.MTN UNIT 4-IN17"I IM!'k1JVF1.47I-WTS trNiT6-MI'UILL ,Ol.M11ROVEME-,Nrs TOW URN'8141 SS�d,�Oo,Qa �4HornrLe HM I al id Ahe i-nLdm Mil Ocdvirlvu Aherpip1rr11C71 WILM Ely1111r117tAfty m7A111 IUII Addldve ALermaw fi In TaLld AM1.41w Murulug VU TWA But #55O,UOO.Da EN1)OFseVMN crYuf:FOrrrwCjrL7r1 7Ulfbm Yuu!aJW,ficioI Turn Onvied Ift"IN 00-11 un%q1 15 M 41 41,11011l4:on W$17,as)f I1,Fi rmj and Wuntligq...nili�ud�w 00i�143 - I ALgrenmeni Fine 1 al'� I SFCII'llON' 01) 52 43 3 THIS AGREE F ,autbori;ad on is made by and between the City of FDIth 4 Worth, a Texas horne tldE niwiicipality, auting by and tlu'ongl3 its duly authorized City Manager, 5 ("City"), and , 6 aathorazed to do bnslness in Texas, acting by and through its tidy milharixuld Feprescrientive, 7 ls"cantrabtoe'). 8 City and Con tract�w,in cons idorz4i6nofdtcn)WuaicovenwMherei alirrs�foTdi,4grcuUfolrlo s: Artiele I. V4'C1It)lwC 10 ConLactor shall Wiuplete all Work as sptciEed or indicated in t'he ConAraet Dawumbnts for the I I Project ideutiffed herein, 12 As-WIL,2. PROJEC 1' 13 The larejL—et For which Lho Work under tL e ContLaaI Ducu enrs may.he the w�al.e or.enly-at part is 14 geLmrally do erihed gri fo€lnws- 4'5 Timberlrindoulevard, Phase 3 .16 City P oject No, 02288 17 Article 3. CONTRACF PRICE 18 City agr s to pay Contractor for per'f`ormfince of the W6rk in t vc ordrmee with the Contract 19 LhaCumehm an amount} iti uurr nI Nnds, of Dollars -a0 (S ], 21 Airticle4. C,'{}NT A.C".I"rINIE 22 4J Final Aceoptanca. 23 The Work sliall be eompleLe for final AcLeptance wilhiu those days specified herein of ei` 2A thr date When the Contmut Time commences to nin, fls providod in Paragrnph 2.02 of tho 2"i General CondiIicros,plLis any ex'tension thomofa3llowcd In accordRnce with AFticle 12 Df the M Gunuml Conditions. 27 4.1.1 MRe,;wT F;. The Prgject will ]atrve Iwo M ilestones used in determining Fins] Auueplatrsce. 28 Timbcdand Boulcvwrd from Pi rk Vigti to the HtrvcLa Qik5 Drivt mcdirz op�ming is to Ixi 29 complete for pubtle 'we witliin 3110 clays_ The T]triberland Rai Irgad arro'�sing and pal 0Lbtn- 30 aspects of the.project aid to be complete for Final Acceptance wiiliin 550 days, 31 4_2 LiquidaLed Damages 32 {'.oaf Lractur Etcogui}&s thfat lime is Uf eh' ee Nenee for winpleL un.t3fiti+iilgslUnf%and City+will 33 suffer financial lass if the Work is not tiompteted wiOala the Emos.spwified in Paragraph 34 4.1.1,ahove. The Contractoy.also recognizes the Mays, expense and difficulties involved 35 is proving in a legal pmecading the-actual loss suffni'ed by the City if iht Work is not 36 completed on time, Atctirdingiy, i.nstund of requiring any skith proo-T CoDtractor qrecs 37 lhat-ss liqulc ted dEi ti tbpz For &lay (but not M-a pernalty), Con tMetor NhaII pay Csitj Ong 18 ThULUM1ld,Thr -H"ndrerll of tam(S1,3011,M) foretichdg that uxpiiv:l afluri#ai�N4J le-Ito O-C I Lirms Lgvciflud in Paragvaph 4.1.1 Until Lhc Qty iS.Lx''3 III w1iarki,1`inikI AcccPIR11r�, ciTY of f uitr WORTH TdmbarJend Samlevard+Phgge 3 �TJ4foiWA D CON$7'JRt-1C"PIQN.qI"ECIPJC;ATi[3hf)QCUMFNFS Ciw1'rajour No.42U8 netilxcsl tag 1l it PrOYor'.21,11! 00 52 41 f. �$LL'[[I1CRt PuKe 2%05 40 Artfele 5. CONTRACF DOCUL)UNTS 41 5.1 CONTENTS: 42 A_The Contract Documents which comprise the et lim- agreement boween C 0y -and 43 Contractor concerning the Work corisisI of the fal[owing. 44 I. This Agreement. 45 1 Attachments trt this A reement: 46 Bid Fprm 47 1) Prt)Ix-)sal P1} m �kk ) 1{orid r(:orriitliitnce to State.dew NL)ji-ke.9ideau Bidder 49 3) Nreyualifscation Ststeirxent 50 4) S Late.and Federal documem1sq Yoh' 1 3pecilk) 5.1 ia_ Current Prevailing Wage Rate Table 52 C. I11Rur�nee ACORD Form(s) 53 d. Kkyment land 54 e. Perfortuance Bond 55 f. M14liteumice Bond 56 g. tower of Attorney for the Bonds 57 h, Workcr's Coinpenitaticw Affiditvit 58 i. M RE ancVorS.B1: Milizttion Form 59 1, Gcnrral Con di1-ions. bQ 4. Suplflemrnttiry Conditions. 61 5. pe6r]Ql{[iolls spro1fica1ly etude a pDo of the Contract Doe wneam by attaclunenl or, 62- if not mwLt hcd, as im orporawd by ci.ferenQe anti �e.9t:xii�ed in lbe Table of C onle.ots 63 o1'thc, Prtijeot'9 Contimat Uoerrntents. 64 6, Drawings. as 7, AddeMEL. 06 8. Documentatioa submitted by Contractor prior. to Notice of Award. 67 9. The following which may be delivered or issuers after the Effective. Date of the 68 Agmernent and. if issued, become an incorporated]mT1 oflhe Curitract Doc Lunen ts: 69 ri. Notice to Proceed. 70 b. .F'ieid Mders. 71 c, Change Orders. 72 d, F.etteiui'l{i11aIAc egltsnci._ 73 74 Article 6. I_NDEMi1 IF]CATION 15 b.l Conti'aatai' errscnsrnta rind agrees to Indemnify, ttoiii it wa,yle rtnrf defend, nt Itx +}wet 76 expense, the city, i" officer;Y, Ireil'Ants and empliryeei�, Frunf itnd apiri,lt ony anti all 77 claims arising out of, or idieged I-D nrAse otit of, Hit worrh and seryNes 10 he perl�}rmed 7s by the conlritutor, Its ollffce.rm, agents, employees, trubcontraetan% Ree:rses or lnvJtees 79 tinC]cr this C0111ract. This h3dei1tuifkati0n proilsion is specifically intended to operate RO and be effeelive even if it is alleged or nrUVCH that nlJ or sonyc of Me dania2es bell R 1 saught were caused, fu ►vlrole-ar in part,by, any act, omission or neglizence of the city. 82 'I'Jsis indenynify provision is Intended to include, Mthnat Urnitafiou,indemnity for costsi 93 e111e11.2%rr<and legal fees incurred by the city in defending Fig ainst ouch claims and cnuseS 814 of aUJI531s. R5 t'n,Y OF Vojer'wC>m Timtratnnd 33oulo9o[�,.Phoge 3 31 NDARD CONSTRUCTION.SPECii11CATION bOCUMENT5 CGty FNICCL NO.I12*; l.kenerd for this Project 121.19 0[i 5943-3 14Rroenfenl PoKc 3 uf5 E6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expensc, 97 the city.its rrfficers,servants and employe-es, r'rom and against any and all Jess, damage: 88 or des tvuctiou or property of Ilse oily, prising out of,or vllegLA 10 ari5m oil of, the work 69 and erviettt to he performed by the eorttraetzw. iui 44ficern, regents, cffiployee� 9t7 su heon i rwntor�,IlcemseeN or Invitees under(WN cwtiract, `_fIkiS irkdrr311tiifLatiOn prc►vl!1JGt1 4i ias..sp�,lliea]ly intundt,d W timraIL aaad hL tiffs+dive Lyen If it ICI aIILy-Ld yr 11U4iVVF1 that aIL 92 nr some; of the dam aces being- stsughi mere vaused, in Nyhole ar In [kart, by aaati 9.1 umfsaioit or nealizence of file city .94 95 Article 7. NUSCELLANEOUS 96 7.1 Term.q. 97 Te1Yns eked in this Agreerraent which are defined in A;t L,le, I of titre.Gelar;ral Condit]oim-wilI 9B 1_tave the nleanhips indIcated in tlic GP-neiml Londitlon-,_ 99 7.2 Assiprumit ofContitat- 100 This Agreeoxeut, igcliiding all of the Contract Dot um--pis y not be assigned by the ].tit Coniractar vvitbout the advanced express writteu can..scut.of the CRy. 102 .7.3 Sutuegson 8nd Assigns, 143 Oty and Contractror encla binds itself, its partner, successors, assigns and legaal 119 Mpirsentativos to the other party het-do, in respect to all cownanlff, agrcernel�4 ;Ind 105 *bligations ctgttuiracd ill the CJ)nLf�et 1lcx:um�nts, 106 7.4 Severability, 107 Any provkian or 1}Hrt of the tAoaatract Dnew u:ra z� held !o hr unconstilutional, void tar IOR utkcatf4rrcV_itblc by a Court Of' cowpetent jXu'iiti.Iicilon ;;hall be duemcd tiLdr r_n. moil W1 109 mimining provisions slmll condnue to- be valid and hindifig lipon C1'1'Y and 110 CON lCTOR- 1 l l 7.5 G oveming Law and Veaiue. 112 'This Agraumfs net, Ina Wding all try the Coritrraci Documonk.� it; perfurTnabit; in Ilse Stale-cif 1 l,3 Texas. Venutr shall by Turrm County, Takes. or the L:nited Stales f.7islrict Court for the 114 NortfYm Nistrict of". oxas, orth Division. 1 I S 7:6 Authority to Sign, 116 Con tractor.ghaII attReh c:videnec orautherity+ to sign Agimetwit iI'sigmi by Some=otbor 117 tliau Ih1=duly xuthurfzncl t�iotutory of the 4ontr7i1:t4k1'. 118 119 73 Prohlhition Oa C` mLrar1�; W ith Cornpmiies Boyconin um 1,=61. 120 Cq=uctr3r acknowledges Ih al io accordance with Cliapter 2270 of the Texas Government .121 Cade; (he Uy is prohil jmd from cnwring, into a contmoL with. a com aay for goods or 122 services miless ilia contnarf contains a written v&lficndon frdu the cumpaay that It' (1) 123 dges not boycott Urael, anal (2) will not Say colt Israel dieting the ten'ra of the eontrw t. tTrY Of i'URT W0 1Z K 1iavlherlmd Acm1arord,P111tlo'' TI'ANtrARr)CONSIALI T'ION SPK-IFILrl7K)rt DOCUh9W S 'Qy i"*I tik,W-M� H rViNCLI fur ahis Errujsca 3_71.N �LI[rKemenl pagg a ors 124 'fire (c s "hgycm IsnitI" and"c:umpany" r;halI hEive the-mewiingA ascribed io thane terms 125 in Section 909.00J of the Texas Govenameat Code. By siguing fhle rowraa. Courrucfrw 126 cerfijie x ffiaf x g+rafrere provides wrillen i eifficetfrrrre f) fhe Q11 that 127 cuelyrucfur: r.f) elrres tuN hoyeaft kruel, awl(2) will min boycott ftravol daring she fe'an ref 12$ Nye Vvutracl C29 130 TS lTmnigratian Nationaliky Act, 131 Contnlc10F Altill VCVify the identity anti emp]ayrr ellt I~li gib iIity of its employees W11.0 per•lorni Iq2 work Under ihis Agruumen1. iw;hiding uump]elarig the Lmplayment Eligibility Verifioulion 133 ,Ft}rm(1-9). tIpoll irxlutw by City. Cull wu�tol..4hAII pmyldu City wi#li copies (11 4-111 1-9 16rm 114 #LTIKI Mlptic)rlIng c1i8ibiIiIV dcIt; 9IL:ntali(in rot each employce who Ilertoi ms woflc under this 13S Aplt=10-ttt. {;tSrrlr�Iutcrr small nclh re tc) dlj Fudcr=ll and Stake Ira}vs :TS well ITS cskahlit€h 1.16 appropriate l)rocedl,TvZ�grad eontrCF3s so that an sc:rviues wl l l be per-Funned by aF3y Contmctor 137 empinyee wbo is aw legally eligible to pc( oritt surly strvi. e , CDONTRA.("'IOR SHALL 13.8 INDFMNIFY CITY AND l-i(ll.J) CETV HARMLESS FROM ANY PENALTIES, 139 LIABILITIES, CAR LOSSES DUE TO ViOLATIONS OF TFIJS PARAGRAPH RV 141) CONTRACTOR, CONTRACTOR'S EMPLOVEES, lJ1I 0 TRA(,T ORS, 141 AGENTS, OR LICENSEES. City, upoe written notke- to Commelor, aba11 ]lave tltc righl 142 1ta inilix;diately terminawthi8 Agretn eni rur vinlatiflns of this pravi;aiou by Colltraclor. 143 141 7.9 'No Third-Puty Bcneticiaries. 145 Tltls Agri~ernent gives no d glos 6v benefits to anyane albei r than the City ring! ih'c Coniractor 14'6 and thuru ate no lhb-l-party hwiefi6aries. 147 14.8 7,10 Nc) Ca of Acdon Against EnginLer- M Coo its mjbcoiktra(:tom and egI]ipPmEnt uttd illawdaIs wilpltas dii the PROJECT or tlteir 130 :Ttrmdes, s13a11 ruaiatain no direct action agaijiNt the Dkinecr, fin offiLx s, employ{cs, alto! 151 4ubeoixtluelnrr",fur any oIaira ariAIIg-aui Of,ill C01I11r6 iOrl With,cj`ru2�Iing fmrri tlrr:c ngiiwco 11g 152 services pnfonued. Only thy:City will be fbe benefitiky orimy ttudertaking by tCte N,t�gincch, 153 The presence or duties of tlae Engineer's petsnnnel at a corlstructioil fiite, w lie tlTer tis ()Ir•sIIC 1i4 representatives yr otherwiw, do not maker the Enginc�r or its pelsooncl in any way 155 respanslble for those duties that belong tc, i lie City iind/or the C;ity's construction contractors 156 or other entities, and do trclt relieve the curstructian continctais or,any other cnli#.y of their 157 obligxliums. slTrties, and ru-sponsihilidvs, inc:loding, Nil not lirniterd to, all t;vnsiruction 158 metho&, reloads, luohnigw-s, sequences, 311d preceduie-s for room nulling and 159 complei irig till purtiuris crf he vonskrnetion work i n r cuorrdance with the C".outmct Documents IM) sited troy health or rCty precautions r"ltlirecl by 1e.1g11 CtIMStnitrkir3n Nvork.. The Engineer. ,•end 161 iIs pe .onncl have na aulbority to exc:ri.zjse any con truI aver any construction contractor or 1.62 otlxer eTstity or their .t mployees in eaanpctinit with t, e* work, or fray boalth or fcty l03 precaucians, 164 165 SIGNATURE PAGE TO FOLLOW 16 CfTy'OLM NO1#1'WOrt7 'I'tmbcdand 13ouln%rd•Phnac 3 STANDARD C.-GXYMI.MTIOti 24;FRMFICA'IION L)r)CrrMFN7S £'ity1'rcdecr Na,02298 htc43tuad f r IWo Proje'CF-3,2j-IQ qww� (103241 .5 Algrccradm i @'nge S of 5 167 IN WITNESS WHFRFOF. City and Co titrau6r haw"uh r:A(6uta~d this AgT6-mcni to be effective 158 u&(if Ihu data subsedbe d by thka C�ity's cfegigr�uted As�istaul City'Mailager C'Cffectl�e.Da€e"). 1.69 CcntmdP City of Foci Words � ��� ate' r r Susau Alauis I3y: j Assistant City MiainagcT (S igua€uraa-) ,74qA PVAI� Attaqt TriuLed Name City Seerntfuy 'nue; /;f ,7 r (SP,41) Address; / A� l 11 f . Ivi,&:C �J Dam 7 5 0 Fora 1295 No. "-iky/SEatel;Crp: eontr4ot COMPli$nee MAnagt r, 13+y signing,I acknowledge. ffiat I am the person Y. responsible for the monitoring and Dale sduzinistratfou of this contract, including et3suring all performance and rupovdng rafquiremuinN. Mitch Ai ton,RE, Senior Frgject Manager. t Appiv,rud as t« Form and Legallty• Dougl m W. Bla.ok Assd5t$lat City Attomey 170 171 APPROVAL RECOMMENDED; 172 173 174 Steyr Cooke. eke. 175 IN'17FRIh'i DIREcroR, 176 Tf�importatian aad Publir,Works Deputment J77 Cr"OF FDRT WORTH Tini�erluod 4miluvwd,l°Iw:Ip 3 FI A N OARD 4,Oh s-M UU-17ON".9f1BvTF;7A-RUhI TjOr-- mLrKT5 City ProJect tea.U-12 S RfwiKed fer ilkii irrmJNr,i.21,19 CITY OF FORT WORTH, TEXAS TRANSPORTATION & PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 To the Specifications and Contract (Documents For ARTERIAL! ROADWAY IMPROVEMENTS TIMBERLAND BOULEVARD PHASE 3 City Project#02288 K-2626 Addendum No. 3 Issued: March 29, 2019 Bid Received Date: April 4, 2019; 1:30 PM This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original 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 Arterial Roadway Improvements, Timberland Boulevard, Phase 3, are hereby revised by Addendum No. 3 as follows: I. Construction plans are revised as follows. Revised sheets are attached to this addendum: No change. IL. The Specifications are amended as follows. Revised specifications are attached to this addendum: On the bid tab, the quantity for Item 36 is revised to 4300sf. This item shall be measured and paid for in accordance with Fort Worth spec 32 32 13 section 1.2.3.a TxDOT Standard Spread Footing Walls. Measurement for this Item shall be by the square foot of the front surface of the wall. Unless otherwise shown on the Drawings, measure area from finished ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). This Addendum No. 3, forms part of the Specifications &Contract Documents for the above referenced project and modifies the original Project Manual &Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information at the following locations: (1) In the space provided is Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "'RECEIVED&ACKNOWLEDGE ADDENDUM NO.3" A-1 ADDENDUM 3 Timberland Boulevard, Phase 3 City Project No. 02288 Include a signed copy of Addendum No. 3 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 3 betow could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. AWY RECEIPT ACKNOWLEDGED :a0•••' s.ssss.ss..11e•ssa.saalM MAUL J. PAD i X! fill Paul d la, . MCMAHON CONTRACTING,L.P. Com an Attachments: Construction Plan Sheets: Specifications:00 42 43 A-2 ADDENDUM3 Timberland Boulevard, Phase 3 City Project No.02288 uV4-%43 W[7 rrmtvnsalL SEGMN 04+42 43 PkO*OSAL r-ORM UNIT PENCE BID Bidder's Application MojecLhanhdau ador% L3irkteCsPtapaau1 lii.11is=IILM lksrrlllri�l y` c4f-ssllrlon Unkur Eli L1u1tl'riro rld':hlcre Nt SoctivaNLL Meagwe rjuamuy 1 hialdlC,uctlasr _ Ls r Cooelr,IrlioolLlloauncc. US I 3311p� S34 -W 3 413!t 111411 RnilydUd Coao-dliepium Alhirr uc I}1 33 13 Is [ $W.OGOJDD 5519 ilUllAI4 4 11111MIJ92 RiOlrmidl 1r1n usnrl AIlnwause 0335 13 LE I $200,00CLOO $200.01141flo S U41.05nu Ronlavcrroce u241 1.3 LF 394 5 13241.0Kll L3mime T?."p Rap 112 41 I1 SF I817 7 DA I"LOW Romfou Coot Pmtt IT)41 15 Fiv 552 8 Q24 3.I)LiJIdF 1Ie-wa4r Wail--4' iU 41 13 LF 62 9 irsd1.1Jikl ArnwaA mbP4mbpg O2,4113 SY 2571P IQ (1241.3300 3RermvnCaneCkLrb&Ourlrr 02.11 15 L3; ItiG3 L1 0241.31JI5 Renusxe24',SrOrakLLw 43,11 r-1 1L �1 13 02.4I.-MB 2ewuvc19'SlurmlIue q;a1141 LF: 74 L3 014I.-IbIFL RuslibW iu'('UrbPr&L-Tnx)T 424114 €.A 1 14 4NJ-.L4V1 nemntwu Hmifwalis 1 02 4t 14 LA 4 15 3130AJb1 51RirGlcarin 311000 L.$ I 11F 3111).m02 N-Ir,rtcck=L,.Ql ,a rilrlu tin 3 17 310 103 I Tmv Runayid. 31 1000 EA i LA 3la'U101 Llndrh411'aud Hxraenrki by Plnrl 31,13 16 Cy 4%.550 19 31e3.014?3 80awfw by 11lun 31 2313 C3' 5100 :R1 3125.01dil 5'd4'YP 1itm 3t25do 1.5 4 21 UI J,RiM H zlrwcyJ lime 37 11 T9 TIQ }LHl 22 321.LO W s"L Lme heaum-et 32 J 1 217 S1' I R1filSil 23 321#;1)304 4"AapL1)RI Pw4kmuhy Type 13 32 L 2'If, S Y 7J191 -�A $21.050o 5"hs hah Rayc Type 6 32 12 1fP SY 573 2-5 370.0105 14"Cmawrn Pmamrni(Tsl3Or) 37J113 41 -2185 2fi 3713 0101- LI"QIdiv.l YFUL 521li Il x)' I2.%L 2-1 3213-0302 3"co,Ir 5ldnvulr 32 13 21) SF 2304 21# 3�13"4509 Ban leFlmeHanipr r'ypa P•1 LL]S-I11) 32 13.211 EA 2 29 321 AI I)i V'Cpr c i-sub anill Umner .12 M U Li.- 3530 }Ll 32M.0102 7"Colrr Curb nridGrAler 3216I3 LF 1898 t1 217.43d1 R"w e4*I'tw MEL S2 1+j I I r .502 32' J2A?A7Z?' 1(i mk1wC Iiuiavd MrrkeF �2 3 7 k3 riA 821) 33 ):1 A 02 FReiwvr.Lnnc Lppmd ftr w 37 1723 EA F 1+1 1'174404 Rr-more Lnnc Lr gend.ilnlr 31 17?3• EA 3 I5 M2.0100 Orm NL4'Wn11 will)Sik.wuAh.FIlic l2 11 1 t SP 9111. 36 :1MI)IO TxUfltSid 1�m Wall-R35'I1L.)C 32 32 Il SH 4344 37. 3291,0WO Topsoil 1391 49 LY +� 3�F. 3 171170 IM11A!iod J'Iac4nrn1 3297. 13 SY UP)T P92-041Jle SoaL1nlF.4J mhalrr l .32 0 13 Sy I GWI 40 344J AION ktLMDre Si 1'.unrl and POdL 3d 41 30 EJk l2 41. 9'0.13Lt4F: BurrLmdes,Sigw end Trnffio-HeladUg 34 7 r 13 LS 1 42 49Li1'J.WJLi 3"(:we FLJP Tur; TAVOT SY -5} 43 999g.mo1 1,.JlIL]WI- FY7311L gmlj TIDIF u 132 44 3471"0042 Poruditu MrisoRe!1ip{t i1gp1I Fih'a kkvL l) 1473 1) WK S 45 Jti12.UK1-4'Av1'Ielt BMW T qICB rafDJ hluri 32]11ii SY 1CIOrl, 46 99!rq"nnQs W Ty1�-11 Curb AV Uulter-TxWT 1'xl rl?7 LF 874 47 1 alNJ')"iW Limeftimr Cfihm n'r turgid 4-L'Gnicecrn mLdiun 1 33 11 20 SF 4m17 5111MOTAL UPiJ'T I-pA%rING I1Mi16k{?YE(M ENT,15 SS R.UOU,Qb CITY Ur-FORT 14ULLJ1 Tlwbu,- IWA Y11M d STANDARD Wh-91AU-I-rdtiSrWn1r-AT1[1NArk'LTtWM MINO M Yuin,Ik2%hdZA1#61M 00410]_01141u_ID4341_caa>A7-dJO J_uo-37LJ_HKOpy6ww1,v(wOinok_/UIL4'MLni3 un d3 a3 rq.2a1] SEC:nON OD 42 MOPO AI. r RM UNIT PRICE BID Bidder's Application Pragil Firm Inroimnlim 13%M4ee.i!rpoul [i1+1h Ilnm EgNcJflcwiuu kDmll S1f #lid N4_ Dtmefl;aL k 8tMi Lrt Mu. MPONW2 QudWKy unit Prk t liLd Vnlue 44 3305.D1W Trcnrh SnFoLy ,13 r1S 10 1-F '195 49 3341A103 Ir RCP,Cbmi III T3 41 10 LF 10) so 334J.WAJ 21*f1.CP,LUm!k111 33 41 10 1,� 2J4fJ _ 51 n41_41Zi45 2A*Rep,CIee11 III 33 41 10 u 2r#1 52 3341.I 101 42,Iaa11 QA"4TaT.>'QT 13cm-Evr.md} 13 a1 10 LF 67 53 3311LLJPI bXq 1113x CL11vcn S3 L11 1CP LT' 154 a 3349-r lkt lixudmu nmtCulwrilJ1JDO TPti1"Nrid1d 334441P S'Y 47 53 7345.toi 4Coud-m41.I1LA Cwtv=L T voJ.ew SgimW-6 W14 3J.19 40 CY x0 S6 3349r4 103 ]J3'SET,I ' r- 33 44 0 FA I 57 3349.4105 34-SET.I ' e 13 J4 44 EA 7 59 33a4.PNJ4] ]R'Ribu 9Lx11hIct 11 AY 3fl EA 0 }144.6QrJ7 LIV Ihm 21uk1 13 44;!4 F.AL 4 F,,(F 9999_CO36 Spaeltkl 91omL k]idu MmdwhJ�Coluhlnnikwi Bo-ti'&Pip,ElLMn 13 49.10 CY 25 f J "1 4.i1fP(PfP Type 1'k2 ilmmEmii 17xi 1T) TtDOFF I-F 95 R 9V)r4-QM Tca1-1r.'unLT1;49IiMA Urlluim CEInuul Sio1 31 37 2w 5599 63 33J 1 W53 JS'DIP Water 33 11 J11 1,1, 1i0 64 N(VtUSED 331 -5. 6A 66 331?b MP3 V F11uw.Qrr V1e1+ie 33 13 60 EA 66 J311,13Up1 i3xd]kimwLerII!5 S5Yf�2CJLhllS 731111 Tao 0.41173 bIG� 991P9.014611Lwrku 15 I SUEI'.LY3TAL UNIT 2-Ur1L[TY IMPROVLM"Isi (17 3217,OW1 4"ST..0 Pvnit Moh ing 11AS CW) 32 170 I.F 44�7 hD 37.17_i)M �"Pvon rdwklng HAS T? 33 17 Zl f fi 1502 69 I213J5W3 A'SI IS L Fw11L M4nrlsng SPA;+I_v.,1 32 170 Is 5249 70 J2171�dP1 JrSLDPvnuMaTkk1gIJAS(%V5 12171.1 LP L259 71 1317.C001 17"51.17 P+nu'Mutking J lAE jW) 12 i 7 2-1 LF 121 72 3317.OW 21'SLaVvmc Mukbug HAV.1W) }31723. L.r I 73 31.17_ClT71 L mtm Lm1 cd RR 32 17 21 EA I 74 3317_LU(12 L1hn Le J1lLVW{7 Sp T j 1 32 19 a3 �A I d T$ J2J 7.Ri H i.atm Lm&md MLy TkDff I 3117.23 Ee% ]3 M, ;37.17.TTa7 KFTT.6apedMngiet'tV I.0 S2Iy2-1 FA 27 77 }217-'71(M RF.J'E Rwa x i MmtLT TY I I-C-Tt 11_S Elk 1 S� xi4 n17_un nF1,xm6ced PAIL 1LLL'CY J1-A A 17 J'-zy F.A 11 7) 3441 .11M FLlroed VtcmLL11 Alma Sian Gmurd D&&L-Oky Old 14 41 10 RA 19 ar) +3404-0 00 IS'SF D Pv.mw h9m1kimp.(W)I It'Ta13, I2"Gap) - f-' 586 H 1 g4silP,tlUOu 48"'CO14 7'riunglr-I ti4'7 - FA i N F-RTWAl,T.JN T'3-P+'Lv>4haENT NIMI .I.NG AND NMNAi IE 11r1 P%LbVls h9j4 t:S K 36Ua .Q I C I L•II1L]L81L+4Uta1l Ekt.SOLv?adcri 111 76 O5 00 EA I 93 71AS.:lub .2"G)NUT'PYC.SCH 19D M :AS IFS 11 LF Sol is iG.12-5 v L%iiNrvr L'Vi'fd_H'1N1 CT) 7G05 33 LF 285�1 81 ;{,ISS,;Lu)1 d"l ONVT FV 'W.H 0 LT 15 63 13 1F 193 86 :144L.1502 OrMILHI IWXT* 13 wl 14 41 10 EA 4 97 3.1gi-120I LED - FFgturer 3441 20 F.6 zQ 99 3 HI-3003 R Ulm Amamb v'fY INWMAAum J441 20 EA 6 S9 344 L_33M Rhog Ilium FrilmmledluL Ty 1 34 41. Q EA P1 9-D 1.d.I1.3411d b;,2-4 Ouerl lat A61kis Eroe f nowh alor -W Al 20 LF 2tlit. fl 1#4k 3501 &a 51me1 I ' u Pore 31141 -�m BA 2 92 WRP.MdO TFrAC SfgT.YIP Ground Rm gM Dq-TxDOT) A 41 14P EA 'i 93 10b.(PM 'Emffiic SIpml GtuuLW HLkx(TyE.AS-TAGO 34 41 10 EA D CLTV Or[{1RLT wokkul iimhsl ImJ 911d4.19Nio; .ETANuAlmtN%MllpmWf e#trhF.C'J44'xfJfahLlmMUrALN1X r4weldi TIIr1ik Ru411p47L11 N113R im41 na 03 at J! AA a4d_dp 413f_Ol 442 mau-NWJ1Mpmd Warthual_hlldummil Cn)41:.O tlLd bthi ':�x,,kP SECTION 00 42.d9 PROPOSAL FORM UNIT PRICE BID Bidder's Application Prajc61 IWD WarinWiolk HiaJL1$Iy1t a1 W511111 Ilium I Ir.y�-ri]giou SpeciTlalvm Vim of #Lid Unit Niue KkL Vlduc NA 3cetluuYa h€oLaim r uu= S 131ITOTAL UNrr 4.S'1511:)N tl Ll(.IITI G IM IVO VEM F N'I S .)4 g9U9.OdOO T)r+11 VJLAn(1'ril'rlag 3ble�('a Tr1) a I G 20.10 T.F 12 41% 4900601)iAiR S3mp iTRI'tiiR 1%r P r3F,10 415 I173: LP 17 9fo 9449 amN DWA Mimi FMF flak)f4R 1rt1 41 D WkI IS 44 9� 77al1"111AIi1 C6ndL(PVC'1(Sr1Kf41))(2.' UI$20L4 LF 425 9$ 9994.i W CNidn(PVC)(Schr140)(20)( ) 41 A AMP k-F 2.5-0 99 +}439JWKPLI ['uriJr 41PVC){!ich3 40�(AH) 818 JiF71 LT 00 I XJ 9ir 9.WXIO Conde i rv(.r)tAild 44 {Y)illalrol 619212111 1.F -W 1.01 5999. 060 Crud+ PVC ISchd-a0 .L"1 Switm LF 47 102 99.79,051) COLU11(PVC) , hd atk ('4")(913rr) fie&-202S LF r34 1(33 mg-ODOO CLIuir aim)(2"I r,IR�057 If :5 104 094ilanli 01m CM%&f.,4 k.6)}i=11MO aai1 W9 LP 2500 10 9999.0417 1dse('wv4 tNQ-l I lInSldniec} 620 201111 LF 135f1 10G '1"T7`]"IMM Csruitrd fox Ty i82n2J oa'A r 624 2014 EA 3 I D7 9.999.400Q Crowd fr.4 ll'Y E f r-11317 'w o 624 2M f, EA 0 IfM 9999000 Me-9ev IT D 12O W11)060(N IS)ME)I°S(UJ -Ala OW4 HA 4 H19 9499.0000 Uea 1'iHle(I IN)0 082 300I LA 1-4 110 9999.0000 F1'ad k'Wn Cl2 W}{3SEC) 6922002 EA 3 1 1 1 99MODO YcIt Src i13 rN)LF D(Care Arw} 6922d2:2 EA 11 113 +St14MITO1 Veh. �cc 12 1 NJ LLD} ULn) fiA_i_t42i EA Fr) 113 S+41HF-cm VmhSFgSae(12f1E)LEiSiYa Am) Mv.:!fa2'a r.k Ii I 99CAAW Vefa.ia Sw' t�1hll lrl)(Yil) a .]'r.7'i FA 10 I 15 "9,IIU00 Yoh Si See(13 i`1)LED{Rimk AM 8S2 206 L'A 6 jib 9994,000'Veh Sig Sec T2. LED 0822027 HA 12 117 4H4l1,00na Ti-r9i Cbl;TV AlIJ1 A5L1 8 Camdr 6942032 i'IF 700 J in 4444,0000 'IY�rSiJ4 Lme .rY A+ I d AWC11(If,a7m,11'I fdid 2W4 0 3SV 117 0499.000I5 'l'ri'wgjchl('I'Y AIj14 AWO)(ZED.l ohdr) r-F4 M46 LF .50 UO wgw.1i1M1fi Ins Td, ' T] AM(5) I rlmr(24")(Li3n* 8Fb m3 FA 1 I21 TW9.01M14 Ios'I'rfS" Pi_h S I Ann 4H'1 Lum) UkC1 144 EA 2 122 %m,GIMLb-Ped Fula A,lua bi17_W1 CA a 8 ur P 111ki)Ur t,]M tlWakW t rearm W1 Cmbiji.di W Cr rind 12-14 a'.00r M•fS.Gnu1 rS I 124 9999J5000 Rdamy EltaukV Lhvt Iniffml — EA k 125 999Q-0000 1 OWMC EMOVacy FtMM 1Wd15 uepr WALA10 — S$ I 1 U$ 0590.0011n Plih if!f FT-anh S r&L 1151np f:cimntlmWm) — EA 7 127 99".0011111 Rurrmn Darling CWirnrFmin11nr1cm — FA I 128 490.mm r,Frlrkli Nvw Cablmel -- EA 1 129 JJD99-OD tF Rrlueatc EsigimV CnTkMki-&Obloe[Adii:4rhly i 113P 4997,OrW{_OMIL el NE h 1'13L is Ctd1 rolrer t ahiaeL Fouudaliue ... F A I III %9G.1R1(11 Im-1n11 h]ran:iw-1 R 34I — Ek ' 132 9999,1100P rm1A11 Ekremvdr.R3 h rMu R' 11 Tow QnTmiul On Mm1 Arm — FA 4 133 9999,0000 Immil Oacuudu Sip,iNu lfiulu Tum On 17uied OnP09L — EA L MA 7999-0905 facNuea umd RdxlLla ricwu i'rt riao 5 I mr — FA I 1RLrrynve11111 , Y14F 7 MrmewgTrp1 1'U'-mA41W%�I ,11Aw M1h%I Arrn E nlrnr ]&A) — E& 3 ill IIGVI!11mill Iralvilp h hSnik rS ri N JIJOIMM nind MUM Alikk +3UBTOTA1,UNIT Ci41PROVEMEKT% 134 0141-050u ik,rclwmLFmur 02JJ LJ LF 3N 135 02,L4,1000 1tr--gIBVo Cora PYR11 0'-+11 15 S'd 73 11i1 0?4T.Hlr1r Wn1vrUwQnYm1!V o2411} CY 29 i7rY 41rFPRTw0nTTI Tra,krr11m1 H14di 1'hw A 5TA KM1kP C-MU 7a11('r7pM MTC=ASr9M'b011KEWM. Cr^!fl2l" P4rnlArvl+ed 1010130 0041 OG W 4113_0If Jl J3_004117_0041 Lr_W M 1J_W,41v6"L 1Yw(c66n1c_hQaidom] on x7 d I DID M OMP4+;hL tlEnOK D4 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application VMHl , Iumt 1nro m lm T3irldtft Prs'P4ou1 Fah hi rrutp mdfk iml 4'r+IL id 19id ILPk lkleo @1d V861C NLJ. 41� �&MFOa ufl Nth Momurt QmtY 137 041-1318 4`-12"Mice Abundnmu qL PILIA W 41 14 EA 1 139 0241,11(1i113emumAisplahVILV 112.4t15 SY 0 1T) 1r6 IVPrEmimVILla 4)Z4L 14 EA 2 141) 9 41,1:11tr i n"Wm a Ahnndommcni Mmz a:d L 1.1 EA 2 kJ 0241.130LQ Ream v C*rw Curb&Gurlor W 41 15 U 10A 142 0241.1J& 2"Surfwc KUMig OZ41 15 SY 12�7 141 GZ41.13Li2 R¢rnaw 6"Ware'VaM 024t 14 EA � 144 ON1.110 ]qss MYe I 1WoLWi'Vnke 02A L 14 EA 14J 024i_1351 Sa Ib"worzvnlva e11114 EA 2 L46 0241-102 14 wwyc Culiemle Wm-r Vaulr it7'4114 EeL � 147 M41_njb Sujwa Fite-HydLlimm W4T I-P E-A i 149 Wil.MJ3 kill r 14" LLU 0241 14 LF 21 1+i4 4d.1 611111�4�wn 1 u1lw�klMleEFNGT USMD Ok41 Id EA 150 02dl,4Wl R.huDW IU;:imb lnkLTx11OT 412 41 Id E-,k I 15T 11111+11111 5-00 c("lin 1000 13 I 152 3J i(ILM2 V-J2"Trct Regwnl 31 to(In F17 153 11 J L)-Qla3 12'4 M—r z2 FuLt4LVJ11 11 1000 EA 1 J sa 31 10-d164 18-,24°'1`11`6 ROMOvul 3l W w IRA 2 1 yl 1173.11101 1Jrw1a&dfizW 14"oklop by 19m, 1113 Id GY 150 1$6 3711.dOr) HydrnudLimc 32 112r1 TN Id 157 32d I IM V l.Lu1a'rr mc,, q 32 It }9 -SY $RS J 59 5212,10+7 2"A! Uad I Pevmwkkl Type D 32 12 16 SY 261M I5!) 7.12-05-04 2nAmplrult Dow T eE1 3211 to SY J33fi 160 32-13BLU5 I(V CLmcrmc 13avcmens(7k347') 32 1313 SY 1oL5 1 h I .3217,OMI I"SLD Pumeu&IiuMig;HAS(IV} 32 J 7 J IS 7-29 162 3117,04W 4"PyJ11111Makiqq FTA23(V) 32 1723 LF 4" 143 32 t7.Ct341 24"911)Pu11uLL'MaL# Ii!AF 'WJ 32 17 23 LE 39 1Fi+1 1217,1011p him LA: 1diAmw I - 371711 EA 1 165 3217_IU04 L is La7red 0 O'xDCFT'ry 1) 34 17 73 RA 3 kfi(j 323i,I121J 13arbcd Wire Frum KcLnlTlrmr(3 Wirc) 32,31 26 LF 1" 167 a7$],t3100 Tr. erdl 32 91 t!� CY 31 169 32J)2..Q4QQ SeWing L1 romoTch 329213 SY 1741 IV) NkTr USED 3104 12 u Lan19,94 0 1114 NOT USED 33 Od tk3 LS k'+I 33-05.60h 1'irc H runt Stec Emkosirm 3301 14 J A P M 3,W5.01119 Teunch Sarxig 3105 W [Jr 73.1 �73 3M5.01I I Y111wo#mftuPiLl15p; 33 US 14 EA 6 174 SM 1.00(1I 21l nilo Fran WAMr F1rt1Hg5.WrRe11rwiM 31 k I I I Ton 4.56 kn MI I.ID161 v"Ievc Wblar]'I ar. 31 11 12 LF JO 1'76 331 1.0461 12"FVt:Walm NO' 31 11 12 IN fA rrrf 3111,cW 91PVC wouPit 31SI1z LF 45 17$ 3312.Dk70T Film li drnnl 33 12 411 FA 2 179 1312.0117 C<1rl1rxdo11 W RX01 4"43'W491 M.Mhl 33 12 Zs EA 190 3312.6106 euntleeduh LuExial W WaleF Molft 33!2 2ti Elk 2 181 33i2.3(lt1i G"Cmk VW%t 33 12 210 EA 2 I$7 3312.3-001 1+'(]Let YLlye 33 12 m SA 1 I&I 1112,3M 12'OWL!Valve 331220 F-4 I lit-i :1349,S44.t IU'Curb 1,11.4 33+44 20 F-O% t M5 34441A043 MMW' RM1a11+4WoSijvlOmutLdDdVwtICi1 SW 344130I 3 1g 9999.0000 RaeLRx.ud EN 1 260533 GA 133 18,7 19499.fmoo r It Cumla.71LUM, TYnoT L.r 79 198 y94g,0S105 -rypc L1 curie A(;L11e"-T%V411- TiLD]Cff I LF LGO frryoFforuwnnnl ILWd-i11, -3 il'�kwrrr,lu 1 CIMNl'Alimm 11ilmT-WAI''11f{,lIrurAnmx e:i&tlit99 Fur 1kr/LmUn1mLPn mrdI FF.no 411A_"ai4.ljm a,11rx-rn,1F ILL rs 1a-M OMMILI R'nak)A-,{ddbrd`m1 HIP PRCIa- .; 4I .SEV11 ION OD 42 4�11 UNIT PENCE BID Bidder's Application 1'r*cgItuot[hrdNk1nJi01k itid&cr ALISNIIinl �IirhLEt Timn UewViun m TPgdfrKl7i if'10vuf 1�1 Ht, RLmi m 141. Mraiws (urlilly U�nt Prrcs Did 4'iarto IM9 '}9W9.900 Lei"AW WA L V9S PVC Mito PI it .131221 LY 5" 19(3- 9W9.0000 L6"AW WA II51LLOJI1 y VUI%'d,DJrec#Bury 13 121 L 1,A 2 t9I 9M,no1M) Tim orl me 1:11orIs FtnomiConln3I Mn? 31 17011+ap 5f WI 192 mmm 03 arrrmv Ify Firm 1133 xa c'r 31W 03 132411.114fNITempunry Ai halt raAFm Rannir 32111 m I SY IN sDeTOTALUNIT El-MY GI#LEAI) IMPROVEMENTS t11d NormRA ry H31Nr Ndi UNIT 1•PAV M li4Tl PVV.MTiNfS $6601O00.W UN F 9.•L1TR.rfY TMPR0VrrIW UNfT J-PAVEMENT M ARXJNG AND SWFNAGH II�i1'J{C�V�NCFCwT� L NIT 4-STi Efi9'LIC HTING IMPROVEMENTS LIMIT S-�-Mkl 77 13AFROVEMENTS I FIN IT li-MT(ALEAD WR1IWN91 47"5 j,11W I Inc Pilo Allerdivu Hid 'I'4IgP Alin inl4m PIFd DcdncNvev411cnialr EtAI '1'whl 1}edu�tlfue A4[linale li9d 1k�1diil+r/�Irkrrnule W.1 Tfrud AAd1114e AIM.romw Wyl _ Twel Did I $55),P00.QOI END 0a:SEC 7i ION vr5'i3F frnrruw,rR r.balmLOW.R�A gvANDA%L)OrjN!uitLC'rLQKpF.G'JmATpmLttJ afmENFb tl.rwiF'-'" Pmm l4nired Tr}11AL70 03Al UU:.ilb 11313.WdI 43-OU d3.11"IN)ds 11-CW 1513 tW 116i is d 4WkMm&_AJYuAw1t7 THIS PAGE IN7E11fTIONALY LEFT BLANK CITY OF FORT WORTH, 'TEXAS TRANSPORTAT'IOH & PUBLIC WORKS DEPARTMENT ADD EMDUM NO. 4 To the Specifications and Contract Documents For ARTERIAL ROADWAY IMPROVEMENTS TIMBERLAND BOULEVARD PHASE 3 City Project#02288 K-2626 Addendum No. 4 Issued: April 1, 2019 Bid Received Date: April 4, 2019; 1:30 PM This addendum forms hart of the Specifications and Contract Documents for the above referenced Project and modifies the original 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 Arterial Roadway Improvements, Timberland Boulevard, Phase 3, are hereby revised by Addendum No. 4 as follows: I. Construction plans are revised as follows. Revised sheets are attached to this addendum: No change. H. The Specifications are amended as follows. Revised specifications are attached to this addendum. On the bid tab, the quantities for Items 29 and 30 are revised. These items shall be considered subsidiary to the concrete pavement pay item except for a small portion of 6" curb and gutter that is not monolithic as shown on plan sheet 63. This Addendum No.4,forms part of the Specifications &Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 4 by completing the requested information at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGE"ADDENDUM NO.4" A-1 ADDENDUM Timberland Boulevard, Phase 3 City Project No.02288 W-114$ BM RWM1?%AI. Lw1in 'SE CT)ON 00 42 43 PWPOSAL FORM UNIT PRICE BID Bidder's Application rt*Cf-1Wm Lnrumiudua t11LWef1119e1p&xL [11A1i 1 17,-1 SP4ei5011nn """r ,�{ fle�crlrlhln Wxm Nr,. McaQury a�lmnlllp Ui�l Prig L9iJ Yn111e 1 h1a11114a14ir+t T.S 2 UMWInrdl IL.n Alkm i q L 1 33RU�4k]O6114 [16 41, 1P-W 3 0 FAR ur II1014vedCourILNPlueA uvr4mcm 1113511 LS 1 C60.O00-134 !S500uoml 4 0I.V.1110 R3I1F1PP11Fh run L14Ammcm R13511 1.$ 4 200 OO-DO $201I IIO.fla S 92q USrU iL.J_mvt.Nhae C2 41 J1 LP 399 b 02-1I.MO Ftemin Zp Itn, in4113 SF 1513 7 jaiiiirAGRomiuflmwrk,1d gR4115 tiv 55.2 A 112.;I.Ob0a-Rmmw w(dLr4, [F24r 1J LP 62 4 241.11UP Rt mnVcM hhh rty1dr, W�44 45 SY '25711 10 1324 1.431A)jl�6u, 1!11w Club Jl�13Whor :02 d-I Ls Ly 1[b69 11 W4LJ[1IS R?nwvcJ41L%arnLLiuu 014114 LIr 34 17 02.4LM131tcirivrrN"SAbrmLlue 02 44 14 If 74 J3 v231A01H Rtvs'vc la E:urbAhlo[-7ktbrA' 0241 14 Ox 1 14 0241A01 ReinawrHeMwOUSET 02-11 H RA 4 13 l I FOX 101 MmOpnring #1 In Ob 1..5 1 16 1110-ULU2 n'-W Pre6h&.luyal II iuw EA 3 17 #LIa.010.1 141-24'11witemlrwul 331pun FA I PS 1I23.0101 ThubmiredF.,k*v H1m by P1nn t1 1j. car 4SSP LV+ .1123A4IIII 4mrvw W Flhm CY SJOD 20 31 BAH 0L SW141V r L AeLO ! L-S I Z 1211.04M HyOpppl T-I1= 1 TN AIJO 22 12L1,43U,L..R"Lvur DmimcilL 3: ?1 : Sy 1651i9 23 3212.0104 A"Aa helr 1%vnmatt'r}jF,D 3r 13 11. Sy ngl N 3RIZ054S R-Mplwlt"i --T} [i 32I:E16 Sy S73 25 3JJ3.0W 141"Collarmehvemad aMT} 321313 Sy 2.I'95 26 �913VLarl IPC}aWPrurq 32 11 11 ffY 1256r 27 1,211.01m s"Came$Ldk k1 3T_13-%% tis= 23394 LE 3213.0506 SM7101 rke Jt+In .1 wM r-1 1)S+T 32 rl]a EA 2 29 321 CPA 1 h"V mg(.11411 101d 1:11111rr- 31 1 13 LD 113 31 33 r'?.13At Rrmolkv q"Pymd-D.IntkluP.. 12 1723 LF ip7 32 331'r,d]0'J Rcwwr a 14 nhed Mnrirr 32 1121 E4 K)k, 33 32 G7.d4442 Rem ye Luna Legapi Amaw 32 1721 EA 2 34 AlL7.44fli Redauve Lium LWiLd Otft 3$1723 EA 3� ]732.04011 (-ujw Ref Wzlt)vit6 S{d4wulk,Flee 32 i 13 NY 'Jfi4 36 kViO107 TXM)'-Fs[A R91►Yn11-111Y IfQC 3232-IS Sp 434H] 37 139L-UIaU Ta sb11 3291 19 CY 47,1 3 ➢aWmOIfX9 TLIaw11$ndMurmnl nin 13 LFV 9017 311 1291.m4Ik1 Srr,I1uut F.1+almawleh 37 1k2 I S Sy I&54(1 44 34 JA PW9 Rai VC, '; LF4i=F wIJl'm' 1aL1130 RA r. .11 99Vd,rinuF2 rid„cmlp,wiWu uridTMWL Hmuiliug 14 71 11 Is 4i 949].44117 S'Low Fri R 111,101, Sy 5t .4t 9999.0M TrsN9eRn11-TYT5W(TSSJ TaDOT IS 4'k2 I r t471AH2 PnrlLldr Memn e S t 10 0L fur d Vr11e1m} 1471 13 wl' . 9 45 J21LO$Ot4' , hRawT qH IbrDclmum) 3k11M Sy 11446 46 4999.6005 8"Typr.11 i'"k f7111wr-TFEJOT Tgnr)T LF 8�4 47 99010-WdU 111Lu I(!o1LVL1Vr*XI!r9fd d'SCotteirM b{,OHR 32 1320 1 RP 91177 suo'rout.urvrr i.t AvrN(,,impRovirmyR7.1 s555.55.5j 6'rfYOFFUIMFATH rdLbM4 etu1.1,rhue-L IgAN rA13f;nHlutlrcTLalv9r=JL!AiwfrucLIMLWA 3ra102aa Frnu Re1i4w 23IR"I m V 41 ffk.ae Al I t I} AZ m1_4}41�T.W 0 11 j)I)is I1.aIJ.44 omool y5'n�Rhaal.Adieudm 4 -� alacqanA&L km!,d 3 SECTION QQ 42 4a OROPOSAL FORM UNIT PRIDE BID Bidder's Application Pmjct I Ttcm lofimnxmla T3idd�r#rlupl�.r! 11 i0j:v IIL'rl4 Hrd, N1 I. �� 7�rc:iVl1 Z'+'6 T,1Coswe r� � ,. ilalh l'f]iCC E7d•V#ISIG ilk 12133.011IQ T�11 Safr1 1 0; 1.! I E 946 10. 3341-11L4! 18"RCP,Ctcu 1H 3141 10 1.1' iy SCl 334 r 0201 7 3 n ItCP,i;rgu 1rl .3341 10 1 2641 .51 lJ+41-a�oss4nitep,LIMI[I r141Io I.I. 3111 52 3341-L I01. 4.28.i uJ4r1t I1raT pkMEddj 1141 10 LF 64 51 114I.I3Q1 W 9o9.C.u1wcti 33.41 IQ I.P 354 xa 33g4 100 limawDll FloxCulven Mns T FW rarlel J3 494m U 471 55 3344.1mill 1&.LWHJI 11"Cidwit AirrWgvrm.FLW-nw11406% A W111 L'Y W 56 3-10.4101 38"SE7.1 IiNic B4'940 EA I 3'1 334$l.4101 26`'317.1 'le 33 4#40 1~ 51f M-K.mn l I0'HA-mm iurm 3d 40la FA 3 SfJ 3149 6007 1 v Tyk 2 wen 33 49 Z EA i 50 9fiN pptr Sppcial Simm brum PJraLhmil,C,adthimuult Bux.1k Pkiv Cullom 33"40 CY 26 M 9999QQW TyFFR211nndrrfn[TKfIOT1 i'Kilr1T LF 95 52 9ft9ao T k•. ,ac"m.Lk ram,crmrrpl m.L 11 17 013J11 5F 550k G3 331 I.I1351 a"JAP WALCr,, 33 11 10 LF an 64 1.1 1;25 EA 4f 314 up) J1"111my Orr Vilw 1! 2 Gu FA 1 66 U-0173 6Jf1k 45�.49-i1r19U 4liorf l.K � SUBTITTAL CNIT'2-tMLrrY IMPi[OVENIEJY13 61 331.7-0I 111 -h"kLD Jr,,RIUt3L1E ILA!;(VV) 33 17 71 lk 197 T,6- 32T7.0107 4"I'�nnr Muling FIA4 } 37 1.721 LJY H91 10 37I JJOMI a"33RK 1.0,0 Marl J. !L& w1 32 1 F 2-1 u SZ59 7n 3,T 14,m- 1 a"5L[1 Paou Muriel HAS(W -42 17 n LF L251 71 3717AL01 IYNLT1Nyw-Liorkl!,AHAE CM 321'.'r.1 LF 121 7? 52i1k5 1 24 r Ui U llwiw MA&Lkig RAE 32 1:21 ty 1.2 73 3frP.Ib0l Lbw Lcgrnd IM ]'3 I 11 EA 1 74 »17.1LID] Tzrin I-AK=nd ATrMw T709T Tjr1 r 1-,1 Eh kx 75 17.1 r.I DIN L IM LcW nd ODIV I FXDQT I'y I j 2 11 L; EA 13 115 32173301.RULRuedM%bxrTY1-4: 371:21 EA 27 .7 317,2304 R'E3-'J..FlIgedMdIrimTVIld.•FL 331773 LA 152 7 3217.juil 1t13FL lulaed-Miuku-T LL-A-A 1117 2j EA R 79 34-4JA= TmnWmWLmita11,Lhml:TilmCmundl4igwdUtyNO 1d 41 34 FA w 61� 9%*AmI$'SUP Pyk6dktirYln y{r 48'1�412'[�. ) - Ix 585 81 9F*.(MPR4 IK'Yielil71ion a(W} - VA 41 9(Jfffi)'R'AI TINF-1.I-PAVIA ILNITMARKIfg(:A1i1)81r;NAG-6JMYROYRhiIiF N 11{2 2005.0111 Trun04lifirwan I-Im 4g4Y rr11kirld 94 05 no FA I H.1 260-joIS 2"EuNirr vet=tiL-1t au[-rj m OS 1'1 LF 1i151 154 3645.'JU:13 k L3ONDT live SCH 90['[ It,6 M LF 2850 Ri 7RD5.1011 a" i3T I'YC-SC,II ao(37 �605 33 LF 193 Rd 3441.159� Cji0uA Uax'4p&1'.-vjLkjumn 34 41 IV EA .1 A7 W.32AI LFJ:1 LWIIil Kxkum E41 N PA 29 68 344I.lea] 1€itwy Wwn Aiormkk 'rY 1R adIlLK'Arim 31041211 F-4 A 8rl ]4r11.J302 R6nINwr3Fu=Lbdon7Y� 341121) EA R 9L[ 14-41.4rNa 2-2-2-4 Q1110 olnt Aklm F-%=FneulnVinr 34 41 2t1 [.P mm l41 3"1.35111 Se1va 54ydn L1 ILL J1*6 Jd 41 20 FA ; 93 9949:MPO Tra1fr43i n1 Giimnd Box QW 094NVOT 3i 9i 10 GA 7 ,.1 199990M TmfftSj1Prul�mwr fF m ffMm ASINPCTfi 3441 In EA fi city arm ArLymili14 r--, a I91 A14l XAW 0CM.4tlrauc rltJr,SPoeIPWA710v GUCUMLIlrn L2'x b2no F. llnirc4301 N1N II;I 4;Ila_11114.114 11114711.111141.11-1111-L•91 Jill k541 H.II I4rrr al 'nIN"L,4,rkkndwa4 �a7d2it frKti I�R[}IHk�151 SECTION 00 42 43 UNIT PRICE BID Biddoes Application Prolccl Iran[10bi-i nriou H6ddex5l Foppoenl aiLk]IxL}ri Fk ilpl;r,u 3pceihrulJull LrhlSbf �llt unil P.rtue 8Id Vulur NO S"lionNn nftmmwe QW41NNy %IrBTC1'rAI.LrNiT ei-';TRU.ET LTM T[NT:13'lT'RCl}+isitiLT. .N N "99%41}17r.IISILIn.i'I'r". 5lePOIC}(7�Tn) 'kr��l O u. 12 SrS 94R4-enaD c/J II 4Ni41L IMF SI FA 16 io 4 rb 21113 LF 1.1 96 9')11 Aarilk Dr-NI Rnfl TR F 51 1'aN55 481n1 11 F^q�x I,N 44 97 01KOW C*d[(IFVUC S IA 44)1(V1 1.1,: 1+1e ts, .I2S 96- 9999-[IOIxI Ciiad[.VVy geed14) z' bls bJii=lrzo LY 250 R9 ';N":fIINKI Candt PVf:1i.Seh1I11ITF13") ri1K74121 IT 94 1110 9999UWU L-.MJL{PW.'}rtiolkl.l{I}{] IIPl c) r,;,?202J 1F JIM LDI M94.110s10CuLLdI I'V4:' Slrian 4"1 [,IHMA LF 4rk Iff2 9990-MID Comll if GY-i L9chd 401(4)[[im) 6Lll 2023 I.F 150 IrXT 94A9,fxInT, ;-::!n! 1R1- _ 1 f,IM202 I.v �5 J04 9997.U013D C:uidrt NO.G Ilor6Bdhd 11211MIA L.F wo 145 "9,4016 Ekc CmWr W,6)TILmil4mi fi20 mi 0 Ur 135n PON �979,00W [;rallml pax ry0�]8 J721w1A roti 6¢-71I14 ILA .1 107 M9A11170 UtL u ai Bak T'.Y E 1IbV)w1AWm e,14 20J6 EA 9 Ills "!Z%0M Elc-Sr;Tr o I7.IKQ'10 W (129 2071 UA I lit} VLJlEOII[I[I ClnclFJAlr[[3Lti-3SECI 632-9 1 L+A 13 I Lu 11y94,WnP Liluek PILLle{I 2 RIl !rSE0 15112 2002 1;A 3 III 9999-MOD Vdi.Ag:ww'(I?IN)IX-M([m AnO 61,7�012 1{pr I I 1't 99W,110011 Veil ' .m J 2 iN 1 LA)(i:.j be�023 FA- 10 111 099.IIW111 Vch Eig`u r I INJ I..i:D(YrJ Alw) N 2 217�d EA t 1 t Ia 9g"9,111199 VA SLE sly L12IN)LJF1)rYcll 692 a,v!,: III 115 999Y,131)r1[1 %16 qig Sec 12 IN LED Ili Auw 59x 2bsa PA G 116 '144'),TJFNIO Vflh 3i $cc I r7 ff T)L.PT} knil Mi 202.7 P.A I: — J r'1 951r13-4D00 Trr$I CbL{TY A)114-&Wfl 6 Conch U4 Jl132 Lr 7*5 119 9999-040 T1fSi C61 1Y A 1.1 hNMJ1 f 16 Cumlr 61k1,%OPI I,F 354 119 yv.w.fAnu Tirsip r6I ffV A}(14 AWQj3 CZIJ Cmd[) 61142044 I f 3,31`r Ij11 000.090b 1411 T-Jf$ 1r1.J4M J3 I AmL i 9T L.mu fag' n EA 1 141 9999,OOOUimbNrSfjPL,AhdlSI.iAfmi48'1tLuns} &g62CM EA 3 f 122 O.M.4nPR Pc4 Pot:Asnirw rA7 7pol TA ). 994.11MI Andy Pimcnqm F}ctorlrmi!viocm Yd['ohmL4 Inrai occ 6eV ec alxl L01h 11043AUUI L� I 124 4994,0MO EilkKUY lii dLl r Lhd1 1nLs1JIM1 I HA I I SS 9494.W}Ufl Rdw Alc PnLCt;cLncy Ihoe ion 5yL�rm w1f nbl� I.5 I U6 Tn!?.WQ ro11r11t"Ma 511�flwt&Cehlrk--LIYA MLLW?rA YJA 7 127 419 F-LWOu kc 11LsrL;Lxlldiu {rslilneL Frilreldiio+l PA 1 1HA 49". 001) ULGIalllgmJ-nhIL7ol TfA 1 121) 1iP9.1.QOIXr lturoCori V'XMIng{=mu1[u4eir N Cxbiml.kRPmi !y 130 IM.11011iCaurrueiNaw'lmiTroCnnt[h1:IcrCahlmciFoundorlon — LA i 111 '949,00Wr F,IF4Il 14111cLt'Mari-mI-4) FrA 132 YA9.11a1n IJIm.Ir IE.4-CMISILL s t?113 1Ll L'ren 0.6 LV[MiL {hLMSJtAral — EA I 133 1►974.t111 G J[Iemil Iiiumnlc S- u LMD Itilti 1'i1ro Can I rnfnl Ou I'09L — EA I I x1A 4999fiffill Fxm rm mill RcL= r 1J tlnnnlKn[erli Ieim 4.yscuin -- 'CA I 7999.(%N10 Rcm"mill SA yng€FK m¢TruRin Fc e,Fomidi iAH nikl hlgal Ann 1331i �qn L(]n,Al — rsA 3 1[CJrx54x uo 18 v8&o u1LJ� [a ai i;Z 891 eVew I tx d Jx[JU7IFFAL uxrT S-Mir I MPROVEMEN'T$ 1114 bi'i1,OSM Rw134iFaixti 02*I 13 LF 304 135 C24I W00 ReLirbom CrAm M7141 0241 r5 3Y 71 I b 11Ia r.11101 Wmll�rLinv(JmuIJikjt Liz d L 13 CV 4 CRY f}r 14Ls1['1WL1kl]i Tiwlmhml NO,J'1Mr7 H4MATUOCUh14I111117-11`10K9PEUTIUNTM1100IMM4M CFN0222e Fantl I?craod 35511WIV 4.4 U 1111_IIII 4.1 T]Y},r+-0d-IIIIi1 F!_ 64$I7 W 31 1]�Mf Ffapamf Wgr1Liiiik,&ddnnSun 4 404143 Il1mq1F" ponfMAI PdLw 4 nr3 j8imC^r1ON no 42 PROPO"L F O.RM UNIT PRICE BID Bidder's Application I1bicC1 Lrcm LulLttwE Lla 915iItII-r'►I'.tqua=1 OFL&I Elme HEIL'ripinhL SNviflcWj Ki Lltdt.i,f Feld 17LLLLface IiM1 VOK NtI. &Vidlbl N4i 6ie111mm Qdfffl11Ly r37 0�4j.1718 •►"-17n Wow AbmiduummPkii: ei41 Id ry-4 1 139 W1.11W 11en104d Ad ILhIL PIVIN 041 13 v 99 1.39 ON1.11M 1W Ortm&T.Mig 024114 EA 2 1.44) M 1,17I* I r"Www Ahand nmcrp VbF M A I 14 RA 141 O249.1 W Rtwm L Cully aub&Gimer i 2 41 IS LF IN 1412 0241.1'YM 2"SYIfreCMilfln 02 41 15 SY F'l.37 141� 1f.Clrmq O"wweT V*m W.41 14 I A 1 L4.4 Mt Jjlffl Itormlvu 12V IVour Vbtvu IV 41 A FA I Ida ONIIAJrl $MV3 16"WAIMVOR 0241 1.4 FA 1'[6 OW-16M TtrFT r%!v.Cmv. lu-Wnlr Vuull @il 14 Et 2 147 074J.nI.G Solve p Flra hydnLilh I174114 VA L 148 O7A 1.3015 1kcwmw.149 Sturim 1-ion 017,41 0 L11 7I 150 O LQIH i+snan.r~I(ITurh lnitF-TmODT f[2 41 14 1=A i r�I ASIRD101 RICCkmmue a, ILtuu I$ I 152 31 L4 Ii12 L",1=-"'rtee Fl uw II JO[ILI FA 17 rs3 311a,Ftlaf 1r-11L•-rice x4Pw.al 31 IPOr1 LA 3 1s4 M.Lgpl If4':b-z,m.k .al. _1110On EA 2 155 3I23AI M I i]delduilkd 6evAiRon bi Plow 31 2}]b cy I le T}6 .1211AM410 FlydmmdLime 3211 21r XTI rt, I57 371 F.MP?. 8"Lime Trrrrhurlll 31 1 124 b`Y S88 158 521x,4M. �."AahfliljPI%wttlrLiL'1' D 1-1 11 16 91f �jo.1 09 3212.05135 V?sp11a13 BuK T e 13 32 32 1fr av 1136 IN 3111.0105 If,"Crmmic Nyruem 'rrcbfYl3 33 13 13 $Y If.o lAI 1217.WI +r11SWrI'villiaLde13C{IWCliAS(;W J2V)23 LF jAl 162 31I7.00W 4"Pvumt hUrkI HAS;Y 32 37 23 LF -160 rf13 3217.0911 24"LILr3 Pvuml Mmkll I1A.E;W? f=17 23 LI 39 1.64 321'1_1102 Lpini.egletlaArmw TxLgUrT C 311723' EA 3 165 n17.IW4 Lint Lrixyrd UlA .(TaVOT'1 I) 3i 17-23 EA 3 rfib 37-1;.0211 132tw WlmFomhK-M NIPud1a(SW1 323126 LP IN 167 3�91.01430 Tl 1wil 32 41 34 CV }3 1613 ]292.4M(1 SQE'rjin J tid Mlrh .129213 �;Y 17.1I 09 f(QT 4!SFjfF 33 114 12 L-1� 17fl m_ 2. NOT USLU 33 04 YJ LS 171 l'345,01V1 fie 11 dlllkll Steal p44tiA lm A M 14 EA 2 1'i7 3305.0109 Trcmuh SafeLy 33 45 10 LF 7�4 173 3JW%lwI11 Valve HoxAd ummrnr 37 W 14 EA o 17.4 311.1.1}00I U41tLl1e IrL7h WrLIJIr FI111e s w)PdwH1rll 33 3 1 11 Irm, IVi 33LI.M61 UPVCWLLLerPipe 3311 12 LF I0 176 33 r1.04f11 13"PVC"WarcT Piior .11 11 13 LF 60 177 3311.0761 K"PVC whlcr Pi m 43 11 12 r F 15 179 3312J0001 FLm Hydrant 33 1240 EA I].I} 1.12AI F7 Ommedhill w FxiKH +1-•I2"{Vplkr MOLD 31 1225 6A I II]' 33L2.01136 Cinnedioa In Exlst I b"Waru M&La 33.122.5 EA 2 191 311311ltlA d!'GwkValvc 31I2211 rA 2 182 33I MOW B"[31wIC Vls1k 33 1220 E3A IS13 pa-j13F}t 13'1',aL�Vah 33 17219 EA IId 3149.5M I r O'Cufb Inia 3:1 d9 n EA ISl 1441.4um �aaeleWlnilellAhokSli%VOtwoM Mimi ChG SuL 144I30 1?A I Iilfi g99LI,(WLNP 10s ndL Is 1 2605 3 UA 133 197 594'9.IMIi11 TM 11 CUab-TACNLT TaMT IF 79 115 ;99P.dQO, T 31 t', b {1npL=•TxPQT T DU LF 200 Cr1V OV€ Rr VQRM rminamd r1hl Phnr 1 p1•hl; r1000ROpLITMH9VOMCATUI -TOCLA[FNT5 rFK4u t6 FU.a.iloiI,,d7elml b on4iCII_nne513_6n4mu_Ma3a-rml41ia_6ao311._EWFnpini%Y:rkbo L_Adduidm.1 uu4r 11 mu rru mmAL Pµlr 3 CH BECTION 00 Q 1$3 FTp-o i-r-nRm UNIT PRICE BID Bidder's Application FrRl9cl Flom 1PIdfwr 1vm }9LJdrLR HM*Q511i IlidI141.[ILu I Sf+rCLRFPSIUIf Sfall I r,i 11u,1 Na, L CW6Plian $37 ion Nu Mrawx Qinsliclq 1,1171E Slav 13i'd valve IR 999v_nnan 1fi"hWW,4LW51PVL'Wuaet[. a 331y21 LN Sf4 1.90 9071_DIIIID Ili"AW WA RIIHM -VMFL'C,1.1111Ve1 Hulry 33 12 21 P1� 2 191 99",WOP TI[P7vncmle Hlncl>maiim Cimtavl%I oL 31 39 0C , Slr S111 M 31I _0103 - mr YJr L '31 23,t 1 ICY 300 1.0 320TADDTenI nry As bids 114Y1 Re o-ir 51 m rN I %Y 18 SUBTOTAL UN1T 6=MITGILEAD 1MPR9Vr.dr=N'rS Illd Silmmnry Ltim Will 11NIT I PAV[Nfi I1wr,04)f!Q UNIT 2-UT]Lrr Y 12VT l3VEM9Nh5 I.TNT'i-PAVEW.KT MARKINC]AND 5MNAOF fMPRPYRMErITS UNIT4- WRI:El L[CIH HMO tMYROVEMENT5 UNITS-L'b'37312APRi7VF?[rlf[I4T'S .. . CI}:ITG-?.QTi�TI,�N:F�F.7rrc(xvP�EN7S — - ___ _ I'�}In1111uvklld $SSU,ty0a,0� ti31Criluile nld �'orPl Alternnlr]41d WOW lire Allimi wit Bid k'oF�d 1}r:11��11►r Al#eiusfe I1111 Addlilwc Alksnlalr Will Twirl Add lve,V[enLtli!B311 T llLo sr l $550,000.11a IMTI III,'TC-T OR COW OP MR[HURr11 7nmher lld OiLd,rack! srAffDA1lVC(5 &RkXTl1WSN±r'F1'IrkfF7'+rxtimmrfrm VMI)�99H 79w11 3RI7nIWn fonaI rtn—nn4:1I 7_Gri U 41_M 0 iPAh i 1 I J_hn-l}D_tlidR 331 T4adihmA Addaidum4 THIS PAGE INTF ITIQNALY LEFT BLANK 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Arterial Roadway Improvements, Timberland Boulevard, 6 Phase 3, (From Park Vista Blvd to US 377), City Project Number 02288,will be received by the 7 City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth,Texas 76102 13 until 1:30 P.M. CST,Thursday,April 4, 2019, and bids will be opened publicly and read aloud 14 at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the(approximate)following: 18 19 Unit I: 20 a 12,550 SY of new 4-Lane Divided Reinforced Concrete Roadway 21 • 3,000 SY of Permanent Asphalt Roadway 22 0 24,000 SF Reinforced Concrete Sidewalk 23 ® 5,000 SF TxDOT Standard Retaining Wall 24 Unit II: 25 + 60 LF 8"Water Line Relocation 26 a 354 LF 6x4 Reinforced Concrete Box 27 i 67 IF 4x2 Reinforced Concrete Box 28 • 290 LF 24"Reinforced Concrete Pipe 29 Unit III: Pavement Marking and Signage Improvements 30 Unit IV: Street Lighting 31 32 PREQUALII'ICATION 33 The improvements included in this project must be performed by a contractor who is pre- 34 qualified by the City at the time of bid opening. The procedures for qualification and pre- 35 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 36 37 DOCUMENT EXAMINATION AND PROCUREMENTS 38 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 39 of Fort Worth's Purchasing Division website at hM://www.fortworthtexas.govipurchasiun- and 40 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 41 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 42 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 43 Parties Form 1295 and the form must be submitted to the Project Manager before the 44 contract will be presented to the City Council.The form can be obtained at 45 httys:/Avww.ethics.state.tx.us/tee/1295-Info.htm . 46 47 Copies of the Bidding and Contract Documents may be purchased from: 48 ARC Document Solutions CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22,2016 City Project No.02288 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2220 W. Peter Smith St.Fort Worth,Texas 76102,Phone: 817-332-9704,FAX: 817-335-7855, 2 Or Email Tom Perez at: tom.perez(&e-arc.com. Call or email a minimum of 24 hours prior to 3 pick up. 4 5 The cost of Bidding and Contract Documents is: 6 Set of Bidding and Contract Documents with full size drawings: $80 7 Set of Bidding and Contract Documents with half size (if available) drawings: $50 8 9 PREBID CONFERENCE 10 A prebid conference will be held at 9:OOAM on March 12,2019 at TPW Conference Room 270. 11 12 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 13 City reserves the right to waive irregularities and to accept or reject bids. 14 15 INQUIRIES 16 All inquiries relative to this procurement will be sent via email by Monday,March 18 by 2:00 17 PM and should be addressed to the following: 18 Attn: Mitch Aiton,P.E.,PMP,City of Fort Worth 19 Email: mitch.aitonWortworthtexas.�ov 20 Phone: 817-392-6591 21 AND/OR 22 Attn: Paul J.Padilla,MULTATECH Engineering,Inc. 23 Email: ppadilla(a7,multatech.com 24 Phone: 817-289-2060 25 26 ADVERTISEMENT DATES 27 February 21,2019 28 February 28,2019 29 30 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22,2016 City Project No.02288 0021 I3-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder:Any person, firm,partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.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 prequalified(even if inadvertently opened) shall not be considered. Prequaiification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 httpsa/projecipoint.buzzsaw.com/fortworth.Qov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%o2OPaving 42 %20Contractor%2OPrequalification%2OProgran/PREQUALIFICATION%2OREQ 43 UIREMENTS%20FOR%20PAVlNGo/a2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 https:f/projc5Ltpoint.buzzsaw.com/fortworthggyaesources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 48 %20Contractor%2OPrequalification%2OProgram/PREQI ALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?Public CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 I 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 https://projecipoint.buzzsaw.com/fortworthp,ov/Resources/02%20- 4 %20Construction%o2ODocuments/ContractorO/oZ requalificationAVater%2Oand%2 5 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProuam/WSS%2Opre 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 and/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 may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 33 34 4.1.Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents (including "technical data" referred to in 38 Paragraph 4.2. below). No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost,progress,performance or furnishing of the 44 Work. 45 46 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress,performance or furnishing of the Work. 48 49 50 4.1.4. OMITTED CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 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 ll 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 make 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 4.1.9. 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 corrections 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 o£ 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BJ-DDERS 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, easements, 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 21,2015 0021 I3-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. 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 11 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 Only 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 18 City of Fort Worth 19 200 Texas Street 20 Fort Worth, TX 76102 21 Attn: Mitch Aiton,PE, City of Fort Worth Transportation and Public Works 22 Fax: (817) 392-7854 23 Email: witch.aiton(a)fortworthtexas.aov 24 Phone: (817)392-6591 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 located at the City of Fort Worth's Purchasing Division 31 website at http://www.fortworthtexas.goy/purchasing/and clicking on the Buzzsaw link 32 to the advertised project folders on the City's Buzzsaw site. 33 34 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 35 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 36 Project. Bidders are encouraged to attend and participate in the conference. City will 37 transmit to all prospective Bidders of record such Addenda as City considers necessary 38 in response to questions arising at the conference. Oral statements may not be relied 39 upon and will not be binding or legally effective. 40 41 7. Bid Security 42 43 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 44 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 45 the requirements of Paragraphs 5.01 of the General Conditions. 46 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 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 ]0 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 22 equal"item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C, of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02288 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 firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 1.3. 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 scaled envelope shall be enclosed in a separate 49 envelope with the notation"BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly tiled may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1, City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02289 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35% of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised August 21,2015 HIS M'"_E IWENTI NA LY LEFT ki LAN1'% 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page l of 10 1 SECTION 00 32 15 2 CONSTRUCTION PROJECT SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Project Schedule 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 D. Purpose 14 The City of Fort Worth(City) is committed to delivering quality, cost-effective 15 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor(Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler)responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work,the Contractor CITY OF PORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2018 003215-0 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 Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the"tiers". 33 34 1. Tier 1: Small Size and Short Duration Project(design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Conttactor. 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 Sizc 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 Timberland Boulevard,Phase 3 STANDARD SPFCI ICATION City Projaet No.02288 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 I 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 Schedule)at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a"baseline"schedule and issue 7 monthly updates to the City Project Manager(end of each month) as a"progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 11 1. Baseline Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City, it becomes the`Baseline"schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule,the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.1 21 Construction Project Schedule Baseline Example. 22 23 2. Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the"Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable, the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non-acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the (Critical Path 42 Methodology)CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cast loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JUL Y 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 All schedules submitted to the City for a project will have a file name that begins with the 2 City's project number followed by the name of the project followed by baseline(if a 3 baseline schedule) or the year and month (if a progress schedule), as shown below. 4 5 • Baseline Schedule File Name 6 Format: City Project Number—Project Name—Baseline 7 Example: 101376—Nort H h Montgomery Street MAC— Baseline 8 9 • Progress Schedule File Name 10 Format: City Project Number—Project Name—YYYY-MM 11 Example: 101376 North Montgomery Street HMAC 2018 01 12 13 * Project Schedule Progress Narrative File Name 14 Format: City Project Number Project Name PNYYYY-MM 15 Example: 101376 North Montgomery Street HMAC_PN-2018-01 16 17 C. Schedule Templates 18 The Contractor will utilize the relevant sections from the City's templates provided in the 19 City's document management system as the basis for creating their respective project 20 schedule. Specifically,the Contractor's schedule will align with the layout of the 21 Construction section. The templates are identified by type of project as noted below. 22 + Arterials 23 + Aviation 24 • Neighborhood Streets 25 • Sidewalks (later) 26 • Quiet Zones (later) 27 • Street Lights (later) 28 • Intersection Improvements(later) 29 • Parks 30 • Storm water 31 • Street Maintenance 32 s 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 Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised IULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of]0 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 IA.H below. Additional activities 6 may be added to Levels I -4 to accormnodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution"that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.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 dawn 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 Iimited 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 Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised IDLY 20,2018 00 32 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 XXXXXX.40 ROW&Easements 14 XXXXXX.40.10 ROW Negotiations 15 XXXXXX.40.20 Condemnation 16 XXXXXX.70 Utility Relocation 17 XXXXXX.70.10 Utility Relocation Co-ordination 18 XXXXXX.80 Construction 19 XXXXXX.80.81 Bid and Award 20 XXXXXX.80.83 Construction Execution 21 XXXXXX.80.85 Inspection 22 XXXXXX.80.86 Landscaping 23 XXXXXX.90 Closeout 24 XXXXXX.90.10 Construction Contract Close-out 25 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 all phases of work. 32 33 Activity 11D 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 Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised IDLY 20,2018 0032 15-0 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 43 (if required) 4 3360 Final Design Complete 5 ROW&Easements 6 4000 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Construction Contract 16 Construction Execution 17 8330 Conduct Construction Public Meeting#4 Pre-Construction 18 8350 Construction Start 19 8370 Substantial Completion 20 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 a pdf format,in the City's document 35 management system in the location dedicated for this purpose and identified by the 36 Project Manager. In the event the Contractor does not use Primavera P6 or MS 37 Project for scheduling purposes,the schedule information must be submitted in.xis or 38 .xlsx format in compliance with the sample layout(See Specification 00 32 115.1 39 Construction Project Schedule Baseline Example), including activity predecessors, 40 successors and total float. 41 42 2. Initial&Baseline Schedule 43 The Contractor will develop their schedule for their scope of work and submit their 44 initial schedule in electronic form(in the file formats noted above), in the City's 45 document management system in the location dedicated for this purpose within ten 46 workdays of the.Notice ofAward. 47 CITY OF FORT WORTH Timberland Boutevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2018 00 32 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 The City's Project Manager and Project Control Specialist review this initial schedule 2 to determine alignment with the City's Master Project Schedule, including format& 3 WBS structure. Following the City's review, feedback is provided to the Contractor 4 for their use in finalizing their initial schedule and issuing(withinfive workdays)their 5 Baseline Schedule for final review and acceptance by the City. 6 7 3. Progress Schedule 8 The Contractor will update and issue their project schedule (Progress Schedule) by the 9 last day of each month throughout the life of their work on the project. The Progress 10 Schedule is submitted in electronic form as noted above, in the City's document I 1 management system in the location dedicated for this purpose. 12 13 The City's Project Control team reviews each Progress Schedule for data and 14 information that support the assessment of the update to the schedule. In the event 15 data or information is missing or incomplete,the Project Controls Specialist 16 communicates directly with the Contractor's scheduler for providing same. The 17 Contractor re-submits the corrected Progress Schedule within 5 workdays, following 18 the submittal process noted above. The City's Project Manager and Project Control 19 Specialist review the Contractor's progress schedule for acceptance and to monitor 20 performance and progress. 21 22 The following list of items are required to ensure proper status information is 23 contained in the Progress Schedule. 24 • Baseline Start date 25 + Baseline Finish Date 26 • % Complete 27 • Float 28 * Activity Logic (dependencies) 29 s Critical Path 30 • Activities added or deleted 31 • Expected Baseline Finish date 32 • Variance to the Baseline Finish Date 33 34 B. Monthly Construction Status Report 35 The Contractor submits a written status report(referred to as a progress narrative)at the 36 end of each month to accompany the Progress Schedule submittal,using the standard 37 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 38 Narrative. The content of the Construction Project Schedule Progress Narrative should 39 be concise and complete to: 40 • Reflect the current status of the work for the reporting period(including actual 41 activities started and/or completed during the reporting period) 42 a Explain variances from the baseline on critical path activities 43 • Explain any potential schedule conflicts or delays 44 a 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 Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised YMY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE 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 0 Once the project has been completed and Final Acceptance has been issued by the 5 City,no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION 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 duality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 1.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Example 23 Spec 00 32 15.2 Construction Project Schedule Progress Example 24 Spec 00 32 15.3 Construction Project Schedule Progress Narrative 25 Spec 00 32 15.4 Construction Project Schedule Submittal Process 26 27 28 PART 2 - PRODUCTS [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 END OF SECTION 31 32 33 34 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2018 0032 15-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 1 Revision Lag DATE NAME SUMMARY DE CHANCE July 20,2018 A Jarrell Initial Issue 2 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised 7ULY 20,2018 00 32 15.I-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page I of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE BASELINE EXAMPLE 3 PART1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 00 32 15 Construction Project Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2018 00 32 15.1 -0 CONT STRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 ------------ F---------f---------i-------------F----------f----------1-----------#----------1----------;----------{----------¢------------------------ a ---------- -------- -------------------- ------------------ --------- ------- ------- - ----- - --------— - . ! s I ' i r Y;------ ----------------------- ..----p--"- pi - i � yI I r r rP.... ....{........_..i...,........{........ .....{---------- .- ...�..........4.......... .... a... ...... ...... '...._._.._..1 ...L.............. �...i ........� met1 _ r� oaiaalnSi , alaac• r� r7$3 w .iR n �7 n on n'R: J, �cl p u o nI +I.oq,.. {r�F U it ri'./r .J /I � �i T Itr � sa 40 ta,HF - �y XF �. � CI [l � orl w '@ � T *� iw sr�4 Y1 x. yy 41 w � 7p � Itr O •r 4 7!� r. �A# �r Yw !I��� i1F . i W w i +.. �i � • u. � .. � prl !Fy�F i�_�a �• ^• mil' rl S1 �Y A'ua fi }r5' �f it {'1 �Y i `r,'{ }JJS�,,{ }r, Y �i iw �i .`ryy}+I P rI •Y}' n, ■i + d '+ o Ct 1 a r5 it S. r S{ r A ..11 f i� ill�.iT4X W �r�O ii p. ® r ^IS`� , � r � " �."a."• "� `� r rr�yS QiL ..r+ u� ' �7 `n'I'`T' IRr N w ��r. er-. w Id ;4 5 u E_ > ri+u I I pz Fli � 1 u .I' L' rr��'li R C d iri C , � C _ P. 0 4P' 21 LL h I 1 LJ 24 � >Y g a n.n a n d II I a � 3,R r+ ♦d i1 n IA:O V !'! Y.• # YJ t5 2 10;fA C. CI rA W u {7 IV r r '' F� !— q OEM CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2019 00 32 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 3 of 5 l----------4---------1----------+-----------...................f.........I----------i...........i-..._.....,----------_---------- ------ °�oin I ft� _._._ ry 7 t i i -• ..�-._._. I : I s s s i s Is �_--- : -- I I - . r _... _.—I r , r r : s r r Q { .................... -•--••- --------i--------'-- ------•"I-----------4---------- ------ ...... ...... -.._._..�._......-. -._._....'"-^ --�---- --------- ----•-•- -•-------_---- I� 4. o ra ey .;�rl .�,.i "I� iu �'ci s. r Isla Ole�e ,'!'•u Q 4>r� a a a m o � �r ^7 q-�I uo- a �, p 40 Pal M IJr' +mil' I I�,dryl Cl `ai+�{a3nv �r �/p�rl ++((''��FF 1fp'}� �FgryS }Py I J Mpf L1 •s Iyl �Cf.11 '1F '1� r� r/ !� i•5 5,pqrypypII ^LB Ji {-" 1"i yay�M1'rop a CJ 141!`pyJ ....� �SFIJ.1 ;ss� ;� ,M �FI./lillk Yi'•v w .� w! 'J WI iY1 M _ ^ �u Ih - At i i r_Firl' o zR• P• . m e� �r rn'` Cr ai Q _� a ti � � �, Jim � iv'��+ '�i �j[e',I yg; it f�4 �� r r a. 4. dF J ; �!gU¢Ii,! LIpC "' —f u r {I ai } io ri CL es �. U .. I �ilM. �o �i I_n il] .a ii� �'.rl�� 1r�M w Cl w *' Iw_F'A a di R M In M, Ed r J {i 1 �•� SS��11 LV 1'I 1� 14' .4 �', r F N Tf I� 'JJf�5 pa �i! pp yr ` yi4r w� 'v 11 :pi� rt a1'ak o f,la eiii� ca ' µ, Z{ �1 V Vr� rE 13 I 4 r s { o' U pppp > ;4 .� '$ tTj 1. w i F� n �rt fw � grq u a esSM ILgat - I " 2 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2018 00 32 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 CD r.c ir ------------------ ---------- V cd 1.2J 4M -;3 C. 6, 31 CL 1; (? fii 1-4 n is t,4 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2018 0032 15.1-0 CONSTRUCTION PROGRESS SCFIEDULE—BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD SPECIFICATION City Project No.02288 Revised JULY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page I of 4 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE—PROGRESS EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a"progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JULY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLF Page 2 of 4 W 1 i _.._... H..- . .._. { r r 1 + _ I t i IL 1 1 : - - - ---- - - - - - — f - - - - - - - - - - - - . CL 4!U f1 YL'14 14'.I',%t N-li,iv it HI!" .11­ 1 14 11,rJ NIN,#1 44 7�PP, 1-4 N N ri Ed , , N•ii IL:H'{V /P if µl. � ,i:F r w1 rn •11+ m +1 r „ :2 ,. ., 6 r' is I''. :' ] f!{1i y 1AN . CCCVVV ipy I 9 r �IJ ',-I 41 i i� [ • r. ♦, r 1 y 11 d fir{ � � J, ISN3. lal I ri' «' 1.'ul I�+ 4.0 j Rey. �'M -3 !!!Q/��. 11' rC1 AJu ,r aJ ,�I "$ r r r.;�����+'r �;' X c� ,' A arI ff1 Lr :4FI �� O i3�µ � r r��r�1n. wi 1r. m�' 1 g. 1a . 1,1 r��1�. K [�.oirj T F i1 +r,. o 9 a$ ... I 11! R YI x, :+ „�,11 1 ,� u n �: +11 n � in r m Q LR r 6 A El 1 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JULY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of 4 co - = ---- = ----- ---- • —•- i ------ •-•-- -•---- - --•-- ._.._.---T.._.._..... r r r .... h.Ya.._{._.._..—._.._.._.. ........... ------------------------------i_..—.._..}.-_.--..__{---------_------------F----------{---------- �--------- r r .w —_i--------- T---------- ---------------------T---------___— ..1..........l.........J..........i_.. _.J_ .L.. _.L_._---- _J_- -_1_--------J--- .- ..I. .{ _ :. I I er'sY IV fV,N N r11H it Nillm N 114 'N N _-110 II'L. INN1N +J-{• "I ra• _N TIN 44 IN I�rl �L' ro b P .-,ir, .s+a ra 1 i 41 .s la Milo 0!12 IIffTT„ 2 -2 r m ���yr{{{, 1r.�,iFt .i a.��:'o w m . bra, (((��� it •�I s4{ rl' Y f' rI N 1�'� �'� rl.r] tr • E`! l' +5{ T# Yi Ya +� �! Ir `Q1 i 1 W Gi 61 � xn'' n ff""' - - �' Y. or w �• i'� .�at t �'l M wi as uJ. ..� rr.�r Ir rr i- I#. iy F. S' —' I ^! ,j r�2 i '/�..qr r, .til en r w ^ q Irr.i 14 11i..h :J� i m { }�M;L .i rx /M1 ..'rYi 55P��r y I IN,'# QI Y Y r fry K srE+r'u Y'i �r ...i _p ppl��y}!ul ! y Willi C kr iii �} rll�• 1�FIi1 iI �} !q� Rlr �{ �p NI "I " � �A r:u R 'VI Yl L4 Pi v IfF * �• � MII� MA,f+.��Rl � i4 yy42l� i;5 {I �n �IRI" yf Ila I 1 +f l ' & n !rs + - S 4y �pq5 y�� �yrjy] yYciJ� ,may � !fin SI SR �J F; MJ +1 IF O K Tl � '� i4 � J` J� Ji Ji Oi��•i�i 2 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JOLY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JULY 20,2018 00 32 15.3-0 —PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 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) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions L3 1. (insert text here) 2. (insert text here) . (insert text here) D. List any actual delays and provide recovery actions . (insert text here) L23. . (insert text here) (insert text here) City of Fort Worth,Texas Timberland Boulevard,Phase 3 Construction Project Schedule Narrative Report for CFW Projects City Project No.02288 TPW Official Release Date:7.20.2018 Page 1 of 1 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 1 of 7 1 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 Fort 6 Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and 7 requirements regarding the Contractor's project schedule. 8 9 If you are not a registered CFW Buzzsaw user,please email or contact: 10 11 Fred Griffin, Buzzsaw Administrator 12 City of port Worth 13 Fred.Griffn@fortworthgov.org 14 817-392-8868 15 16 Using your registered username and password log into the City's Buzzsaw Site 17 h s:Il ro'ectpoint.buzzsaw.com/client/fortworth ov 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JULY 20,2018 0032 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Pagc 2 of 7 Rrva-1 I�iodwo¢B�v - I;I QE7701-Ha dDr..:iage.��c+�.e�° 'Ilr.e _ iAud" 59I Tygm - E iFone� 56duxkdesl,� ..xls FredC Mi 25,384 A.ivosattE.,4SV... _ _I I] i Hid Responses _l Construcffon Consultants Cantractar - ccnewondcvm _ General ContractE•,:o pitmmb%5 •._I Pad-It Dr-'Vs .� r-_�PuhdcNeetings e ��Real Properly ";[3L`ties � # *$'00705-Urbm-Olmnd Cwhl CUL*` If. 00705-lAxi Y.I gU f4t,Irll ikilJr! If 00705 V17�Fy WvRb Z€.LuGr Elr-r iF �oo7a15-ULr��ue.r�C4a[r .. Y 00733-&=WvSe-c,µ4hdl2(v a J. 00755-Mg qui Rd20MO err IQ 1k 00769-Ukks Road-bliih1 trree �k 007�-1-c-0oveChamel N. 00786-Sir+«C.re�Syrrvr S-� ' 00787-Oa Abe-y Road-z�m to J hf5<•--ri.w�_y CFh_ry4.tot,• 1 I nrM F-�^hrve'[rr:r+,:1r r4*NrpeF:3 sloadY;i�h'sc!seo•sYG tlbiC]i1��6t)Gmmm7ed�]LU• �U9 2 3 Two files will be uploaded for each submittal. A native schedule file format either 4 Primavera.xer or MS Project.mpp and a PDF version of the schedule will be uploaded 5 6 Verify that the file name contains the 5-digit Project ID,Project Name, and Submittal Date 7 and follows the standard naming convention. Initial schedule submittal will be labeled as 8 `Baseline' for example: 9 00701-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 []4dd Document CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICt1TION DOCUMENTS City Project No.02288 Revised JULY 20,2018 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 3 of 7 F'j Ett 4Ire TON Wlu Drau -m LEI �bte Fat 00idl-F7axseedDrr'.iagelmprovemers + j4a, ye. n Vie I Dt3e_ Folder rIForms 9 &hedkA Dxiex.xk FredGrrrRt 16.384 Microsoft 7 - — il'i ResWrises o.IJ Construction Cormultants [j Cc-itractQr Cr resi_maxffinoe l 1.tin General ContractDocumentsandSpee ' I It 3 Project Drav'1gs (3 .PubkWcungs Real®Prowty { i.... Utilities 0 00705-[khan vilpges Central Cluster six H. "0205-urban VagesCentralCluster5au' 17 OWN-Ubsnv%ges5EU st2r8e"-ft El o0706-urbanlrwyes sE chatar NnarEas 0073D-Sanitary Sewer Rehab Contracta 4EM II 9:4 00755-r:q.M Rd 200•f CIP yen--1(Des > 177 00758-Dirks Road-Bryant Irvin toGradx .. rnF .�0778-Does Channel _1 -i 17 I-3 nn7s6-& - creek&sycamoresdtool . N.J., s k P t-lkl 1 rteedy ?JAI 2 3 Select Browse and go to the location of the files on your desktop. 4 Select Open Uko Owmehb to IN Oft MW W&OU.You pn4u am 16 i tlrr Mwlr Rpyklx(0PNx%I. GotYT1YAS! A4MCh CoorrM)1 Eiurr teorm od e_ -9re __ —_ wd5W tiol3.Fmtim _jl.ly Doarnxnts -*t PftsVlanager Pro? e 1•l,Computer VIAXIMtes Player PF t3cMN `A i:rM•ork Wares � Active Projects Adohe Acrobata Profesr'mal 1- �Boarr-4-ass.pdf r Ij8un CDs&DyOs Ma.-Type TL-rg xmaw=8 gCad Rmxd Edt Pro .I CH2MUU VPN Grosso.id PMP Exam Sim 7.1 r F• -71ra C'MtCrystal Reports 71308 + +� =cc;eEarlh Dell Qukk Reference Wde.pdf :iP PFratosmart Express Disk Defragmenter F•Dottmtrtr y-tPPbotosmartPrrsder C�*.,Free Sowrd Recemder o 4.)So�ibon Center JyFreeSoundRecorder.exe WiPassConnect ft-ptopseonity a rrunes libogh.]PG `JJ btlmosoftlfisio Version 20D2Iri bk Out eBmk fi)NetM'_etirrg tJy#1K+s'i Ftsrxns- tf 5 Fi-:,r .e 7P,7 Fifes r 6 7 The file will appear in the Buzzsaw Add to Project--Select Documents window 8 9 Select Next. 10 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JULY 20,2018 0032 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 4 of 7 1 Do not select Finish at this time. 2 x I sdecepPzrrmamaddmihn-rFv"w1bOnYaw WnrbuWmaD=Wnm[RC91Wx MhrWl. ryo1l4A1FA1 R ILLIs.h fi�nrerik Hrrwr.�c P*LaG^xl MorbF_,a� ��9r2741o��Fr�prSrvp�W�elmlls�+A�e�,rrt Gl�aandrlselrl,,. 1�3F3 . 7�I.756 Sefd Ert.rJ r$n�caSrtr, 1�•�L4 V!.,Irr.,11tpew11. 14i4+,iI.IIle1.1.%...j ••J Y' ' �IJ'rvf *i'Ir•IF,',t'Il ri.inllil., 4 5 You will be placed into the Attach Comment window to enter a record into the Project 6 Schedule Submittal Log. 7 8 Enter the Project ID-Project Name-Submittal in the Subject Line. 9 10 Type Submittal and Company Name into the Comment window along with Contact Name 11 and Contact Phone Number. 12 13 Select Next. 14 l ermtraoon that lsx"4revergonU[aQIRlla aM"t dbaanen mm kw fdemb&vedded. TILeL alep W alxtlorJ Sot.;,Doarments rY {uh144 b raw d7o oda+ erndr'�a7 R�vw�{i F10701FIu�eeL4raarrgttmp-atiemRrr[se rradAcaecn 3aydries.hedeSuhml l♦4tan rmpnytk9me" f;:ontactName Contact phone Or ipdate SchedC a SubmitU from'Company Name'for work performed up kr 3anuary 31,2009 I:ontactName ,:ontnctPhonei is Ltx;} 1t I tam I H�, 16 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised 7ULY 20,2018 003215.4-0 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 list of Project Contacts. 5 6 Select the Project Manager as the To Recipient and the Project Controls Group as the Copy 7 Recipient. S LLal t]Ye.a6aelJWYtle�M�J�-rkir��JYYfw*l��l iari`w ai i4�x+i 1Lo.Tnr���1�iYM Se.o l elr•wr�k9 A f wiww ram--• JdA r.7.� F1 ! I;J #`J .ws.A,.. r,. . ..�5rMw5rro 4 _�'ji,r.i ram.. 1'6-1_1 c I_r._I r���I� i- I 'J�K�uo-+�h• T V 5... T. 5... CF— -ef2... Pro. Tr VSt... -f.,, 5... [;'.... HC.•• Pr:.. U.B.H... f1... H... B a... cv.._ Z/2--- CF... V.0d Mom... V. M... K... C7... 9f3... P... H0." %Ve v... W... C... CP... -1f2 flo... :Rr id 5�V� %V Bar..- iA'dl B... di... 3Je... Pro... W... G- Am... rye... Ter... it'-` I �A4Prl GotalroM Ti:aM M.. W... Cff =knker Suer .�Frexd Gr... F... G... ... Jwf«r seal i�WL Prot=..... n Berrv-aa y�y sh-e .. s... s... C Hear Ewe ConVxtU eyr.�i 4Jr.erei., � s.. 1 f.iwl� urF 9 rear t foec 10 11 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JUL.Y 20,2018 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 6 of 7 Ki �rmlrmrr2lo otltGr poJt+d memErrsrro:rlyrrg tl'nnaf the rnw nr upr�olyd l9es.Ths ahpnop6onat SdeCOaoxnertts �aek etlnra�eil`. FYeC F�ofllFcaNnn �.,. FrajectCor+lrols�eam SA*t 11 W,Ti!# e�E3.e�wUt1➢;ravcx�}3�us-a wine 1Gte dkSLb7aWNi0!tampmyName �: ntactName CwtactPham Or IJpdale Srhedi.'.Suba ttal from'ConVs ny Name for wwkrterfi-nreC up to 3anuz-y 31,2009 ` CantaGtNeme CwAactPhore I 1 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 I�Fortwodiigov '� I Blc�a;r K i i Numl -Qp MV1 F=1 G a,�wp Lin !.—[ n IL ! •+rrnr� ;•I-• _ ! . a--�ffd Fnrms '�sd��kvsXA6 Prw Griffi! .i lf4! t a- JMResporues Adit Nad... 74,25D XERFiTe W209 =Co�tructlon = CaimdEants Gantrader Cm+ewwdat>rY • _ General ConhaclOro+�cy a+�!,.K PAnJa Darin➢s --� Rsbfel+Leetirr� ' Rea'Prop" _1 5tl"4k4•P :J�5dtcd>Aglnde_r.rds _� nh5ties + 14 na7as-irrhnnv&gmeentrAckmwr,1- + 0070.`-LfLu 5Sa0es GelIhbJi7r 5.r i 00706 uorr 1- ➢es6ElYsk!Rmra, + Aj 00705-Urba V-ige SECLstm-hx Em + lk 00730-anw r xxe rLI�GonoiLLN + kVA 00755-r+lesgdte Pd2004GLPYear1lOu PAP 00768-9-#s Road 3.t�L L4r�a Gr+rt. • 00773-Leh—Ch—d a/ 6 7 8 Upload the PDF file using the same guideline. 9 10 11 12 END OF SECTION 13 14 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.02288 Revised JULY 20,2018 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 7 of 7 l Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 2 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised JULY 20,2018 11415 PAGE INTENT'IONALY LE1 !' B AWK 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fart Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. hftp://www.ethics.state.tx.us/forms/CIQ.I?df hftj)://www.ethics.state.tx.us/forms/CIS.pd# ❑ CIQ Form does not apply LA CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: McMahon Contracting L.P. By: Shawn hon 3019 Ray Orr blvd Signature: 4 Grand Prairie, Texas 75050 Title: Manager END OF SECTION CITY OF FORT WORTH Timberland Blvd, Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02288 Form Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook Addendum 4.xls 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Arterial Roadway Improvements, Timberland Boulevard Phase 3(From Park Vista Boulevard to US377) City Project No.: 02288 Units/Sections: UNIT I: PAVING IMPROVEMENTS UNIT II: UTILITY IMPROVEMENTS UNIT III: PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS UNIT IV: STREET LIGHTING IMPROVEMENTS 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond" 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "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 Timberland Blvd,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02288 Form Revised 20150821 00 41 00_00 43 13 00 42 43 00 43 3700 45 12_00 35 13_Bid Proposal Workbook—Addendum 4.xls 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. Prequalificatifln The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Urban/Renewal, 24-inch diameter and smaller b. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) c, Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) d. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 550 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 landlor 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 Timberland Blvd,Phase 3 STANDARD GONSTRUCTION SPECIFICATION DOCUMENTS CPN 02288 Form Revised 20150821 00,11 0000,13 13_00 42 43_00 43 3700 45 12 00 35 13 Did Proposal Workbook Addendum 4.xls 5 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. ?7 Total Bid 7. Bid Submittal This Bid is submitted on 04042019 by the entity named below. Respectfully su I Receipt is acknowledged of the following Addenda: Initial e�� Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: .li✓ Shawn McMahon Addendum No. 4: � (Printed Name) Title: Manager Company: McMahon Contracting L.P. Corporate Seal: Address: 3019 Roy Orr Blvd Grand Prairie, Texas 75050 State of Incorporation: Texas Email: will C mr-nahoncontracting.com Phone: 972-263-6907 END OF SECTION CITY OF FORT WORTH Timberland Blvd,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02288 Form Revised 20150821 00 41 00 00 43 13_00 42 43_00 43 37_00 45 1200 35 13 Bid Proposal Workbook—Addendum 4.xls 00 42 43 BID PROPOSAL. Page t of5 SECTION 00 42 43 PROPOSAI_FORM UNIT PRIDE BID Biddor's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No, Measure Quantity :._.a .. 1 Mobilization 1,5 1 $282.399.68 $282,399.68 2 Construction Allowance LS 1 _$300,000.00 $300,000.00 3 0135.0101 Railroad Coordination Allowance 01 35 13 LS 1 $50,000.00 $50 000.00 4 0135.0102 Railroad Flagman Allowance 0135 13 LS 1 $200,000.00 $200 000,00 5 024LO500 Remove Fence 0241 13 LF 399 $2.32 $925.68 6 0241.0800 Remove Rip Rap 0241 13 SF 1513 $1.62 $2,451A6 7 0241.1000 Remove Cone Pvmt 0241 15 SY 552 $6.01 $3,317.52 8 0241-0600 Remove Wall<4' 0241 13 1.F 62 $51.73 $3,210.36 9 0241.1100 Remove Asphalt Paving 0241 15 SY 2576 VA I $18,315.36 10 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 1063 $2.98 $3,167.74 11 0241.3015 Remove 24"StonnLine 0241 14 LF 21 $40.00 $840.00 12 0241.3013 Remove 18"StormLinc 0241 14 LF 74 $34.42 $2,547-08 13 0241.4001 Remove IO'Curb Inlet-TxDOT 0241 14 EA 1 $802.65 $802.65 14 0241.4401 RemoveHeadwall/SET 02 41 14 EA 4 $1,966.51 $7,866.04 15 3110.0101 Site Clearing 31 10 00 LS 1 $17,739.17 $17,739,17 16 3110.0102 6"-12"Tree Removal 31 1000 EA 3 $326.40 $979.20 17 31ITO104 18"-24"Trec Removal 31 10 00 EA 1 $634,61 $634.61 18 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 4550 $23.88 $108,654.00 19 3123.0103 Borrow by Plan 3123 23 CY 5100 $19.19 $97,869.00 20 3175,0101 SWPPP a I acre 31 25 00 LS 1 $39,506.26 $39,506.26 21 3211.0400 Hydrated Lime 32 11 29 TN 300 $161.24 $48,372.00 22 3221.0502 8"Lime Treatment 32 11 29 SY 16669 $2.96 $49,340.24 23 3212.0304 4"Asphalt Pavement Type D 32 12 16 SY 2891 $34.80 $100,606.90 24 3212.0505 8"Asphalt Base Type B 32 12 16 SY 573 $64.96 $37,222.08 25 3213.0105 10 Concrete Pavement(TxDOT) 32 13 13 SY 2186 $93.92 $205,309.12 26 3213.0106 11"Conc Pvmnt 32 13 13 SY 12561 $60.38 $758,433.18 27 3213.0302 5"Conc Sidewalk 32 1320 SF 23894 $5.80 $138,585.20 28 3213.0506 Barrier Free Ramp,Type P-I(D540) 32 1320 EA 2 $2,088.00 $4,176,00 29 3216.0101 6"Cone Curb and Gutter- 32 16 13 LF 123 $19.99 $2,458.77 30 a�u nano mr Cop.n.wh an-d G-tor 3 3 L' 31 3217.4301 Remove 4"Pvmt Marking 32 1723 LF 502 $1.04 $522.08 32 3217.4307 Remove Raised Marker 32 1723 EA 820 $1,16 $951.20 33 3217.4402 Remove Lane Legend Arrow 32 1723 EA 2 $104.40 $208.80 34 3217.4404 Remove Lane Legend Only 32 1723 EA 2 $104.40 $208.80 35 3232.0100 Cone Ret Wall with Sidewalk,Face 3232 13 SF 914 $34.80 $31,807.20 36 3232.0203 TxDOT Std Ret Wail-RW 1(L)C 32 32 13 SF 4300 $74.83 $321,769.00 37 3291.0100 Topsoil 3291 19 CY 473 $30.16 $14,265.68 38 3292.0100 Block Sod P1<lcerrent 3292 13 SY 9017 $5.46 $49,232.82 39 3292.0400 SeedingHydromulch 32 92 13 SY 16540 $1.75 $28,945.00 40 3441.41008 Remove Sign Panel and Post 34 41 30 EA 12 $110.20 $1,322.40 41 9999.0002 Barricades,Signs and Traffic Handling 3471 13 LS 1 $39,433.45 $39,433.45 42 9999.9999 5"Cone Rip Rap TxDOT SY 59 $104.84 $6,185.56 43 9999 0000 Traffic Rail-TY T501('I'551) TxDOT LF 132 $191.20 $25,238.40 44 3471.0002 Portable Message Sign(2 signs for 4 weeks) 34 71 13 WK 8 $1.468.13 $11,745.04 45 3212.05014"Asphalt Base Type B(for Detours) 32 12 10 SY 1000 $35.09 $35,090.00 46 19999,0005 8"Type 1I Curb&Gutter-TxDOT TxDOT LF 874 $17.79 $15,549.46 47 19999.0000 Integral Colored/Textured 4"Concrete Median 32 1320 SF 9017 $10.67 $96,211.39 SUBTOTAL UNIT i-PAVING IMPROVEMENTS $3,164,414.08 CITY OF FORT WORTH Timbc lend Alvd,Phase 3 STANDARD CONSTRUCTION SPECWICAr1ON DOCUMENTS CPN 02288 Form Revised 20120120 00 41 00 004313 004243 004337 004512_003513_Bid Proposal Workbook_Addendum 4AS 00 42 43 RID PROPOSAL Page 2 of 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 48 3305.0109 Trench Safety 3305 10 LF 796 $1,31 $1,042.76 49 3341.0103 18"RCP,Class III 33 41 10 LF 59 $106.54 $6,285.86 50 3341.0201 2 1"RCP,Class Ill 33 41 10 LF 260 $95.97 $24,952.20 51 3341.0205 24"l2CP,Class 11I 33 41 10 IT 291 $114.76 $33,395.16 52 3341.1101 4x2 Box Culvert(TxDOT Item-Extend) 33 41 10 LF 67 $344.40 $23,074.80 53 113341.1303 Gx4 Box Culvert 3341 10 LF 354 $386.82 $136,934.28 54 3349.1000 lleadwall,Box Culvert(TxDOT PW Parallel) 33 49 40 CY 47 $986.00 $46,342.00 55 3349.1001 Headwall,Box Culvert(TxDOT PW SIUB-SW-O WINGS) 33 49 40 CY 80 $812.00 $64,960.00 56 3349AI03 18"SET,1 pipe 334940 EA 1 $5,800.00 $5,800.()0 57 3349A105 24"SET,1 pipe 334940 EA 2 $6,960.00 $13,920.00 58 3349.6001 1 O'Recessed Inlet 33 49 20 EA 3 $6.148.00 $18,444.00 59 3349.6002 10'Type 2 Inlet 33 49 20 EA 3 $8,758.00 $26,274.00 60 9999.0000 Special Storm Drain Headwall,Combination Box&Pipe Culvert 33 49 40 CY 26 $1,444,20 $37,549.20 61 9999.0000 Type PR2 Handrail(PxD0T) TxDOT LF 95 $139,06 $13,210.70 62 9999-0000 Tied Concrete Block Erosion Control Mat 313700/sp SF 5598 $13.92 $77,924.16 63 331L0251 8"DIP Water 33 11 10 TY 60 $62.83 $3,769.80 64 3342-.0"1-C-011nection to Existing 42"Water Alfa.,NOT USED 33 1225 EA 65 3312.6003 8"Blow Off Valve 33 1260 EA 1 $5,709.49 $5,709.49 66 3311.0001 Ductile Iron Water Fittings wlRestraint 1 33 11 11 Ton 0.0173 $5,814.45i $100.30 66A 9999.0000 Shoring I LS 1 $29,000.001 $29 000,00 SUBTOTAL UNIT 2-UTILITY IMPROVEMENTS $568,689.71 67 3217.0001 4"SLD Pvmt Marking HAS(W) 32 1723 111? 497 $1.22 $606,34 68 3217.0002 4"Pvmt Marking HAS(Y) 32 1723 11F 802 $1.22 $978,44 69 3217.0003 4"BRK Pvmt Marking HAS(W) 32 1723 LF 5259 $0.46 $2,4I9.14 70 3217.0201 8"SLD Pvmt Marking HAS(W) 32 1723 LF 1258 $2.32 $2,918.56 71 3217.0301 12"SLD Pvmt Markirb HAE(W) 32 1723 LF 121 $4.64 $561,44 72 3217.0501 24"SLD Pvmt Marking HAE(W) 32 1723 LF 126 $6,96 $876.96 73 3217.1001 Lane Legend RR 32 1723 EA 1 $522.00 $522.00 74 3217.1002 Lane Legend Arrow('TxDOT Ty 1) 32 1723 EA 13 $150.80 $1,960.40 75 3217.1004 Lane Legend Only(NDOT ry 1) 32 1723 EA 13 $150.80 $1,960.40 76 13217.2102 REFL Raised Marker TY I-C 32 1723 EA 27 $4.64 $125.28 77 3217.2104 REFL Raised Marker TY B-C-R 32 1723 EA 152 $4.64 $705.28 78 3217.2103 REFL Raised Marker TY II-A-A 32 1723 EA 8 $4.64 $37,12 79 3441.4003 Furnish/Install Alum Sign Ground Mount City Std 34 4130 EA 19 $69D.20 $13,113.80 80 9999-0000 1 V SLD Pvmt Marking(W)(IS"Tall,12"Gap) LF 586 $5.80 $3,398.80 81 9999,0000 18"Yield Triangles(W) -- EA 4 $46.40 $185.60 SUBTOTAL UNIT 3-PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS $30,369.56 82 2605.0111 FurnisbAnctall Elec Sery Pedestal EA 1 $6,380.00 $6,380.00 83 2605.3015 2"CONDT PVC SCH 80(T) 260533 LF 861 $13.92 $11,985.12 84 2605.3025 3"CONDT PVC SCSI 80(T) 260533 LF 2850 $17.40 $49,590.00 85 2605.3031 4"CONDT PVC SCH 40(T) 260533 LF 193 $23.20 $4,477.60 86 3441.1502 Ground Box Type B,w/Apron 3444110 EA 4 $754.00 $3,016.00 87 3441.3201 LED Lighting Fixture EA 29 $764.00 $21,866.00 88 3441.3003 Rdwy IliumAssembly'1'Y 18 wl33A Arms 344120 FA 6 $2,236.48 $13,418,88 89 3441.3302 Rdwy Ilium Foundation T Y 3 34 41 20 EA 8 $1.624.00 $12,992.00 90 3441.3404 2-2-2-4 Quadplex Alum Elec Conductor 34 41 20 LF 2056 $3A8 $7,154.88 91 3441.3501 Salvage Street Light Pole 344120 EA 2 $406,OD $812.00 92 9999.0000 Traffic Signal Ground Box(Type DS-TxDOT) 3441 10 I;A 7 $4,355.80 $30,490.60 93 19999.0000 "Traffic Signal Ground Box(Type AS-TxDO'I) 34 41 10 EA G $3,328.041 $19,968.24 CITY OF FORT WORTH Timberland Rlvil,Phase 3 STANDARD CONSTRUCTION SPECTICNflON DOCUMENTS CPN 02288 Norm Revised 20120120 00 41 00 00 43 11_00 42 43 00 43 37_00 45 1200 35 13 Bid Proposal Workbook_Addendum 4.As i Y 00 42 43 BID PROPOSAL Page 3 of 5 SECTION 00 42 43 PROPOSAL.FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Sidlist Item Description Spccificatien Unit of Bid unit Price Bid Value No. Section No Measure Quantity SUBTOTAL IMT4-STRX6F.T LIGHTING IMPROVEMENTS $182,151.32 94 9999.00oo Drill shaft(TRF Sig Pole)(24 In) 4162030 LF 12 $214.60 $2,575.20 95 9999.0000 Drill Shaft(TRF Sig Pole)(36 In) 4162032 LF 13 $475.60 $6,182.80 96 9999.0000 Drill Shaft(TRF Sig Pole)(48 In) 4162034 LF 44 $609.00 $26,796,00 97 9999.0000 Condt(PVC)(Schd 40)(2") 6182019 LF 425 $13.92 $5,916,00 98 9999.0000 Condt(PVC)(Schd 40)(2")(Bore) 6182020 LF 250 $17.40 34,350.00 99 9999.0000 Condt(PVC)(Schd 40)(3") 6182022 LF 90 $17.40 $1,566.00 100 9999.0000 Condt(PVC)(Schd 40)(3")(Bore) 6192021 1.F 380 $20.88 $7,934.40 101 9999.0000 Condt(PVC)(Schd 40)(4") 618 2024 LF 45 $23.20 $1,044.00 102 9999.0000 Condt(PVC)(Schd 40)(4")(Bore) 618 2025 LF 150 $25,52 $3,828.00 103 9999.0000 Condt(RM)(2") 618 2052 LF 25 $23.20 $580.00 104 9999.0000 Elcc Condr(NO.6)Bare Bond 6202009 1,F 2500 $1.97 $4,925.00 105 9999.0000 Elec Condr(NO.6)Insulated 6202010 LF 1350 $1.97 $2,659.50 106 9999.0000 Ground Box TY D(162922)w/Apron 6242014 EA 3 $986.00 $2,958.00 107 9999.0000 Ground Box TY E(122317)wlApron 6242016 EA 9 $870.00 $7,830.00 108 9999.0000 Etc Sry TY D 120/240 060(NS)SS(F)PS(U) 6232074 EA 1 $6,380.00 $6,380.00 109 9999.0000 Back:Plate(12 IN)(3 SEC) 682 2001 FA 15 $116.00 $1,740,00 110 9999.0000 Back Plate(12 IN)(5 SEC) 6822002 EA 3 $127.60 $382.80 ill 9999.0000 Veh Sig Scc(12 IN)LED(Gm Arw) 6822022 EA 11 $377.00 $4,147.00 112 9999,0000 Vol,Sig Scc(12 IN)LED(Gnr) 6822023 EA 10 $377.00 $3,770.00 113 9999.0000 Veh Sig Sec:(12 IN)LED(Yel Arw) 6822024 EA 11 $377.00 $4,147.00 114 9999.0000 Veh Sig Sec(12 IN)LED(Yel) 6922025 EA 10 $377.00 $3,770.00 115 9999.0000 Veh Sig Sec(12 IN)LED(Red Arw) 6822026 EA 6 $377.00 $2,262.00 116 9999.0000 Veh Sig Sec(12 IN)LED(Red) 6022027 EA 12 $377.00 $4,524.00 117 9999.0000 Trf Sig Cbl(TY A)(14 AWG)(6 Condr) 6842032 LF 700 $2.32 $1,624.00 118 9999.0000 Trf Sig Chl(TY A)(14 AWG)(16 Condr) 6842034 LF 350 $4B4 $1,624.00 119 9999A000 Trf Sig Cbl(1'Y A)(14 AWG)(20 Condr) 6842046 LF 550 $5.22 $2,871.00 120 9999.0000 Ins Trf Sig PL AM(S)1 Arm(24')(Lum) 6862033 EA 1 $7,848.56 $7,848.56 121 9999.0000 Ins Trf Sig PL AM(S)I Arm(48')(Lum) 6862044 FA 2 $12,408.52 $24,917.04 122 9999.0000 Pod Pole Assembly 6872001 EA 2 $1,450.00 $2,900.00 9999.0000 Radar Preselsse Detection System w!Cabinet Interface Device and 123 Cable 6045-6001 LS 1 $38,535.20 $38,535.20 124 9999.0000 Battery Backup Unit Internal --- EA 1 $8,062.00 $8,062.00 125 9999.0000 Relocate Emergency Preemption System w/Cable --- LS 1 $1,484.80 $1,484.80 126 9999.0000 Pothole(Traffic Signal&Cabinet Foundation) EA 7 $319.00 $2,233.00 127 9999.0000 Remove Existing Cabinet Foundation --- EA 1 $1,450.00 $1,450.00 128 9999.0000 Install Now Cabinet --- EA 1 $23,200,00 $23,200.00 129 9999.0000 Relocate Exisitng Controller&Cabinet Assembly --- EA 1 $3,480.00 $3,480.00 130 9999.0000 Construct New Traffic Controller Cabirid Foundalion --- EA 1 $4,582.00 $4,582.00 131 9999.0000 Install Alum Sign-(R3-8) --- EA 2 $522.00 $1,044.00 132 9999.0000 Install Electronic Sign(No Right Turn On Train)On Mast Arm --- EA 1 $5,512.32 $5,512.32 133 9999.0000 Install Electronic Sign(No Right Turn On Train)On Post -- EA 1 $5,512.32 $5,512.32 133A 9999.0000 Remove and Relocate Opticom Preemption System -- EA 1 $1.160,00 $1,160.00 9999.0000 Remove and Salvage Existing Traffic Pole,Foundation and Mast Arm 133B Equipment(36-A) --- EA 3 $2,320.00 $6,960.00 133C 9999.0000 Remove and Salvage Existing Traffic Pole,Foundation and Mast Ann Equipment(24-A) FA 4 $1,682.00 $6,728.00 SUBTOTAL UNIT 5-TJS377 IMPROVEMENTS $261,895.94 134 0241.0500 Remove Fence 0241 13 LF 304 $2.32 $705.28 135 0241.1000 Remove Conc Pvmt 0241 15 SY 73 $14.63 $1,067,99 136 0241.1001 Water Line Grouting 0241 13 CY 29 $180.781 $5,242.62 CAY OF FORT WORTH Tunberland Blvd,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02288 Form Revimd20120120 04100604313_004243_004337 0045 12_003513_Bid Proposal Workbook Addmdem4.x1s 00 42 43 BID PROPOSAL Page 4 or 5 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Projec€Item Information Bidder's Proposal Bidlistltem Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quardity 137 0241.1218 4"A2"Water Abandonment Plug 0241 14 EA 1 $2,297.72 $2,297.72 138 0241.1100 Remove Asphalt Paving 0241 15 SY 99 $8.61 $852.39 139 0241.1106 16"Pressure plug 0241 14 EA 2 $2,374.99 $4,749.98 140 0241.1206 16"Water Abandonunent Plug 0241 14 EA 2 $6,895.97 $13,791.94 141 0241 A 300 Remove Cone Curb&Gutter 0241 15 LF 104 $7,77 $808.08 142 02411506 2"Surface Milling 0241 15 SY 1237 $8,70 $10,761.90 143 0241.1302 Remove 6"Water Valve 0241 14 EA 1 $1,537.92 $1,537.92 144 0241.1305 Remove 12"Water Valve 0241 14 EA 1 $1,537.92 $1,537.92 145 0241.1351 Salvage 16"Water Valve 0241 14 EA 2 $1,085.06 $2,170.12 146 0241.1602 Remove Concrete Water Vault 0241 14 EA 2 $1,537.91 $3,075.92 147 0241.3 510 Salvage Fit Hydrants 0241 14 EA 1 $905.72 $905.72 148 0241.3015 Remove 24"Storm Line 0241 14 LF 2l $40.00 $840.00 149 NOT USED 0241 14 FA 150 0241 4001 Remove 10'Curb Lilet-TxDOT 0241 H EA 1 $802.65 $802.65 151 3110.0101 Site Clearing 31 1000 I.S 1 $4,666.80 $4,666.80 152 3110.0102 6"-12,,Tree Removal 31 1000 EA 17 $294.82 $5,011.94 153 3110.0103 12"A 9"Tree Removal 31 1000 EA 3 $557.27 $1,67L81 154 31 10.0104 18"-24"Tree Removal 31 1000 EA 2 $735.25 $1,470.50 155 3123.0101 Unclassified rxcavation by Plan 31 23 16 Cy 150 $23.05 $3,437.50 156 3211.0400 Hydrated Lime 32 11 29 TN 16 $151.24 $2,579.84 157 3211.0502 8"Lime Treatment 32 11 29 SY 888 $6.18 $5,487.84 158 3212.0302 2"Asphalt Pavement Type D 32 12 16 SY 2804 $17.40 $48,789.60 159 3212.0505 8"Asphalt Base Type B 32 12 16 SY 936 $64.96 $54,306.56 160 3213.0105 10"ConvmW Pavement(TxDOT) 32 13 13 SY 166 $100.63 $16,704.58 161 3217.0001 4"SI D Pvmnt Marking HAS(W) 32 17 23 LF 220 $1.22 $268.40 162 3217,0002 4"Pvmnt Marking HAS(Y) 321723 LF 460 $1.22 $561.20 163 3217,0501 24"SLD Pvmnt Marking HAF(W) 32 17 23 IF 39 $6.96 $271.44 164 3217.1002 Lane Legend Arrow(TxDOT Ty 1) 32 17 23 EA 3 $150.80 $452.40 165 3217.I004 Lane Legend Only(TxDOT Ty I) 32 17 23 EA 3 $150.80 $452.40 166 3231.021I Barbed Wire Fence,Metal Posts(5 Wire) 32 31 26 LF 304 $11,43 $3,474.72 167 3291,0100 Topsoil 3291 19 CY 33 $30,16 $995.28 168 3292.0400 Seeding Hydromuleh 32 92 13 SY t741 $1.75 $3,046.75 169 3304 n002 Cats-.die V-Arnt.._te.._NOT USED 33 04 12 LS 170 33044) n. T-em-pos:ram ate,tie"ices NOT USF,D 33 04 30 LS 171 3305.0101 Fire Hydrant Steen Extension 33 05 14 EA 2 $1,558.21 $3,116A2 172 3305.0109 Trench Safety 3305 10 LF 734 $1.42 $1,042.23 173 3305.0111 Valve Box Adjustment 3305 14 EA 6 $446.90 $2,681.40 174 3311.0001 Ductile Iron Water Fittings wlRestraint 33 11 11 Ton 4.56 $5,957.61 $27,166.70 175 3311.0161 6"PVC Water Pipe 331112 LF 10 $122.60 $1,226.00 176 33I1.0461 12"PVC Water Pipe 33 1112 LF 60 $71.14 $4,268.40 177 3311.0261 8"PVC Water Pipc 33 11 12 LF 95 $61.11 $5,805.45 178 3312.0001 Fire Hydrant 33 12 40 EA 2 $3,080.32 $6,160.64 179 3312.0117 Connection to Existing 4"-12"Water Main 331225 EA 2 $1,997.99 $3,995.93 180 3312.0106 Connection to Existing 16"Water Main 33 1225 EA 2 $2.676.59 $5,353.18 181 3312.3002 6"Gate Valve 33 1220 EA 2 $1.515.69 $3,031,38 182 3312.3003 8"Gate Valve 33 1220 EA 1 $1,708.49 $1,708.49 183 3312.3005 12"Gate Valve 33 1220 EA I $2,664.03 $2,664.03 184 3349.5001 10'Curb Inlet 33 49 20 EA 1 $5,800.00 $5,800.00 185 3441.4003 Fumishlinstall Alum Sign Ground Mount City Std. 3441 30 EA 3 $690.20 $2,070.60 196 9999.0000 Roadbond EN 1 26 05 33 GA 133 $24.36 $3,239.88 197 9999.0000 Type H Curb-TxDOT TxDOT LF 78 $1,96 $152.88 188 19999.0005 Type 1I Curb&Gutter-TxDOT TXDOT LF 200 $17,791 $3,558.00 CITY OF FORT WORTH Timberland Blvd,Phase 3 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS CPN 02293 Fmr¢Revised 20120120 00 41 00 00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_11id Prap-0 Workbook_Addendum 4.x1s 00 42 43 BID PROPOSAL Page S of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE "10 Bidder's Application Project Item Information Biddcr's Proposal Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity UnitPrice Bid Value 189 9999-0000 16"AWWA C905 PVC Water Pipe 33 1221 LF 579 $73.00 $42,267.00 190 9999.0000 16"AWWA Butterfly Valve,Direct Bury 33 12 21 EA 2 $7,992.86 $15,985.72 191 9999.0000 Tied-Concrete Block Erosion Control Mat 313700/sp SF 801 $13.92 $11,149.92 192 3123.0103 Borrow by Plan 312323 CY 300 $20.32 $6 096.00 193 13201.0400 Temporary Asphalt I aving Repair 32 01 18 SY 18 $76.40 $1 357.20 SUBTOTAL UNIT 6-MT GILEAD IMPROVEMENTS $364,715.16 Bid Summary Base Bid UNIT i-PAVING IMPROVEMENTS $3,164,414.08 UNIT 2-UTILfFY IMPROVEMENTS $568,688.71 TWIT 3-PAVEMENT MARKING AND SIGNAGE IMPROVEMENTS $30,369.56 UNIT 4-STREET LIGHTING TMPROVEMENTS $182,151.32 UNIT 5-U8377 IMPROVEMENTS $261,895.94 UNiT 6-M1'GILEAD RAPROVEMCNTS $364,715.16 Total Base Bid $4,572,234.77 Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Bld Additive Alternate Bid Total Additive Alternate Bid Total Bid $4,572,234.77 END OF SECTION CITY OF FORT WORTH Timberland BM,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 01288 Farm Rmscd 20120120 00 41 00-00 43 13_00 4243_00 43 37_00 45 12_00 35 13_Did Proposal Workbook_Addmdum 4.x1s { f 00 d3 13 NO 80rVCJ Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS' That we., McMahon Contracting, LP known as "Bidder"herein and Fidelity and Deposit Company of Maryland a corporate surety duly authorized to do business in the State of Texas, known as"Surety"herein, are held and firmly hound 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(8%)of Bidder's maximum kid 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, administrators,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 Arterial Roadway Improvements, Timberland Boulevard Phase 3 (From Park Vista Boulevard to U8377) 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 ail 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 fails 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 bidder'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 forthe Northern District of Texas, Fort Worth Division, IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEAL-ED this instrument by duly authorized agents and officers on this the 29th day of March ^ "T_ ,2019, PRINCIPAL: McMahon Contracting, LP BY; ATTESPT, ignatureA Witrless as to Pr€nclpa Name and f€tie CITY OF FORT bl'O€'.TH Timber€and Blvd.Phase 3 STANDARD CONSTRUCT]ON SPCCIFICRTION DOCUMENTS GPP4 02289 Pori revised 20171109 00 41:0000 4313 00 42 4300 43 37 00 45 12_00 35 13 Rid Proposal Workbciok.xls 004813 BID BOND Pap 2 of Address: 3019 Roy Orr Blvd. Grand Prairle,TX 75050 —_ SURETY: Fidelity and Deposit Company of Maryland_. ._...._._ Signature Robbi Morales, Attorney-insfact____ dame e itle Address: 2711 N. Haskell Ave., Suite 800 ©anlas, TX 75204 Witri as t Sure Telephone Number. 2141989-0(100 Attach Power at Attorney(Surety)for Attorney-in-Fact *Note., if signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from Its mailing address,both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. L 4D OF SPCTION CITY OF FORT WORTH Timberland Blvd,Phase 3 STA14DARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02M Form Revised 417l 109 00 41 00 O 4513_00 42 4Z_00 43 37_0R 4512 00 35 13 Bid Prowl WorkbookAs ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by BRIAN M.HODGES,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Ricardo J.REYNA,Don E. CORNELL,Joshua SAUNDERS,Robbi MORALES,Sophinie HUNTER,Kelly A. WESTBROOK and Tina MCEWAN, all of Dallas,Texas, EACH its true and lawful agent and Attorney-in-Fact,to make, execute,seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.;the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 15th day of January,A.D.2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 0'4N...b, ry, wa 9PQSI prr?...SU fyp 4y Y ti wlJ 1 + f 13,,„„ 7• Assistant Secretary Vice President Joshua Lecker Brian M.Hodges State of Maryland County of Baltimore On this 15th day of January,A.D.2019,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,BRIAN M. HODGES,Vice President,and JOSHUA LECKER,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. / . Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 168-0589 ZURICH Texas Important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informaci6n o para presentar una queja: You may call Zurich North America's toll-free telephone Usted puede llamar al numbeo de tel6fono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informaci6n o para 1-800-382-2160 presentar una queja al: 1-800-382-2160 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se- complaints at: guros de Texas para obtener informaci6n sobre com- 1-800-252-3439 panfas, coberturas, derechos, o quejas al: 1-800-252-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin, TX 78714-9104 P.O. Box 149104 Fax: (512)490-1007 Austin, TX 78714-9104 Web: www.tdi.texas.gov Fax: (512)490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or DISPUTAS POR PRIMAS DE SEGUROS O about a claim, you should contact the company first. If RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa relacionada con su prima de seguro Department of Insurance. o con una reclamaci6n, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted ATTACH THIS NOTICE TO YOUR POLICY: puede comunicarse con el Departamento de Seguros de This notice is for information only and does not become Texas. a part or condition of the attached document. ADJUNTE ESTE AVISO A SU P61LIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condition del documento adjunto. U-GU-296-E(06/15) Page 1 of 1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of `P,!f 4 r:. 1 it Mrici}. , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of ic•a +it 131151* , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Ed BIDDER: McMahon Contracting L.P. By: Shawn Mc hon 3019 Roy Orr blvd � (Signature) Grand Prairie, Texas 75050 Title: Manager Date: END OF SECTION CITY OF FORT WORTH Timberland Blvd,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02288 Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook—Addendum 4.xls 0045 11 -1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s) listed with their Bid.Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 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 information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flaws 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter,Articles 23 of Incorporation,Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/tamerinit/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 an 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 004511 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or(2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequaliflcation 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"N/A" 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0045 11 -3 BIDDERS PREQUALTFICATIONS 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 8 END OF SECTION 9 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PACE INTENTIONALY LEFT BLANK 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission, Urban/Renewal, 24-inch McMahon Contracting L.P. 1/31/2020 diameter and smaller Asphalt Paving Construction/Reconstruction REYES GROUP 5/1/2020 (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction McMahon Contracting L.P. 9/1/2020 (15,000 square yards and GREATER) Roadway and Pedestrian Bean Electrical 3/12/2021 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McMahon Contracting L.P. By: InMcM h n 3019 Roy Orr blvd (Signature) Grand Prairie, Texas 75050 Title: Manager Date: 4zl'-11111�� 7 / END OF SECTION CITY OF FORT WORTH Timberland Blvd,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 02288 Form Revised 20120120 00 41 00_00 43 13_00 42 4300 43 37_00 45 12_00 35 13_Bid Proposal Workbook Addendum 4.xis 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02288. Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 McMahon Contracting L.P. By: *Kg OO/WW 12 Company (P ease Print) 13 I' 14 3019 Roy Orr BIvd Signatur . 15 Address 16 17 Grand Prairie,Texas 75050 Title: MAKAge4. 18 City/State/Zip t (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority, on this day personally appeared 26 FIA A, M-5A WO • ,known to me to be the person whose name is 27 subscribed to the foregoi instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of M69929 CddTeACX 1A1A, L.P. for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1 day of 32 h/IU i& , 20y,. 33 34 35 36 On SHELLEY MCMAHON Notary Public it�Iid for the State of Texas Notary Public 37State of Texas ID#129906663 Comm.Expires 08-04-2022 38 END OF SECTION 39 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02288 Revised July 1,2011 West, Jennifer From: Shelley McMahon <Shelley@ mcmahoncontracting.com> Sent: Tuesday, May 14, 2019 12:03 PM To: West,Jennifer Cc: TPW Contracts; Aiton, Mitch; Striker, Karen R.;William Mee Subject: RE: CO2288,Timberland Boulevard Phase III Ms. West, McMahon Contracting, L.P.gives you authorization to update the form on our behalf. Thank you. Shelley McMahon ;�MAHQX COMACTINE LA 3019 Roy Orr Blvd,Grand Prairie,TX 75050 Office 972.263.6907 / Direct 469,865.1217 shellev@mcmahoncontractinR.com From: West,Jennifer<Jennifer.West@fortworthtexas.gov> Sent:Tuesday, May 14, 2019 11:56 AM To:Shelley McMahon <Shelley@mcmahoncontracting.com> Cc:TPW Contracts<TPWContracts@fortworthtexas.gov>;Aiton, Mitch <Mitch ell.Aiton@fortworthtexas.gov>; Striker, Karen R. <Karen.Striker@fortworthtexas.gov>; William Mee<WII@mcmahoncontracting.com> Subject: RE: CO2288,Timberland Boulevard Phase III Good Afternoon Ms. McMahon, I've completed the review of this contract. The only outstanding item I have is with the attached form—Contractor Compliance with Worker's Compensation Law. Per our legal department,the notary block (second blank) should read McMahon Contracting, L.P. With your written permission, I will update the form on your behalf. ' Bank you, Jennifer West Capital Delivery Contract Coordinator Transportation and Public Works 200 Texas Street Fort Worth, Texas 76102 817.392,7233 Phone 817.392,8092 Fax Jetit7ifer-.West fort,vorthtexas. ov City of Fort Worth— Working together to build a strong community. FORT WORTH.. From:Shelley McMahon [rna.ilto:Shellev@mcmahoncontractigg&omj Sent: Friday, May 10, 2019 1:08 PM To:West,Jennifer<Jennifer.West@fortworthtexas.gov> Cc:TPW Contracts<TPWContracts@fortworthtexasgov>; Alton, Mitch <Mitch eII.Aiton fortworthtexas. ov>; Striker, 1 Karen R. <I<aren.Striker@fortworthtexas.gov>; William Mee <Will@mcmahoncontracting.com> Subject: FW: CO2288,Timberland Boulevard Phase III T Ms. West, The (2) full contract packages are being sent out via Fedex to your attention this afternoon and are scheduled to arrive on Monday morning no later than 10:30 AM. Please let me know when you receive them. Thank you. Shelley McMahon MC ONTRACM6 LA 3019 Roy Orr Blvd,Grand Prairie,TX 75050 Officc 972.263.6907 / Direct 469.865,1217 -shellF!y@mcniahorcontmctinp,.com From: West,Jennifer Sent:Tuesday, May 7, 2019 12:25 PM To: wiLlI@mcniahoncontracting.com Cc:TPW Contracts <Tvvvuontracts_@fortworthtexas.gov>; Aiton, Mitch <Mitch ell.Aiton fartworthtexas. ov>; Striker, Karen R. <I<wren.Striker@fortworthtexas.gov> Subject: CO2288, Timberland Boulevard Phase III Mr. McMahon, Please find attached your Notice of Expected Award for City Project No. CO2288,Timberland Boulevard Phase III. There are two contracts ready to be picked up at the Transportation and Public Works office located downtown in City Hall. We are on the southeast corner of the building, on the second floor. If you need assistance with directions,this hyperlink to City Hall will bring you to Googie Maps. Per the attached notice, both contracts and the required documentation must be returned no later than 5 days after City Council awards the contract which is schedule for [M&C Date]. If you have any questions regarding the required paperwork, please don't hesitate to contact me. Thank you, Jennifer West Capital Delivery Contract Coordinator Transportation and Public Works 200 Texas Street Fort Worth,Texas 76102 817.392.7233 Phone 817.392.8092 Fax 7ennifer.Westrr�fortworditexa5 goy City of Fort Worth— Working together to build a strong community. z 00 45 40-1 Minority Business Enterprise Specifications Page 1 of 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 17% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both WE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a WE Utilization Form and a SSE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through WE subcontracting participation, or 23 2. Meet or exceed the above stated WE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF RE UIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. 'rile Off' ror shall 30 tlsiiver the NME doctlmentadon in ppfson to the appi-opriate umpIuyee of the purchasing division find 31 obtain ad ate/[ime i-eceipt. Such receip( 9hiL11 be uv.idence that the-tity received tLiu do.C.ument�[ion in the 32 time allocated. A faxed "dJ�r einailed ropy will.nut be accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work. date. 34 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9,2015 City Project No.02288 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RE SONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The MIWBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCU'N[ENTS Revised Ame 9,2015 City Project No.02288 00 52 43-1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT,authorized on M Ay 1q�j,9 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and MCMAHON CONTRACTING L.P., authorized to do business in Texas, acting 6 by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 1 I Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Timberland Boulevard,Phase 3 16 City Project No. 02288 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of FOUR MILLION,FIVE HUNDRED SEVENTY- 20 TWO THOUSAND, TWO HUNDRED THIRTY FOUR AND 77/100 Dollars ($4,572,234.77). 21 ArticIe 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work shall be complete for Final Acceptance within those days specified herein after 24 the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the 25 General Conditions, plus any extension thereof allowed in accordance with Article 12 of 26 the General Conditions. 27 4.1.1 Milestones. The Project will have two Milestones used in determining Final Acceptance. 28 Timberland Boulevard from Park Vista to the Harvest Oaks Drive median opening is to be 29 complete for Final Acceptance within 300 days. The Timberland Railroad crossing and all 30 other aspects of the project are to be complete for Final Acceptance within 550 days. 31 4.2 Liquidated Damages 32 Contractor recognizes that time is of the essence for completion of Milestones and City 33 will suffer financial loss if the Work is not completed within the times specified in 34 Paragraph 4.1.1, above. The Contractor also recognizes the delays, expense and 35 difficulties involved in proving in a legal proceeding the actual loss suffered by the City 36 if the Work is not completed on time. Accordingly, instead of requiring any such proof, 37 Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor 38 shall pay City One Thousand, Three Hundred Dollars ($1,300.00) for each day that 39 expires after the Milestone times specified in Paragraph 4.1.1 until the City issues the 40 written Final Acceptance. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised 11.15.17 005243-2 Agreement Page 2 of 5 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Non-Resident Bidder 50 3) Prequalification Statement 51 4) State and Federal documents (project,specific) 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 f. Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MBE and/or SBE Utilization Form 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Proj ect's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued,become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 Article 6.INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being; 82 sought were caused, in whole or in part, by any act, omission or negligence_of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS City Project No.02288 Revised 11.15.17 005243-3 Agreement Page 3 of 5 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city,its officers,servants and employees,from and against any and all loss,damage 89 or destruction of property of the city,arising out of, or alleged to arise out of,the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alleged or 93 proven that all or some of the damages being sought were caused, in whole or in part 94 by any act,omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article I of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and III CONTRACTOR, 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas,Fort Worth Division. 116 7.6 Authority to Sign. 117 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 118 than the duly authorized signatory of the Contractor. 119 120 7.7 Prohibition On Contracts With Companies Boycotting Israel. 121 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 122 Code, the City is prohibited from entering into a contract with a company for goods or 123 services unless the contract contains a written verification from the company that it: (1) 124 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised 11,15,17 00 52 43-4 Agreement Page 4 of 5 125 The terms "boycott Israel" and"company" shall have the meanings ascribed to those terms 126 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 127 certifies that Contractor's signature provides written verification to the City that 128 Contractor: (1) does not boycott Israel; and(2) will not boycott Israel during the term of 129 the contract. 130 131 7.8 Immigration Nationality Act, 132 Contractor shall verify the identity and employment eligibility of its employees who 133 perform work under this Agreement, including completing the Employment Eligibility 134 Verification Form(I-9). Upon request by City, Contractor shall provide City with copies of 135 all I-9 forms and supporting eligibility documentation for each employee who performs 136 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 137 establish appropriate procedures and controls so that no services will be performed by any 138 Contractor employee who is not legally eligible to perform such services. 139 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 140 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 141 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 142 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 143 Contractor, shall have the right to immediately terminate this Agreement for violations of 144 this provision by Contractor. 145 146 7.9 No Third-Party Beneficiaries. 147 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 148 and there are no third-party beneficiaries. 149 150 7.10 No Cause of Action Against Engineer, 151 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 152 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 153 subcontractors, for any claim arising out of, in connection with, or resulting from the 154 engineering services performed. Only the City will be the beneficiary of any undertaldng by 155 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 156 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 157 in any way responsible for those duties that belong to the City and/or the City's construction 158 contractors or other entities, and do not relieve the construction contractors or any other 159 entity of their obligations, duties, and responsibilities, including, but not limited to, all 160 construction methods, means, techniques, sequences, and procedures necessary for 161 coordinating and completing all portions of the construction work in accordance with the 162 Contract Documents and any health or safety precautions required by such construction 163 work. The Engineer and its personnel have no authority to exercise any control over any 164 construction contractor or other entity or their employees in connection with their work or 165 any health or safety precautions. 166 167 SIGNATURE PAGE TO FOLLOW 168 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised 11.15.17 005243-5 Agreement Page 5 of 5 169 170 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 171 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 172 Date"). 173 Contractor: Mc M0.hOY! C,`O tUC N9 City of Fort Worth By. � o' Susan Alanis By, ' Assistant City Manager (Signature) Date Fc � 7r t 6 Attest: (Printed Name) City Secretafy Title: MAAAgee• (Seal) � ¢ Address: 30(q Orrrr;oleoma- E M&C C Date: /q Form 1295 No. .gyp 19 - 41.4380 City/State/Zip: ,JYa A411 rokvt',vJ f nSa • Contract Compliance Manager: By signing, I acknowledge that I am the person M �O1 q. responsible for the monitoring and Date - — administration of this contract, including ensuring all performance and reporting requirements. Mitch Ai on,P.E. Senior Project Manager i •ove to F and Legality: Douglas W. Black Assistant City Attorney 174 175 JIN VAL RECOMMENDED: 176 177 178 I C,J e 179 DIRECTOR, 180 ortation and Public Works Department 181 ; Car �. CITY OF FORT WORTH ar Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ���7)t City Project No.02288 Revised 1L15.i7 THIS PAGE INTLIN9 f IONALY LEFT BLANK Bond No, 9317214 00 61 13-1 E'1:ItUORM ANCE BOND Page I ON t SECTION 00 01 13 2 PERFORMANCE BOND 3 9 THE STXrE Ol'TEXAS § 5 § KNOW ALL 131"THESE PRESENTS: G COUNTY OF TARRANT § 7 ti That tic,MCMAHON CONTRACTING L.P. known as"Principal"herein and Colonial American Casualty and Surety ompany 9 and FidelitV and Deposit Company of Maryland_ a corporate surety(suretics,if more than 10 one) duly authorized to do business in llie State of Texas,known as"Surety"herein(whether one I 1 or Fiore),arc held and firmly bound unto the City of Tort Wortb,a municipal corporation created 12 pursuant to the laws of Texas,known as"City"herein,in the penal sum of,FOUR MILLION 13 ERtg mj?,M Lhi�SEVLl`TY-T1V0 TIiQUSAIrTD TWO HLNDRED TIIIRTY FOUR AND 14 7?/100 DOLLARS (S=f.57Z234.77), Imvftd money of the United States, to be paid in Fort Worth, 15 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 16 ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally, 17 firmly by these presents. Is WIIEIEAS, the Principal has csitcred into a certain written contract with the City 19 awarded the 14th day of May ,2019 ,which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials,equipment 21 labor and other accessories defined by law,in the prosecution of the Work,including any Change 22 Orders,as provided for in said Contract designated as, Arterial Rondway Improvements, 23 Timberland Boulevard,Phase 3 (From Park Vista Blvd to US 377), City Projcct Number 02285, 24 NOW,THE REFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract,according to the plans, 27 specifications,and contract documents therein referred to,and as well during any period of 23 extension of Elie Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED rII1ZTfD1',12,that if any legal action be filed on this Bond,venue shall lie in 3I Tarrant County,Texas or the United States District Court for the Northern District of Texas,Port CrrY OE'1 Olt r�VOKTat Timberland noulcmd,P114c 3 5-rnnrDARn rowzTrzr rrrrnr r sPrrrrirn�rrnM nnrr r�sru-rc rr�„ttin,war N.. m�sta ontll 13-z PERFORMANCE BOND Page 2 ore 1 This bond is made and executed in compliance with the provisions of Chapter 22-53 of the 2 Texas Govemment Coda,as amcnded,and all liabilities on this bond sliall be determined iI) 3 accordance with the provisions of said statue, 11 IN WITNESS W1-1EREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrtltricnt by duly authorized ngen(s and officers on this the 14th day o f May G 2019 . 7 PRINCIPAL: 3 MCtMAHONI CONTRACTING L.P. 9 10 1 I BY: 12 =nature 13 ATTfST: It 15 _ �A/H M /l Q mLl�l a. 16 (�dnipa�i) cc Name and Title —�— I7 19 Address: 3019 Roy Orr Blvd. 19 Grand Prairie, TX 75050 20 - 21 22 Witness as to I'nncipalO 23 qZ SURETY: 24 � S Colonial American Casualty and Surety Company 25 and Fidelity ana Depositompany o aryland 2 - 2 7 By:. 28 Signature 29 30 Robbi _Morales, Attorney-in-fact 31 Name and Title 32 33 Address: 2711 N. Haskell Ave., Suite 800 34 Dallas, TX 75204 35 36 _ 37 1�itticS&�►s Surety Telephone Number: 214I989-0000 3s 39 40 *Nole: If signal by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FOR'r WORTH TimBcrlaud Boulevard,Piwe 3 S1 ANDARD CONSTRUCTION SPECIFICATION DOCLMEMS City Project No.02288 Revised July I,2011 Bond No. 9317214 00 61 14-r PAYht1:NT BON n Page 1 of 2 t SECTION 00 Gl 14 7 PAYMENT 13011411) 3 11 THE STARE OF TEXAS § 5 § KNOW ALL BY TIM,SIs PRESENTS: G COUNTY OF TARRANT § 7 That wc, MCMAHOh CONTItACTFNIG L.P., known as "Principal" herein, and Colonial American Casualty and SuretyCompany S and Fidelityn QQ12osit Company of Maryland 4k corporate surety 9 (sureties), duly 1113diorized to CIO business in the State of Texas, known as "Surety" herein to (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 1I corporation created pursunut to the laws of the State of Texas, knolvn as "City" hcrcin, in the 12 penal sure o r0 THOUSAND TWO 13 HUNDRED T'idIRTY FOUR AND 77/100 DOLLARS ($1,572,2341.77), lawful money of the €4 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which surn 15 well and truly be made, the bind ourselves, our heirs, executors, administrators, successors and 16 assigns,jointly and severally, firmly by these presents: 17 WIRREAS,Principal has entered into a certain written Contract with City, awarded the 1& 14th day of May __ , 2019 , which Contract is hereby referred to and 19 made a part hereof for all purposes as it lillly set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by liw, in the prosecution of the Work as provided for in 21 said Contract and designated as Arterial Roadway improvernents,Timberland Boulevard,Phase 3 22 (From Part:Vista Blvd to US 377),City Project]\lumber 02288. 23 NOW, THEREFORE,ORE, THE CONDITION OF THIS OBLIGATION is such that if 24 PrincipaI shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall he and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY of FORT WORTI I Timbectand BOVIc-s-AM,Ph1543 STANDARD CONSTRUCTION SPECIVICA"VIODOCUMENTS Oily Project Na.42DOCUMENTS Revised Ally 1,2011 0061 T4-2 PAYMI.91'1 OND Pagc 2 of 2 1 1:N ZV1'rNrSS WHEREOF, tltc Principal and Surety havc each SIGNED and SEALED 2 this instrument by drily authorized agents said officers nli this the 14th day of 3 May ,20 19 4 PRINCIPAL: 14tCMA1�UN C4NTRACT[N L.P. l BY- r t re Ay ec (P Incipalj ScCt'ctat'y Name and Title Address: 3019 Roy Orr Blvd. Grand Prairie TX 75050 witness as to POinicjp���� S. SURETY: Colonial American Casuatty and Surer Company and Fidelitv and Deposit Company,of Maryland A'I-r EST: BY Signature 3sr,}r�� Robbi Morales, Attorney-in-fact {Surety}Secretary Nanic and Title Address. 2711 N. Haskell Ave.,Suite 800 Dallas, TX 75204 -- 4vitssas Surety Telephone Number: 214/989-0000 5 G Note, If signed by an off-icer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has antliority to sign such. obligation. If Surety's physical S address is different from its mailing address, both mast be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF 5t"C'rION 12 CITY OF 17ORT R'ORTII Timbcdand Boolmird,Phase 7 STANDARD CONSTRUCTION SPL•CIPICA'no,1 DdCUA m's City Project No.02288 Revised July 1,2011 Bond No. 9317214 0061 19.1 WIAINTLNANCEi BOND I'agc I or3 ! SECTION 00 61 19 2 i44AMTE1\1A.NCL 1301\ID 3 11 THE STATE OF'rExAS § 5 § KIN OW ALL BY THESE PR1 ESENTS: 6 COUNTY 0F'1A.RI;UkNT § 7 8 That we IMCMAIION CGNITI�A.CTINC L,1',known as"Principal"herein and Colonial American asua 11an ure ompany 9 and Fidelity and Deposit Company of aryland ,;i corporate surety(sureties,if more than 10 one)duly authorized to do business in the State of Texas,known as"Surely"herein(whether one 1 I or More),are held and firmly bound unto the City of Fort Worth,a municipal corporation created 12 pursuant to the laws or the Slate of Texas,known as"City"herein, in the sum of FOUR 13 MILLIO.N, T iVE l-3UT\MED SEVI.NTY-TWO THOUSAND TWO I•RINDRED THIRTY m FOUR AND 77/1_0_0 DOLLARS (S4 572,23•l.77), lawful money of the United States,to be paid 15 in l-ort Wort11,Tarrant County,Texas, for payment of which stun well and truly be made unto the 16 City and its successors,we bind ourselves,our heirs,executors,administl-ators,successors and 17 assigns,jointly and severally,firmly by these presents. 1s 19 NVI—NZ AS,the Principal has entered into a certain written contract-Mth the City awarded 20 the 14th day of May , 2019,which Contract is hereby 21 referred to and a lnnde part hereof for all purposes as if fully set forth herein,to Furnish all 22 materials,equipment Labor and other accessories as defined by lain, in the prosecution of the 23 Work, including any Work resulting From a duly authorized Change Order(collectively herein, 24 the"Work")as provided for in said contract and designated as Arterial Roadway improvements, 25 Timberland Boulevard,Phase 3 (From Park Vista Blvd to US 377) , City Project 1tulnbcr 02288; 26 and 27 28 W1417M'.AS,Principal binds itself to Ilse such materials kind to so constrict the Work In 29 accordance with the plans,specifications and Contract Documents that Aic'Mork is and will 30 remain free from defects in materials or workmanship for anti during the period of two(2)years 31 after the date of Final Acceplance of the Work by the City("Maintenance Period");and 32 CITY Or FORT'woicrti Timberland Boulevard,Phasc 3 STANDARD CONSTEtUCrlON SPECIFICATION DOCUME-l"US City llmjcci No.02288 Revised July I,2011 0061 19-2 MIAIN7'8NANCL 13OND Page 2 ol'3 1 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or ill Part 2 upon receiving notice from the City of the need therefor nt any time within the Mainteluince 3 Period. Ll S NOW THEREFORE, the condition of this obligation is such that if Principal sllall G remedy any defective Work, for which timely notice was provided by City, to a completion 7 sitisfactaly to the City, then this obligation shall become dull and void; otherwise to remain in S frill force and effect. 2 10 PROVI'i?l"sT},1TOWEV R, if Principal shall rail so to repair or reconstruct any tin3ely t l noticed defective Work, it is agreed that the City 1-tay cause any and all such defective Work to 12 be rcludred ancl/or reconstnleted with all associated costs thereof being borne by the Principal and 13 the Surety under this ylaintcnnnce bond;and 14 13 PROVIDED FURTHER, that if any legal action be filed on this Bond,venue shall lie in 16 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 17 Worth Division;and Is 19 1'ROMED FURTr•?!ER,that lilts obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF I ORl°tvOlt"rH 'rimbeTtaud Boulcvard,Phisu 3 STAN17AttD CONSTRUCr1ON SPECIFICATION UOCUMIENTS Ci[p I'rajce[10.02288 Revised July 1.2011 0061 19-3 NJAIN'I'RNANCE BOND rage 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrur ani by duly mutliorized agents acid officers on this the 14th Clay of May 3 — ._ 12019 11 5 PRINCIPAL: G TACMAI-19N,MINURACTIN(I L.P. 7 s - r 9 BY 1 10 i�n7turc I AT13ST: 12 13 �a��tretary k�• 14 (1' lnclpat) Nan altd T1l1C 15 ill MW& aid IG Address: 3019 Roy Orr Blvd. 17 Grand Prairie, TX 75050 Is 19 20 itness as to Principa 21 SURETY: 22 Colonial American Casualty and Surety Company 23 and Fidelity and Deposit Company of Maryland 24 25 13Yi---'- �.�,.� 26 Sinnattrrc 27 28 Robbi Morales, Attorney-in-tact 29 A ITES`I': Name and Title 30 31 Address: 2711 N. Haskell Ave., Suite 800 32 (S 1r ty)Secre,ry Dallas, TX 75204 33 34 35 Witnes as to 151reLy Telephone Number: 214l989-0000 36 37 *Note: if signed by an officer of the Surety Company, there must be on Me a certifRed extract 38 from the by-laws showing that this person has authority 10 sign such obligation. If 39 Suray's physical address is different from its mailing address, both must be provided. 40 The slate of the bond shall not be prior to the date the Contract is awarded. 41 CrrY OF FORT 1VORT1I Timberland Boulevard,Phase 3 STANDARD CONISTRUCY104N SPECIFICATION DOCUMENTS City Project No.02288 Reviscd htly I.2011 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively tailed the "Companies"), by ROBERT D. MURRAY, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Ricardo J.REYNA,Don E.CORNELL,Joshua SAUNDERS,Robbi MORALES,Sophinie HUNTER,Kelly A. WESTBROOK,Tonie PETRANEK and Tina MCEWAN,all of Dallas,Texas, EACH its true and lawful agent and Attorney-in-Fact, to make,execute,seal and deliver,for,and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 4th day of April,A.D.2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND W� �EEP d `'phi SINS s''tiL y r f • wwM,�P Y ���'� p i 4i�G a�"'°q+rA�'R�i BEAL •,,,,, Irir } e U-, 1089 `i s $ B i�uk<uaP B �4 Assistant.Secretary Vice President Dawn E.Brown Robert D.Murray State of Maryland County of Baltimore On this 4th day of April,A.D.2019,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,ROBERT D. MURRAY,Vice President,and DAWN E.BROWN,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. lr�IF7i111�� Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F ((CODE)> EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,Attorneys-in-Pact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may he affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, thisl4thday of May 120 19 . Map.SH$yy. � 'T"e+sns wwr SEAL Brian M.Hodges,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 ZURICH Texas important Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informaci6n o para presentar una queja: You may call Zurich North America's toll-free telephone Usted puede Ilamar al numero de telefono gratuito de number for information or to make a complaint at: Zurich North America's para obtener informaci6n o para 1-800-382-2150 presentar una queja al: 1-800-382-2160 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or Usted puede comunicarse con el Departamento de Se- complaints at: guros de Texas para obtener informaci6n sobre com- 1-800-252-3439 panias, coberturas, derechos, o quejas al: 1-800-262-3439 You may write the Texas Department of Insurance: Usted puede escribir al Departamento P.O. Box 149104 de Seguros de Texas a: Austin, TX 78714-9104 P.O. Box 149104 Fax: (512)490-1007 Austin, TX 78714-9104 Web: www,tdi.texas.gov Fax: (512)490-1007 E-mail: ConsumerProtection@tdi.texas.gov Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or DISPUTAS POR PRIMAS DE SEGUROS O about a claim, you should contact the company first. If RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa relacionada con su prima de seguro Department of Insurance. o con una reclamaci6n, usted debe comunicarse con la compania primero. Si la disputa no es resuelta, usted ATTACH THIS NOTICE TO YOUR POLICY: puede comunicarse con el Departamento de Seguros de This notice is for information only and does not become Texas. a part or condition of the attached document. ADJUNTE ESTE"ISO A SU POLIZA: Este aviso es solamente para prop6sitos informativos y no se con- vierte en parte o en condicibn del documento adjunto. U-GU-296-E(06116) Page 1 of 1 Client#: 88915 18MCMAHCON GATE(MMIDDIYYYY) ,. CERTIFICATE OF LIAF3IL.ITY INSURANCE 1 6/07/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT.If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Marsh Wortham PHONE 817 336-3030 FAX 817 336-8257 AIC,No,Ext: AIC,No 1600 West Seventh Street E-MAIL ADDRESS; Fort Worth,TX 76102-2505 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A;Cincinnati Indemnity Company 23280 INSURED INSURER 13;Travelers Property Casualty Co of Amer 25674 McMahon Contracting, L.P. Texas Mutual Insurance Company 22945 INSURER C: p y 3019 Roy Orr Blvd. INSURER Q Grand Prairie,TX 75050-3086 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMIDD MMIQQ A X COMMERCIAL GENERAL LIABILITY EPP0103371 9/30/2018 09/30/2019 FAAACHHA�OCCCURRI-NCE $1,000,000 IID CLAIMS-MADE �OCCUR PREASES%socaurence $50()000 X PD Ded: $2,500 MEDEXP(Anyone person) $10 000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY 51 JECT El LOC PRODUCTS-COMPIOPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY EBA0103371 0913012018 09/30/201 COMBINED SINGLE LIMIT Ea aocident $1,000,000 X ANY AUTO SODILY INJURY(Per person) $ OWNED F I SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS 1- 1 NON-OWNFD PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per a.denf $ B �( UMBRELLALiAB X OCCUR ZUP11S5674018NF 9/30/2018 09/30/201 EACHOCCURRENCE $10 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10 000 000 DFD I X RFTFNTION$1O 000 __ $ c WORKERS COMPENSATION 0001228995 9/30/2018 09/30/201 X PER OTH- AND EMPLOYERS'LIABILITY YIN TATU ER ANY PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $1000000 OFFICERIMEMBER EXCLUDED? ® N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYFE $1,000,000 It yes,describe under DESCRIPTION OF OPERATIONS below FT_DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) GA233 09117 -Contractors'Commercial General Liability Broadened Endorsement GA101TX 09110-Commercial General Liability Coverage Form AA4171 11105-Additional Insured By Contract AA4172 09109-Blanket Waiver Of Subrogation-Auto AA4174 11105 -Primary And Noncontributory (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Union Pacific Railroad Company SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Real Estate Department ACCORDANCE, WITH THE POLICY PROVISIONS. 1400 Douglas Street,MS 1690 Omaha, NE 68179 AUTHORIZED REPRESENTATIVE Marsh 11(odham, a division of Marsh USA Inc 01988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 2 The ACORD name and logo are registered marks of ACORD #S10611541M965918 18CLS DESCRIPTIONS IPTION (Continued from Page 1 ) WC420304B-Texas Waiver Of Our Right To Recover From Others Endorsement Project:Arterial Roadway Improvements Timberland Phase 3,City Project No.02288 SAGITTA 25.3(2016103) 2 of 2 #S1061154/M965918 Client#: 88916 18MCMAHCON _ AG®N0TM CERTIFICA 1 E OF LIABILI 'Y INSURANCE DATDIYYYY, 5/07/207/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED Provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CON ACT NAME: _ Marsh Wortham PHONE FAX arc,No,Ell:817 336-3030 mac,No: 817 3 3 6-8 2 6 7 1600 West Seventh Street E-MAIL ADDRESS: Fort Worth,TX 76102-2505 INSURER(S)AFFORDING COVERAGE NAICN INSURER A:Cincinnati Indemnity Company 23280 INSURED INSURER B:Travelers Property Casualty Co of Amer 25674 McMahon Contracting, L.P. Texas Mutual Insurance Company 22946 INSURER C: p Y 3019 Roy Orr Blvd. INSURER D: Grand Prairie,TX 76050-3086 - INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER MMIDDIYYYY MMIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EPP0103371 D9/30/2018 09/30/201 EEACH OCCCURRENCE $1 00Q 000 CLAIMS-MADE OCCUR PREMISESOEaE�uTence $600,000 X PD Ded: $2,600 MED EXP(Any one person) $1 Q 000 _- PERSONAL&ADVINJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X JECT F LOC PRODUCTS-COMPIOPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY EBA0103371 9/30/2018 09/3012019 COMBINED SINGLE LIMIT Ea accident $1,000,000 _ JX ANY AUTO BODILY INJURY(Per person) $ OWNED AUTOS ONLY AUTOS SCHEDULEDW BODILY INJURY(Per accident) $ HIRED AUTOSONLY J( NON-ONEDPROPERTYDAMAGE $ AUTOS ONLY Per accident B �( UMBRELLA LIAB ]( OCCUR ZUP11S5674018NF 913012018 09/30/201 EAcrloccuRRENCE $10 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE _ $1Q 000 000 DED X RETFNTION$10,000 __ _ S C WORKERS COMPENSATION 0001228995 9/30/2018 09/30/201 X STATUTE I OTH- AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETORIPARTNERIEXECUTIVE EL EACH ACCIDENT $1 000 000 OFFICFRIMEMBER EXCLUDED? 7 N I A (Mandatory in NH) EL DISFASE-EA EMPLOYEE $1 000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) GA233 09117-Contractors'Commercial General Liability Broadened Endorsement GA101TX 09110-Commercial General Liability Coverage Form AA4171 11105 -Additional Insured By Contract AA4172 09109-Blanket Waiver Of Subrogation-Auto AA41 74 11105-Primary And Noncontributory (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Union Pacific Railroad Company SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Real Estate Department ACCORDANCE WITH THE POLICY PROVISIONS. 1400 Douglas Street,MS 1690 Omaha, NE 68179 AUTHORIZED REPRESENTATIVE Marsh ctrrw d of Ma a iision Marsh USA inc ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 o f 2 The ACORD name and logo are registered marks of ACORD #S10611541M965918 18CLS DESCRIPTIONS (Continued from Page 1) WG420304B-Texas Waiver Of Our Right To Recover From Others Endorsement Project:Arterial Roadway Improvements Timberland Phase 3,City Project No.02288 SAGITTA 25.3(2016/03) 2 of 2 #S10611541M966918 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS m CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement-Table of Contents: Coverage: Begins on Page: 1. Employee Benefit Liability Coverage.......................................................................................3 2. Unintentional Failure to Disclose Hazards..............................................................................9 3. Damage to Premises Rented to You------------------ ----------•--........................................................9 4. Supplementary Payments...................................................................................................... 10 5. Medical Payments................................................................................................................... 10 6. 180 Day Coverage for Newly Formed or Acquired organizations .....................................10 7. Waiver of Subrogation........__................................................... ............................... 11 8. Automatic Additional Insured -Specified Relationships: .................................................. 11 Q Managers or Lessors of Premises; • Lessor of Leased Equipment; • Vendors; • State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Relating to Premises; and • Mortgagee,Assignee or Receiver 9. Property Damage to Borrowed Equipment..........................................................................14 10. Employees as Insureds - Specified Health Care Services and Good Samaritan Services........................................................................... ................ 15 ........................................ 11. Broadened Notice of Occurrence.......................................................................................... 15 12. Nonowned Aircraft...._...... ............................................................_........... .......................... 15 13. Bodily Injury Redefined..........................................................................................................15 14. Expected or Intended Injury Redefined................................................................................ 15 15. Former Employees as Insureds ............................................................................................ 15 16. Voluntary Property Damage Coverage and Care, Custody or Control Liability Coverage................................................................................... ..... 16 17. Broadened Contractual Liability-Work Within 50' of Railroad Property......................... 17 18. Alienated Premises................................................................................................................. 17 B. Limits of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $1,000,000 Aggregate Limit: $3,000,000 Deductible Amount: $ 1,000 3. Damage to Premises Rented to You The lesser of: a. The Each Occurrence Limit shown in the Declarations: or b. $500,000 unless otherwise stated$ 4. Supplementary Payments a. Bail Bonds: $2,500 Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 1 of 17 b. Loss of Earnings: $ 500 5. Medical Payments Medical Expense Limit: $ 10,000 9. Property Damage to Borrowed Equipment Each Occurrence Limit: $10,000 Deductible Amount: $ 250 16. Voluntary Property Damage Coverage (Coverage a.) And Care, Custody or Control Liability Coverage (Coverage b.) Limits of Insurance Coverage a. $1,000 Each Occurrence $5,000 Aggregate Coverage b. $5,000 Each Occurrence unless otherwise stated $ Deductible Amount(Each Occurrence) Coverage a. $250 Coverage b. $250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM (a) Area (b) Payroll (For Limits in Excess of (For Limits in Excess of (c) Gross Sales $5,000) $5,000) (d) Units e Other b. Care, Custody or $ Control TOTAL ANNUAL PREMIUM $ Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission_ Page 2 of 17 C. Coverages this endorsement pro- vided you did not have 1. Employee Benefit Liability Coverage knowledge of a claim or a. The following is added to Section 1 - "suit" on or before the Coverages: "first effective date" of this endorsement. Employee Benefit Liability Cover- age You will be deemed to have knowledge of a (1) insuring Agreement claim or"suit" when any (a) We will pay those sums that "authorized representa- tive";the insured becomes legally obligated to pay as damag- a) Reports all, or any es caused by any act, error part, of the act, er- or omission of the insured, ror or omission to or of any other person for us or any other in- whose acts the insured is surer; legally liable, to which this insurance applies. We will b) Receives a written have the right and duty to or verbal demand defend the insured against or claim for dam- any "suit" seeking those ages because of damages. However, we will the act, error or have no duty to defend omission. against any "suit" seeking (2) Exclusions damages to which this in- surance does not apply. We This insurance does not apply to: may, at our discretion, in- vestigate any report of an (a) Bodily Injury, Property act, error or omission and Damage or Personal and settle any claim or"suit" that Advertising Injury may result. But: "Bodily injury", "property 1) The amount we will pay damage" or "personal and for damages is limited advertising injury". as described in Section (b) Dishonest, Fraudulent, UI - Limits of Insur- Criminal or Malicious Act ance; and 2) Our right and duty to Damages arising out of any defend ends when we intentional, dishonest, fraudulent, criminal or mali- have used up the appli- cious act, error or omission, cable limit of insurance committed by any insured, in the payment of judg- including the willful or reck- ments or settlements. less violation of any statute. No other obligation or liabil- (c) Failure to Perform a Con- ity to pay sums or perform tract acts or services is covered unless explicitly provided for Damages arising out of fail- under Supplementary ure of performance of con- Payments. tract by any insurer. (b) This insurance applies to (d) Insufficiency of Funds damages only if the act, er- ror or omission, is negligent- Damages arising out of an ly committed in the "admin- insufficiency of funds to istration" of your "employee meet any obligations under benefit program"; and any plan included in the "employee benefit program". 1) Occurs during the policy period; or 2) Occurred prior to the "first effective date" of Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 3 of 17 (e) Inadequacy of Perfor- (j) Employment-Related Prac- mance of Invest- tices ment/Advice Given With Respect to Participation Any liability arising out of any: Any claim based upon: (1) Refusal to employ; 1) Failure of any invest- ment to perform; (2) Termination of employ- ment; 2) Errors in providing in- formation on past per- (3) Coercion, demotion, formance of investment evaluation, reassign- vehicles; or ment, discipline, defa- mation, harassment, 3) Advice given to any humiliation, discrimina- person with respect to tion or other employ- that person's decision to ment- related practices, participate or not to par- acts or omissions; or ticipate in any plan in- cluded in the "employee (4) Consequential liability benefit program". as a result of (1), (2) or (3) above. (f) Workers' Compensation and Similar Laws This exclusion applies whether the insured may be Any claim arising out of your held liable as an employer failure to comply with the or in any other capacity and mandatory provisions of any to any obligation to share workers' compensation, un- damages with or repay employment compensation someone else who must pay insurance, social security or damages because of the in- disability benefits law or any jury. similar law. (3) Supplementary Payments (g) ERISA Section I - Coverages, Sup- Damages for which any in- plementary Payments - Cover- sured is liable because of li- ages A and B also apply to this ability imposed on a fiduci- Coverage. ary by the Employee Re- tirement Income Security b. Who Is An Insured Act of 1974, as now or As respects Employee Benefit Lia- hereafter amended, or by bility Coverage, Section II - Who is any similar federal, state or an Insured is replaced by the follow- local laws. ing_ (h) Available Benefits (1) If you are designated in the Dec- Any claim for benefits to the larations as: extent that such benefits are (a) An individual, you and your available, with reasonable spouse are insureds, but on- effort and cooperation of the ly with respect to the con- insured, from the applicable duct of a business of which funds accrued or other col- you are the sole,owner. lectible insurance. {i) Taxes, Fines or Penalties (b) A partnership or joint ven- ture, you are an insured. Taxes, fines or penalties, in- Your members, your part- cluding those imposed un- ners, and their spouses are der the Internal Revenue also insureds but only with Code or any similar state or respect to the conduct of local law. your business. (c) A limited liability company, you are an insured. Your Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc_, with its permission. Page 4 of 17 members are also insureds, the end of the policy period, but only with respect to the whichever is earlier; and conduct of your business. Your managers are in- (b) Does not apply to any act, sureds, but only with respect error or omission that was to their duties as your man- committed before you ac- agers. quired or formed the organi- zation. (d) An organization other than a partnership, joint venture or c. Limits of Insurance limited liability company, you As respects Employee Benefit Lia- are an insured. Your"execu- bility Coverage, Section III - Limits tive officers" and directors of Insurance is replaced by the fol- are insureds, but only with lowing: respect to their duties as your officers or directors. (1) The Limits of Insurance shown in Your stockholders are also Section B. Limits of Insurance, insureds, but only with re- 1. Employee Benefit Liability spect to their liability as Coverage and the rules below fix stockholders. the most we will pay regardless (e) A trust, you are an insured. of the number of: Your trustees are also in- (a) Insureds; sureds, but only with respect to their duties as trustees. (b) Claims made or "suits" brought; (2) Each of the following is also an insured: (c) Persons or organizations making claims or bringing (a) Each of your "employees" "suits"; who is or was authorized to administer your employee (d) Acts, errors or omissions; or benefit program"; (e) Benefits included in your (b) Any persons, organizations "employee benefit program". or "employees" having prop- er temporary authorization (z) The Aggregate Limit shown in administer your "employ- Section B. Limits of Insurance, to to benefit program" if you 1. Employee Benefit Liability ee die, but only until your legal l Coverage of this endorsement is representative is appointed the most we will pay for all dam- ages because of acts, errors or or omissions negligently committed (c) Your legal representative if in the "administration" of your you die, but only with re- "employee benefit program". spect to duties as such.That (3) Subject to the limit described in representative will have all (2) above, the Each Employee your rights and duties under Limit shown in Section B. Limits this Coverage Part. of Insurance, 1. Employee (3) Any organization you newly ac- Benefit Liability Coverage of quire or form, other than a part- this endorsement is the most we nership, joint venture or limited will pay for all damages sus- liability company, and over which tained by any one "employee", you maintain ownership or major- including damages sustained by ity interest, will qualify as a such "employee's" dependents Named Insured if no other similar and beneficiaries, as a result of: insurance applies to that organi- (a) An act, error or omission; or zation. However, coverage under this provision: (b) A series of related acts, er- a) Is afforded only until the er- rors or omissions, regard- less of the amount of time 180th day after you acquire that lapses between such or form the organization or acts, errors or omissions; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 5 of 17 negligently committed in the d. Additional Conditions "administration" of your "employ- ee benefit program". As respects Employee Benefit Lia- bility Coverage, Section IV - Com- However, the amount paid under mercial General Liability Condi- this endorsement shall not ex- tions is amended as follows: ceed, and will be subject to the limits and restrictions that apply (1) Item 2. Duties in the Event of to the payment of benefits in any Occurrence, Offense, Claim or plan included in the "employee Suit is replaced by the following: benefit program." 2. Duties in the Event of An (4) Deductible Amount Act, Error or Omission, or Claim or Suit (a) Our obligation to pay dam- ages on behalf of the in- a. You must see to it that sured applies only to the we are notified as soon amount of damages in ex- as practicable of an act, cess of the Deductible error or omission which Amount stated in the Decla- may result in a claim. rations as applicable to To the extent possible, Each Employee. The limits notice should include: of insurance shall not be re- (1) What the act, error duced by the amount of this or omission was deductible. and when it oc- (b) The Deductible Amount curred; and stated in the Declarations (2) The names and applies to all damages sus- addresses of any- tained by any one "employ- one who may suf- ee", including such "employ- fer damages as a ee's" dependents and bene- result of the act, ficiaries, because of all acts, error or omission, errors or omissions to which this insurance applies. b. If a claim is made or suit is brought against (c) The terms of this insurance, any insured,you must: including those with respect to: (1) Immediately record right and duty to the specifics of the 1) Our ri g y claim or "suit" and defend the insured the date received; against any "suits" and seeking those damag- es; and (2) Notify us as soon 2) Your duties, and the du- as practicable. ties of any other in- You must see to it that volved insured, in the we receive written no- event of an act, error or tice of the claim or"suit" omission, or claim; as soon as practicable. apply irrespective of the ap- c. You and any other in- plication of the Deductible volved insured must: Amount. (1) Immediately send (d) We may pay any part or all us copies of any of the Deductible Amount to demands, notices, effect settlement of any summonses or le- claim or "suit" and, upon no- gal papers re- tification of the action taken, ceived in connec- you shall promptly reim- tion with the claim burse us for such part of the or"suit'; Deductible Amount as we have paid. Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc_,with its permission. Page 6 of 17 (2) Authorize us to ob- contributes equal tain records and amounts until it has other information; paid its applicable limit (3) Cooperate with us of insurance or none of the loss remains, in the investigation whichever comes first. or settlement of the claim or defense If any of the other in- against the "suit"; surance does not permit and contribution by equal ( shares, we will contrib- 4) Assist us, upon our ute by limits. Under this request, in the en- method, each insurer's forcement of any share is based on the right against any ratio of its applicable person or organi- limit of insurance to the zation which may total applicable limits of be liable to the in- insurance of all insur- sured because of ers. an act, error or omission to which c. Excess Insurance this insurance may also apply. This insurance is ex- cess over any of the d. No insured will, except other insurance, wheth- at that insured's own er primary, excess, con- cost, voluntarily make a tingent or on any other payment, assume any basis that is insurance obligation, or incur any purchased by you to expense without our coverage damages for consent. acts, errors or omis- sions that occurred prior (2) Item S. Other Insurance is re- to the "first effective placed by the following: date". S. Other insurance e. Additional Definitions If other valid and collectible As respects Employee Benefit L.ia- insurance is available to the bility Coverage, Section V - Defini- insured for a loss we cover tions is amended as follows: under this Coverage Part, our obligations are limited as (1) The following definitions are follows: added: a. Primary Insurance 1. "Administration" means: This insurance is prima- a. Providing information to ry except when c. below "employees", including applies. If this insurance their dependents and is primary, our obliga- beneficiaries, with re- tions are not affected spect to eligibility for or unless any of the other scope of "employee insurance is also prima- benefit programs"; ry. Then, we will share with all that other insur- b. Interpreting the "em- ance by the method de- ployee benefit pro- scribed in b. below. grams"; b. Method of Sharing c. Handling records in connection with the If all of the other insur- "employee benefit pro- ance permits contribu- grams"; or tion by equal shares, we will follow this meth- d. Effecting, continuing or od also. Under this ap- terminating any "em- proach each insurer ployee's" participation in Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 7 of 17 any benefit included in c. Unemployment insur- the "employee benefit ance, social security program"_ benefits, workers' com- However, "administration" pensation and disability benefits; and does not include: deduc- d. Vacation plans, includ- a. Handling payroll ing buy and sell pro- tions; or grams; leave of ab- b. The failure to effect or sence programs, includ- maintain any insurance ing military, maternity, or adequate limits of family, and civil leave; coverage of insurance, tuition assistance plans; including but not limited transportation and to unemployment insur- health club subsidies. ance, social security 4, "First effective date" means benefits, workers' com- the date upon which cover- pensation and disability age was first effected in a benefits. series of uninterrupted re- 2. "Cafeteria plans" means newals of insurance cover- plans authorized by applica- age. ble law to allow"employees" (2) The following definitions are de- to elect to pay for certain leted in their entirety and re- benefits with pre-tax dollars. placed by the following: 3. "Employee benefit pro- 8. "Employee" means a person grams" means a program actively employed, formerly providing some of all of the employed, on leave of ab- following benefits to "em- sence or disabled, or retired. ployees", whether provided "Employee" includes a through a "cafeteria plan" or "leased worker". "Employee" otherwise: does not include a "tempo- a. Group life insurance; rary worker"- group accident or health 2i. "Suit" means a civil proceed- insurance, dental, vision ing in which money damag- and hearing plans; and es because of an act, error flexible spending ac- or omission to which this in- counts; provided that no surance applies are alleged. one other than an "em- "Suit" includes: ployee" may subscribe to such benefits and a. An arbitration proceed- such benefits are made ing in which such dam- generally available to ages are claimed and to those "employees" who which the insured must satisfy the plan's eligibil- submit or does submit ity requirements; with our consent; b. Profit sharing plans, b. Any other alternative employee savings dispute resolution pro- plans, employee stock ceeding in which such ownership plans, pen- damages are claimed sion plans and stock and to which the in- subscription plans, pro- sured submits with our vided that no one other consent; or than an "employee" may subscribe to such c. An appeal of a civil pro- benefits and such bene- ceeding. fits are made generally available to all "employ- ees" who are eligible under the plan for such benefits; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc_,with its permission. Page 8 of 17 2. Unintentional Failure to Disclose Haz- 2) Rust or other cor- ards rosion, decay, de- Section IV- Commercial General Liabil- or latent hidden or ity Conditions, 7. Representations is a latentt defect amended by the addition of the following: any quality in property that caus- Based on our dependence upon your rep- es it to damage or resentations as to existing hazards, if un- destroy itself; intentionally you should fail to disclose all 3) Smog, such hazards at the inception date of your policy, we will not reject coverage under 4) Mechanical break- this Coverage Part based solely on such down, including failure, rupture or bursting caused by centrif 3. Damage to Premises Rented to You ugal force; a. The last Paragraph of 2. Exclusions 5) Settling, cracking, under Section I - Coverage A- Bod- shrinking or ex- ily Injury and Property Damage Li- pansion; ability is replaced by the following: 6) Nesting or infesta- Exclusions c, through q. do not apply tion, or discharge to "property damage" by fire, explo- or release of waste sion, lightning, smoke or soot to products or secre- premises while rented to you or tem- tions, by insects, porarily occupied by you with permis- birds, rodents or sion of the owner, for which the other animals; or amount we will pay is limited to the Damage to Premises Rented to 7) Presence, growth, You Limit as described in Section III proliferation, - Limits of Insurance. spread or any ac- tivity of fungus, in- b. The insurance provided under Sec- cluding mold or tion I - Coverage A - Bodily Injury mildew, and any and Property Damage Liability ap- mycotoxins, plies to "property damage" arising out spores, scents or of water damage to premises that are byproducts pro- both rented to and occupied by you. duced or released (1) As respects Water Damage Le- by fungi. gal Liability, as provided in Para (b) "Property damage" caused graph 3.b.above: directly or indirectly by any The exclusions under Section I - of the following: Coverage A - Bodily Injury and (i) Earthquake, volcanic Property Damage Liability, 2. eruption, landslide or Exclusions, other than i. War any other earth move- and the Nuclear Energy Liabil- ment; ity Exclusion (Broad Form), are deleted and the following are (h) Water that backs up or added: overflows or is other- This insurance does not apply to: wise discharged from a sewer, drain, sump, (a) "Property damage": sump pump or related equipment; (i) Assumed in any con- tract or agreement; or (iii) Water under the ground surface pressing on, or (ii) Caused by or resulting flowing or seeping from any of the follow- through: ing. 1) Foundations, walls, 1) Wear and tear; floors or paved surfaces; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 9 of 17 2) Basements, you with permission of whether paved or the owner; not; or b. In the case of damage 3) Doors, windows or by fire, explosion, light- other openings. ning, smoke or soot, (c) "Property damage" caused while rented to you; or by or resulting from water c. In the case of damage that leaks or flows from by water, while rented plumbing, heating, air condi- to and occupied by you. tioning, fire protection sys- tems, or other equipment, (2) The most we will pay is limited as caused by or resulting from described in Section B. Limits of freezing, unless: Insurance, 3. Damage to Prem- ises Rented to You of this en- (i) You did your best to dorsement. maintain heat in the building or structure; or 4. Supplementary Payments (ii) You drained the equip- Under Section I - Supplementary Pay- ment and shut off the ments- Coverages A and B: water supply if the heat a. Paragraph 2. is replaced by the fol- was not maintained. lowing: (d) "Property damage"to: Up to the limit shown in Section B. (i) Plumbing, heating, air Limits of Insurance, 4.a. Bail Bonds conditioning, fire protec- of this endorsement for cost of bail tion systems, or other bonds required because of accidents equipment or applianc- or traffic law violations arising out of es, or the use of any vehicle to which the Bodily Injury Liability Coverage ap- (ii) The interior of any plies.We do not have to furnish these building or structure, or bonds. to personal property in the building or structure, b. Paragraph 4. is replaced by the fol- caused by or resulting lowing: from rain, snow, sleet or All reasonable expenses incurred by ice, whether driven by the insured at our request to assist us wind or not_ in the investigation or defense of the c. Limit of Insurance claim or"suit", including actual loss of earnings up to the limit shown in Sec- With respect to the insurance afford- tion B. Limits of Insurance, 4.b. ed in Paragraphs 3.a. and 3.b.above, Loss Of Earnings of this endorsement the Damage to Premises Rented to per day because of time off from You Limit as shown in the Declara- work. tions is amended as follows: 5. Medical Payments (1) Paragraph 6. of Section III - Limits of Insurance is replaced The Medical Expense Limit of Any One by the following: Person as stated in the Declarations is amended to the limit shown in Section B. 6. Subject to Paragraph 5. Limits of Insurance, S. Medical Pay- above, the Damage to ments of this endorsement. Premises Rented to You Limit is the most we will pay 6. 180 Day Coverage for Newly Formed or under Coverage A - Bodily Acquired Organizations Injury and Property Dam- Section 11 - Who is an Insured is age Liability for damages amended as follows: because of "property dam- age"to any one premises: Subparagraph a. of Paragraph 3. is re- a. While rented to you, or placed by the following: temporarily occupied by Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission_ Page 10 of 17 a. Insurance under this provision is af- ante, but only with respect forded only until the 180th day after to liability arising out of the you acquire or form the organization ownership, maintenance or or the end of the policy period, use of that part of the prem- whichever is earlier; ises leased to you, subject to the following additional 7. Waiver of Subrogation exclusions: Section IV- Commercial General Liabil- This insurance does not ap- ity Conditions, 9. Transfer of Rights of ply to: Recovery Against Others to us is amended by the addition of the following: (i) Any "occurrence" which We waive an right of recovery we may takes place after you y g rY y cease to be a tenant in have against any person or organization that premises; against whom you have agreed to waive such right of recovery in a written contract (ii) Structural alterations, or agreement because of payments we new construction or make for injury or damage arising out of demolition operations your ongoing operations or "your work" performed by or on be- done under a written contract or agree- half of such additional ment with that person or organization and insured. included in the "products-completed oper- ations hazard". However, our rights may (b) Lessor of Leased Equip- only be waived prior to the "occurrence" ment giving rise to the injury or damage for Any person or organization which we make payment under this Cov- from whom you lease erage Part. The insured must do nothing equipment when you and after a loss to impair our rights. At our re- such person(s) or organiza- quest, the insured will bring "suit" or trans- tion(s) have agreed per Par- fer those rights to us and help us enforce agraph 8.a.(1) of this en- those rights. dorsement to provide insur- 8. Automatic Additional Insured - Speci- ante. Such person(s) or or- fied Relationships ganization(s) are insureds only with respect to liability a. The following is added to Section Il - for "bodily injury", "property Who is an Insured: damage" or "personal and advertising injury" caused, in (1) Any person(s) or organization(s) whole or in part, by your described in Paragraph 8.a.(2) of maintenance, operation or this endorsement (hereinafter re- use of equipment leased to ferred to as additional insured) you by such person(s) or or- whom you are required to add as ganization(s). A person's or an additional insured under this organization's status as an Coverage Part by reason of a additional insured under this written contract, written agree- endorsement ends when ment, written permit or written their contract or agreement authorization. with you for such leased (2) Only the following persons or or- equipment ends. However, ganizations are additional in- this insurance does not ap- sureds under this endorsement, ply to any "occurrence" and insurance coverage provided which takes place after the to such additional insureds is lim- equipment lease expires. ited as provided herein: (c) Vendors (a) Managers or Lessors of Any person or organization Premises (referred to below as ven- The manager or lessor of a dor) with whom you have premises leased to you with agreed per Paragraph whom you have agreed per 8.a.(1) of this endorsement Paragraph 8.a.(1) of this en- to provide insurance, but en- dorsement to provide incur- ly with respect to "bodily in- jury" or "property damage" Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 11 of 17 arising out of"your products" or sale of the which are distributed or sold products; in the regular course of the vendor's business, subject 6) Demonstration, in- to the following additional stallation, servicing exclusions: or repair opera- tions, except such (i) The insurance afforded operations per- the vendor does not formed at the ven- apply to: dor's premises in injury" or connection with the 1) "Bodily sale of the product; "property damage" for which the ven- 7) Products which, af- dor is obligated to ter distribution or pay damages by sale by you, have reason of the as- been labeled or re- sumption of liability labeled or used as in a contract or a container, part or agreement. This ingredient of any exclusion does not other thing or sub- apply to liability for stance by or for the damages that the vendor; or vendor would have in the absence of 8) "Bodily injury" or the contract or "property damage" agreement; arising out of the sole negligence of 2) Any express war- the vendor for its ranty unauthorized own acts or omis- by you; sions or those of 3) An physical or its employees or Y p Y anyone else acting chemical change in on its behalf. How- the product made ever, this exclusion intentionally by the does not apply to: vendor; ex- a) The excep- 4) Repackaging, tions contained cept when un- in Paragraphs packed solely for (c) (i) 4) or 6) the purpose of in- of this en- spection, demon- dorsement; or stration, testing, or the substitution of b) Such inspec- parts under in- tions, adjust- structions from the ments, tests or manufacturer, and servicing as then repackaged in the vendor has the original con- agreed to tainer-, make or nor- mally5) An failure to make under- Y takes to make such inspections, in the usual adjustments, tests couYGe of or servicing as the business, in vendor has agreed connection to make or normal- with the distri- ly undertakes to bution or sale make in the usual of the prod- course of busi- ucts. ness, in connection with the distribution Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 12 of 17 This insurance does not (iii) The ownership, mainte- apply to any insured nance or use of any el- person or organization: evators covered by this 1) From whom you insurance. have acquired (e) Mortgagee, Assignee or such products, or Receiver any ingredient, part or container, enter- Any person or organization ing into, accompa- with whom you have agreed nying or containing per Paragraph 8.a.(1) of this such products; or endorsement to provide in- surance, but only with re- 2) When liability in- spect to their liability as cluded within the mortgagee, assignee, or re- "products- ceiver and arising out of the completed opera- ownership, maintenance, or tions hazard" has use of the premises by you. been excluded un- However, this insurance der this Coverage does not apply to structural Part with respect to alterations, new construction such products. and demolition operations (d} State or Governmental performed by or for that per- son or organization_ Agency or Subdivision or Political Subdivision - (3) The insurance afforded to addi- Permits or Authorizations tional insureds described in Par- Relating to Premises agraph 8.a.(1) of this endorse- Any state or governmental ment: agency or subdivision or po- (a) Only applies to the extent litical subdivision with which permitted by law; and you have agreed per Para- graph 8.a.(1) of this en- (b) Will not be broader than that dorsement to provide insur- which you are required by ante, subject to the follow- the written contract, written ing additional provision: agreement, written permit or written authorization to pro- This insurance applies only vide for such additional in- with respect to the following sured; and hazards for which the state or governmental agency or (c) Does not apply to any per- subdivision or political sub- son, organization, vendor, division has issued a permit state, governmental agency or authorization in connec- or subdivision or political tion with premises you own, subdivision, specifically rent or control and to which named as an additional in- this insurance applies: sured under any other provi- sion of, or endorsement (I) The existence, mainte- added to, this Coverage nance, repair, construc- Part, provided such other tion, erection or removal provision or endorsement of advertising signs, covers the injury or damage awnings, canopies, cel- for which this insurance ap- lar entrances, coal plies. holes, driveways, man- holes, marquees, hoist b. With respect to the insurance afford- away openings, side- ed to the additional insureds de - walk vaults, street ban- scribed in Paragraph 8.a.(1) of this ners or decorations and endorsement, the following is added similar exposures; or to Section III-Limits of Insurance: (ii) The construction, erec- The most we will pay on behalf of the tion or removal of eleva- additional insured is the amount of in- tors; or surance: Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 13 of 17 (1) Required by the written contract, 9, Property Damage to Borrowed Equip- written agreement, written permit ment or written authorization described in Paragraph 8.a.(1) of this en- a. The following is added to Exclusion dorsement; or 2.j. Damage to Property under Sec- tion 1 - Coverage A - Bodily Injury (2) Available under the applicable and Property Damage Liability: Limits of Insurance shown in the paragraphs (3) and (4) of this exclu- Deciarations; sion do not apply to tools or equip- whichever is less. ment loaned to you, provided they are This endorsement shall not increase not being used to perform operations the applicable Limits of Insurance at the time of loss, shown in the Declarations. b. With respect to the insurance provid- ed by this section of the endorse- c. Section IV - Commercial General ment, the following additional provi- Liability Conditions is amended to sions apply: include the following: Automatic Additional Insured Pro- (1) The Limits of Insurance shown in the Declarations are replaced by vision the limits designated in Section This insurance applies only if the B. Limits of Insurance, 9. "bodily injury" or "property damage" Property Damage to Borrowed occurs, or the "personal and advertis Equipment of this endorsement ing injury" offense is committed: with respect to coverage provid- ed by this endorsement. These (1) During the policy period; and limits are inclusive of and not in (2) Subsequent to your execution of addition to the limits being re- placed. The Limits of Insurance the written contract or written shown in Section B. Limits of agreement, or the issuance of a Insurance, 9. Property Damage written permit or written authori- to Borrowed Equipment of this zation, described in Paragraph endorsement fix the most we will 8•a•(1)• pay in any one "occurrence" re- d. Section IV - Commercial General gardless of the number of: Liability Conditions is amended as (a) Insureds; follows: Condition 5. Other Insurance is (b) Claims made or "suits" brought; or amended to include: (c) Persons or Primary and Noncontributory In- making claims organizations bringing g surance "suits". This insurance is primary to and will (2) Deductible Clause not seek contribution from any other insurance available to an additional (a) Our obligation to pay dam- insured per Paragraph 8.a.(1) of this ages on your behalf applies endorsement provided that: only to the amount of dam- ages for each "occurrence" (1) The additional insured is a which are Named Insured under such other Deductible Amount of the mount stated in insurance; and Section B. Limits of Insur- (2) You have agreed in writing in a ante, 9. Property Damage contract, agreement, permit or to Borrowed Equipment of authorization described in 8.a.(2) this endorsement. The limits of this endorsement that this in- of insurance will not be re- surance would be primary and duced by the application of would not seek contribution from such deductible amount. any other insurance available to (b) Section IV - Commercial the additional insured. General Liability Condi- tions, 2. Duties in the Event of Occurrence, of- Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 14 of 17 fense, Claim or Suit, ap- This requirement applies only when plies to each claim or "suit" the "occurrence" or offense is known irrespective of the amount. to an "authorized representative". (c) We may pay any part or all 12. Nonowned Aircraft of the deductible amount to effect settlement of any The following is added to Exclusion 2.g. claim or "suit" and, upon no- Aircraft, Auto or Watercraft under Sec- tification of the action taken, tion I - Coverage A - Bodily Injury and you shall promptly reim- Property Damage Liability: burse us for such part of the This exclusion does not apply to an air- deductible amount as has craft you do not own, provided that: been paid by us. a. The pilot in command holds a current 10. Employees as Insureds - Specified effective certificate, issued by a duly Health Care Services and Good Samar- constituted authority of the United itan Services States of America or Canada, desig- Paragraph 2.a.(1)(d) under Section II - nating that person as a commercial or Who is an Insured does not apply to: airline transport pilot; a. Your "employees" who provide pro- b. The aircraft is rented with a trained, fessional health care services on your paid crew; and behalf as a duly licensed nurse, c. The aircraft does not transport per- emergency medical technician or sons or cargo for a charge. paramedic in the jurisdiction where an "occurrence" or offense to which this 13. Bodily Injury Redefined insurance applies takes place; or Section V - Definitions, 4. "Bodily injury" b. Your "employees" or "volunteer work- is replaced by the following: ers", other than an employed or vol- unteer doctor, providing first aid or 4. "Bodily injury" means bodily harm or good samaritan services during their injury, sickness, disease, disability, work hours for you will be deemed to humiliation, shock, fright, mental an- be acting within the scope of their guish or mental injury, including care, employment by you or performing du- loss of services or death resulting ties related to the conduct of your from any of these at any time. business. 14. Expected or Intended Injury Redefined 11. Broadened Notice of Occurrence The last sentence of Exclusion 2.a. Ex- Paragraph a. of Condition 2. Duties in the petted or Intended Injury under Section Event of Occurrence, Offense, Claim or I - Coverage A - Bodily Injury and Suit under Section IV - Commercial Property Damage Liability is replaced by General Liability Conditions is replaced the following: by the following: This exclusion does not apply to "bodily a. You must see to it that we are notified injury" or"property damage" resulting from as soon as practicable of an "occur- the use of reasonable force to protect per- rence" or an offense which may result sons or property. in a claim. To the extent possible, no- 15. Former Employees as Insureds tice should include: (1) How, when and where the "oc- The following is added to Paragraph 2. currence or offense took place; under Section II-Who is an Insured: (2) The names and addresses of 2. Each of the following is also an in- any injured persons and wit- sured: nesses; and Any of your former "employees", di- (3) The nature and location of any rectors, managers, members, part- in u or damage arising out of ners or "executive officers", including injury g g but not limited to retired, disabled or the"occurrence" or offense. those on leave of absence, but only for acts within the scope of their em- ployment by you or for duties related to the conduct of your business. Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 15 of 17 16. Voluntary Property Damage Coverage (2) Exclusions a. Coverage D - Voluntary Property This insurance does not apply to Damage Coverage "property damage" that would be es is amended to excluded by Coverage A- Bodi- Section I - Coverages ly Injury and Property Damage include the following: Liability, 2. Exclusions, except (1) Insuring Agreement for j. Damage to Property, par- agraphs (3), (4), (5) and (6), k. (a) We will pay the cost to re- Damage to Your Product, and I. pair or replace "property Damage to Your Work. damage" to property of oth- ers arising out of operations (3) Definitions incidental to your business For purposes of Voluntary when: Property Damage Coverage 1) Damage is caused by only, the following definitions un- you; or der Section V - Definitions are replaced by the following: 2) Damage occurs while in your possession. 16. "Occurrence" means an in- cident, including continuous At your written request, we or repeated exposure to will make this payment re- substantially the same gen- gardless of whether you are eral harmful conditions that at fault for the "property result in "property damage". damage". 20. "Property damage" means If you, at our request, re- physical injury to tangible place, or make any repairs property. "Electronic data" is to, damaged property of not tangible property, and others, the amount we will "property damage" does not pay under Voluntary Prop- include disappearance, ab- erty Damage Coverage will straction or theft. be determined by your actu- al cost to replace or repair b. Care, Custody or Control Liability the damaged property, ex- Coverage cluding any profit or over- For purposes of the coverage provid- head. ed by Care, Custody or Control Li- Any payment we make un- ability Coverage in this endorsement der Voluntary Property only: Damage Coverage shall not (1) Section I - Coverage A- Bodily be interpreted as an admis- Injury and Property Damage sion of liability by you or by Liability, 2. Exclusions, j. us. Damage to Property, Subpara- It shall be your duty, not our graphs (3), (4) and (5) do not ap- duty, to defend any claim or ply to "property damage" to the "suit"to which this insurance property of others described applies. therein. No other obligation or liabil- (2) It shall be your duty, not our duty, ity to pay sums or perform to defend any claim or "suit" to acts or services is covered. which this insurance applies. (b) This insurance applies to No other obligation or liability to "property damage" only if: pay sums or perform acts or ser- vices is covered. 1) The "property damage" takes place in the "cov- This Paragraph (2) supersedes erage territory"; and any provision in the Coverage Part to the contrary. 2) The "property damage" occurs during the policy (3) "Property damage" for which period. Care, Custody or Control Lia- Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 16 of 17 bility Coverage provides cover- (3) The Voluntary Property Dam- age shall be deemed to be age Coverage, Aggregate Limit caused by an "occurrence" but of Insurance is the most we will shall not serve to limit or restrict pay for the sum of all damages the applicability of any exclusion under Voluntary Property for "property damage" under this Damage Coverage. This limit Coverage Part. applies separately to each "cov- c. Limits of Insurance and Deducti- erage term". bles (4) Deductible Clause For purposes of the coverage provid- (a) Our obligation to pay lam- ed by Voluntary Property Damage ages on your behalf applies Coverage and Care, Custody or only to the amount of dam- Control Liability Coverage, Section ages for each 'occurrence" III - Limits of Insurance is amended which are in excess of the to include the following: Deductible Amount stated for the applicable coverage (1) The Limits of Insurance shown in in the Schedule. The limits the Declarations are replaced by of insurance will not be re- the limits designated in Section duced by the application of B. Limits of Insurance, 16. such Deductible Amount. Voluntary Property Damage Coverage and Care, Custody (b) Section IV - Commercial or Control Liability Coverage, General Liability Condi- in this endorsement. These limits tions, 2. Duties in the are inclusive of, and not in addi- Event of Occurrence, of- tion to, the limits being replaced. fense, Claim or Suit, ap- The Limits of Insurance shown in plies to each claim or "suit" the Schedule fix the most we will irrespective of the amount. pay regardless of the number of: (c) We may pay any part or all (a) Insureds; of the Deductible Amount to (b) Claims made or "suits" effect settlement of any brought; or "suit" and, upon no- tification of the action taken, (c) Persons or organizations you shall promptly reim- making claims or bringing burse us for such part of the "suits". Deductible Amount as has been paid by us. (2) (a) Subject to (3) below, the Voluntary Property Dam- 17. Broadened Contractual Liability - Work age Coverage, Each Occur- Within 50'of Railroad Property rence Limit Of Insurance is Section V- Definitions, 12. "Insured con- the most we will pay for the tract" is amended as follows: sum of damages under Vol- untary Property Damage a. Paragraph c. is replaced by the fol- Coverage; lowing: (b) The Care, Custody or Con- c. Any easement or license agree- trol Liability Coverage, ment; Each Occurrence Limit Of Insurance is the most we will b. Paragraph f.(1) is deleted in its entire- pay for the sum of damages ty. under Care, Custody or 18. Alienated Premises Control Liability Coverage; Exclusion 2.j. Damage to Property, because of all "property damage" Paragraph (2) under Section I - Cover- arising out of any one "occur- age A - Bodily Injury and Property rence". Damage Liability does not apply if the premises are"your work". Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc., with its permission. Page 17 of 17 This page has been left blank intentionally. COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this Coverage Part restrict SUPPLEMENTARY PAYMENTS - COV- this insurance. Read the entire Coverage Part ERAGES A AND B. carefully to determine rights, duties and what is and is not covered. b. This insurance applies to "bodily injury" and"property damage" only if. Throughout this Coverage Part the words "you" and "your" refer to the Named Insured shown in (1) The "bodily injury" or "property darn- the Declarations, and any other person or organ- age" is caused by an "occurrence" zation qualifying as a Named Insured under this that takes place in the"coverage ter- Coverage Part. The words "we", "us' and "our" ritory"; refer to the Company providing this insurance. (2) The "bodily injury" or "property dam- The word"insured"means any person or organiza- age" occurs during the policy period; tion qualifying as such under SECTION II -WHO and IS AN INSURED. (3) Prior to the "coverage term"in which Other words and phrases that appear in quotation "bodily injury" or "property damage" marks have special meaning. Refer to SECTION V occurs, you did not know, per Para- -DEFINITIONS. graph 1.d. below, that the "bodily in- jury" or "property damage" had oc- SECTION I-COVERAGES curred or had begun to occur, in COVERAGE A. BODILY INJURY AND PROP- whole or in part. ERTY DAMAGE LIABILITY c. "Bodily injury" or "property damage" 1. Insuring Agreement which: a. We will pay those sums that the insured (1) Occurs during the "coverage term";and and becomes legally obligated to pay as dam- ages because of"bodily injury" or "prop- (2) Was not, prior to the "coverage erty damage" to which this insurance ap- term", known by you, per Paragraph plies. We will have the right and duty to 1.d. below,to have occurred; defend the insured against any "suit" seeking those damages. However,we will includes any continuation, change or re- have no duty to defend the insured sumption of that "bodily injury" or "prop- against any "suit" seeking damages for erty damage" after the end of the "cover- "bodily injury" or "property damage" to age term" in which it first became known which this insurance does not apply. We by you. may, at our discretion, investigate any d. You will be deemed to know that "bodily "occurrence"and settle any claim or"suit" injury"or"property damage"has occurred that may result. But: at the earliest time when any "authorized (1) The amount we will pay for damages representative": is limited as described in SECTION all, or an 111-LIMITS OF INSURANCE; and (1) Reports pad. the"bodily injury" or"property damage" to us or (2) Our right and duty to defend ends any other insurer; when we have used up the applica- (2) Receives a written or verbal demand ble limit of insurance in the payment or claim for damages because of the of judgments or settlements under "bodily injury"or"property damage"; SECTION I - COVERAGES, COV- ERAGE A. BODILY INJURY AND (3) First observes, or first observed, the PROPERTY DAMAGE LIABILITY; "bodily injury"or"property damage"; SECTION I - COVERAGES, COV- ERAGE B. PERSONAL AND AD- (4) Becomes aware, or become aware, VERTISING INJURY LIABILITY; or by any means other than as de- medical expenses under SECTION I scribed in (3) above, that "bodily in- - COVERAGES, COVERAGE C. jury" or "property damage" had oc- MEDICAL PAYMENTS. curred or had begun to occur; or No other obligation or liability to pay sums (S) Becomes aware, or become aware, or perform acts or services is covered of a condition from which "bodily in- unless expressly provided for under jury" or "property damage" is sub- stantially certain to occur. Includes copyrighted material of Insurance GA 101 TX 0910 Services Office, Inc.,with its permission. Page 1 of 22 e. Damages because of "bodily injury" in- This exclusion applies only if you are in clude damages claimed by any person or the business of manufacturing, distribut- organization for care, loss of services or ing, selling, serving or furnishing alcoholic death resulting at any time from the"bod- beverages. ily injury'. d. Workers' Compensation and Similar 2. Exclusions Laws This insurance does not apply to: Any obligation of the insured under a a. Expected or Intended Injury workers' compensation, disability benefits p 1 ry or unemployment compensation law or "Bodily injury" or "property .damage" any similar law. which results from the intentional or e. Employer's Liability criminal acts of the insured or which is in fact expected or intended by the insured, "Bodily injury"to: even if the injury or damage is of a differ- ent degree or type than actually expected (1) An "employee" of the insured sus- or intended. This exclusion does not ap- tained in the'Workplace"; ply to"bodily injury"resulting from the use (2) An "employee' of the insured arising of reasonable force to protect persons or out of the performance of duties re- property. lated to the conduct of the insured's b. Contractual Liability business; or "Bodily injury" or "property damage" for (3) The spouse, child, parent, brother or which the insured is obligated to pay sister of that"employee" as a conse- damages by reason of the assumption of quence of Paragraphs (1) or (2) liability in a contract or agreement. This above. exclusion does not apply to liability for This exclusion applies: damages: 1 That the insured would have in the (1) Whether the insured may be liable as O an employer or in any other capacity; absence of the contract or agree- and ment; or 2 Assumed in a contract or agreement (2) To any obligation to share damages ( ) g with or repay someone else who that is an"insured contract", provided must pay damages because of the the "bodily injury" or "property dam- inury. age" occurs subsequent to the exe- cution of the contract or agreement. This exclusion does not apply to liability When a daim for such "bodily injury" assumed by the insured under an "in- or "property damage" is made, we sured contract". will defend that claim provided the insured has assumed the obligation f. Pollutant to defend such claim in the "insured 1 "Bodilyinjury" or "property contract". Such defense payments ( ) J ry udamage" arising ouk of the actual, alleged or will not reduce the limits of insur- threatened discharge, dispersal, ante. seepage, migration, release, escape c. Liquor Liability or emission of"pollutants": "Bodily injury" or "property damage" for (a) At or from any premises, site or which any insured may be held liable by location which is or was at any reason of. time owned or occupied by, or rented or loaned to, any insured. (1) Causing or contributing to the intoA- However, Paragraph (a) does cation of any person; not apply to: (2) The furnishing of alcoholic beverages 1) "Bodily injury"to any person to a person under the legal drinking injured while on any prem- age or under the influence of alcohol; ises, site or location owned or or occupied by, or rented or (3) Any statute, ordinance or regulation loaned to, you provided: relating to the sale, gift, distribution a) The injury is caused by or use of alcoholic beverages. the inadequate ventila- tion of vapors; Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 2 of 22 b) The person injured is product of any manufactur- first exposed to such ing process; vapors during the policy period; and 2) "Bodily injury" or "property damage" for which you may c) Within 30 days of such be held liable, if you are a first exposure, the per- contractor, and the owner or son injured is clinically lessee of such premises, diagnosed or treated by site or location has been a physician for the added to this Coverage Part medical condition as an additional insured caused by the expo- with respect to your ongoing sure to such vapors, operations or "your work" However, Paragraph c) performed for that additional does not apply if the insured at that premises, "bodily injury"is caused site or location and such by vapors produced by premises, site or location is or originating from not and never was owned or equipment that is used occupied by, or rented or to heat, cool or dehu- loaned to, any insured, midify the building, or other than that additional in- equipment that is used sured; or to heat water for per- sonal use, by the build- 3) "Bodily injury" or "property ing's occupants or their damage" arising out of heat, guests. smoke or fumes from a "hostile fire"; This exception 1) shall ap- ply only to Named Insureds; (b) At or from any premises, site or we shall have no duty to de- location which is or was at any fend or pay damages for time used by or for any insured any person or organization or others for the handling, stor- that is not a Named Insured. age, disposal, processing or However, this paragraph treatment of waste; does not apply if the "bodily (c) Which are or were at any time injury" is caused by vapors transported, handled, stored, produced by or originating treated, disposed of, or proc- from equipment that is used essed as waste by or for: to heat, cool or dehumidify the building, or equipment 1) Any insured; or that is used to heat water for personal use, by the 2) Any person or organization building's occupants or their for whom you may be le- guests. gally responsible; For the purpose of the ex- (d) At or from any premises, site or ception granted in Para- location on which any insured or graph 1) only, vapors any contractors or subcontrac- means any gaseous or air- tors working directly or indirectly borne irritant or airborne on any insured's behalf are per- contaminant, including forming operations if the "pollut- smoke, fumes, vapor or ants" are brought on or to the soot, but excluding asbes- premises, site or location in con- tos, which is discharged, nection with such operations by dispersed, emitted, released such insured, contractor or sub- or .escapes from materials, contractor. However, Paragraph machinery or equipment (d)does not apply to: used in the service or main- 1) "Bodily injury" or "property tenance of the premises. damage" arising out of the Vapors does not mean any discharge, dispersal, seep- gaseous or airborne irritants age, migration, release, es- or contaminants used in a cape or emission of fuels, manufacturing process or lubricants or other operating which is the product or by- fluids, or exhaust gases, which are needed to per- Includes copyrighted material of Insurance GA 101 TX 0910 Services Office, Inc.,with its permission. Page 3 of 22 form, or are the result of, (2) Any loss, cost or expense arising out the normal electrical, hy- of any: draulic or mechanical func- tions necessary for the op- (a) Request, demand, order or eration of "mobile equip- statutory or regulatory require- ment" or its parts, if such meet that any insured or others fuels, lubricants or other test for, monitor, clean up, re- operating fluids, or exhaust move, contain, treat, detoxify or gases, escape, seep or mi- neutralize, or in any way re- grate, or are discharged, spond to, or assess the effects dispersed, released or emit- of,"pollutants", or ted from a vehicle part de- (b) Claim or suit by or on behalf of a signed to hold, store or re- governmental authority for dam- ceive them. This exception ages because of testing for, does not apply if the fuels, monitoring, cleaning up, remov- lubricants or other operating ing, containing, treating, deto)d- fluids, or exhaust gases, Eying or neutralizing, or in any escape, seep or migrate, or way responding to, or assessing are discharged, dispersed, the effects of, "pollutants". released or emitted with the intent to cause "bodily in- However, Paragraphs (2)(a) and (b) jury" or "property damage" do not apply to liability for damages or with the knowledge that because of "property damage" that 'bodily injury" or "property the insured would have in the ab- damage" is substantially sence of such request, demand, or- certain to occur, or if such der or statutory or regulatory re- fuels, lubricants or other quirement, or such claim or "suit' by operating fluids, or exhaust or on behalf of a governmental au- gases, are brought on or to thority. the premises, site or loca- tion with such intent to es- g. Aircraft,Auto or Watercraft cape,seep or migrate,or be 'Bodily injury" or "property damage" aris- discharged, dispersed, re- ing out of the ownership, maintenance, leased or emitted as part of use or entrustment to others of any air- the operations being per- craft, "auto" or watercraft owned or oper- formed by such insured, ated by or rented or loaned to any in- contractor or subcontractor; sured. Use includes operation and "load- 2) 'Bodily injury" or "property ing or unloading". damage" sustained within a This exclusion applies even if the claims building and caused by the against any insured allege negligence or release of gases, fumes or other wrongdoing in the supervision, hir- vapors from materials ing, employment, training or monitoring of brought into that building in others by that insured, if the"occurrence" connection with operations which caused the"bodily injury" or"prop- being performed by you or erty damage" involved the ownership, on your behalf by a contrac- maintenance, use or entrustment to oth- tor or subcontractor; or ers of any aircraft, "auto" or watercraft 3) 'Bodily injury" or "property that is owned or operated by or rented or damage" arising out of heat, loaned to any insured. smoke or fumes from a This exclusion does not apply to- 'hostile fire"; or (1) A watercraft while ashore on prem- (e). At or from an y p remises, site or ises you own or rent; location on which any insured or any contractors or subcontrac- (2) A watercraft you do not own that is: tors working directly or indirectly on any insureds behalf are per- (a) Less than 51 feet long;and forming operations if the opera- (b) Not being used to carry persons tions are to test for, monitor, or property for a charge; clean up, remove, contain, treat, detoxify or neutralize, or in any (3) Parking an "auto" on, or on the ways way respond to, or assess the next to, premises you own or rent, effects of,"pollutants". provided the "auto" is not owned by Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc_,with its permission. Page 4 of 22 or rented or loaned to you or the in- (1) Property you own, rent or occupy, in- sured; cluding any costs or expenses in- curred by you, or any other person, (4) Liability assumed under any"insured organization or entity, for repair, re- contract" for the ownership, mainte- placement, enhancement, restoration nance or use of aircraft or watercraft; or maintenance of such property for or any reason, including prevention of (5) 'Bodily injury" or "property damage" injury to a person or damage to an- arising out of: other's property; (a) The operation of machinery or (2) Premises you sell, give away or equipment that is on, attached abandon, if the "property damage" to, or part of, a land vehicle that arises out of any part of those prem- would qualify under the definition ises-, of"mobile equipment" if it were (3) Property loaned to you; not subject to a compulsory or financial responsibility law or (4) Personal property in the care, cus- other motor vehicle insurance tody or control of an insured; law in the state where it is li- censed or principally garaged; or (5) That particular part of real property on which you or any contractors or (b) The operation of any of the ma- subcontractors working directly or in- chinery or equipment listed in directly on your behalf are performing Paragraph f.(2) or f.(3) of the operations, if the "property damage" definition of"mobile equipment". arises out of those operations; or h. Mobile Equipment (6) That particular part of any property „ „ that must be restored, repaired or re- "Bodily injury or property damage aris- placed because "your work" was fin- ing out of: correctly performed on it. (1) The transportation of "mobile equip- Paragraphs (1), (3) and (4) of this exclu- ment" by an "auto" owned or oper- sion do not apply to "property damage" ated by or rented or loaned to any in- (other than damage by fire or explosion) sured; or to premises, including the contents of (2) The use of"mobile equipment" in, or such premises, rented to you for a period while in practice for, or while being of 7 or fewer consecutive days, for which prepared for, any prearranged rac- the amount we will pay is limited to the ing, speed, demolition, or stunting Damage To Premises Rented To You activity. Limit as described in SECTION III - LIM- ITS OF INSURANCE. i. War Paragraph (2) of this exclusion does not "Bodily injury"or"property damage", how- apply if the premises are 'your work"and ever caused, arising, directly or indirectly, were never occupied, rented or held for out of: rental by you. (1) War, including undeclared or civil Paragraphs(3), (4), (5) and (6)of this ex- war; clusion do not apply to liability assumed (2) Warlike action by a military force, in- under a sidetrack agreement. cluding action in hindering or defend- Paragraph (6) of this exclusion does not ing against an actual or expected at- apply to "property damage" included in tack, by any government, sovereign the "products-completed operations haz- or other authority using military per- and". sonnel or other agents; or k. Damage to Your Product (3) Insurrection, rebellion, revolution, usurped power, or action taken by "Property damage" to"your product"aris- governmental authority in hindering ing out of it or any part of it. or defending against any of these. I. Damage to Your Work j. Damage to Property "Property damage" to "your work" arising "Property damage"to: out of it or any part of it and included in the "products-completed operations haz- ard". Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 5 of 22 This exclusion does not apply if the dam- (c) Other employment-related prac- aged work or the work out of which the tices, policies, acts or omissions damage arises was performed on your including but not limited to eoer- behalf by a subcontractor. cion, criticism, demotion,evalua- tion, failure to promote, reas- m. Damage to Impaired Property or Prop- signment, discipline, defamation, erty Not Physically Injured harassment, humiliation or dis- "Property damage" to "impaired property" crimination directed at that per- or property that has not been physically son; or injured, arising out of: (2) The spouse, child, parent, brother or (1) A defect, deficiency, inadequacy or sister of that person as a conse- dangerous condition in "your prod- quence of"bodily injury" to that per- uct"or"your work"; or son at whom any of the employment- related practices described in Para- (2) A delay or failure by you or anyone graphs (a), (b) or (c) above is di- acting on your behalf to perform a rected. contract or agreement in accordance with its terms. This exclusion applies: This exclusion does not apply to the loss (1) Whether the insured may be liable as of use of other property arising out of an employer or in any other capacity; sudden and accidental physical injury to and 'your product" or "your work" after it has (2) To any obligation to share damages been put to its intended use. with or repay someone else who n. Recall of Products, Work or Impaired must pay damages because of the Property 'Bur'• Any liability or damages claimed for any r. Additional Insured Prior Knowledge loss, cost or expense incurred by you or An additional insured added by attach- others for the loss of use, withdrawal, re- ment of an endorsement to this Coverage call, inspection, repair, replacement, ad- Part that is seeking coverage for a claim justment, removal or disposal of: or "suit", if that additional insured knew, (1) "Your product"; per the following paragraph, that "bodily injury"or"property damage" had occurred (2) "Your work'; or or had begun to occur, in whole or in part, (3) "Impaired property"; prior to the"coverage term"in which such "bodily injury" or "property damage" oc- if such product, work or property is with- curs or begins to occur. drawn or recalled from the market or from An additional insured added by attach- use by any person or organization be- ment of an endorsement to this Coverage cause of a known or suspected defect, Part will be deemed to have known that deficiency, inadequacy or dangerous con- "bodily injury" or "property damage" has dition in it. occurred or has begun to occur at the o. Personal and Advertising Injury earliest time when that additional insured, or any one of its owners, members, part- "Bodily injury" arising out of"personal and ners, managers, executive officers, "em- advertising injury". ployees' assigned to manage that addi- tional insured's insurance program, or p. Asbestos "employees" assigned to give or receive "Bodily injury" or "property damage" aris- notice of an "occurrence", "personal and ing out of, attributable to, or any way re- advertising injury"offense, claim or"suit": lated to asbestos in any form or transmit- (1) Reports all, or any part, of the"bodily ted in any manner. injury" or"property damage" to us or q. Employment-Related Practices any other insurer; "Bodily injury"to- (2) Receives a written or verbal demand or claim for damages because of the (1) A person arising out of any: "bodily injury"or"property damage"; (a) Refusal to employ that person; (3) First observes, or first observed, the (b) Termination of that person's em- "bodily injury"or"property damage"; ployment; or Includescopyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 6 of 22 (4) Becomes aware, or become aware, (1) The amount we will pay for damages by any means other than as de- is limited as described in SECTION scribed in (3) above, that "bodily in- 1H-LIMITS OF INSURANCE; and jury" or "property damage" had oc- curred or had begun to occur; or (2) Our right and duty to defend ends when we have used up the applica- (5) Becomes aware, or become aware, ble limit of insurance in the payment of a condition from which "bodily in- of judgments or settlements under jury" or "property damage" is sub- SECTION I - COVERAGES, COV- stantially certain to occur. ERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY; S. Electronic Data SECTION I - COVERAGES, COV- Damages arising out of the loss of, loss of ERAGE B. PERSONAL AND AD- use of, damage to, corruption of, inability VERTISING INJURY LIABILITY; or to access, or inability to manipulate "elec- medical expenses under SECTION tronic data". - COVERAGES, COVERAGE C. MEDICAL PAYMENTS. t. Distribution of Material in Violation of Statutes No other obligation or liability to pay sums or perform acts or services is covered "Bodily injury" or"property damage" aris- unless expressly provided for under ing directly or indirectly out of any action SUPPLEMENTARY PAYMENTS - GOV- or omission that violates or is alleged to ERAGES A AND B. violate: b. This insurance applies to "personal and a. The Telephone Consumer Protection advertising injury"only if: Act(TCPA), including any amendment of or addition to such law; or (1) The "personal and advertising injury" is caused by an offense arising out of b. The CAN-SPAM Act of 2003, includ- your business; and ing any amendment of or addition to such law; or (2) The "personal and advertising injury" offense was committed in the"cover- c. Any statute, ordinance or regulation, age territory" during the policy period; other than the TCPA or CAN-SPAM and Act of 2003, that prohibits or limits the sending, transmitting, communicating (3) Prior to the "coverage term" in which or distribution of material or informa- the "personal and advertising injury" tion. offense is committed, you did not know, per Paragraph 1.d. below,that Exclusions c.through q.do not apply to"prop- the offense had been committed or erty damage" by fire or explosion to premises had begun to be committed, in whole while rented to you or temporarily occupied by or in part. you with permission of the owner, for which the amount we will pay is limited to the Dam- c. "Personal and advertising injury" caused age to Premises Rented To You Limit as de- by an offense which: scribed in SECTION III - LIMITS OF INSUR- (1) Was committed during the"coverage ANCE_ term"; and COVERAGE B. PERSONAL AND ADVERTISING (2) Was not, prior to the 'coverage INJURY LIABILITY term", known by you, per Paragraph 1. Insuring Agreement 1.d. below, to have been committed; a. We will pay those sums that the insured includes any continuation, change or re becomes legally obligated to pay as dam sumption of that offense after the end of ages because of"personal and advertis- the "coverage term" in which it first be- ing injury"to which this insurance applies. came known by you. We will have the right and duty to defend d, You will be deemed to know that a "per- the insured against any "suit' seeking sonal and advertising injury" offense has those damages. However, we will have been committed at the earliest time when no duty to defend the insured against any an authorized representative": "suit" seeking damages for "personal and y p advertising injury" to which this insurance (1) Reports all, or any part, of the "per- does not apply. We may, at our discre- sonal and advertising injury" to us or tion, investigate any offense and settle any other insurer; any claim or"suit'that may result But: Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 7 of 22 (2) Receives a written or verbal demand (1) That the insured would have in the or claim for damages because of the absence of the contract or agree- "personal and advertising injury'; ment; or (3) First observes, or first observed, the (2) Assumed in a contract or agreement offense that caused the "personal that is an"insured contract", provided and advertising injury"; the "personal and advertising injury" 4 Becomes aware, or become aware, is caused by or arises out of an of-- ( ) fense committed subsequent to the by any means, other than as de- execution of the contract or agree- scribed in (3) above, that the offense ment. When a claim for such "per- had been committed or had begun to sonal and advertising injury" is made, be committed; or we will defend that claim, provided (5) Becomes aware, or become aware, the insured has assumed the obliga- of a condition from which "personal tion to defend such claim in the "in- and advertising injury"is substantially sured contract". Such defense pay- certain to occur. ments will not reduce the limits of in- surance. 2. Exclusions f. Breach of Contract This insurance does not apply to: "Personal and advertising injury" arising a. Knowing Violation of Rights of An- out of a breach of contract, except an im- other plied contract to use another's advertising "Personal and advertising injury" caused idea in your"advertisement". by or at the direction of the insured with g. Quality or Performance of Goods - the knowledge that the act would violate Failure to Conform to Statements the rights of another and would inflict "personal and advertising irXury". "Personal and advertising injury" arising out of the failure of goods, products or b. Material Published With Knowledge of services to conform with any statement of Falsity quality or performance made in your"ad- vertisement". "Personal and advertising injury" arising out of oral or written publication of mate- h. Wrong Description of Prices rial, if done by or at the direction of the in- sured with knowledge of its falsity. "Personal and advertising injury" arising out of the wrong description of the price c. Material Published Prior to Coverage of goods, products or services stated in Term your"advertisement". "Personal and advertising injury" arising i. Infringement of Copyright, Patent, out of oral or written publication of mate- Trademark or Trade Secret rial whose first publication took place be- fore the later of the following: "Personal and advertising injury" arising out of the infringement of copyright, pat- (1) The inception of this Coverage Part; ent,trademark,trade secret or other intel- or lectual property rights_ (2) The "coverage term" in which insur- However,this exclusion does not apply to ance coverage is sought. infringement, in your "advertisement", of d. Criminal Acts copyright, trade dress or slogan. "Personal and advertising injury" arising j• Insureds in Media and Internet Type Businesses out of a criminal act committed by or at the direction of the insured. "Personal and advertising injury" commit- e. Contractual Liability ted by an insured whose business is: "Personal and advertising injury" for (1) Advertising, broadcasting, publishing or telecasting; which the insured is obligated to pay damages by reason of the assumption of (2) Designing or determining content of liability in a contract or agreement. This web-sites for others; or exclusion does not apply to liability for damages: (3) An Internet search, access, content or service provider. Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 8 of 22 However, this exclusion does not apply to n. Pollutant Paragraphs 17. a., b. and c. of"personal and advertising injury" under SECTION V "Personal and advertising injury" arising -DEFINITIONS. out of the actual, alleged or threatened discharge, dispersal, seepage, migration, For the purposes of this exclusion, the release, escape or emission of "pollut- placing of frames, borders or links, or ad- ants"at anytime. vertising, for you or others anywhere on the Internet is not, by itself, considered o. Pollutant-Related the business of advertising, broadcasting, Any loss, cost or expense arising out of publishing or telecasting. any: k. Electronic Chatrooms or Bulletin (1) Request, demand, order or statutory Boards or regulatory requirement that any "Personal and advertising injury" arising insured or others test for, monitor, out of an electronic chatroom or bulletin clean up, remove, contain, treat, de- board any insured hosts, owns, or over toxify or neutralize, or in any way re- which any insured exercises control_ spond to, or assess the effects of, "pollutants'; or I. Unauthorized Use of Another's Name or Product {2) Claim or suit by or on behalf of a governmental authority for damages "Personal and advertising injury" arising because of testing for, monitoring, out of the unauthorized use of another's cleaning up, removing, containing, name or product in your e-mail address, treating, detoxifying or neutralizing, domain name or metatag, or any other or in any way responding to, or as- similar tactics to mislead another's poten- sessing the effects of, "pollutants". tial customers. p. Asbestos m. Employment Related Practices "Personal and advertising injury" arising "Personal and advertising injury"to: out of, attributable to, or any way related (1) A person arising out of any: to asbestos in any form or transmitted in any manner. (a) Refusal to employ that person; q. Additional Insured Prior Knowledge (b) Termination of that person's err- An additional insured added by attach- ployment; or ment of an endorsement to this Coverage (c) Other employment-related prac- Part that is seeking coverage for a claim tices, policies, acts or omissions or "suit", if that additional insured knew, including but not limited to coer per the following paragraph, that a "per- cion, criticism, demotion, evalua- sonal and advertising injury" offense had tion, failure to promote, reas- been committed or had begun to be signment, discipline, defamation, committed, in whole or in part, prior to the harassment, humiliation or dis- "coverage term" in which such offense crimination directed at that per- was committed or began to be committed. son; or An additional insured added by attach- (2) The spouse, child, parent, brother or ment of an endorsement to this Coverage sister of that person as a conse- Part will be deemed to have known that a quence of "personal and advertising "personal and advertising injury" offense injury"to that person at whom any of has been committed or has begun to be the employment-related practices committed at the earliest time when that described in Paragraphs (a), (b) or additional insured, or any one of its own- (c)above is directed_ ers, members, partners, managers, ex- ecutive officers, "employees" assigned to This exclusion applies: manage that additional insured's insur- ance program, or "employees" assigned (1) Whether the insured may be liable as to give or receive notice of an "occur- an employer or in any other capacity; rence", "personal and advertising injury" and offense, claim or"suit"_ (2) To any obligation to share damages (1) Reports all, or any part, of the "per- with or repay someone else who sonal and advertising injury" to us or must pay damages because of the any other insurer; irlury. Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 9 of 22 (2) Receives a written or verbal demand a. We will pay medical expenses as de- or claim for damages because of the scribed below for "bodily injury" caused "personal and advertising injury"; by an accident: (3) First observes, or first observed, the (1) On premises you own or rent; offense that caused the "personal and advertising injury"; (2) On ways next to premises you own or rent; or (4) Becomes aware, or become aware, by any means other than as de- (3) Because of your operations; scribed in (3) above, that the "per- provided that: sonal and advertising injury" offense had been committed or had begun to (1) The accident takes place in the "cov- be committed; or erage territory" and during the policy (5) Becomes aware, or become aware, period; of a condition from which "personal (2) The expenses are incurred and re- and advertising injury" is substantially ported to us within three years of the certain to occur. date of the accident; and r. War (3) The injured person submits to ex- amination, at our expense, by physi- "Personal and advertising injury", how- cians of our choice as often as we ever caused, arising, directly or indirectly, reasonably require. out of: 1 War, including undeclared or civil b. We will make these payments regardless ( ) g of fault. These payments will not exceed war; the applicable limit of insurance. We will (2) Warlike action by a military force, in- pay reasonable expenses for: cluding action in hindering or defend- (1) First aid administered at the time of ing against an actual or expected at- an accident; tack, by any government, sovereign or other authority using military per- (2) Necessary medical, surgical, x-ray sonnel or other agents; or and dental services, including pros- (3) Insurrection, rebellion, revolution, thetic devices; and usurped power, or action taken by (3) Necessary ambulance, hospital, pro- governmental authority in hindering fessional nursing and funeral ser- or defending against any of these. vices_ s. Distribution of Material in Violation of 2. Exclusions Statutes We will not expenses for"bodily i ' ICY I� " Y .D u rY": "Personal and advertising injury" arising directly or indirectly out of any action or a. Any insured omission that violates or is alleged to vio- To any insured, except "volunteer work- late: ers". a. The Telephone Consumer Protection b. Hired Person Act(TCPA), including any amendment of or addition to such law; or To a person hired to do work for or on b. The CAN-SPAM Act of 2003, includ- behalf of any insured or a tenant of any insured. ing any amendment of or addition to such law; or c. Injury on Normally Occupied Premises c. Any statute, ordinance or regulation, To a person injured on that part of prem- other than the TCPA or CAN-SPAM ises you own or rent that the person nor- Act of 2003, that prohibits or limits the mally occupies. sending, transmitting, communicating or distribution of material or informa- d. Workers' Compensation and Similar ti on. Laws COVERAGE C.MEDICAL PAYMENTS To a person, whether or not an "ern- ployee' of any insured, if benefits for the 1. Insuring Agreement "bodily injury'are payable or must be pro- vided under a workers' compensation or disability benefits law or a similar law. Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 10 of 22 e. Athletic Activities a. An individual, you and your spouse are insureds, but only with respect to the con- To any person injured while officiating, duct of a business of which you are the coaching, practicing for, instructing or sole owner. participating in any physical exercises or games, sports, or athletic contests or ex- b. A partnership or joint venture, you are an hibitions of an athletic or sports nature. insured. Your members, your partners, and their spouses are also insureds, but f. Products-Completed Operations Haz- only with respect to the conduct of your and business. Included within the 'products-completed operations hazard". C. A limited liability company, you are an in- sured. Your members are also insureds, g. Coverage A Exclusions but only with respect to the conduct of your business. Your managers are insur- Exduded under COVERAGE A. BODILY eds, but only with respect to their duties INJURY AND PROPERTY DAMAGE LI- as your managers. ABILITY. d. An organization other than a partnership, SUPPLEMENTARY PAYMENTS - COVERAGES joint venture or limited liability company, A AND B you are an insured. Your "executive offi- cers" and directors are insureds, but only We will pay, with respect to any claim we investi- with respect to their duties as your affi- defend:gate or settle, or any "suit" against an insured we cers or directors. Your stockholders are also insureds, but only with respect to I. All expenses we incur. their liability as stockholders. 2. Up to $250 for cost of bail bonds required be- e. A trust, you are an insured. Your trustees cause of accidents or traffic law violations are also insureds, but only with respect to arising out of the use of any vehicle to which their duties as trustees. the Bodily Injury Liability Coverage applies. 2. Each of the following is also an insured: We do not have to furnish these bonds. 3. The cast of bonds to release attachments, but a. Your "volunteer workers" only while per- forming duties related to the conduct of only for bond amounts within the applicable your business, or your"employees", other limit of insurance. We do not have to furnish than either your "executive officers" (if these bonds. you are an organization other than a 4. All reasonable expenses incurred by the in- partnership,joint venture or limited liability sured at our request to assist us in the investi- company) or your managers (if you are a gation or defense of the claim or"suit", includ- limited liability company), but only for acts ing actual loss of earnings up to $250 a day within the scope of their employment by because of time off from work. you or while performing duties related to the conduct of your business. However, 5. All costs taxed against the insured in the none of these "employees" or "volunteer 'suit"- workers"are insureds for: 6. Prejudgment interest awarded against the in- (1) "Bodily injury" or "personal and ad- sured on that part of the judgment we become vertising injury": obligated to pay and which falls within the ap- plicable limit of insurance. If we make an offer (a) To you, to your partners or to pay the applicable limit of insurance,we will members (if you are a partner- not pay any prejudgment interest based on ship or joint venture), to your that period of time after the offer. members (if you are a limited li- ability company), to a oo- 7. All interest on the full amount of any judgment "employee" while in the course that accrues after entry of the judgment and of his or her employment or per- before we have paid, offered to pay, or depos- forming duties related to the ited in court the part of the judgment that is conduct of your business, or to within the applicable limit of insurance. your other "volunteer workers" These payments will not reduce the limits of insur- while performing duties relatedto the conduct of your business; ante. (b) To the spouse, child, parent, SECTION II-WHO IS AN INSURED brother or sister of that co- l. If you are designated in the Declarations as: "employee" or 'volunteer Includes copyrighted material of Insurance GA 101 TX 0910 Services Office, Inc.,with its permission. Page 11 of 22 worker" as a consequence of c. COVERAGE B. PERSONAL AND AD- Paragraph(1)(a)above; VERTISING INJURY LIABILITY does not apply to "personal and advertising injury" (c) For which there is any obligation arising out of an offense committed be- to share damages with or repay fore you acquired or formed the organiza- someone else who must pay tion. damages because of the injury described in Paragraphs (1)(a) No person or organization is an insured with re- or(b)above; or spect to the conduct of any current or past partner- ship, joint venture or limited liability company that (d) Arising out of his or her provid- is not shown as a Named Insured in the Dedara- ing or failing to provide profes- tions. sional health care services. ( SECTION III-LIMITS OF INSURANCE 2) "Property damage"to property: 1. The Limits of Insurance shown in the Declara- (a) Owned, occupied or used by;or tions and the rules below fix the most we will (b) Rented to, in the care, custody pay regardless of the number of: or control of, or over which a. Insureds; physical control is being exer- cised for any purpose by, b. Claims made or"suits" brought; or you, any of your"employees", "volun- c. Persons or organizations making claims teer workers', any partner or member or bringing"suits'. (if you are a partnership or joint ven- ture), or any member (if you are a 2. a. The General Aggregate Limit is the most limited liability company). we will pay for the sum of: b. Any person (other than your "employee" (1) Medical expenses under COVER- or 'volunteer worker"), or any organiza- AGE C.MEDICAL PAYMENTS; tion while acting as your real estate man- (2) Damages under COVERAGE A. ager. BODILY INJURY AND PROPERTY c. Any person or organization having proper DAMAGE LIABILITY, except dam- temporary custody of your property if you ages because of "bodily injury" or die, but only: "property damage" included in the "products-completed operations haz- (1) With respect to liability arising out of and"; and the maintenance or use of that prop- erty;and (3) Damages under COVERAGE B. PERSONAL AND ADVERTISING (2) Until your legal representative has INJURY LIABILITY. been appointed. This General Aggregate Limit will not ap- d. Your legal representative if you die, but ply if either the Location General Aggre- only with respect to duties as such_ That gate Limit of Insurance, Paragraph 2.b., representative will have all your rights or the Construction Project General Ag- and duties under this Coverage Part. gregate Limit of Insurance, Paragraph 3. Any organization you newly acquire or form, 2.c.applies. other than a partnership, joint venture or lim- b. A separate Location General Aggregate ited liability company, and over which you Limit of Insurance, equal to the amount of maintain ownership or majority interest, will the General Aggregate Limit shown in the qualify as a Named Insured if there is no other Declarations, shall apply to each location similar insurance available to that organiza- owned by, or rented or leased to you and tion. However: is the most we will pay for the sum of: a. Insurance under this provision is afforded (1) Damages under COVERAGE A. only until the 90th day after you acquire or BODILY INJURY AND PROPERTY form the organization or the end of the DAMAGE LIABILITY, except dam- policy period,whichever is earlier; ages because of "bodily injury" or b "property damage" included in the . COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY does "products-completed operations haz- and , and �� not apply to "bodily injury' or property damage" that occurred before you ac- (2) Medical expenses under COVER- quired or formed the organization; and AGE C.MEDICAL PAYMENTS, Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 12 of 22 which can be attributed to operations at 5. Subject to 2. or 3. above, whichever applies, only a single location.owned by, or rented the Each Occurrence Limit is the most we will or leased to you. pay for the sum of: c. A separate Construction Project General a. Damages under COVERAGE A. BODILY Aggregate Limit of Insurance, equal to the INJURY AND PROPERTY DAMAGE LI- amount of the General Aggregate Limit ABILITY; and shown in the Declarations, shall apply to each construction project and is the most b. Medical expenses under COVERAGE C. we will pay for the sum of: MEDICAL PAYMENTS; (1) Damages under COVERAGE A. because of all "bodily injury" and "property BODILY INJURY AND PROPERTY damage"arising out of any one"occurrence". DAMAGE LIABILITY, except darn- S, Subject to S.above, the Damage to Premises ages because of "bodily injury" or Rented to You Limit is the most we will pay "property damage" included in the under COVERAGE A. BODILY INJURY AND "products-completed operations haz- PROPERTY DAMAGE LIABILITY for dam- ard"; and ages because of "property damage" to any (2) Medical expenses under COVER- one premises, while rented to you, or in the AGE C. MEDICAL PAYMENTS; case of damage by fire or explosion, while rented to you or temporarily occupied by you which can be attributed only to ongoing with permission of the owner. operations and only at a single construc- tion project_ 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under COVER- d. Only for the purpose of determining which AGE C. MEDICAL PAYMENTS for all medical General Aggregate Limit of Insurance, expenses because of"bodily injury" sustained 2.a.,2.b.,or 2.c., applies: by any one person_ (1) Location means premises involving The Limits of Insurance of this Coverage Part ap- the same or connecting lots, or prem.- ply separately to each"coverage term". ises, whose connection is interrupted only by a street, roadway, waterway SECTION IV-COMMERCIAL GENERAL LIABIL- or right-of-way of a railroad. ITY CONDITIONS (2) Construction project means a loca- 1. Bankruptcy tion you do not own, rent or lease Bankruptcy or insolvency of the insured or of where ongoing improvements, altera- the insured's estate will not relieve us of our tions, installation, demolition or main- obligations under this Coverage Part. tenance work is performed by you or on your behalf. All connected ongo- 2. Duties in the Event of Occurrence, Offense, ing improvements, alterations, instal- Claim or Suit lation, demolition or maintenance work performed by you or on your a. You must see to it that we are notified as behalf at the same location for the soon as practicable of an "occurrence" or same persons or organizations, no a "personal and advertising injury" of- matter how often or under how many fense which may result in a claim.To the different contracts, will be deemed to extent possible, notice should include.- be a single construction project. (1) How, when and where the "occur- 3. The Products-Completed Operations Aggre- rence"or offense took place; gate Limit is the most we will pay under COV- (2) The names and addresses of any in- ERAGE A. BODILY INJURY AND PROP- jured persons and witnesses; and ERTY DAMAGE LIABILITY for damages be- cause of"bodily injury"and"property damage" (3) The nature and location of any injury included in the "products-completed opera- or damage arising out of the "occur- tions hazard". rence"or offense. 4. Subject to 2.a. above, the Personal and Ad- b. If a claim is made or "suit" is brought vertising Injury Limit is the most we will pay against any insured, you must: under COVERAGE B. PERSONAL AND AD- VERTISING INJURY LIABILITY for the sum (1) Immediately record the specifics of of all damages because of all "personal and the claim or "suit' and the date re- advertising injury" sustained by any one per- ceived;and son or organization. (2) Notify us as soon as practicable. Includes copyrighted material of Insurance GA 101 TX 0910 Services Office, Inc.,with its permission. Page 13 of 22 You must see to it that we receive written b. The date this Coverage Part became of notice of the claim or "suit" as soon as fective-, and practicable. will be considered as included until the end of c. You and any other involved insured must: the current policy period.We will make no ad- ditional premium charge for this additional (1) Immediately send us copies of any coverage during the interim. demands, notices, summonses or le- gal papers received in connection 5. Other Insurance with the claim or"suit"; If other valid and collectible insurance is avail- (2) Authorize us to obtain records and able to the insured for a loss we cover under other information; COVERAGE A. BODILY INJURY AND (3) Cooperate with us in the investiga- PROPERTY DAMAGE LIABILITY or COV- tion or settlement of the claim or de- ERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY of this Coverage Part, our fense against the"suit"; and obligations are limited as follows: (4) Assist us, upon our request, in the a. Primary Insurance enforcement of any right against any person or organization which may be This insurance is primary except when b. liable to the insured because of injury below applies. If this insurance is primary, or damage to which this insurance our obligations are not affected unless may also apply. any of the other insurance is also primary. Then, we will share with all that other in- d. No insured will, except at that insured's surance by the method described in c. own cost, voluntarily make a payment, below. assume any obligation, or incur any ex- pense, other than for first aid, without our b. Excess Insurance consent. This insurance is excess over: 3. Legal Action Against Us (1) Any of the other insurance, whether No person or organization has a right under primary, excess, contingent or on this Coverage Part: any other basis: a. To join us as a party or otherwise bring us (a) That is Fire, Extended Cover- into a "suit" asking for damages from an age, Builder's Risk, Installation insured; or Risk or similar insurance for b. To sue us on this Coverage Part unless 'dour work"; all of its terms have been fully complied (b) That is Fire or Explosion insur- with. ante for premises rented to you or temporarily occupied by you A person or organization may sue us to re- with permission of the owner; cover on an agreed settlement or on a final judgment against an insured; but we will not (c) That is insurance purchased by be liable for damages that are not payable un- you to cover your liability as a der the terms of this Coverage Part or that are tenant for "property damage" to in excess of the applicable limit of insurance. premises rented to you or tem- An agreed settlement means a settlement and porarily occupied by you with release of liability signed by us, the insured permission of the owner; or and the claimant or the daimant's legal repre- sentative. (d) If the loss arises out of the main- tenance or use of aircraft, 4. Liberalization "autos" or watercraft to the ex- tent not subject to SECTION I - If,within 60 days prior to the beginning of this COVERAGES, COVERAGE A. Coverage Part or during the policy period, we BODILY INJURY AND PROP- make any changes to any fours or endorse- ERTY DAMAGE LIABILITY, 2. ments of this Coverage Part for which there is Exclusions, g. Aircraft, Auto currently no separate premium charge, and or Watercraft. that change provides more coverage than this Coverage Part, the change will automatically (2) Any other primary insurance avail- apply to this Coverage Part as of the latter of able to the insured covering liability a. The date we implemented the change in for damages arising out of the prem- ises or operations, or the products y and completed operations, for which Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 14 of 22 the insured has been added as an to the total applicable limits of insurance additional insured by attachment of of all insurers. an endorsement. 6. Premium Audit (3) Any other insurance: a. We will compute all premiums for this (a) Whether primary, excess, con- Coverage Part in accordance with our tingent or on any other basis, rules and rates. except when such insurance is written specifically to be excess b. Premium shown in this Coverage Part as over this insurance;and advance premium is a deposit premium only. At the dose of each audit period we (b) That is a consolidated (wrap-up) will compute the earned premium for that insurance program which has period and send notice to the first Named been provided by the prime con- Insured.The due date for audit and retro- tractor/project manager or owner spective premiums is the date shown as of the consolidated project in the due date on the bill. If: which you are involved. (1) The earned premium is less than the When this insurance is excess, we will deposit premium, we will return the have no duty under COVERAGE A. excess to the first Named Insured; or BODILY INJURY AND PROPERTY DAMAGE LIABILITY or COVERAGE B. (2) The earned premium is greater than PERSONAL AND ADVERTISING IN- the deposit premium, the difference JURY LIABILITY to defend the insured will be due and payable to us by the against any"suit" if any other insurer has first Named Insured upon notice from a duty to defend the insured against that us. "suit". If no other insurer defends, we will c. The first Named Insured must keep re- undertake to do so, but we will be entitled cords of the information we need for Pre- to the insured's rights against all those mium computation, and send us copies at other insurers. such times as we may request. When this insurance is excess over other 7. Representations insurance, we will pay only our share of the amount of the loss, if any, that ex- By accepting this Coverage Part, you agree: ceeds the sum of: a. The statements in the Declarations are (1) The total amount that all such other accurate and complete; insurance would pay for the loss in the absence of this insurance; and b. Those statements are based upon repre- sentations you made to us; and (2) The total of all deductible and self- insured amounts under all that other c. We have issued this Coverage Part in re- insurance. liance upon your representations. We will share the remaining loss, if any, 8. Separation of Insureds with any other insurance that is not de- Except with respect scribed in this Excess Insurance provision p pect to the Limits of Insurance, and any rights or duties specifically assigned and was not bought specifically to apply in this Coverage Part to the first Named In- in excess of the Limits of Insurance sured, this insurance applies: shown in the Declarations of this Cover- age Part. a. As if each Named Insured were the only C. Method of Sharing Named Insured;and If all of the other insurance permits con- b• Separately to each insured against whom claim is made or suit is brought. tribution by equal shares, we will follow this method also. Under this approach 9. Transfer of Rights of Recovery Against each insurer contributes equal amounts Others to Us until it has paid its applicable limit of insurance or none of the loss remains, if the insured has rights to recover all or part whichever comes first. of any payment we have made under this Coverage Part, those rights are transferred to If any of the other insurance does not us. The insured must do nothing after loss to permit contribution by equal shares, we impair them. At our request, the insured will will contribute by limits. Under this bring "suit" or transfer those rights to us and method, each insurer's share is based on help us enforce them. the ratio of its applicable limit of insurance Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 15 of 22 10. Two or More Coverage Forms or Policies publicly traded organization, your Issued by Us stockholders are also "authorized If this Coverage Part and any other Coverage representatives". Form or Coverage Part forming a part of this (5) A trust, your trustees are "authorized policy apply to the same"occurrence" or"per- representatives". sonal and advertising injury" offense, the ag- gregate maximum Limit of Insurance under all b. Your"employees": the Coverage Forms or Coverage Parts shall (1) Assigned to manage your insurance not exceed the highest applicable Limit of In- program; or surance under any one Coverage Form or Coverage Part_ This condition does not apply (2) Responsible for giving or receiving to any Coverage Form or Coverage Part is- notice of an "occurrence', "personal sued by us specifically to apply as excess in- and advertising injury" offense, claim surance over this Coverage Part. or'suit"; 11. When We Do Not Renew are also"authorized representatives". If we decide not to renew this Coverage Part, 3. 'Auto" means: we will mail or deliver to the first Named In- sured shown in the Declarations written notice a. A land motor vehicle, trailer or semitrailer of the nonrenewal not less than 30 days be- designed for travel on public roads, in- fore the expiration date. cluding any attached machinery or equipment; or If notice is mailed, proof of mailing will be suf- ficient proof of notice. b. Any other land vehicle that is subject to a compulsory or financial responsibility law SECTION V-DEFINITIONS or other motor vehicle insurance law in 1. "Advertisement" means a notice that is broad- the state where it is licensed or principally garaged. cast, telecast or published to the general pub- lic or specific market segments about your However, "auto" does not include "mobile goods, products or services for the purpose of equipment". attracting customers or supporters_ "Adver- tisement" includes a publicity article. For pur- 4. 'Bodily injury" means bodily injury,sickness or poses of this definition: disease sustained by a person, including death resulting from any of these at any time. a. Notices that are published include mate- rial placed on the Internet or on similar 5. "Coverage term" means the following individ- electronic means of communication; and ual increment, or if a multi-year policy period, increments, of time, which comprise the policy b. Regarding web-sites, only that part of a period of this Coverage Part: web-site that is about your goods, prod- ucts or services for the purposes of at- a. The year commencing on the Effective tracting customers or supporters is con- Date of this Coverage Part at 12:01 AM sidered an"advertisement". standard time at your mailing address shown in the Declarations, and if a multH 2. 'Authorized representative" means: year policy period, each consecutive an- nual period thereafter, or portion thereof if any period is for a period of less than 12 as: months, constitute individual "coverage (1) An individual, you and your spouse terms". The last "coverage term" ends at are"authorized representatives". 12:00 AM standard time at your mailing address shown in the Declarations on the (2) A partnership or joint venture, your earlier of members, your partners, and their spouses are "authorized represents- (1) The day the policy period shown in tives". the Declarations ends; or (3) A limited liability company, your (2) The day the policy to which this Cov- members and your managers are erage Part is attached is terminated "authorized representatives". or cancelled. (4) An organization other than a partner- b. However, if after the issuance of this Cov- ship, joint venture or limited liability erage Part, any "coverage term" is ex- company, your "executive officers" tended for an additional period of less and directors are "authorized repre- than 12 months, that additional period of sentatives". Provided you are not a Includes copyrighted material of Insurance TEA iOTTX-W 0 Services Office, inc.,witf-i-its permission. Page 16 of22 time will be deemed to be part of the last b. You have failed to fulfill the terms of a preceding"coverage term". contract or agreement; 6. "Coverage territory" means: if such property can be restored to use by: a. The United States of America (including a. The repair, replacement, adjustment or its territories and possessions), Puerto removal of"your product" or"your work"; Rico and Canada; or b. International waters or airspace, but only b. Your fulfilling the terms of the contract or if the injury or damage occurs in the agreement. course of travel or transportation between any places included in a.above; or 12. "insured contract" means: c. All other parts of the world if the injury or a. A contract for a lease of premises. How- damage arises out of ever, that portion of the contract for a lease of premises that indemnifies any (1) Goods or products made or sold by person or organization for"property dam- you in the territory described in a. age" by fire or explosion to premises above; while rented to you or temporarily occu- (2) The activities of a person whose pied by you with permission of the owner is not an"insured contract , home is in the territory described in a.above, but is away for a short time b. A sidetrack agreement; on your business; or c. Any easement or license agreement, ex- (3) "Personal and advertising injury" of- kept in connection with construction or fenses that take place through the demolition operations on or within 50 feet Internet or similar electronic means of a railroad; of communication, d. An obligation, as required by ordinance, provided the insured's responsibility to to indemnify a municipality, except in con- pay damages is determined in a "suit' on nection with work for a municipality; the merits, in the territory described in a. e. An elevator maintenance agreement; above or in a settlement to which we g agree. f. That part of any other contract or agree- 7. "Electronic data" means information, facts or ment pertaining to your business (includ- programs stored as or on, created or used on, ing an indemnification of a municipality in or transmitted to or from computer software, connection with work performed for a including systems and applications software, municipality) under which you assume the hard or floppy disks, CD-ROMs, tapes, drives, tort liability of another party to pay for cells, data processing devices or any other "bodily injury", "property damage"or"per- media which are used with electronically con- sonal and advertising injury" to a third trolled equipment. person or organization. Tort liability means a liability that would be imposed 8. "Employee' includes a "leased worker". "Em- by law in the absence of any contract or ployed' does not include a "temporary agreement. worker". Paragraph f.does not include that part of 9. "Executive officer" means a person holding any contract or agreement: any of the officer positions created by your charter, constitution, by-laws or any other (1) That indemnifies a railroad for"bodily similar governing document. injury", "property damage" or "per- sonal and advertising injury" arising 10. "Hostile fire" means one which becomes un- out of construction or demolition op- controllable or breaks out from where it was erations, within 50 feet of any rail- intended to be. road property and affecting any rail- 11. "Impaired property' means tangible property, road bridge or trestle, tracks, road- other than "your product" or"your work", that beds, tunnel, underpass or crossing; cannot be used or is less useful because: (2) That indemnifies an architect, engi- a. It incorporates "your product" or "your neer or surveyor for injury or damage arising out of: work" that is known or thought to be de- fective, deficient, inadequate or danger- (a) Preparing, approving, or failing ous; or to prepare or approve, maps, shop drawings, opinions, re- ports, surveys, field orders, Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 17 of 22 change orders or drawings and der Internet services, including those specifications; or listed in Paragraph (6), above. (b) Giving directions or instructions, 13. "Leased worker" means a person leased to or failing to give them, if that is you by a labor leasing firm under an agree- the primary cause of the injury or ment between you and the labor leasing firm, damage; to perform duties related to the conduct of 3 Under which the insured, if an archi- your business. "Leased worker" includes su- O pervisors furnished to you by the labor leasing tect, engineer or surveyor, assumes firm. "Leased worker" does not include a liability for an injury or damage aris- "temporary worker". ing out of the insured's rendering or failure to render professional ser- 14. "Loading or unloading" means the handling of vices, including those listed in Para- property: graph (2) above and supervisory, in- spection, architectural or engineering a. After it is moved from the place where it is activities; accepted for movement into or onto an aircraft, watercraft or"auto' (4) That indemnifies an advertising, pub- lic relations or media consulting firm b. While it is in or on an aircraft, watercraft for "personal and advertising injury" or"auto";or arising out of the planning, execution c. While it is being moved from an aircraft, or failure to execute marketing com- watercraft or "auto" to the place where it munications programs. Marketing is finally delivered; communications programs include but are not limited to comprehensive but"loading or unloading"does not include the marketing campaigns; consumer, movement of property by means of a me- trade and corporate advertising for all chanical device, other than a hand truck, that media; media planning, buying, is not attached to the aircraft, watercraft or monitoring and analysis; direct mail; "auto". promotion; sales materials; design; presentations; point-of-sale materi- 15. "Mobile equipment' means any of the follow- als; market research; public relations ing types of land vehicles, including any at- and new product development; tached machinery or equipment: (5) Under which the insured, if an adver- a. Bulldozers, farm machinery, forklifts and tising, public relations or media con- other vehicles designed for use principally suiting firm, assumes liability for"per- off public roads; sonal and advertising injury" arising b. Vehicles maintained for use solely on or out of the insured's rendering or fail- next to premises you own or rent; ure to render professional services, including those services listed in c. Vehicles that travel on crawler treads; Paragraph(4), above; d. Vehicles, whether self-propelled or not, (6) That indemnifies a web-site designer maintained primarily to provide mobilityto or content provider, or Internet permanently mounted: search, access, content or service provider for injury or damage arising (1) Power cranes, shovels, loaders, dig- out of the planning, execution or fail- gers or drills; or ure to execute Internet services. (2) Road construction or resurfacing Internet services include but are not equipment such as graders, scrapers limited to design, production,distribu- or rollers; tion, maintenance and administration of web-sites and web-banners; host- e. Vehicles not described in a., b., c. or d. ing web-sites; registering domain above that are not self-propelled and are names; registering with search en- maintained primarily to provide mobility to gines; marketing analysis; and pro- permanently attached equipment of the viding access to the Internet or other following types: similar networks; or (1) Air compressors, pumps and genera- (7) Under which the insured, if a web- tors, including spraying, welding, site designer or content provider, or building cleaning, geophysical explo- Internet search, access, content or ration, lighting and well servicing service provider, assumes liability for equipment; or injury or damage arising out of the insured's rendering or failure to ren- Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 18 of 22 (2) Cherry pickers and similar devices f. The use of anther's advertising idea in used to raise or lower workers; your"advertisement",-or f. Vehicles not described in a., b., c. or d. g. Infringing upon another's copyright, trade above maintained primarily for purposes dress or slogan in your"advertisement". other than the transportation of persons or cargo. 18. "Pollutant"means any solid, liquid,gaseous or thermal irritant or contaminant, including However, self-propelled vehicles with the smoke, vapor, soot, fumes, acids, alkalis, following types of permanently attached chemicals, petroleum, petroleum products and equipment are not"mobile equipment"but petroleum by-products, and waste. Waste in- will be considered"autos": cludes materials to be recycled, reconditioned (1) Equipment designed primarily for: or reclaimed. (a) Snow removal; 19, "Products completed operations hazard": a. Includes all "bodily injury" and "property (b) Road maintenance, but not con- damage" occurring away from premises struction or resurfacing; or you own or rent and arising out of"your (c) Street cleaning; product"or"your work" except: (2) Cherry pickers and similar devices (1) Products that are still in your physical mounted on automobile or truck possession;or chassis and used to raise or lower (2) Work that has not yet been com- workers; and pleted or abandoned. However,"your (3) Air compressors, pumps and genera- work" will be deemed completed at tors, including spraying, welding, the earliest of the following times: building cleaning, geophysical explo- ration, lighting and, well servicing (a) When all of the work called for in your contract has been oom- equipment. pleted; or However, "mobile equipment" does not in- (b) When all of the work to be done ciude any land vehicles that are subject to a at the job site has been com- compulsory or financial responsibility law or pleted if your contract calls for other motor vehicle insurance law in the state where it is licensed or principally garaged. work at more than one job site; or Land vehicles subject to a compulsory or fi- nancial responsibility law or other motor vehi- (c) When that part of the work done cle insurance law are considered"autos'. at a job site has been put to its 16. "Occurrence" means an accident, including intended use by any person ororganization other than another continuous or repeated exposure to substan- contractor or subcontractor Bally the same general harmful conditions. working on the same project. 17. "Personal and advertising injury"means iriury, including consequential "bodily injury", arising Work that may need service, mainte- nance, correction, repair or replace- out of one or more of the following offenses: ment, but which is otherwise com- a. False arrest, detention or imprisonment; plete, will be treated as completed. b. Malicious prosecution; b. Does not include "bodily injury" or "prop- erty damage"arising out of: c. The wrongful eviction from,wrongful entry into, or invasion of the right of private oc- (1) The transportation of property, un- cupancy of a room, dwelling or premises less the injury or damage arises out that a person occupies, committed by or of a condition in or on a vehicle not on behalf of its owner, landlord or lessor; owned or operated by you, and that condition was created by the"loading d. Oral or written publication, in any manner, or unloading" of that vehicle by any of material that slanders or libels a person insured; or organization or disparages a person's or organization's goods, products or ser- (2) The ekstenoe of tools, uninstalled vices; equipment or abandoned or unused materials; or e. Oral or written publication, in any manner, of material that violates a person's right of (3) Products or operations for which the privacy; classification, listed in the Declara- tions or in a schedule, states that Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc_,with its permission. Page 19 of 22 products-completed operations are 25. "Your product": included. a. Means: 20. "Property damage"means: (1) Any goads or products, other than a. Physical injury to tangible property, in- real property, manufactured, sold, cluding all resulting loss of use of that handled, distributed or disposed of property. All such loss of use shall be by: deemed to occur at the time of the physi- cal injury that caused it;or (a) You; b. Loss of use of tangible property that is not (b) Others trading under your name; physically injured_ Al[ such loss of use or shall be deemed to occur at the time of (c) A person or organization whose the"occurrence"that caused it. business or assets you have ac- For the purposes of this insurance, "electronic quiredI and data"is not tangible property. (2) Containers (other than vehicles), ma- 21. "Suit" means a civil proceeding in which teria[s, parts or equipment furnished money damages because of "bodily injury", in connection with such goods or "property damage" or "personal and advertis- products. ing injury" to which this insurance applies are b. Includes: alleged. "Suit" includes: proceeding in which such (1) Warranties or representations made a. An arbitration p g at any time with respect to the fit- damages are claimed and to which the ness, quality, durability, performance insured must submit or does submit with or use of"your product"; and our consent; b. An other alternative dispute resolution (2) The providing of or failure to provide Y p warnings or instructions. proceeding in which such damages are claimed and to which the insured submits c. Does not include vending machines or with our consent; or other property rented to or located for the c. An appeal of a civil proceeding. use of others but not sold. 22. 'Temporary worker" means a person who is 26. "Your work": furnished to you to substitute for a permanent a. Means: "employee" on leave or to meet seasonal or short-term workload conditions. {1) Work or operations performed by you or on your behalf; and 23. "Volunteer worker" means a person who is not your "employee", and who donates his or her (2) Materials, parts or equipment fur- work and acts at the direction of and within the nished in connection with such work scope of duties determined by you, and is not or operations. paid a fee, salary or other compensation by b. Includes: you or anyone else for their work performed for you. (1) Warranties or representations made 24. "Work lace" means that lace and during at any time with respect to the fEt- p p g ness, quality, durability, performance such hours to which the"employee"sustaining or use of"your work'; and "bodily injury" was assigned by you, or any other person or entity aging on your behalf, to (2) The providing of or failure to provide work on the date of"occurrence". warnings or instructions. Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 20 of 22 NUCLEAR ENERGY LIABILITY EXCLUSION (Broad Form) 1. The insurance does not apply: an insured of services, materials, A. Under any Liability Coverage, to "bodily parts or equipment in connection with injury" or"property damage": the planning, construction, mainte- nance, operation or use of any "nu- (1) With respect to which an insured un- clear facility", but if such facility is co- der this Coverage Part is also an in- cated within the United States of sured under a nuclear energy liability America, its territories or posses- policy issued by Nuclear Energy Li- sions or Canada, this Exclusion (3) ability Insurance Association, Mutual applies only to "property damage"to Atomic Energy Liability Underwriters, such "nuclear facility' and any prop- Nuclear Insurance Association of erty thereat. Canada, or any of their successors, 2. As used in this exclusion: or would be an insured under any such policy but for its termination "Hazardous properties" includes radioactive, upon exhaustion of its limit of liability; toxic or explosive properties. or "Nuclear material" means "source material", (2) Resulting from the "hazardous prop- "special nuclear material"or"by-product mate- erties" of"nuclear material" and with rial". respect to which (a) any person or organization is required to maintain "Source material", "special nuclear material", financial protection pursuant to the and "by-product material" have the meanings Atomic Energy Act of 1954, or any given them in the Atomic Energy Act of 1954 law amendatory thereof, or (b) the or in any law amendatory thereof_ insured is, or had this Coverage Part "Spent fuel" means any fuel element or fuel not been issued would be, entitled to component, solid or liquid, which has been indemnity from the United States of used or exposed to radiation in a "nuclear re- America, or any agency thereof, un- actor"_ der any agreement entered into by the United States of America, or any "Waste" means any waste material (a) oon- agency thereof, with any person or taining "by-product material" other than the organization. tailings or wastes produced by the extraction or concentration of uranium or thorium from B. Under any Medical Payments coverage, any ore processed primarily for its "source to expenses incurred with respect to material" content, and (b) resulting from the "bodily injury" resulting from the "hazard- operation by any person or organization of any ous properties" of "nuclear material" and "nuclear facility" included under the first two arising out of the operation of a "nuclear paragraphs of the definition of "nuclear facil- facility' by any person or organization_ ity. C. Under any Liability Coverage, to "bodily "Nuclear facility"means.- injury" or "property damage" resulting from the "hazardous properties" of "nu- A. Any"nuclear reactor"; clear material", it: B. Any equipment or device designed or (1) The "nuclear material" (a) is at any used for (1) separating the isotopes of "nuclear facility" owned by, or oper- uranium or plutonium, (2) processing or ated by or on behalf of, an insured, utilizing "spent fuel", or(3) handling, proc- or (b) has been discharged or dis- essing or packaging"waste"; persed therefrom; C. Any equipment or device used for the (2) The"nuclear material"is contained in processing, fabricating or alloying of"spe- "spent fuel" or "waste" at any time cial nuclear material"if at any time the to- possessed, handled, used, proc- tal amount of such material in the custody esued, stored, transported or dis- of the insured at the premises where such posed of, by or on behalf of an in- equipment or device is located consists of sured-, or or contains more than 25 grams of pluto- (3) The "bodily injury" or "property dam nium or uranium 233 or any combination age" arises out of the furnishing by thereof, or more than 250 grams of ura- nium 235; Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 21 of 22 D. Any structure, basin, excavation, prem- "Nuclear reactor' means any apparatus de- ises or place prepared or used for the signed or used to sustain nudear fission in a storage or disposal of"waste'; self-supporting chain reaction or to contain a critical mass of fissionable material. and includes the site on which any of the fore- going is located, all operations conducted on "Property damage" includes all forms of radio- such site and all premises used for such op- active contamination of property. erations. Includes copyrighted material of Insurance GA 101 TX 09 10 Services Office, Inc.,with its permission. Page 22 of 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number:EBA0103371 Named Insured: McMahon Contracting,L.P. Countersigned by.- (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II - LIABILITY COVERAGE, A. Cover- age, I. Who is an Insured is amended to include as an insured any person or organization with which you have agreed in a valid written contract to provide insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury"or"property damage". AA 4171 11 05 This page has been left blank intentionally. THIS ENDORSF[WENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION m AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: E13AO103371 Named Insured: McMahon Conlraoting,L.P. Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Blanket Waiver of Subrogation of payments we make for "bodily injury" or " SECTION !V - BUSINESS AUTO COND!- property damage" arising out of the operation TIONS, A. Loss Conditions, 5. Transfer of of a covered "auto" when you have assumed liability for such "bodily injury" or "property Rights of Recovery Against Others to Us is damage" under an "insured contract", pro- amended by the addition of the following: vided the "bodily injury" or "property damage" We waive any right of recovery we may have occurs subsequent to the execution of the "in- against any person or organization because sured contract". AA 4172 09 09 This page has been left blank intentionally. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: EBA0103371 Named Insured: McMahon Contracting,L.P. Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Noncontributory Insurance SECTION IV - BUSINESS AUTO CONDI-TIONS, B. General Conditions, S. Other In- surance is replaced by the following: c. regardless of the provisions of Para- graph a. above,this Coverage Form's Li- ability Coverage is primary and we will not seek contribution from any other in- surance for any liability assumed under an "insured contract" that requires liability to be assumed on a primary noncon- tributory basis. AA 4174 1105 This page has been left blank intentionally. Texasmutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whore the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS 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: This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The fallowing"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on at 12:01 a.m.standard time,forms a part of: Policy no. 0001228995 of effective on Issued to:McMahon Contracting,L.P. I�Ax Authorized representative PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com 1 (800)859-5995 1 Fax(800)359-0650 WC 42 03 04 B This page has been left blank intentionally. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WOWl'II STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,20]6 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.............................................................................................. ....-1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction................................................................... ..........I.................1.......8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ 11 Article 4--Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions .............................................. ................12 ............................ 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article 5 —Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6---Contractor's Responsibilities........................................................................................................ 19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment.... ........................................................... ....20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .................................................. ........... ......28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification.................................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6,21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit.....................................................-......................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities.......................... 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 Article 10-Changes in the Work; Claims; Extra Work.............................................. 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work............................•............................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work------------------------------------------------------------ .------............•.....................----........44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time...................................................................................•--......................47 12.03 Delays..........................................................................................................................................47 Article 13 Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments ......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization----------------------------------------------------------------------------------------------------• --.55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims ...................................................................... ---.57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 Article17--Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times ................................................................................................................62 17.03 Cumulative Remedies..................................................... 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febneary2,201G 007200-1 GENERAL CONDITIONS Page I of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award Authorization by the City Council for the City to enter into an Agreement. b. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 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 SPECIFICATION DOCUMENTS Revision:Febnkuy2,2016 007200-1 GENERAL CONUTlONS 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- 1 S. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,20I 6 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day--A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 72 00-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major.Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or$25,000 whichever is less. 45. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnimyZ 2016 00 72 00-I GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals--A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revision:Fehntaiy2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work--The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. .Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revision:Febmacy2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style- Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febma y2,2016 007200-1 GENERAL.CONDITIONS Page 9 oP63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORM'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febnkuy2,2016 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 tape precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof j 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 WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnu uy2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive finial payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaazy2,2016 007200-1 GENERAL CONDITIONS Page]2 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 Imown 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 _ 00 72 00-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4. If Contractor encounters a lead service line or if Contractor or anyone for whom Contractor is responsible encounters a lead service line, Contractor shall immediately notify City (and pmmptly thereafter confirm such notice in writing). City mgy direct Contractor to remove and replace the lead service line in accordance with the Technical Specifications. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-I GENERAL CONDITIONS Page 15 of 63 Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants, or subcontractors With respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIFNTS Revision:Febmary2,2016 00 72 00-I GENERAL CONDITIONS Page]6 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2, other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the ,Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. clothing 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. C=OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuay2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 ARTICLE 5--BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bmikrupt 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory2,201 b 007200-1 GENERAL CONDITIONS Page 18 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property& Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkay2,2016 00 72 00-1 GENERAL CONDITIONS Page 19 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniwy2,2016 007200-1 GENERAL CONDITIONS Page 20 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. 7f any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATJON DOCUMENTS Revision:Febnuwy2,2016 007200-1 GENERAL CONDITIONS Page 21 o£63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and 'incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CPPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 007200-1 GENERAL CONDITIONS Page 22 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 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: if in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwry2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Rbaimy2,2016 _ 00 72 00--1 GENERAL CONDITIONS Page 24 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to famish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febausy2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:1`ebn=y2,2016 _ 00 72 00-I GENERAL CONDITIONS Page 26 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 Lavers and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty 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:FeUmary2,20I6 007200-1 GENERAL CONDITIONS Page 27 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith 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 parry in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license Fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmazy2,20t6 007200-1 GENERAL CONDITIONS Page 28 of 63 the incorporation in the Work of any invention, design,process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and Iicenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and.Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febajay 2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax 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. httv://www.window.state.tx.us/taxinfo/taxforms/93-fonns.htmi 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1, Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmwy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 30 of63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 621, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work. During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning. 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall Cn'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnwy2,2016 007200--I GENERAL CONDITIONS Page 31 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to, 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 _ 007200-1 GENERAL CONDITIONS Page 32 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.IS.C_ 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. Cr1 Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 33 of63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnkuy 2,2016 00 72 00-1 GENERAL CONDITfONS Page 34 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitces under this Contract. THIS INDEMNIUCATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE ANDBE EFFECTIVE EVEN IF IT IS ALLLUD OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING RE CAUSED IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-I GENERAL CONDITIONS Page 35 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART.- BY ANY ACT OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and fizrther, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmkwy2,20I6 007200-I GENERAL CONDITIONS Page 36 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended. Contractor shall comply with the requirements of the Act and the Regulations as fiirther defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 37 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 Fay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-I GENERAL CONDITIONS Page 38 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14, ARTICLE 9--CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Mitch Aiton, P.E., or his/her successor pursuant to written notification from the Director of Transportation and Public Works Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CfrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 39 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations 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 OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS Revision:Febmwy 2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A_ Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty2,2016 00 72 00-I GENERAL CONDITIONS Page 41 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy 2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cast of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, 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 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnury2,20I6 007200-1 GENERAL CONDITIONS Page 43 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febnny 2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 b. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I I.A.I or specifically covered by Paragraph I L01.AA, 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 Tee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTJON SPECIFICATION DOCUMENT'S Revision:Febnwy2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete 'installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1, if the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revision:Febn=y2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity- D. If the total Contract quantity multiplied by the unit price bid for an 'individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity- CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnny2,2016 007200-1 CFNFRAL CONDITIONS Page 47 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2, if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.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(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11A1.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 Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe'oniary 2,20[6 007200-1 GENERAL CONDITIONS Page 50 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 DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 51 of 03 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSfRUCIJON SPECIFICATION DOCUMENTS Revision:Febniaty 2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to ran from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10,06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance ofDefective 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 C1fY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnmiy2,2016 oa72oo-i GENERAL CONDITIONS Page 53 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY"OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y 2,2016 007200-I GENERAL CONDITIONS Page 54 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniy2,2016 00 72 00-1 GENERAL CONDITIONS Page 55 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retannage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC 1MLNTS Revision:Felnuxy2,2016 007200-1 GENERAL CONDITIONS Page 56 of63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: t. 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,4cceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwaiy 2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 72 00-1 GENERAL CONDITIONS Page 59 of 63 15.02 City May 'Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause; 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, 'or otherwise financially unable to carry on the Work satisfactorily; or 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. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not continence 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 CONSTRUC110N SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability- E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 00 72 00_1 GENERAL CONDITIONS Page 61 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 totter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fd uary2,2016 007200-I GENERAL CONDITIONS Page 62 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10-06.C.3 or 10.06-D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntmy2,2016 007200-i GENERAL CONDITIONS Page 63 o163 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative.Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,20[6 00 72 00-1 GENERAL CONDITIONS Page 64 of63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnivy2,2016 THIS PAGE INTENTIONALY LEFT B!AR11C 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions I 1 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the Iines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired,if any as of 36 February 7,2019: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 48 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted, and/or relocated 3 as of February 7,2019 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None ............... ---------------------------------- ---------- ---.....................--------..............................---------------......------------.........................---------------------------------------------------------------------------- 5 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 A Geotechnical Engineering Report, Report No. 14-0261,dated November 13,2014,prepared by 12 Gorrondona&Associates,Inc. a sub-consultant of MULTATECH Engineering,Inc.,a consultant of the 13 City,providing additional information on sub-surface soils conditions 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 None 18 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 None 23 24 SC-5.03A.,"Certificates of Insurance" 25 26 The entities listed below are"additional insureds as their interest may appear" including their respective 27 officers,directors,agents and employees. 28 29 (1) City 30 (2) Consultant: None 31 (3) Other: None 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B. Commercial General.Liability,under Paragraph GC-5.0413. 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 aggregatelimit 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. IO 1 I 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., L°Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance 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-owned. 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 Injury per person 25 $500,000 Bodily Injury per accidem. 26 $100,000 Property Damage 27 28 5G5.04D.,"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 owned and operated by Union Pacific Railroad 32 Company 33 34 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 35 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 36 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 37 Entry Agreement"with the particular railroad company or companies involved, and to this end the 38 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 39 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 40 to the Contractor's use of private and/or construction access roads crossing said railroad company's 41 properties. 42 43 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 44 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 45 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 46 occupy,or touch railroad property: 47 48 (1) General Aggregate: $10,000,00 49 50 (2) Each Occurrence: $5,000,000 51 52 X Required for this Contract Not required for this Contract 53 54 With respect to the above outlined insurance requirements,the following shall govern: 55 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,20 i6 City Project No.02288 00 73 00-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 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. 1f,in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a l I railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 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:2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 38 chttps://projectpoint.buzzsmv.com/client/fortworthgov/Resources/O2-Construction 39 Documents/Specifications/Div 00-General Conditions/CFW Horizontal Wage Rate Table.pdf> 40 41 SC-6.09.,"Permits and Utilities" 42 43 SC-6.09A.,"Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 City of Fort Worth Street Use Permit 46 TCEQ Notice of Intent 47 City of Keller ROW Access Permit 48 49 SC-6.09B."City obtained permits and licenses" 50 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 51 52 SC-6.09C."Outstanding permits and licenses" 53 54 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of March 17, 55 2017 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 3 4 SC-7.02.,"Coordination" 5 6 The individuals or entities listed below have contracts with the City for the performance of other work at 7 the Site: Vendor Scope of Work Coordination Authority •• nv 9 10 11 SC-8.01,"Communications to Contractor" 12 13 None 14 15 SC-9.01.,"City's Project Manager" 16 17 The City's Project Manager for this Contract is Mitch Aiton,P.E.,or his successor pursuant to written 18 notification from the Director of Transportation and Public Works. 19 20 SC-13.03C.,"Tests and Inspections" 21 22 Vone 23 24 SC-16.01C.1,"Methods and Procedures" 25 26 •'None 27 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF TORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22,2016 City Project No.02288 THIS PAGE INTENTIONALY LEFT BLAF..'K 011100-1 SUMMARY OF WORT{ Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES jNOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] i 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH "Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 THIS PAGE INTENTIONALY LEFT BLANK 012500-1 SUBSTITUTION PROCEDURES 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 Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 18 2, Division I —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers,provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY Of PORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 25 00-2 SUBSTITUTION PROCEDURES Page 2 of4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's namle 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH "Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 25 00-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if. 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] I 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02288 Revised July 1,2011 01 25 00-4 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 I I Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 013120-1 PROJECT MEETINGS Page 1 of 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 --General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified,periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 013120-2 PROJI,CT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- II needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 c. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 c. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02288 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location. 9 a. The City will establish a meeting location. I0 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1S 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTEIVT1pNALV LEFT BLANK 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruc#ion Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0---Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND DANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 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 CITY OF PORT WORTH "Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 33 00-1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 --General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 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 1.5 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 1/2 inches x 11 inches to 8 1/2 inches x I Iinches. 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-3 SU13MITTALS 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 33 00-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by.the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials, fabrication,and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) if Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 33 00-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required, to the job site file and elsewhere as 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 33 00-6 SUBMITTALS Page 6 of S 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include,but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"O1"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 33 00-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 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 11 e. Use of Explosives, Drop Weight, Etc. 12 £ 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 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 J. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 3. Section 33 12 25—Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02288 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines (more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 35 13-3 SPECIAL PROTECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above I 1 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as "AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m. to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m. whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However, the Contractor may begin work prior to 10:00 a.m. i£ 35 a) Use of motorized equipment is less than 1 hour, or 36 b) If equipment is new and certified by EPA as "Low Emitting", or 37 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight, Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 0131 13 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,20I2 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1.. During the construction of this project, it will be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be,impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No (CPN) 31 c) Scope of Project(i.e. type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shutdown water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 35 13-5 SPECIAL PROJECT PROCEDURF,S Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will tape place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Arley Corps of Engineers (USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 £ Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed, capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE I AB---Added requirement of compliance with Health and Safety Code,"Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02298 Revised December 20,2012 0135 13-8 SPECIAL PROTECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 LO ��r'VVoT Role NO.xxxx NOTICE OF TEMPORARY WATER TER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR, AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 45 23-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 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 occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02299 Revised July 1,2011 014523-2 "TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of I 1 Concrete or Lime material including the following information; 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS INOT 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 ISITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION INOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 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 I --General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 50 00-2 TEMPORARY FACILITfES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02289 Revised July I,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 proj ect. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3 _ EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] /[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD loR] SITE QUALITY CONTROL fNOT 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USE, 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I —General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section.34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0t5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS INOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 19 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July I,2011 THIS PAGE INTENTIONALY LEFT BiANK 01 57 13-1 STORM WATER POLLUTION PREVENTION Page l of 3 1 SECTION 01 5713 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 I I Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 015713-2 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. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1..5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0157 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modred 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 SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] I0 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 jqS PAGE INTENTI NALY LEFT BLANK 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City'of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 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 [oR] OWNER SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July I,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [ou] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH 'Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0158 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INTENTIONALY LEFT BLANK 016000-I PRODUCT REQUIREMENTS Page I of2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1—General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 016000-2 PRODUCT RCQUIRFMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modred Location of City's Standard Product List 8 CITY OF FORT WORTH 'Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel 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 I —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 66 00-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USE, 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD loR] 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 in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 66 00-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017000.1 MOBILIZATION AND RF.MOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PA R.T 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization.and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment,and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised November 22,2016 017000-2 MOBILIZATION.AND REMOBTLIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the ,Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division I—General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item will be measured by the lump sum or each as the work 31 progresses. Mobilization is calculated on the base bid only and will not be 32 paid for separately on any additive alternate items added to the Contract. 33 2) Demobilization shall be considered subsidiary to the various bid items. 34 b. Payment 35 1) For this Item, the adjusted Contract amount will be calculated as the total 36 Contract amount less the lump sum for mobilization. Mobilization shall be 37 made in partial payments as follows: 38 a) When 1% of the adjusted Contract amount for construction Items is 39 earned, 50% of the mobilization lump sum bid or 5%of the total Contract 40 amount,whichever is less,will be paid. 41 b) When 5%of the adjusted Contract amount for construction Items is 42 earned,75% of the mobilization lump sum bid or 10%of the total Contract 43 amount,whichever is less,will be paid. Previous payments under the Item 44 will be deducted from this amount. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised November 22,2016 Ol 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of4 1 c) When 10%of the adjusted Contract amount for construction Items is 2 earned, 100%of the mobilization lump sum bid or 10% of the total 3 Contract amount,whichever is less,will be paid. Previous payments under 4 the Item will be deducted from this amount. 5 d)A bid containing a total for"Mobilization"in excess of 10% of total 6 contract shall be considered unbalanced and a cause for consideration 7 of rejection. 8 e)The Lump Sum bid for"Mobilization—Paving/Drainage"shall NOT 9 include any cost or sum for mobilization items associated with 10 water/sewer items. Those costs shall be included in the various 11 water/sewer bid Items. Otherwise the bid Items shall be considered 12 unbalanced and a cause for consideration of rejection. 13 t)The Lump Sum bid for"Mobilization—Paving"shall NOT include 14 any cost or sum for mobilization items associated with drainage items. 15 Those costs shall be included in the "Mobilization—Drainage"Lump 16 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 17 and a cause for consideration of rejection. 18 g) The Lump Sum bid for"Mobilization—Drainage"shall NOT 19 include any cost or sum for mobilization items associated with paving 20 items. Those costs shall be included in the "Mobilization—Paving" 21 Lump Sum bid Item. Otherwise the bid Items shall be considered 22 unbalanced and a cause for consideration of rejection. 23 2) The work performed and materials furnished for demobilization in 24 accordance with this Item are subsidiary to the various Items bid and no other 25 compensation will be allowed. 26 2. Remobilization for suspension of Work as required by City 27 a. Measurement and Payment 28 1) This shall be submitted as a Contract Claim in accordance with Article 10 29 of Section 00 72 00. 30 2) No payments will be made for standby, idle time, or lost profits associated 31 with this Item. 32 1.3 REFERENCES [NOT USED] 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS [NOT USED] 35 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITE.'OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised November 22,2016 01 70 00-4 MOBILMATION AND REMOBILIZATION Page 4 of 4 1 PART:2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 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. 5 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page I of 5 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 1.9.A Construction Staking 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. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with regWremcnts of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 71 23-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the Contractor. The Contractor shall 8 provide, at his own expense, all construction staking required to perform the work 9 as described in the plans and specifications. For City capital projects, control 10 staking will be performed by the City. The Contractor staking shall include all 11 necessary staking to construct the improvements including but not limited to the 12 following: set excavation and fill stakes on or near the right-of-way, all stakes 13 necessary for utility relocation and storm drain placement, off-set back of curb 14 stakes for subgrade stabilization and paving, and intermediate grade stakes(i.e. blue 15 topping, fill, or cut stakes) on the centerline. 16 2. All staking shall be subject to inspection by the City. While the City shall have the 17 right to inspect, it shall have no duty to inspect. The Contractor will be responsible 18 for any discrepancies from the plan alignment and/or grade. 19 20 3. Calendar days will not be adjusted due to the lack of available crews or due to the 21 negligence of the Contractor or vandalism that causes the replacement of stakes. 22 23 4. Coordination 24 a. It is the Contractor's responsibility to coordinate staking such that construction 25 activities are not delayed or negatively impacted. 26 5. General 27 a. Contractor is responsible for preserving and maintaining stakes. 28 29 B. Construction Survey 30 1. Construction Survey will be performed by the City. 31 2. Coordination 32 a. Contractor to verify that control data established in the design survey remains 33 intact. 34 b. Coordinate with the City prior to field investigation to determine which 35 horizontal and vertical control data will be required for construction survey. 36 c. It is the Contractor's responsibility to coordinate Construction Survey such that 37 construction activities are not delayed or negatively impacted. 38 d. Notify City if any control data needs to be restored or replaced due to damage 39 caused during construction operations. 40 1) City shall perform replacements and/or restorations. 41 3. General 42 a. Construction survey will be performed in order to maintain complete and 43 accurate logs of control and survey work as it progresses for Project Records. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.02288 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 b. The Contractor will need to ensure coordination is maintained with the City to 2 perform construction survey to obtain construction features, including but not 3 limited to the following: 4 1) All Utility Lines 5 a) Rim and flowline elevations and coordinates for each manhole or 6 junction structure 7 2) Water Lines 8 a) Top of pipe elevations and coordinates for waterlines at the following 9 locations: 10 (1) Every 25O linear feet 11 (2) Horizontal and vertical points of inflection, curvature,etc. (All 12 Fittings) 13 (3) Cathodic protection test stations 14 (4) Sampling stations 15 (5) Meter boxes/vaults (All sizes) 16 (6) Fire lines 17 (7) Fire hydrants 18 (8) Gate valves 19 (9) Plugs, stubouts,dead-end lines 20 (10) Air Release valves (Manhole rim and vent pipe) 21 (11) Blow off valves (Manhole rim and valve lid) 22 (12) Pressure plane valves 23 (13) Cleaning wyes 24 (14) Casing pipe (each end) 25 b) Storm Sewer 26 (1) Top of pipe elevations and coordinates at the following locations: 27 (a) Every 250 linear feet 28 (b) Horizontal and vertical points of inflection, curvature,etc. 29 c) Sanitary Sewer 30 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 31 the following locations: 32 (a) Every 250 linear feet 33 (b) Horizontal and vertical points of inflection,curvature,etc. 34 (c) Cleanouts 35 c. Construction survey will be performed in order to maintain complete and 36 accurate logs of control and survey work associated with meeting or exceeding 37 the line and grade required by these Specifications. 38 d. The Contractor will need to ensure coordination is maintained with the City to 39 perform construction survey and to verify control data,including but not 40 limited to the following: 41 1) Established benchmarks and control points provided for the Contractor's 42 use are accurate 43 2) Benchmarks were used to furnish and maintain all reference lines and 44 grades for tunneling 45 3) Lines and grades were used to establish the location of the pipe 46 4) Submit to the City copies of field notes used to establish all lines and 47 grades and allow the City to check guidance system setup prior to 48 beginning each tunneling drive. 49 5) Provide access for the City to verify the guidance system and the line and 50 grade of the carrier pipe on a daily basis. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 6) The Contractor remains fully responsible for the accuracy of the work and 2 the correction of it,as required. 3 7) Monitor line and grade continuously during construction. 4 8) Record deviation with respect to design line and grade once at each pipe 5 joint and submit daily records to City. 6 9) If the installation does not meet the specified tolerances,immediately notify 7 the City and correct the installation in accordance with the Contract 8 Documents. 9 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL 21 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 22 City in accordance with this Specification. 23 B. Do not change or relocate stakes or control data without approval from the City. 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 314 ATTACHMENTS [NOT USED] 31 END OF SECTION CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 71 23-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 2 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 TIIIS PAGE INTENTIONA►LY LEFT BLANK FORTWORTHe Section 017123.01 ® Attachment A Survey Staking Standards February 2017 K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01--General Requirements\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall he followed and if a discrepancy arises, the TXDOT manual shall prevail. (htt : onlinemanuals.txdot. ov txdotmanuals ess ess. df} If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey K:\2013\13111.00 CFW_Timberland Rlvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 If. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs,and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL VEL Lfi+W TELEPHONE/FIBER OPTIC 01MNGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING C7i,11-i-im SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min.square preferred) 6" tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers (feathers) 6" long Tacks(for marking hubs) 3/4" long K:\2013\13111.00 CFW_Timberland Blvd CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\0171 23.16.01 Attachment A Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/G1S/ Look for'Zoning Maps'. Under'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer, storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD S$ Elevations B. Grid or ground distance.— If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A K:\2013\13111.00 CFW Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983—StatePlane_Texas_North—Central_FIPS_4202_Feet Projection. Lambert_Conformal—Conic Fa Ise_Ea sti ng: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33,96666667 Latitude—of—origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Pre erred File Naming Convention below F. Preferred Deliverable Format .txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv K:\2013\13111.00 CFW_Timberland 81vd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes K:\2013\13111.00 CEW_'Timberland Blvd CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 6 of 22 r� 4 m = w V) m < z � !_ E- m m w a a W U r1 CJ 1 C) EL.= 100.QQ' m _ w 0 CD LLJ 7 W :2 Y 00 Fr LL- LLJ Cl7 d J C Ld = W J OL Q J U W L`- W m X w O w � 0 C� rN=5000.00 E=5QQ0.00 __-- n,,,, V. Water Staking Standards K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-Genera[ Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7,0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Eire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 8 of 22 � ƒ� S\ g � � J� / m� 0 O/ # WIL 7 z+m ƒ 9 p . \� n ( #S $ m k§r0 2 12 / / O y « §w , ze, Ia, w \� O \ / Y � E _A EL- ,m« \§ ----— 7 \ e \ E \ a§ $ \ §j E Lu �§ \ \ § I \ / $ § b % \ E o � e , 0 U$ o R k\ § O E ` � \ /E U [ a z / �° O ƒ a =&� 2 $G§. a: Ld k - k/\im \- aL w §)/ § � VE Sanitary Sewers akln� K:\2013\13111.00 C& Timberland B&d�FAQ PEC unR1 2 Sp a&C«\Phase a 5 e\mv os�nee| R gmememGo1712.i a1 A Q+me&A Su&e Stan kmAdsd a Page 9«2 A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking IL Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes WgI C � eA S d � 0 7' fS q SS j ST =3.7 C'm C-4-M 11<w C-4U a C-01a `y Y LLJ l c W" V 8 � Sao �3P 1'13a� } q93_- w 1z' ofs rL SS 7- srr,34-r1M , c—.51K L c-3w �OaLL- a A. ~_8 Q < 7' Ofs 33 TA=i+HS0-404 < oyez Ow aw W -� N 2 C3 LLJ Ca 7 LJ$ it n. Ld a. a IL iL f9 o F o 0 Z W �i 4i Ham - Ew co Jti ti W Wd W J Wa 1a1+ W W{S GL IL ' z W W ��++L h 71 O G p o OO 25 O j5Lj £f ^W O 3 SS srp.4+a4 c-su, -a F+v m W IMF Z A ( 12 n/s s5 sra—a+oo �zx ar I� LL m 'L Z W q: � cD zy . w �z no T CL C� K:\2013\13111.00 CFW_Timberland Blvd CFW\SPEC\Unit 1&2WSpecs&Cost\Phase 3 Specs\Div 01-General Requirements\017123.16.01 Attachment A Survey Staking Standards.docx Page 11 of 22 VI I. Storm Sewer & Inlet Staking A. Centerline Staking--Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00' total length III. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet= 26.67'total length V. Recessed double 10' inlet= 30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2—Specs&Cost\Phase 3_Specs\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm inlet Stakes FRONT FRONT (SIDE FACING ) (SIDE FACING ) c; NO FLAGGING REQUIRED o IN LIEU 0F, PINK PAJNTED LATH � n � m m BACK BACK (5DE FA€fNG R.tl.W.) �OE FAONG R.QW_) IDENTIFIES MICR � IDEIN-IFIES WHICH POINT END OF THE TNNG POINT 0 END OF THE YANG -I BEING STAKED BEING STAKED I � � 1NL 3 ELEVAnON - INLET STATION "US ELE HON o, (IF NOTED ON PLAN5) y� IDENTIFIES GRADE TC TO TOR OF CURB T `rl TI 0 O r IDENTIFIES GRADE TO FLOWLNE I I 0*"):,ANOES FOR INLETS _ STANDARD 10` - 10' RECMEED HY - 24Y 5TANDPRO DOUBLE 10' — 26.67' HUB WITH TICK ----.— RECESSED DOUBLE 10' -3?67 I I 6ACK Cr INLET FI jl bl _ MANRH�OLE of 41 " BACK OF CUI,'9 WK OF CURB --- -- 141NG" 4+'t' _ +::' 9{•'• y , ., . ,...YANG,: --- FL{YhLINE FACE OF INLET FACE OFYINLET FL.0iZNE �. EDGE OF PAVEMENT EDGE OF PAWMENT EDGE OF PAVEMENT —COO CF PAVEMENTT— K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2—Specs&Cost\Phase 3_Specs\Div 01-General Requirements\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted K:\2013\13111.00 CM—Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01--General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE: FACING Ck) >G o FRONT IuwnFIEs EN6 FRONT 14 (RIDE FAD INC I}TaI QmT �,+ a/ FRONT 6. (SERE PAGING `� IIIENTIMS START POW OF 9JRVATURE PG (SIDE FACING T-) Ul o n II C GC }BACK n I'III PT N IDENTIFIES OFFSET IS TO a l !t (SIDE FACING R.C.W.) C DAM OF CLIAD OR F/C T p R u FOR FACE OF CUM o f -2.I III I PgNT III fi III I N IlII IDENTIFIES GRADE IS III I I, TG POP'OF OUFS a I I! HUB ELEVATION a + RAODIGRADE S ANTS p +111 1'JC: FL?�GC:Ir��' FiF�1tiIF<Ef? �� j S 0 IN LIEU OF PINK PAINTED LATH � e f TOP OF CURS BACK OF CURB FACE OF CURES FLOWLI NE EDGE OF PAVEMENT Examp__le_Curb &_Gutter Stakes at Intersection K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3—Specs\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 ; §,� )■ \ .6.t) _ � ka � qF k § .0 �a �- _ 2 ®®7 Q -& �f e ® ��tu { z a°§ s y ® ``f§ § m=_ _a 92 » }�@ § �j�� k )§O2 § 5� 33NVI m »na l3 0 & >§3p!g . ( � ) � �& � x< x —— 3 m S ) / _ { 3 m - _ -6 2Q§ © Pg. % ° E § \ K:02\1311t00 DWTimberlandmu_C FWSPEC\Un11&2-Sp a&CstPhae35P7AD&oyG nRm gmRmegA01712.1 31 m@+mentA-Suwey StakingStandaesdoa Page 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets,GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent(see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LTI+RT GRADE ELEV. K:\2013\13111.00 CFW_Timberland Blvd CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIs data and must be in the proper format when submitted.See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. if the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 �62•R y'/!'�feYngnl R Rd6 OLY.h7 cN 1�31i'Nd.W7 i3•NSM 1bZ L'}f1ll1,,.,1N31137twm!!M35. I/NY5 t1w N.91VIA �= !-1 y t _ 094.73S 41 1] ir_. 5, a T£� pi Ot _ a ILI Eli In 4 U�llj� [ �yrj�rr7• a��-� � ��T4�:4 I - �l 'r a - K:\2013\13111.00 CPW_Timberland Blvd—CFW\SPEC\Unit 1&2—Specs&Cost\Phase 3—Specs\Div 01-Genera] Requirements\0171 23.16.01_Attachment A—Survey Staking Standards.docx Page 20 of 22 �A#tom^T2"3Y1.A1:4yR'TLkY RD) STAO3117O-!2'Wi IF1[A'D C!U STA q'CAA -� WE CFLCWD M REW14E&$WYAVE E% r * Da rrAr W TVl#ivcTO 41 Dux 1N a I:LWi[rEC7'TO EXIS7:S'iNATFR :fJex 7€E -. IMFAW F-A?'WW SLEEVE 01K j-fE'd45'M1arL8ENC I-WN ffhoJiCER h4STAtG �;t p1E faf Ac 1,&'6tffE W4 I-M46VM BEPD STAM75-8lii NQ4R1O1;6�1 - N-69009-V G'•G9NO2Ms AZrl3L pp 3�lF.2 9•2296337.d�+ - E-2Mff- O - ' I-11',t 17AkC1kW TEE + 1-FIRE HfraAV = LOT A; ,,I {� NiF�IN�O'?A7r ItF.AD Fafltaas �d � �N ��'. 4 f fl`�S•1ID3dOj�a1 A.tm-5T1 151W ra f.Jaa fl It!B A r3 ' BLK S Qn� wr a ` • �t •ear S.te f--ems'+5!.:C.Yl1.PN ` � fir' 1tij �gg 1��.�fnr'rdG.31� lSLalld 6 y rY /tEL4/e EYT37: - 1E'IVAM? sag k-a1r T8T!E WY -__--. _ ._ r 44�"klAf15393O �.-----. _ �, Pd t-rOaB g _ r, l LzS771 EX.ESS�-�� YB.H 11 501 4w r l PROPOSED g� R-cMVE&.VAWYAW SANITMY V15T.GA'E V"E SEE SHE 57A w3 —lrrrr A INSTW4 LOT A (-X4FVfW..BfA's7 �xrx aAcr�eaaGru �. ARrr`41/OT7�A.4$ AK71-1rr uc rrr� I.10AUS=SLEEVE h6&4°TVEW.BUD p� vmr.am ST LF OF 10WATER ME R49fAlw AA9 -H4347V5ZXW cohNECT TO EXlMorWAMR E-2236�032EL3° F-AMRWA370 E8"�i3O9F136 P K.\2013\13111.00 CFW Timberiand Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3 Specs\Div 01-General Requirements\0171 23.16.01 Attachment A—Survey Staking Standards.docx Page 21 of 22 ...._........... . y7,slz-X 'mi'l'8 NdY OrMW 1,7 1wd.5M id msYll MW 19Ja11H77 IN3NxYld3a a3A1M A -UNYS ON a,gjYA 4„lip d ilk !m Edd JL No hid it qT1 r 3Nn '2- LW Q Q1yis 3fn 1491tynIt YN- _ '��i_.i_,i_'_'rrr;±;.•.,__ri_ �T . . .- . : : .. 1L 0a. - # I _ a rA : . , K:\ Reriuirements\01 7123.16.01_Attachment A—Survey Staking Standards.docx Page 22 of 22 7 Y i if.•i - fs 1 7 �f r .1, ---== _----= OEM —_--_—.-..tom^—�: ..�•_—...^— ��---_----_--_—_ _ LF ON _--. � ___-- •ter __'. _— _ �____.—_� • obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING EASTING FIEV. DESCRIPTION 1 6946257,189 2296079.165 726.09 SSMH RIM 2 6946260,893 2296062-141 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM { 1>&J 4- ar 5 4 6946220.582 2296011,025 723.358 SSMH RIM 5 6946195,23 2296015.116 722.123 GV RIM f -� 6 6946190.S28 2296022.721 722.325 FH 7 6946136.012 2295992.115 719.448 WM RIM I�■ � 8 6946007..267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM o Z. 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.992 710.046 WM RIM 12 6945895.077 2295860.962 707,72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIMS L 14 6945934.286 2295841.925 709,467 WM RIM 15 6945936.127 2295830.441 710.084 CO RIM Crri :' I P- 5 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708392 SSMH RIM �}p 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743,318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712,849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM -� 24 6945643,407 2295736,03 719.737 CO RIM I � T 25 694557L0S9 2295655.195 727.514 SSMH RIM 26 6945539,498 2295667,903 729.123 WM RIM -TV 27 6945519.834 2295619.49 732.689 WM RIM f- #.� P J� 28 6945417.879 2295580-27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597,101 740.756 GV RIM 'Tl t A},S 31 6945370,688 2295606.793 740.976 GV RIM :. . 32 69453R3.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319,365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM L 38 6945142.015 2295557.666 750,853 WM RIM {kril� 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552-675 751,79 WM RIM 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM 3} } 44 6944944,782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752,156 WM RIM 46 6944860,416 2295534.397 752.986 SSMH RIM Aq { I Ib K:\2013\13111.00 CFW_Timber[and Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPEC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 § 'ILL .t7 � r z i z z �" 3 SW Swww 7t E R fD ' M1 s 1� ,� K:\2013\13111.00 CFW_Timberland Blvd_CFW\SPFC\Unit 1&2_Specs&Cost\Phase 3_Specs\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 01 74 23--1 CLEANING Page] of if 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 74 23-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-]INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 74 23-3 CLEANING Page 3 oF4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of ll 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0I 74 23-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised.Inly 1,2011 Ot7719-I CLOSEOUT REQUIREMENTS Page 1 of 3 I SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section hicludes: 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 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS INOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 £ Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION jNOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING jNOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PACE INTENTIONALY LEFT BLANK 01 78 23-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2, Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All Submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL 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 '/z,inches x l I inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text. Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title"OPERATING AND ll MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 01 78 23-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving fill information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 £ 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised 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 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 0I 78 23-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS jNOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Jrobnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised December 20,2012 Th115 PAGE INTENTIONALY LEFT BLANK 01 78 39-1 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. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 ---General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Timberland Boulevard,Prase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [oRl OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 017123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 01 78 39-4 PROTECT 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 I l Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 310 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 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 0335 13-1 INTEGRALCONCRETE COLOR Pagel of3 SECTION 03 3513 INTEGRAL CONCRETE COLOR PART 1 - GENERAL 1.1 SUMMARY A. This section describes coloring concrete used to construct work under other contract bid items as well as any special materials and special construction techniques associated with using colored concrete. B. Related Specification Sections include but are not necessarily limited to 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1 - General Requirements. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid and where indicated on the Drawings. No separate payment will be allowed for this item. PART 2 -PRODUCTS 2.1 MATERIALS A. CONCRETE 1. Integrally color concrete using non-fading pigments conforming to ASTM C979 as follows: a. Median Areas (Sand/Buff): Use non-fading synthetic iron oxides at a loading of 6 percent or more by weight of total cementitious material in the mix. Match the concrete color in reasonably close conformance with Sand Buff (SG237-1) by Scofield, or approved equal. 2. Add integral concrete colorant according to manufacturer's instructions. Provide a copy of those manufacturer instructions to the City before producing material for incorporation into the work. 3. The City will accept the color based on approval of color samples, and field mock-up. a. Contractor shall submit a standard color chart and color samples for review and preliminary selection by the City. CITY OF FORT WORTH Timberland Blvd.,Phase 3 KHA No.061018118 CPN 02288 03 35 13-2 INTEGRALCONCRETECOLOR Page 2 of b. Contractor shall provide a 3'x3' minimum mock-up of the selected color samples for approval of the City. 4. Maintain mix characteristics for colored concrete requiring a matching finish. Use the same source, brand, type, and color of portland cement, supplementary cementitious materials, aggregates, and admixtures for colored concrete throughout the project. Use constant cement content, supplementary cementitious material content, and water/cementitious materials ratio to maintain consistent color. B. CURING COMPOUND l. Furnish a liquid membrane-,forming clear curing compound conforming to ASTM C1315, type 1. C. ADMIXTURES 1. Furnish admixtures designed for use with and compatible with colored concrete pigments. Do not use calcium chloride or other admixtures containing chlorides. D. COLORED CONCRETE MIX APPROVAL 1. GENERAL a. Obtain City approval for colored concrete mixes before placing colored concrete. The City will base approval either on a successful performance history or on trial batches. Upon City approval, the submitted sample panel (Minimum 3'x3'x3") or the test slab will be the visual quality standard for finished work under the contract. 2. PERFORMANCE HISTORY a. Use the same materials mixed in the same proportions as used on another department project where the City approved the color. Ensure that all materials, including admixtures, are of the same type and brand and from the same sources. Provide the following to the City for review and approval: 1) Project Info:Project ID, and location. 2) Mix proportions: quantities per cubic yard expressed as SSD weights and net water, water to cementitious material ratio, air content, and 28-day or earlier compressive strength. 3) Materials:type,brand, and source. 4) Sample panel: Provide a finished colored concrete sample having minimum dimensions of 3- foot by 3-foot by 3-inch, from the previous project (if available), or a photo image of the previous sample panel. 3. TRIAL BATCHES a. The contractor may use preliminary laboratory or field trial hatching to establish the mix proportions necessary to conform to the contract-required color. b. Produce test slabs to demonstrate the texture, surface finish, color, and color intensity. At least 2 business days in advance, provide the City with the date and time for test slab construction. C. At a City-allowed location on the project, place, finish, and cure a 10-foot by 10- foot by 6-inch colored concrete test slab using the same methods proposed for CITY OF FORT WORTH Timberland Blvd.,Phase 3 KH A N o.061018118 CPN 02288 0335 13-3 INTEGRAL CONCRETE COLOR Page of3 contract work. Produce test slabs using the same workers designated to perform the contract work. Retain samples of cements, sands, aggregates, and color additives used in test slabs for comparison with materials used in contract work. d. Use at least a 2-cubic yard batch or a batch of the size proposed for production whichever is larger. C. Submit final mix design information to the City. Including specific sources and, if applicable, trade names for materials. PART 3 - EXECUTION 3.1 CONSTRUCTION A. Construct work incorporating colored concrete conforming to contract specifications under the associate bid items except cure with clear curing compound and use only non-chloride admixtures as specified in Section 2.1. B. Produce consistently colored concrete in full cubic yard increments. The City will not allow variations in the amounts, types, or source of materials with the exception of minor adjustments of water and air-entraining agent. Other changes require mix re-approval. C. Schedule placement to minimize exposure to rapid drying conditions, wind and full sun, before applying curing compound. Do not place colored concrete if rain, snow, or freezing temperatures are forecast within 24-hours. D. Cover or otherwise protect adjacent concrete work from discoloration and spillage while placing and curing colored concrete. Remove and replace discolored concrete as directed by the City. E. Perform finishing operations consistently to avoid color variation. Do not begin finishing while bleed water is present. The City will order removal and replacement of colored concrete if the contractor adds water to the surface to aid in finishing. Apply strokes in the same direction during final finishing and texturing. F. Protect colored concrete from premature drying and excessive cold or hot temperatures by promptly applying curing compound. Do not allow plastic sheeting to come in contact with colored concrete. G. Protect the colored concrete from damage. Do not permit construction traffic or material storage on colored concrete. Exclude foot traffic from colored concrete for at least 24 hours after placement. H. Remove test slabs not permanently incorporated into the work and restore the site after the City determines the test slab is no longer needed. END OF SECTION CITY OF FORT WORTH Timberland Blvd.,Phase 3 KHANo.061018118 CPN 02288 THIS PAGE INTENTIONALY LEFT BLANK 3471 13-1 TRAFFIC CONTROL Page I of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. The price bid for this item is amended to read Lump Sum.The contractor is to 9 design,implement and maintain traffic control devices for the entire proiect 10 and for the duration of the proiect.All other applicable provisions of Spec 1 i Item 34 7113 shall apply. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Installation of Traffic Control Devices 18 a. Measurement 19 1) Measurement for Traffic Control Devices shall be per month for the Project 20 duration. 21 a) A month is defined as 30 calendar days. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid for"Traffic Control". 26 c. The price bid shall include: 27 1) Traffic Control implementation 28 2) Installation 29 3) Maintenance 30 4) Adjustments 31 5) Replacements 32 6) Removal 33 7) Police assistance during peak hours 34 2. Portable Message Signs 35 a. Measurement 36 1) Measurement for this Item shall be per week for the duration of use. 37 b. Payment 38 1) The work performed and materials furnished in accordance to this Item and 39 measured as provided under"Measurement"shall be paid for at the unit 40 price bid per week for"Portable Message Sign"rental. 41 c. The price bid shall include: 42 1) Delivery of Portable Message Sign to Site CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 2) Message updating 2 3) Sign movement throughout construction 3 4) Return of the Portable Message Sign post-construction 4 3. Preparation of Traffic Control Plan Details 5 a. Measurement 6 1) Measurement for this Item be per each Traffic Control Detail prepared. 7 b. Payment 8 1) The work performed and materials furnished in accordance With this Item 9 shall be paid for at the unit price bid per each"Traffic Control Detail" 10 prepared. 11 c. The price bid shall include: 12 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 13 longer 14 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 15 (TMUTCD) 16 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 17 4) Incorporation of City comments 18 1.3 REFERENCES 19 A. Reference Standards 20 1. Reference standards cited in this Specification refer to the current reference 21 standard published at the time of the latest revision date logged at the end of this 22 Specification,unless a date is specifically cited. 23 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 24 3, Item 502,Barricades, Signs, and Traffic Handling of the Texas Department of 25 Transportation, Standard Specifications for Construction and Maintenance of 26 Highways, Streets, and Bridges. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 30 implementing Traffic Control within 500 feet of a traffic signal. 31 B. Sequencing 32 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 33 approved by the City and design Engineer before implementation. 34 1.5 SUBMITTALS 35 A. Provide the City With a current list of qualified flaggers before beginning flagging 36 activities. Use only flaggers on the qualified list. 37 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 38 Engineering Division,311 W. 101'Street. The Traffic Control Plan(TCP) for the 39 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 40 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 41 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 42 Engineer. CITY OF FORT WORTI4 Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,02288 Revised April 1,2015 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 2 Specifications. The Contractor will be responsible for having a licensed Texas 3 ProfessionaI Engineer sign and seal the Traffic Control Plan sheets. 4 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 6 changes to the Traffic Control Plan(s)developed by the Design Engineer. 7 G. Design Engineer will furnish standard details for Traffic Control. 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE,AND HANDLING jNOT USED] 13 1.11 FIELD jSITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS 16 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 ASSEMBLIES AND MATERIALS 18 A. Description 19 1. Regulatory Requirements 20 a. Provide Traffic Control Devices that conform to details shown on the 21 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 22 Device List(CWZTCDL). 23 2. Materials 24 a. Traffic Control Devices must meet all reflectivity requirements included in the 25 TMUTCD and TxDOT Specifications—item 502 at all times during 26 construction. 27 b. Electronic message boards shall be provided in accordance with the TMUTCD. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 EXAMINATION [NOT USED] 32 3.2 PREPARATION 33 A. Protection of In-Place Conditions 34 1. Protect existing traffic signal equipment. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan(TCP) and install Traffic Control Devices as shown on 3 the Drawings and as directed. 4 B. Install Traffic Control Devices straight and plumb. 5 C. Do not make changes to the location of any device or implement any other changes to 6 the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning,replacing, straightening, 10 covering, or removing Devices. 11 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 12 and that retroreflective characteristics meet requirements during darkness and rain. 13 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 14 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 15 lights, signs,or other precautionary measures for the protection of persons or property),the 16 Inspector may order such additional precautionary measures be taken to protect persons 17 and property. 18 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 19 or in conflict with the proposed method of handling traffic or utility adjustments,can be 20 constructed during any phase. 21 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 22 distance of drivers entering the highway from driveways or side streets. 23 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 24 be erected and mounted on portable supports. 25 1. The support design is subject to the approval of the Engineer. 26 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 27 J. If at any time the existing traffic signals become inoperable as a result of construction 28 operations,the Contractor shall provide portable stop signs with 2 orange flags, as 29 approved by the Engineer,to be used for Traffic Control. 30 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 31 turn-ons,street light pole installation,or other construction will be done during peak traffic 32 times(AM: 7 am—9 am,PM: 4 pm-6 pm). 33 L. Flaggers 34 1. Provide a Contractor representative who has been certified as a flagging instructor 35 through courses offered by the Texas Engineering Extension Service, the American 36 Traffic Safety Services Association, the National Safety Council, or other approved 37 organizations. 38 a. Provide the certificate indicating course completion when requested. 39 b. This representative is responsible for training and assuring that all Faggers are 40 qualified to perform flagging duties. 41 2. A qualified flagger must be independently certified by 1 of the organizations listed 42 above or trained by the Contractor's certified flagging instructor. CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 3471 13-5 TRAFFIC CONTROL Page 5 of 5 1 3. Flaggers must be courteous and able to effectively communicate with the public. 2 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 3 and follow the flagging procedures set forth in the TMUTCD. 4 5. Provide and maintain flaggers at such points and for such periods of time as may be 5 required to provide for the safety and convenience of public travel and Contractor's 6 personnel, and as shown on the Drawings or as directed by the Engineer. 7 a. These flaggers shall be located at each end of the lane closure. 8 M. Removal 9 1. Upon completion of Work,remove from the Site all barricades, signs, cones, lights 10 and other Traffic Control Devices used for work-zone traffic handling in a timely 11 manner,unless otherwise shown on the Drawings. 12 3.4 REPAIR/RESTORATION [NOT USED] 13 3.5 RE-INSTALLATION [NOT USED] 14 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.7 SYSTEM STARTUP [NOT USED] 16 3.8 ADJUSTING [NOT USED] 17 3.9 CLEANING [NOT USED] 18 3.10 CLOSEOUT ACTIVITIES [NOT USE, 19 3.11 PROTECTION [NOT USED] 20 3.12 MAINTENANCE [NOT USED] 21 3.13 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 24 CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised April 1,2015 THIS PAGE INTENTIONAIY LEFT BLANK APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities -NONE GC-4.06 Hazardous Environmental Condition at Site-NONE GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities-NONE GC-6.24 Nondiscrimination -NONE GR-01 60 00 Product Requirements CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 MIS PAGL INTENTIONALY LEFT BLANI.. GC'®4m01 Availability of Lands CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 u IHIS PAC& M I I N'l iUN LY LEFT BLS►i41c Page 9 of 5 D217154673 71712017 3:26 PSI PO8 5 Fee: $32.00 submitter: CSG ERECORDING SOLUTIONS Electronically Recorded by Tarrant CountyGlerkin Official Public Records, Mary Louise Garcia �1 s I i Deed Correction Instrument Bate: July 3,2017 k = 4 Description of Original Instrument COriginal lust:rument"j: Document title: Deed Grantor':EnglerAcquisiti u Partners,Ltd.,a Texas limited partnership Grantee: City of Keller Date ofFaecution.of original document:June 8, 2017 Recording information, Filed June 28,2€317,recorded in/under ClerWs File No. D21.7146681,Official Public Records,Tarrant County,Texas. Property: See Exhibit"A"attached hereto. Title Company/GF Nmrnber:Allegiance Title Company Gl~No. 1770597-ALKL This Correction Instrument:is filed pursuant to Section 5.028 of the Texas Property Code. j I. My full legal name is Ariana Martinez I am over the age of eighteen (18)years and am qualified to make these corrections based on my personal knowledge of the facts relative to the correction. 2. 1 am an Escrow Officer for Allegiance Title Company and I have reviewed the above- referenced file in making this affidavit i 3. lam malting this correction of the Original Deed,with regard to the following clerical error in the Original Instrument, The property description,prepared in connection with the Original Instrument and intended to be attached thereto as Exhibit"A,"was inadvertently switched at the time of recording with the property description intended to be attached to thatcertain temporary construction easement between the parties to the Original Instrument,filed Jame 28, 2017,recorded in/under Clerk's File No.D217146680,Official Public Records,Tarrant County,Texas.The correct property description to the Original Instrument is attached hereto as Exhibit`A" 4. The Original Instrument should correctly react as follows with respect to the error described above,this being non-material change to the Original Instrument See Exhibit"A"attached hereto. I a Page 2 of 5 I f t 5, f knave given:Notice of this correction ofthe Original Instrument by sending a copy of this Correction Instrument by first class mail to each party to the Original Instrument pursuant to the requirements in Section 5.028(d)(2) of the Texas Property Code. Evidence of notice is attached to this Correction Instrument. E. This Correction Instrument will be recorded in all counties where the Original Instrument was recorded. Ariana Martinez SATE OF TEXAS COUNTY OF TARRANT Acknowledged before me this 3rd day of July, 2017 by Ariana Martinez. > _ NIRkiGosset Notary Public in and for the State of Texas t Wtary€ blic state Of Texas j My Comm..5xp,05/1612021 � rEscfdY Natary Ict 1311�6fi9-4 � 1 After Recording Return, to: 1 Al-legiance.Title Company 6030 Sheny Lane Dallas,TX 75225 3 i• f a Page I of 4 D217146681 61281201711:14 sM PGS 4 Fee: $28.00 SubmiW:CSC ERECORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records �e�s.t.:, Mary Louise Garcia Notice of Confidentiality Rights: If you are a natural person,you may remove or strike any of the following information from this instrument before it its filed for record in the public records: your Social Security Number or your Driver's license Number. ALLECIAMCE TITLE DEED ngF1 STATE QF TEW § COUNTY OF TAX2RANT § r y NOW,THERD+FORE,KNOW ALL IMEN BY THESE PRESENTS: That,Engler Acquisitions Partners,Ltd.,a Texas limited partnership,of the County of Tarrant, State of Texas, hereinafter referred to as Grantors,whether one or more,for and in consideration of the sum of TEN AND No/100 DOLLARS($10.00)and:other good and valuable consideration to Grantors in hand paid by the City of Keller,hereinafter referred to as Grantee,receipt of which is hereby acknowledged, and for which no lien is retained,either expressed or implied,have this day Sold and by these presents do Grant,Bargain, Sell and Convey unto the City of feller all that certain tract or parcel of land lying and being situated in the County of Tarrant, State of Texas,more particularly described in Exhibit"A,"which is attached hereto and incorporated herein for any and all purposes. Reservations from and Exceptions to Conveyance and Warranty: This conveyance is made by Grantor and accepted by Grantee subject to the following: 1. Visible and apparent easements not appearing of record, 2. Any discrepancies, conflicts,or shortages in area or boundary lines or any encroachments or any overlapping of improvements which a current survey would shove. 3. Easements,restrictions,reservations,covenants,conditions,oil and gas leases,mineral severances,and encumbrances for taxes and assessments(other than liens and conveyances) presently of record in the Official Public Records of Denton County,Texas,that affect the property,but only to the extent that said items are still valid and in force and effect at this time. Grantor reserves all of the oil,gas sulfur in and under the Property but waives all rights of ingress and egress to the surface thereof for the purpose of exploring,developing,mining or drilling for satire; however,nothing in this reservation shall affect the title and rights of the Grantee,its successors and assigns,to take and use all other minerals and materials thereon,therein and thereunder, TO HAVE AND TO HOLD the premises herein described and herein conveyed together with all and singular the rights and appurtenances thereto in any wise belonging unto the City of Keller,its successors and assigns forever; and Grantors do hereby bind ourselves,our heirs,executors,administrators,successors and assigns to Warrant and Forever Defend all and singular the said premises herein conveyed unto the City of Keller and its assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof,except as to the Reservations from Conveyance and Exceptions to Conveyance and Warranty. IN WITNESS WHEREOF,this instrument is executed on this the d- ay of� e 2017. Engler Acquisition Partners,Ltd By. .' jF- L-e_V6f a44-C Its: Notice of Confidentiality Rights: If you are a natural person,you may remove or strike any of the following information from this instrument before it is filed for record in the public records: your Social Security Number or your Driver's License Number. ALLEGIANCE TITLE DEED A9 STATE OF TEXAS § COUNTY OF TARRANT § NOW,THEREFORE,KNOW ALL MEN BY THESE PRESENTS: That,Engler Acquisition Partners,Ltd.,a Texas limited partnership,of the County of Tarrant, State of Texas, hereinafter referred to as Grantors,whether one or more,for and in consideration of the sum of TEN AND No/100 DOLLARS($10.00) and other good and valuable consideration to Grantors in hand paid by the City of Keller, hereinafter referred to as Grantee.,receipt of which is hereby acknowledged, and for which no lien is retained, either expressed or implied,have this day Sold and by these presents do Grant,Bargain, Sell and Convey unto the City of Keller all that certain tract or parcel of land lying and being situated in the County of Tarrant, State of Texas,more particularly described in Exhibit"A,"which is attached hereto and incorporated herein for any and all purposes. Reservations from and Exceptions to Conveyance and Warranty: This conveyance is made by Grantor and accepted by Grantee subject to the following: 1. Visible and apparent easements not appearing of record. 2. Any discrepancies,conflicts, or shortages in area or boundary lines or any encroachments or any overlapping of improvements which a current survey would show. 3. Easements,restrictions,reservations, covenants,conditions,oil and gas leases,mineral severances, and encumbrances for taxes and assessments(other than liens and conveyances) presently of record in the Official Public Records of Denton County,Texas,that affect the property,but only to the extent that said items are still valid and in force and effect at this time. Grantor reserves all of the oil, gas sulfur in and under the Property but waives all rights of ingress and egress to the surface thereof for the purpose of exploring, developing,mining or drilling for same; however, nothing in this reservation shall affect the title and rights of the Grantee, its successors and assigns,to take and use all other minerals and materials thereon,therein and thereunder. TO HAVE AND TO HOLD the premises herein described and herein conveyed together with all and singular the rights and appurtenances thereto in any wise belonging unto the City of Keller, its successors and assigns forever; and Grantors do hereby bind ourselves, our heirs, executors, administrators, successors and assigns to Warrant and Forever Defend all and singular the said premises herein conveyed unto the City of Keller and its assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof,except as to the Reservations from Conveyance and Exceptions to Conveyance and Warranty. � I IN WITNESS WHEREOF,this instrument is executed on this the _� day of �! ,2017. Engler Acquisition Partners,Ltd By: o' c�1f Its: )D/wsr. g. s Corporate Acknowledgement State of Texas County of Tarrant - /' This 'nstrul�a nt as acknowledged before zxze on [!d� � �Pby y of Engler Acquisition Partners,Ltd., a Texas Limited Partnership, on behalf of said entity. ' r NOIAry Public,Slott aPTelas Notary Public's Si Mature h Cantmi�slsa td aI3xJC3 �i3E3�P4s�:�9/�Q/3©99 EXHIBIT"A" PARCEL No.1 Being a tract of land situated in the J.J. Roberts Survey,Abstract No. 1305, City of Keller,Tarrant County,Texas,and being a portion of that certain tract of land described to Engler Acquisition Partners, Ltd., as recorded in Instrument No. D205278853, Deed Records,Tarrant County,Texas,and being more particularly described by metes and bounds as follows; BEGINNING at the reconstructed common southwest corner of said Engler tract and the southeast corner of"Parcel 17" as described to the State of Texas in Instrument No. D205227982, Deed Records of Tarrant County,Texas,said reconstructed point being in the easterly right-of-way line of U.S. 377 and the approximate center of Mt.Gilead Road; THENCE North 16°58'33" East, along the common west line of said Engler tract and said easterly right-of-way line, a distance of 26.06 feet to a TxDOT monument found for an interior ell corner; THENCE North 31°16'50"West,a distance of 27.20 feet to a TxDOT monument found at the beginning of a non-tangent curve to the right; THENCE 17.52 feet along said curve,through a delta angle of 00'18'50",whose radius is 3200,04 feet,the long chord of which bears North 17052'38"Ea5z, 17.52 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING' set at the beginning of a non-tangent curve to the left in the proposed northerly right-of-way line of Mt.Gilead Road; THENCE 24.21 feet along said non-tangent curve to the left and departing the aforementioned common west line of said Engler tract and said easterly right-of-way line,continuing along said proposed northerly right-of-way line of Mt. Gilead Road,through a delta angle of 77°03'56",whose radius is 18.00 feet,the long chord of which bears South 50"42'07" East, 22.43 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING"set; THENCE South 89014'05" East,along said proposed northerly right-of way,a distance of 200.00 feet to a 5/8 Inch iron rod with cap stamped "SHIELD ENGINEERING"set at the beginning of a tangent curve to the right; WHENCE 71.62 feet along said curve to the right and continuing along said proposed northerly right-of-way line,through a delta angle of 13°09'08",whose radius is 312.00 feet, the long chord of which bears South 82'39'31"East, 71,46 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING"set at the beginning of a reverse curve to the left; THENCE 134.98 feet along sa'd reverse curve to the left and continuing along said proposed northerly right-of-way line, through a delta angle of 13°09'09",whose radius is 588.00 feet,the long chord of which bears South 82°39'32" East, 134.68 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING' set; THENCE South 00°05'54" East, along said proposed northerly right-of way,a distance of 20.91 feet to a point in the approximate center of Mt.Gilead Road and also being in the south line of the aforementioned Engler tract,from which a 5/8-inch iron rod capped "Brookes Baker" bears North 89054'06" East,a distance of 628.70 and North 00'00'46" East, a distance of 17.20; THENCE South 89°54'06"West, departing said proposed northerly right-of-way and along said south line,420.69 feet to the POINT OF BEGINNING and containing 17,399 square feet or 0.399 acres of land, more or less. ROB EAT W. BRYAN _�__—_ - _-_"-__9r•,r-"""---.- �-Tr-•tom— -- _". __ -'"--- EXHIBIT IFB 11 PARCEL No,i a� �. ENGLER ACQUISITION PARTNERS, t\ �` ._ i - LTD. 4 C'O IN A ati INSTRUMENT NO. a�'aa4 ^3 i 4`^ o' J• D205278853, D,R.T.C,T. ON ff .� `. Q+T'2JoiW `` v mi ry 77 DELTA — 13'09'08" C,1 ZpN ARC = 71.62' 17,399 SQUARE FEET, OR R a 312.00'LC S 82' 39' 31" 0.399 ACRES, MORE DR LESS = E, 71.46' DELTA = 00'18'50" !R DELTA - 13'09'09" ARC — 17.52' ARC = 134.9a, R = 3200.04' G`j S 89' 14' 05" E 200,00' R = 588.Do' LC = N 17' 52' 38" E, LC = S 82' 39' 32" E, 17 52' T.DoT W.O.N.FOND Row 134.6$' N 31. 1 s' S0" Vl moor PROPOSED MT.GIL LAD ROAD ��� srro5/8- N 00' 00' 46" MON,OtIND RIGHT-OF-WAY ACQUISITION AREA ROW SUER 17.20' 27,20' (cL11 MT,GI LEAD ROAD WARM °(u+i S 89' 54' Os" W 420.69' (COUNTY ROAD 4059) N 16' 58' 33" E POINT OF IVARIAgLE WIDTH RIGHT-OF-WAY) �N 89, 84, 06" E 26.06' BEGINNING 4,28,70' (REooxsrRucrEn-Nor s� S 00' 05' 20.9E (NDT 5'T-IN NGADWhY} CURVE RADIUS ARC LENGTH I DELTA ANGLE CHORD BEARING CHORD LENGTH G1 1 18.00' 24.21' 1 77'03'56" 1 S 50'42'07" Ej 22.43' 0 100 200 _ � City of Feller 1100 BEAR CREEK PARKWAY KELLER, TEXAS 76248 NOTES: IiXHEB[1'SHOII'INO A 1. LEOAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. RID H'i'-OF-ITSHOWINUAiUN 2. ROW MARKERS ALONC PROPOSED RIGHT-OF-WAY ARE 5/6"IRON OUT OF A CALLED g RODS WITH CAP STAMPED "SHIELD ENGINEERING" SET UNLESS S OF OTHERVASE NOTED. 66.409 ACRE TRACT OF LANE) '�. •`5��•n�-�,�, 3. BEARINGS REFERENCED TO THE TEXkS STATE PLANE COORDINATE SITUATED IN T14C 1'J ��"Y�•�Cf7 SYSEEM, NORTH CENTRAL ZONE, NAD '83. ALL DISTANCES ARE V•J. ROBERTS SURVEY, ABSTRACT No. 1305 SURFACE DISTANCES, AS RECORDED IN •ROE3ER1 W. BAYAN 4. C INSTRL'MENT,NO.D20527HO53 .A• •+CM = CONTROL MONUMENT. ��• v• DEED RECORDS,TARRA`'T COUNTY,TEXAS c ����� i►/7 L!1 I PROJECT, MT. GILEAD ROAD CITY PROJECT No: V ACQUISITION AREA: 17,399 SQUARE FEET OR 0.399 ACRES OF LAND, MORE OR LESS GATE: 12/08/2015 ROBERT W. BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 1304302 EX--1.dwg DRAWN BY: AEO CHECKED BY: RW9 SURVEYOR No. $SOB SHIELD ENGINEERING GROUP, PLLC m PO BOX 470636 FORT WORTH, TEXAS 76147 0 (817) 610--0696 0 TOPE F-11039 TBPL:S 10193890• Qs 2015 Page 5 of 6 At nc egi-ae TITUE CO AAI�ANY Ariaiia Martinez 8 1 743 1-0500 Fax 817-337-1560 July 3,2017 FIRST CLASS MAIL Engler Acquisition Partners,Ltd, 3001 Knox St., Ste.207 Dallas,TX 75205-5586 Mark Hafner City of Keller P,O. Box 770 Keller,TX 7624 NOTICE OF CORRECTION This letter serves as notice that at the time of the recording of the Deed, a nonmaterial error as defined in Section 5.028 of the Texas Prope-L!y Code was made. Pursuant to the requirements contained therein, the attached Convotion Instmment and this Notice of Carrection will be filed for record to correct that error, Yours truly, Ariana Martinez WO W, Somme Wd.Butte 120,SoLdhlck3,Texas 76092 WnW.431,05130 rax817.337.5560 wwwtMegiancetfi--com Page I of 10 D216101802 6/13/2016 2:13 PM POS 10 Fee: $52.00 3ubmitter:XEROX COMMERCIAL,SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records TIMBERLAND (F ��SAROM CAYLOR ROAD TO PARK4& 19Tk(m�l uiae Garcia CAYLOR ROADS TO TIMBERLAND PARCEL NO 06 DOE#7333,CITY PROJECT#02288 12601 KATY ROAD ABSTRACT NO 265 JOSE CHIRINO SURVEY& ABSTRACT NO 29 R. ALLEN SURVEY CITY OF FORT WORTH,TARRANT COUNTY,TEXAS SPECIAL WARRANTY DEED ALAMO TITLE COMPANY GF DATE; OCTOBER 21,2015 GRANTOR: FREDERIK FLOREN, INDIVIDUALLY AND AS TRUSTEE GRANTOR'S MAILING ADDRESS., 601 WALL STREET GRAPEVINE,TEXAS 76051-5205 I GRANTEE_ CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCI MORTON ST. FORT WORTH,TARItAN`I'COUNTY,TX 76102 CONSIDERATION: Ten Dollars and and other good and valuable consideration. PROPERTY Being a tract of land situated in the J Chirino Survey, Abstract No 265, and the R. Allen Survey,Abstract No 29, City of Fort Worth,Tarrant County,Texas,and being a portion of that certain tract of land described to Frederik Floren, Trustee as recorded in Volume 14912, Page 16,Deed Records,Tarrant County Texas, and being more particularly described in Exhibits "A"and "B" (20,74h Sq.Ft.) RESERVATIONS FROM CONVEYANCE: For Grantor and Grantor's heirs, successors, and assigns forever, a reservation of all oil, gas, and other minerals in and under and that may be produced from the Property, however Grantor hereby waives any and all rights to conduct drilling, mining, exploratory and producing operations on the surface of the Property or to construct houses, pits, tanks, pipelines, compressors or similar structures thereon. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production, the lease, 3 Page 2 of 10 and all benefits from it, provided that the lessee under such existing lease waives all rights conduct drilling, mining, exploratory and producing operations on the surface of the Property or to construct houses, pits, tanks, pipelines, compressors or similar structures thereon. Tile right to produce the oil, gas, hydrocarbons and any other minerals under the Property shall be exercised by conducting all such exploring, mining, drilling and producing operations on lauds other than the Property. EXCEPTIONS TO CONVEYANCE AND WARRANTY. This conveyance is given and accepted subject to the matters set-forth on Exhibit"B" attached hereto. GRANTEE ACKNOWLEDGES AND AGREES THAT GRANTOR HAS NOT MADE, DOES NOT MAKE AND SPECIFICALLY NEGATES AND DISCLAIMS ANY REPRESENTATIONS, WARRANTIES, PROMISES, COVENANTS, AGREEMENTS OR GUARANTIES OF ANY KIND OR CHARACTER WHATSOEVER, WHETHER EXPRESS OR IMPLIED, ORAL OR WRITTEN, PAST, PRE,SENIy OR FUTURE, OF, AS, TO CONCERNING OR WITH RESPECT TO (A) THE VALUE, NATURE, QUALITY OR CONDITION OF THE PROPERTY, INCLUDING, WITHOUT LIMITATION, THE WATER, SOIL, AND GEOLOGY, (B) THE INCOME TO BE DERIVED FROM THE PROPERTY, (C) THE SUITABILITY OF THE PROPERTY FOR ANY AND ALL ACTIVITIES AND USES WHICH GRANTEE MAY CONDUCT THEREON, (D) THE COMPLIANCE OF OR BY THE PROPERTY OR ITS OPERATION WITH ANY LAWS, RULES, ORDINANCES, OR REGULATIONS OF ANY APPLICABLE GOVERNMENTAL AUTHORITY OR BODY, (E) THE HABITABILITY, MERCHANTABILITY, MARKETABILITY, PROFITABILITY OR FITNESS FOR A PARTICULAR PURPOSE OF THE PROPERTY, (F) THE MANNER OR QUALITY OF THE CONSTRUCTION OR MATERIALS, IF ANY, INCORPORATED INTO THE PROPERTY, (G)THE MANNER, QUALITY, STATE OF REPAIR. OR LACK OF REPAIR OF THE PROPERTY, OR (H) EXCEPT FOR THE WARRANTY OF TITLE IN THIS DEED,ANY OTHER MATTER WITH RESPECT TO THE PROPERTY, AND SPECIFICALLY, THAT GRANTOR HAS NOT MADE, DOES NOT MAKE AND SPECIFICALLY DISCLAIMS ANY REPRESENTATIONS REGARDING COMPLIANCE WITH ANY ENVIRONMENTAL PROTECTION, POLLUTION OR LAND USE LAWS, RULES, REGULATIONS, ORDERS OR REQUIREMENTS, .INCLUDING SOLID WASTE, AS DEFINED BY THE U.S. ENVIRONMENTAL PROTECTION AGENCY REGULATIONS AT 40 C.F.R., PART 261, OR THE DISPOSAL OR EXISTENCE IN OR ON THE PROPERTY OF ANY HAZARDOUS SUBSTANCE, AS DEFINED BY THE COMPREHENSIVE ENVIRONMENT RESPONSE COMPENSATION AND LIABILITY ACT OF 1980, AS AMENDED, AND REGULATIONS PROMULGATED THERE UNDER. GRANTEE FURTHER ACKNOWLEDGES AND AGREES THAT RAVING BEEN GIVEN THE OPPORTUNITY TO INSPECT THE PROPERTY, GRANTEE IS RELYING SOLELY ON ITS OWN INVESTIGATION OF THE PROPERTY AND NOT ON ANY 2 Page 3 of 10 INFORMATION PROVIDED OR TO BE PROVIDED BY GRANTOR. AS A MATERIAL PART OF THE CONSIDERATION FOR THIS,AGREEMENT, GRANTOR AND GRANTEE AGREE THAT GRANTEE IS TAKING THE PROPERTY "AS IS WITH ALL FAULTS" BASIS WITH ANY AND ALL LATENT AND PATENT DEFECTS AND THAT THERE IS NO WARRANTY BY GRANTOR THAT THE PROPERTY IS FIT FOR A PARTICULAR PURPOSE. GRANTEE ACKNOWLEDGES THAT IT IS NOT RELYING UPON ANY REPRESENTATIONS, STATEMENTS, ASSERTIONS OR NON-ASSERTIONS BY THE GRANTOR WITH RESPECT TO THE PROPERTY CONDITION, BUT IS RELYING SOLELY UPON ITS EXAMINATION OF THE PROPERTY. GRANTEE TAKES THE PROPERTY UNDER THE EXPRESS UNDERSTANDING THERE ARE NO EXPRESS OR IMPLIED WARRANTIES (EXCEPT FOR LIMITED WARRANTIES OF TITLE SET FORTH IN THE CLOSING DOCUMENTS). AFTER(:LOSING, AS BETWEEN GRANTEE AND GRANTOR, THE RISK OF LIABILITY OR EXPENSE FOR ENVIRONMENTAL PROBLEMS, EVEN IF ARISING FROM EVENTS BEFORE CLOSING, WILL BE THE SOLE RESPONSIBILITY OF GRANTEE, REGARDLESS OF WHETHER THE ENVIRONMENTAL PROBLEMS WERE KNOWN OR UNKNOWN AT CLOSING. ONCE CLOSING HAS OCCURRED, GRANTEE INDEMNIFIES, HOLDS HARMLESS AND RELEASES GRANTOR FROM LIABILITY FOR ENVIRONMENTAL, PROBLEMS AFFECTING THE PROPERTY, INCLUDING, BUT NOT LIMITED TO, UNDER THE COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (CERCLA), THE RESOURCE CONSERVATION AND RECOVERY ACT (RCRA), THE T',XAS SOLID WASTE, DISPOSAL ACT OR THE TEXAS WATER CODE. GRANTEE INDEMNIFIES, HOLDS HARMLESS AND RELEASES GRANTOR FROM ANY LIABILITY FOR ENVIRONMENTAL PROBLEMS OR CONDITIONS AFFECTING THE PROPERTY ARISING AS THE RESULT OF GRANTOR'S OWN NEGLIGENCE OR THE NEGLIGENCE OF GRANTOR'S REPRESENTATIVES. GRANTEE INDEMNIFIES, HOLDS HARMLESS AND RELEASES GRANTOR FROM ANY LIABILITY FROM ANY AND ALL PRESENT OR FUTURE CLAIMS OR DEMANDS AND ANY AND ALL DAMAGES, LOSS, INJURY, LIABILITY CLAIMS OR COSTS, INCLUDING FINES, PENALTIES AND JUDGMENTS AND ATTORNEYS FEES ARISING FROM OR IN ANY WAY RELATED TO THE CONDITION OF THE PROPERTY ARISING AS A RESULT OF THEORIES OF PRODUCTS LIABILITY AND STRICT LIABILITY, OR UNDER NEW LAWS OR CHANGES TO EXISTING LAWS ENACTED AFTER THE EFFECTIVE DATE OF THIS DEED THAT WOULD OTHERWISE IMPOSE ON GRANTOR IN THIS TYPE OF TRANSACTION NEW LIABILITIES FOR ENVIRONMENTAL PROBLEMS OR CONDITIONS AFFECTING THE PROPERTY. PROVISIONS OF THIS SECTION SHALL SURVIVE THE CLOSING. IT IS UNDERSTOOD AND ,AGREED THAT THE PURCHASE PRICE HAS BEEN ADJUSTED BY PRIOR NEGOTIATION TO REFLECT THAT ALL OF THE PROPERTY IS SOLD BY GRANTOR AND PURCHASED BY GRANTEE SUBJECT TO THE FOREGOING. GRANTEE ACKNOWLEDGES AND ACCEPTS ALL THE TERMS AND PROVISIONS BY I-IIS ACCEPTANCE HE,REOF. 3 Page 4 of 10 Grantor, for the Consideration and subject to the Reservations from Conveyance and the Exceptions to Conveyance and Warranty, grants, sells, and conveys to Grantee the, Property, together with all and singular the rights and appurtenances thereto in any way belonging, to have and to hold it to Grantee and Grantee's heirs, successors, and assigns forever. Grantor binds {grantor and Grantor's heirs and successors to warrant and forever defend all and singular the Property to Grantee and Grantee's heirs, successors, and assigns against every, person whomsoever lawfully claiming or to claim the same or any part thereof when the claim is by, through, or under Grantor but not otherwise, except as to the reservations from Conveyance and the Exceptions to Conveyance and Warranty. Whets the context requires, singular nouns and pronouns include the}Aural.. Under Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10"' anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this deed/easement/named instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Page 5 of 10 GRANTOR: FREDER.IX FLORM,INDIDIDUALLY AND AS TRUSTEE Sy: Iirederilc Floren Individually ands a rustee attorl ey-in--fact acting by and through my 9 martin W. Sahelling GRANTEE: City of tort Worth Jesus J Chapa,Assistant . onager APPROVED AS To FORM AND LF-GAUTY Jessica Bangs g*Asristant��,i AttorneY ACKIGWUNCAMNT STATr'. OF TES rnumTy or, 1pur ,�.. )3EPORE ME, the undersigned authority, a Notary public in and for the State of Texas, on this day personally appeared Martin W. Schelling acting as agent and attorney-in-fact fact for Frederik rloren, known to me to be: the same PP-rsan whose name is. subscribed to the foregoing dims dent, and tacknowlherein edged to meathat the same was executed for the Puma in the capacity therein stated. GrM TjNDER My I'W Am spAL or orinrZ, this V4— day o-f ` �r 2016. LISA 0 GARTH -- Notary Public,Biala of Texas r" My Commission Expires Notaxy Publ3.c, State a 'Texas 'r�np 08-22.2018 5 Page 6 of 10 GRANTOR- r,REDERX FLORFN,INDIDIDU ALLY AND AS TRUSTEE By: Frederik Floren_ individually and as Trustee E acting by and through my agent and attorney-in.-fact Martin W. Schel.ling GRANTEE: City of Fort Worth Jesus J Chapa,Assistant , Y anager APPROVED AS TO FORM AND LEGALITY Jessica Sangs g, As istant i y Attorney ACKNOWLEDGEMENT STATE OF TEXAS C]OUNTY or, BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally apE .-xed Martin W. Schelling acting as agent and attorney-in-fact for Fredcj.ik F oren., known to me to be the same person whose name is subscribed to the foregoing instrunentr and acknowledged to me that the same was executed for the purposes and consideration therein expresssed an in the capacity therein stated_ GIVEN UNDER MY HAND AND SEAT, Or OFFICE, this -- day of , 2016, Notary Publicf State of Texas S Rage 7 of 10 ACKNOWLEDGEMENT STATE, OF TEXAS § COUNTY OF TARRANT § BEFORE , the undersigned authority, a Notary Public in and far' tb Irate of Texas, on this day personally a p�aced Frederik Flown, Individually and as .1 ee known to me to be the same person whose nam rbscilbed to the foregoing i hst�r ent, and acknowledged to me that the same was the executed 1t urposes at nsideration therein expressed and in the capacity therein stated. GIVEN UNDER AND AND SEAL OF O — - this day of 2d - Notary Public in and for tIhe State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Jesus J Chapa, Assistant City Manager of tlhe City of Fort Worth, known to the to be the same person whose name is subscribed to the foregoing I and acknowledged to me that tlhe same was the act of the City of k'ort Worth and that he/she executed the saute as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER.MY HAND AND SEAL OF OFFICE this +��day of 1Yoiary Public in and for the St a of Texas y,irnrPyo LINDA M HIRRtINGER q 2 Nalaty Public.Stole of Texas r r� Comm ExPres 02-02.201 S Nolary ID 12414474•6 6 Page S of 10 EXHIBYT"A" ,iPARC EL J►6. 6 Being a tract of land situated in the J. Chlrino survey,Abstract No.265 and the R-F.Alien Survey, Abstract No.29,City of Fort Worth,Tarrant County,Texas,and being a portion of that certain tract of land described in a deed to Frederik Floren,Trustee,as recorded in Volume 14912, Page 16, Deed Records,Tarrant County,Texas, and being more particularly described by metes and bounds as follows; BEGINNING at a 5/8 inch iron rod found for the southeast corner of said Floren tract,also being the northeast corner of North Oak Addition,Block.2 as recorded In Volume 388-92,Slide 22,Plat Records, Tarrant County,Texas and being in the existing westerly line of Katy Road(an undedicated public road); "THENCE North 89158'23"West,along the south line of said Floren tract and the north line of sold Block 2,3.73 feet to a 5/8 Inch Iron rod with cap stamped "SHIELD ENGINEERING"set at the beginning of a non-tangent curve to the left and being In the proposed westerly right-of-way line of Katy Road; THENCE 234.22 feet along said arc leaving said south line of the Floren tract and leaving said north line of Block 2 and along said proposed westerly right-of-way line,through a delta angle of 60°59154",whose radius is 220.00 feet,the long chord of which bears North 25°15'22"West, 223.31 feet to a 5/8 Inch iron rod with cap stamped"SHIELD ENGINEERING"set at the beginning of a reverse curve to the right; THENCE 196.53 feet along said arc and continuing along sold proposed westerly right-of-way line through a delta angle of 40012'57",whose radius Is 290,00 feet,the long chord of which bears North ! 35*38150"West, 192.52 feet to a 5/8 Inch iron rod with cap stamped"SHIELD ENGINEERING"set at the end of said curve; THENCE North 15°32'22"West,continuing along said proposed westerly right-of-way line, 17.89 feet to a 5/8 inch iron rod with cap stamped'SHIELD ENGINEERING"set in the north line of said Floren tract, also being in the south line of a tract of land described In a deed to Katy Road 29 AC,Ltd,, recorded in Instrument No.D204310345,Deed Records,Tarrant County,Texas; THENCE North 89°19'01"East,along said north line of the Floren tract and along said south line of the Katy Road 29 AC tract,62.08 feet to a 5/8 Inch iron rod stamped "SHIELD ENGINEERING"set In the proposed easterly right-of-way line of Katy Road; THENCE South 15"32'22" East,leaving said north line of the Floren tract and leaving said south line of the Katy Road 29 AC tract and along said proposed easterly right-of-way line,1.98 feet to a 5/8 inch iron rod with cap stamped"SHIELD ENGINEERING"set at the beginning of a curve to the left; WHENCE 154.42 feet along said arc and continuing along said proposed easterly right-of-way line, through a delta angle of 40"12'57",whose radius is 220,00 feet,the long chord of which bears South 35138150" East, 151,27 feet to a 5/8 inch Iron rod with cap stamped"SHIELD ENGINEERING"set at the beginning of a reverse curve to the right; THENCE 123.32 feet along said arc and continuing along said proposed easterly right-of-way line, through a delta angle of 2561410211,whose radius is 280,00 feet,the long chord of which bears South 43°08'19" East,12.2.32 feet to a 5/8 inch Iron rod with cap stamped"SHIELD ENGINEERING"set at the Page 9of10 beginning of a non-tangent curve to the left and being In the east line of said Floren tract and the aforementioned existing westeriy line of Katy Road; THENCE 163.39 feet along said arc and along said common east line of the Floren tract and said westerly line of Katy Road,through a delta angle of 04°38'05",whose radius Is 2019.86 feet, the long chord of which bears South 06027'58"West, 163.35 feet to.the POINT 9F MANNING and containing 20,749 square feet or 0.476 acres of land,more or less. OF �. SUM Page .i 0 of 10 FXHIB[T I F F1 PARCMI,,.No.b 1 KATY ROAD 29 AC, LTD CHRISTS HAVEN FOR TIMBERLAND INSTRUMENT NO CHILDREN (TRACT 1) CA0 ,SLIDE 12630, t�AT+ � D204310345, UR.T.CT VOL 8015, PO. 683, D.RSC.T. C //2'KUN 1 t (a p [ f140.FgiF1i0 {� U re . L3 coM 'O f +roA'E'wlib Iis� Y 1: .� C' ti$0-p UIR:io q�t¢CR�W,CQRIIIPL t/1`N14N C a• l: _ to 8. N $919'OT" E 269.46' R6v rou10 z LAB li ixrw 62-Da' + �rry o L2 Rolf WA01 DELTA Q° 40'12 57" ARC = 154.42 R - 220,0( o LC e S 35'3B`50 E, d r, n 4b 151.27' per; DELTA 40'12'57" V.4Q x� o A ARC = 196-53' R m 2BOA0' &�Q�,,0'I "'1S(i'/r ROW'WAIC£R LC . N 35.38'DO' W. .n 91-'�9 .; 192 52 Cj,� ,A p' DELTA 25 T 4'D2` f/ Q ARC m 123.32' 0��rj'90 R 280.110' Rp1Y'it,33ttEA �6,�0,� LC n S 43'08'18' E. 122,32' cr1 FREDERIK FT:OREN, TRUSTEE C'� vO1 14912. PO 16, D R-T.C-Ti now WAwa LINE BEARING DISTANCE N Lt N B 151 2-�-3 1V 373, DELTA 60'59 5d" L2 N 15'32 22' W t7 89 ARC w 234,22 05 153 22 1 - 1.90 R n 220.00' kr LC N 2V15'22" W. + 223 3t' O 4 100 200 DELTA Da 38'05" } r ARC = 163,39' W ` R . 2019.86' Q LC m S 06'27158' W, now wmm 163.35' 1.1 5/4'Alm "D roWID NORTH OAK O NORTH OAK ADDITION LOT 12-R, BLLOCKK 2 POINT OF ?. LOT 13-R, BLOCK 2 BEGINNING-� vOL. 3aa--02, SLIDE 22. VOL 39P R T, SLIDE 22, P.R.T-C T. I City of Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76tO2 NOTESi mm TEXI[ABITSHOWINOA . # ✓ I LEOAL DESCRelioN OF EVEN DATE ACC4hIPmES THIS PLAT- R1C11tT-OF-IYAYACQUf$1T10N r� 2.ROW MARKERS ALONG PROPOSED RIGHT-or-wY ARE 5/8'I11014 OUT'OFACALLED RODS WR11 OAP STAMPED 'SHIELO FNCINEERING-SET LINU35 164.486 ACRE TRACT OF LAND '��OF � vTHMMSE NOTED. '`4` tisr. .�, 3, BEARINGS REFERENCE!) TO THE TIBIAS STATE'PLANE COONM(IATE SITUATEDfNTHI �, G ¢,� SYSTEM.NORTH CENTRAL ZONE.NAD 'D3 ALL 01STANCES ARE J, CHTRINA SURVEY, ARSTRACT W 265 . _ SURFACE DISTAN0E9. ANDTHE ItiS13ESttW. BRYAN 4 CM . CONTROL MONUMENT. R_F. ALLEN SURVEY,ABSTRACT No, 29 ' $ ' ' AS RECORDED os1ZPQE I n1aD Rrcnn1 7 A PROJECT; TIMBERLAND BOULEVARD I CITY PROJECT No: 02286 ACQUISITION AREAS 20,749 SQUARE FEET OR 0.476 ACRES OF LAND. MORE OR LESS DATE,. 02/09/2015 ROBERT W' BRYAN REGISTERED PROFESSIONAL LAND DRAWING: 13043011,,,PARM--6-dwg DRAWN 6 JCW CHECKED BY,' RWB SURMOR No. 550E SHIELD ENGINEERING GROUP, FL LC C • FO SOX 4706313 FORT WORTH, TEXAS 76147 • (817) 810-0695 • TOPE F-M39 4 TSPLS 10193600■ 2015 1 G�L F VF V b217127607 6161201712:10 PM PGS 9 Fee: $48.00 Submitter. SIMPLIFILE Electro n Iy r6fl f fMftWNaWK6fe r sA' � �t V uise Garcia REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING]R A WN FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN#02288, Timberland Blvd& Park Vista Blvd Project Parcel#7 Part I & 2 12641 Katy Rd. Tract 12,Abstract 265,Jose Chirino Survey THE STATE OF TEXAS FLAMO # ; i i =� FtN GIF COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Katy Road 29 AC, LTD., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right-of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not Iimited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of--way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the saute or any part thereof. f SIGNATURES APPEAR ON THE FOLLOWING PAGE] PdiaHT-off'-WAY P.AS1Oh1T Etev.0611512016 ORT WO T , r � HERETO WITNESS MY HAND this the q-�— day of GRANTOR(S): Katy Road 29 AC, ETD. a Texas limited partner hi By: Katy Road',! A , P, no. a Texas corpora s General Partner By: Markl�fejioweR,Vice President GRANTEE; City of Fort Worth B (Signature):y (Print Name e-v Title• G l"e,, APPROVED AS T F RM AND LEGALITY (Signature) VLv (Print Nan "V�9,""Cl At! THE STATE OF OKLAHOMA § COUNTY OF CANADIAN § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary public in and for the State of Oklahoma, on this day personally appeared .i. . �4��,� .I , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of i4-�n adt and that he/shy; executed the same as the act of said (Za Ez,,s�( a.� A,Lf4 , the purp ses and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAT,OF OFFICE this day of c 20_0. �b � #015002701 3 2 Notary Public in and for theState of Tex= �l�tA,Lticvn.dv RIORT-OF-WAY EASEMENT Rev.W1512016 FORS H, ACKNOWLEDGEMENT STATE OF TEXAS � COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Not ry Public in a d for the State of Texas, on this (&"day personally appeared -e j - , . of the City of Fort Worth, known to me t6 be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. �, GIVEN UNDER MY HAND AND SEAT~OF OFFICE this 31a' day of 20 1 {. i N tary Public in and for the State 09rexas � rPv MARIA 8 SANCHEZ My Cermisston Expires December 19.2017 S err or x*}a RIGHT-OF-WAY EASEMENT Rev.06l15/2016 FoRT WoRTfL PAR CUL No. 7,Part i. 801fig P Vat*of land Situatidd in the J.Chielho:purvey,Abstract Nb.265 and tho)j. RWft,!;SUrvoy, Abstract N6,13.05,City iif Fort Worth,TarrWnt County,Te3M%4hd bising a portion Of thbt-tertkin fact of land described in a deAd t6K4tY RPadR9AC,Ltd.-,ogrocordedinln�ttutnen� o,t)M4310345, lydRetards,Tarfant C.6uhty,T&.9,on.d.h ing more jmrticulArly d�sprlbed by rnqfn§and b6q.nds-';K5 follow , 6Ed1Mi4IAi1P,at.*1/1-inch Jfqrj rod'vndfgr thecorriffi c on southwest bmenrof sWd OR y 0 t ' fo 0 d 29 AC tract aril afi[river i?II currier of t17a1 certain e_�pribe ina deed to Fredg- lk Flo1oft,TrUffAe as r .4t(5f land d rqcc3rdpxd in VdIMrMe 14912,.Pago-10 Dead 11040rds of Tarfa.nt,Q'uritV,Texas; i HENC£North QO'(}1'1�"Ext,Mang theorririloh west[irie of'sald Katy R�ac129 AC tract aQd an east e of TfftOrl�ind Boulevard(11(y ffgR-uf-why}qed p "6134 M A, In thb PlAbMiMbdrIarid Mi rocgrotd i.17 S11d'OA26j$,Plat ReOrdt of Tarrant COUMV,Td s,and c ritinving h t tal distance of 1.29-05 foet to a _41 . 0 Ce 5/8 160 Iron rod WRh'cap!kOrnPM"5HlELD ENGINEERING".set ' the bQ11finifig afi h- g. t turV6 Of of �b . tan on to the ri&bt and being zitthebdrnm6h ftrthejtt'Mrh6i'of said eXistlrjgTiinl qrla.nd Bdult%(&O 110-foot right Of-waY-and this most 6qst'erly southeast corner pf l.Ot�.J.n B100 19 ih Bald T-Ifq.40flAnd; THENCE j13,89 feet.a['ong said are Leaving said west line of-the Katy Aaad 29 Attrad and along the proposed northerly right of-way line-of sald'TimberUrid Boulevard(D variable width rfght-of-way)j through.,a delta angle Hof- 27'29",whose radius Is 101:OO'feet,-the long.c.hard of which beers North 82PO5l14# East,312.31 feet to.a 518 Inch Iron rod with cap-stamped 1.$,HWL0 tNG-INEMNG"set; THENCE$duth 89*41`02"last,;Ohfin.uIng along said propos a 5/8 inch Iron rod with cap sta m pod"SHIUD ENGINEERING"set and being..in a non-tangent curve to thd 14-A in the westerly line of that certain tract of land described-to Tarrant County,Texas by-lnkruri ent riKorded in Cbunty Cleric's fttrment Number D20924454.2,Deed Records,Tarrant County,Texas; t-6f-way 1146 a hd,alorg thi! Westerly Ohio of said T*rta'nt C-qQnty tradtthrough a delta angle of 63010'�6",Whi#p rd lu$is 65.00 ke thq long chotd of which be&t 56uth 48*29'28"West,68.22 feet to an altifnIn4rh rhpfiuiheht found for a point of in said W efly Il TIAt'NU So.i)th 16R5611.911 west, cohtiriulng Olqng'saldm�swly Me,3JO few to-On alurrrinurn Monument found for the southwest corner of said Tarrant tbuhty tract And bWng.lh the cq-mm ' s6w arly' on llrt'�of said Katy Road 29 ACtract and the-northerly IIn6 of"Tract:r as described t§6ritt's Haven fdrthildrLan by instrument recorded in Volume 8015-,Page 663,Deed_j bcords OfT*Yurit C6unty,Texas; THENCE North 88'39'1.5"West,along said commcrn southerly and-northerly liriq,.40.40 feet to an inner ell corner of said Katy Road 29 AC tract and the northwest corner of said"Tract I THENCE SbAb 05"32'56,"West,-alan&an easterly line of said Kitty Read 7-9 ACtract-and the Westerly line of said"Tract V,82.63 feet to a-5/8 inch Iron rod with cap stamped"SHI EW ENGINEERING"setat-the begin ntOg bf'a fibn-Mngent curve-to the right and being in the proposed southerly right-of-way line of Ofo6L-t id;tIbhed'rlfnberland Boulevard; THEN&1.34 feet along said arc and continu[ng along sold proposed southerly right-of way line,through a delta angle of 0V17'08", whose radius Is 327.00-feet,the loft chord of which bears North 86`17'43" WIsty 7,34 feet to.a 51A Inch Iron rod with cap staMped "-$..FIFER ENGINEE;RIR&set at the bWgping of a reverse curve to the Ieft; TI&MCE i95.29 feet along said are and canfinutng along said proposed;ol�tli i l right-off way line, throggh o delta angle of 19633'w,whose radius Is 573.00 feet,the long ftrd of uvhii h bear§Saudi WaS'03"West;194.34feet.to a 5{8 inch Iran rod with.cap stamped "SHIELb'ENG-INE FRING"set at the intersection&'sald proposed s tjt Irly right-of:wray line of Nmberland Roulev6W and the prbp65ed eAne,rly right-of wpyUne of rpaiigned Katy Road; THENCE South 15132'22"East,along sold propesed easterly fight-of-way fine dfrealigned Kitty Road, 23.58 feet-to a,918 Inch Iran rocs with cap stamped"5MELD ENGINEERIK'set on the commtin southerly Ung of the aforernentlaned Katy road 29 AC tract end the northerly.11ne bf the oforemi pttgjed Toren THEN[E gbuth W19'01"West,departing said proposed easterly right-of woy line and along said common southerly line of the Katy Road 29 AC tract and tfw northerly tine ofth, F-loren tr9ct,78.72 feet I W the POINT OF StONNING and eontainieg 38,418 sgVafe feet dr 0,882 acrees-#i`lend,mbro or less. .� OF D •RS)39 T W.BRYAN �'� 1i I T1�,SHf:Ri.ANt7 .• � y� CAB.A,,S11W 9Zgg. Kis71 R44.#AC, LTG. „ 6. INS I?I MTiOF-WAY LPT 22, _ TA.4v ]B'27'7F1" 09kRt4 7, PART 2) �ILC?CK'14 ^� R 101,001 -or LG N l3z`g5'T4" � + L1 W I0N..", 1 TARRANT P64J T' IYa`daH iNSTRu1NENi �10_ . Ima' " Auw: P 172v$2ati643, R, f PkthPbMb TIMBERLAND BLVD. � Ld RIGHTtOF•WAYACQUIBITION �, CHF1i5 . HAP F7O$ -91LDF�N T sJ 34,436SQUA4$'fttT'bhD,.SB�ACftrzq „N vaL. I% eio. sty, t� I.Tc.T. K JV41T KOIAD 26 AC. LTD. ' SY� :,mow L} fNSRUM�NT,N0. L`Z �..` .5 Nb1s Yuiwsa t)2oq,}10848,DAT.C•T. .t� Q x, .r of } POINT OFG ,46a. dam $MW RIC FREO�r1C li�7V,7RC�sTEE � R � . � k VM- 1kt , PGi'1c, iRT:C�E; 4 c CLJ B STS AR LEAfG119 FEEZTA ANGLE "ORD" G 1 CHid 0 LENGTH E. ING ":.171STL4N4E. 63T 'IS` S 4t12W28" W"...v922 L1'-- "SIMA1.0 64u3, C.2 7' 7 S ._: (!1'1Z N B6'i "W. 7.34' _ 57i.OQ 1$529 1 19'31 a T; 84'di:03S' W f9!4.3. L' N•Wag,15 3Ckh0' LA S iS32; ' E 23 Bl1' XIQ. I� L5 . I TC ty of.Fort Worth3 1000 T1•IROCKMORTON STREET 1-0R'I WOkTH, TEXAS 701 1 UOAL DE5c KIMN of Wi(4 603t ACOOMFW4 7H0'PLAT Exk?�1T Y101Vl,FEi rl ivaFYK)FSYAY ACQUISftiQ V • �._e€tiFr eu�c�,uaNe%L�}iaaoseo t�+s•—oF—vur;u��/$•k1Cr1 i�4tror�Cr}r, - I"WD9 YS n A"rf�o ^stneLn eNaw�sNNo^'ssr ulvL ss N. 2 .(} 5 ACF T AGfi Jar LAND ' OF�p7i� a. BEM00- Sr"MATEA INTiii 'mod• _ Fp R7 1NE TAf YfAM f^lArIE cC1n?uNaff 1yr po rn t SY 1E M. Nt"I OWRAL TONtr, Wa 83, AU oksTAHClr3 A#� ..�'}'� �w,L rSV .1� f�A f3.; v�J st1AFAc€DISrAP1C .tOBi YII.I3RYAW a_Eu 0mun NalvuhcENT, J^J.RO.89RT5 SURVEY, ABSTRACT No..13C15 TN MUMENTWO,W3I.M45 �1iG'' . PROJECT: TIMOMLAN4 H3AULEVARO MY-PROJECT Nos'Q22a 'I ACOOIA"JbN Aid ' 38.418 tQUM9 FEE(` oR Ik882 ACRfi5 OF LNVD, 1,S k OR'LESS 1)AT .�/OJ/15 RSW, 0!F/24Ji.8 I��B F W_ BRYAN # GJSIERED PROFES510NAL. LAND QRAyAryk3x 13p�4 P1_INFdiCEL-7ay�IgN3par}1,d,wg fJ A4vN BY: JCI+/ H SCF]}Ve. RW�3 1(?vEY4R No. 650 5141EL[1.£NGiN_fEfui�G_.GRb11P Pi1G_r-PO-130�4 47Q.SSB• FORT WQRTF(L TFJfq 7CT147 i (B17)81CJ�89r .�7BPE F-1103$-O T13P± 1Qi9385D,s p241S I I� 1 ' f"".A" PARCEL Na.7;Fart a Being a tract of land situated In'the J.J. Roberts Survey,Abstract No. 1305,City of Fort Wdrth,Tara t GQtrnty,Texas,and[eirtg a portion of that-oeriain tract of land described in a,deed to Katy Road 29 AC, Ltd.,as recorder!In Instrument No.1)20431,0345,Deed Records,Tarrant County,Texas,and being more particularly described by metes and bounds as f0flows: COMMENGItiS at a V2=inch iron rndfound forthe common southwest earner of said Kati Road 29AAC tract and an inner ell canner of that certain-tract of land described In a deed to Frederik Flofen,Trustde as recorded in Volume.14912, Page 16, Deed Records of-Tarrant County,Texas; THBIVCE North 00"0.1'17"Last,alormg the corrmmon west line of said Katy Road 29 AC tract bno an East line.of said Floren tract,a distance 0f 129.05 feet-to a 5/8 inch Iran red with cap stamped"SHIELD ENiG NEERING"set.at the beginning of a-non=tangent curve to the right:, THENCE 313.39 feet along safd arc, leaving said west line bf'thd Katy Road 29 ACVact, band afvngthd prQpasad northerly right-of-way line of said'Tirnlae.rland Boulevard(a variable width right­of wayb through a delta angle of'16'27'29",whose rrodfus! 1091.00 feet,Thd lo>it-Fh rd of which bears Norjli ! 82"05'14"East,3U,31fee'tto a$18 InO inen rod with cap stamped 05HIELO EN.CINEERINW set; THENCE South 89"41'02"East,dontiriuing along said proposed northerly right-c6way line,64.38 feet to the beginning of a Aon.tangent curve to the right end also being In the northerly fine of that certain tract cif land c-nveyed to Yetrant County,Texas by ins^trr moptreorded in Instrument Number-0209244-542, Deed Records of Tarrant County,Texas,. THENCE 16.34 feet along said are and along the northerly line of said Tarrant.Countytract,through a .delta tingle of 14'24'25",whose radius is 65.00 feet,the long chord of which bears North 97"20'49"East, m6 a feet to a 5/S Inch iron rod with cap stamped "SHIELD ENGINEERING'set the end of said curve for the POINT-OF BEG1NN0VG;. 'THENCE 83.18 feet alQrfg said Ate,through a delta onglO of 02024'Z5",Whose radius is 1930.08 feet the i long chord of which bears North 22°39'54"East,R347 feet to.a 5/8 inch iron rod-with yap stamped j "SHIELD E-NGINEERING"set at the end of said curve; ' k THENCE south 66'07'54"East,20.00 feet to a 5/8[nch-IrOn 66d With cap stamped"SHIELD ENGINEERING"seat Iri a non-tangent curve tip the feat and being in the westerly right-of-way Il'ne ofTeicas and Paclt[;Raflway Company(nQw klnIph Pacific Railrotid), 7HENC, '7'7,86 feet alorig AW4 Orc and along said Texas and Pacific Westerly right-of-way line,through delta angie-of 02'•16'W.,Whose radius Is 1960.08 feet,the long chord of which fears South 22644'49" West,77- M feet to a 5/8[rich irpn rdd with cap&tamped"SHIELD ENGINEPRIN(jn set attire_ northeast corner of the afutefhehtfoned Tarrant CQurity tract; ' I f f� I '1 FJENCE North 8agE42"West,leaving said'"exas and Pacific weaerly right-of-way[Ind and aldng the northerly line of said Tarrant County traat,,14-.87 feet to an aluminum monument found for the poirif of oprvaturQ of a tangent eurve.to the left; THE[ C1r 5.64 feet along said arc and-wntlnuingalongsaid northerly lime,through'a delta.angle of f W58114",whose radius Is-6$.0b feet,the lcang.chord'ofwhlch bears North 82"VS,2"West,5.64 feet to the PQINY.OF 8EdINNIIuG and cantraining 1,6GS square feet or 0.037 acres of land,more or Was tlp •fto F r EXHIBIT f 1B F p Aft(P XO-Z PO M-2 KATY, ANUO. MOW A.C.T. -Y 4% PAc')keFD TIM13i=RLANfj 13LW "t T 'R T IGH -'OF�.WAYACOLASft P$0VARE PEE T OR 0..0�7 ACRES DF.LTA - 0212*5� CAD. A; SUD5 12 a. OAIt %C 7,43,18' Le se El KA7UROAd Lb; POINT OF FWAINISM— AI IIFLTA 102-4W au K IR DELTA 021515e 0ELTA - lW:Z7r24" -b 20 1 44- A T7.80, RC T7.8 ARC - al3.39.1 1,6.3,te R - 1091.00' R - I P".po'. LG -'S 2t 4Y 4V' W, W _ tf 0"05' 14- --------—1 . .7.136, StRz- l' S SW 4 J' OV p e4,4 -N & TAARW-JCQ R"mqwm JN9M LOT 2J b,M4454?. DAMMT. PROPQ30 OEM- -lif '14- k, Ac - -(JF—WAY FMf m = 05.100, (OAfttr- 7, PAet-1) W, LQ A� N 57 57' 52 t4 'S HAVEN F0 r% HmREN � 1;1 - HATY TrT 1) 0 ) MTY RPAD VOL- m ft WLT.0.. Z N 010 =4303 CLI e'ercu . I , . . Is B9,10101" w -POINT OF 269-46' moo P?Ujlq b WT-.IIE W11-1 TFtUpTZF- 4? TK Z49 6, IY.R,T C T 0 or. t' lig fef-v City of Fort Worth iocb Twfict"ATON Tmer FORT M16M. MAS 7W 1.MQAl bESbUFMbN QP kVN 0ATE:A0C((#F'Aj]0 THIS FW. kt.4WM ALM49 PROPOSEDI fdOff-- RI=4W-!VAll AMISTV09 -0-14�.Y'AU Pja'004 OTNWAPALLIED Or R dkk'ST-kb 'MkV-EN*&9lW Star UNUM 0 29.005 ACR,E TRACT OF LAND ,3.pWoqs REFmE:ygp.19 ME MA,5.srArr.I:W ppft NxW =fp47MHgrM AM D=KE%A,t J.CHTRTNO SURVEY,ABSTRACT No, 265 W*WW ' AND TIM JJ-ROSERTS;SURVEY ABSTRA6T Ng- 13 W D431OW .0Dp=.lARk&wc0uKTvmXAs PANIOT' TIMWLANQ BOULEVARD jCITY PROJEOT Na 02M ACOWSMON AREA 1,608 So FEU 09 0,aSl'A*-- df-WLD WOR�. _UAR ki� )N: ORYAN DRAWIRP'.. 1304kl4A-Rb 7ifa DAM, 00/18/14 PhOPQ§SIONAL LAND EL-.; rsloq�pprlj^g 04JOHWO BY. RO suRvF-Yon N.. s�64 .— f bAAW Py- AlAO I SHIELD ENGINEERNO p 3- 1'90$ 76.1.47 io (M7). 01"699 6 TEL E F IVESG ■ uau,a i v1 r D21712760B 6161201712:10 PM PGS 7 Fee: $40.00 Submitter: SIMPLIFILE Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia CPN# 02288,Timberland Blvd &Park Vista Blvd Project Parcel#7E2 12641 Katy Rd. Tract 12, Abstract 265, Jose Chirino Survey CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE.: February 9, 2017 GRANTOR: Katy Road 29 AC, LTD. �� -kc > ,; . GRANTOR'S FAILING ADDRESS (including County): 82 W. ARMSTRONG DR. MUSTANG, CANADIAN COUNTY, OK 73064 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (kelu ing County): ° 'Ot' -rC x 4 5 Ste-Iff,� FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a 0,0169 tract of land situated in the J. Chirino Survey, Abstract No. 265 and the J. Roberts Survey, Abstract No. 1305, City of Fork Worth, Tarrant County, Texas and being a portion of that certain tract of land described in a deed to Katy Road 29 AC, Ltd., as recorded in Instrument No. D204310345, peed Records, Tarrant County, Texas, and being more particularly described in exhibit"A» and "B» Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A7, and ingress and egress over Grantor's property to the easement as shown on Exhibit "B" It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of constructing improvements on Timberland Blvd. and Park Vista Blvd. Project. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease, Teeaporary Construction Easement %115MI6 ��7 (7RT rT0m. TO HAVE AND TO HOLD the above described Easement property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary CansMQtion Fmmont 06115JZU16 FORT WORTH. �.`11 . GRANTOR; Katy Road 29 AC, LTD. a Texas limited Part ip By. Katy Road VIC a Texas c rpn, General Partner MaOcbowell, Vice President GRANTEE: City of Fort Worth By 5a,"— (Print Name C**4 APPROVED AST ORM AND LEGALITY (Signature) (Print Name) Jewca Wig.ftilwDoftvy ACKNOWLEDGEMENT STATE OF OKLAHOMA § COUNTY OF CANADIAN § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Oklahoma, on this day personally appeared YV1 6 . c e�t { Known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of [C • �Lokd &� , c-.f& . and that he/she executed the same as the act of said _. A-,- ;C- _ for the purposes and consideration therein expressed nd in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this C! day of ,1%ilNu,rflh A r^�, a� ' �tn�gECP.Q3.123119f¢A " va�ti#1mono, - - L Notary Public in and foy the S e of T4wae ° � Temporary Construction Easement 06115MI6 FQRT�WQRTN,. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a otary public in and for the State of Texas, on this ( day"personally appeared u - F , of the City of Fort Worth, known tom to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of r , 201j Y No ry Public in and for the State Texas MARIA 5 SANCHEZ MY COMMission Expires December 18,2017 Trinpora[y f.'DILs"etlon Easement 06/1512016 ORT�4R'FH. -PARCEL.i1T6. 7E2 Being a.tract ofland situated hi the J.Chidne Survey,Abstract No.265 and the J.Roberts Survey, Abstract No. 1305,City of Fort Worth,farraht County,Texas,and berg a Oiprfion of that certain tract of land described in a deed to Katy Road 29 AC, Ltd.,as recorded in Instrument No.0204310.345., Deed Records,Tarrant County,Texas,anti beming more partfcufariy described by metes and bounds as follows: COMMENCING at a 1/2-Inch iron rod faund forthe-r-ommori sputhwesst corriq of said Katy 110ad 29 AC tram- THENCE North 00901'17" East, along the common west line of said Katy Road 29 AC tract,a distance or 129.05 feet toa5/8.Inch iron rod with-cap sfamped"3HI5LDiNGINEE1tIN 'setat:themosteasterly southeast corner of Lot 2.2,in Block 19 In said Timberland,for the PAINT OF SEGINNING; THENCE North 000O `17"East, along the common west line of said Katy Road 29 AC tract and the east line of said Lot 22; n Block 19 of'rirnberland,.a distance of i5..61 feet to the beginning of a non r angent curve to the right; T14ENCE 313.35 feet along said,arc and leaving aforementioned.common line,through a delta angle of 16413'59",whose radius is 1106.00 feet,the long chpi-d-of which nears North 82*11'.S9" Fast,312.30 feet;. THENCE South 89"41'02- East,50.78 feet; THENCE North 560.17'48" Fast,49.73 feet to a non-tangent carve to the right; THENCE 50.18 feet along said arc,through a delta angle of=6'S4",whDse radius is 1985.08 feet,the .long chord of which bears North 2.3°26'03" East,-50.18'Feed to the end of said curie; THENCE:South W5 29" East,25.00'feet to anon-tangent curve to the left and being In the westerly right-of-way line of Texas and Pacific Railway Company(npw Uh!Orh Pack Railroad),as recorded in Volume 62,rage 353,and Volume 65,Pag'417,Deed Records,.']'arfant County,Texas; THENCE 9.92 feet along said art and along said Texas and Pacific westerly right-of-way line,through a delta angle of 00117124;0,whose radius is 1960 feet,the long chord of wh1rh hears South 24'00'48" Wemt;SM feetto a 5/8 inch!ran rod with capstamped"'SWELD�E.NOMFNJNI�"-set in'the proposed northerly right-of-way line ofTlrnberland Boulevard(a variable width right-of-way); THENCE North 66'07'54"West,leaving said Texas and pacific westerly right-of-way line, 20;00 feet to a 5/8.Inch iron rod with cap stamped"SHIELD ENGINEERING"set in the proposed northerly rfght�of way line of Timberland Boulevard(a variable width right-of way)and also being the paint pf curvature of a noel-tangent curve to the left; THENCE 83.18-feet along said arc,through a delta angle of DZ'24'25""whose radius Is 1980.08 fb-et,the long chord of which bears 5outh.22°39'54"West,83-17 feetto�a S/8 inch iron rod with cap gtarnped "5HJELD ENGINEERING"set in the proposer) northerly right-of-way line of Timberiand:Boulevard (a variable width right of7w-ay)for a°p.oInt of curvature of a non-tangent curare to the-left and being in the northerly lime of that certain tract of land conveyed to Tarrant County,Texas by instrument recorded in instrument number DZ09244542,Deed Records of Tarrant County,Texas; THENCE 16-34 feet along said arc and:continuing.along said northerly line,through a delta angle of 14*2.4'25"1 who radius is 65-.00 feetrthe long chord of which beers South;87°2c'49"-West, 16.30-Feet to a.5/8 inch iron rod with cap stamped"SHIELD ENGINEERING"set In the proposed northerly right-of- way fimf of Timberla6d Boulevard(a variable width.right-of-way); THENCE North 89°41102"V41 A,along sald pkppused northerly-right-o;way line;64.33 feet to a 5 8 inch Iron read with cap starnped "SHIELD E INGINEERiNC7"set at the beginhing off-a ta-ngent curve-to the left, THENCE 313.39 feet along said arc and aping said proposed northerly right-of war line,through ar delta angle of 3;6tl'29",whose radius is 109j.Q0 feet,the long chord of which bears South 82905"l4"West, 312.31 feet to the POINT Of BEGINNING and cnntafnirFg 6,947 square feet or*0,159 of an acre of land, mare or less. OF -TiDEOT W,L9 AN V" .[ .r FIB f tt PAR{:`iG'LMo.7E2 _ i U i+ Q Q w .e Ar ARC- 50.18' TIa1SL4LAND ,. Fr'- 5985"DW A.SLIDE 128 W - N 2:i' 25' 03" E. .. 1[ATYHR 7 RC; LTD. �DElTA Lr]7'24- a2 fi iSl;w.pales. wY R svxas 19 N 58 1 Y i8"6 •€�s is.1�5s` LC-S ti4 t]{I' 48`W.9.E f�tK=3..33a / k-w 01' S7"E 4." .flmoc' 5 tis• #1'Qr 2 N-86'07' 54' w, 2GAp LC - r4 8T 1 ' £_ 54:78' ELTA- 09-24'29' r 5423Q" ARP - UZS8' . 1C -; 3r 59' 94'W 83.17' ,7AIiFL-*rr.C.d11NT1", T'Y 4 , INS-56JUENT'N8. _ Cr3.TA = 1.27722' �'-1.33•.- D209245AQ.q.&.T.C'.T. 16. ,7A i ARC m 31 nR 3.38 34 f — - . L`N F�W11�i _ �G .+A 3+i J/ L,T as #'Q1 IN :-.OF I?,��it�9 is Iz- a5A01 ..- . narl BEGINNING 31�1` Lc =s� �' a;�-w., 2/2,s aaa cxa PROPOSED TEMPORARY= t ate' - " CONSTRUCTION EASEMENT AfLt S VAVE4 FQR -m B,94x SQUARE FEET OFF 0.'159 ACRES, as RF {:laa, t?.:. - - - 510L. SQ1 ,-Pq. co, q..li.T;C.T_ ^'ti w hCN 44� L P K �`� Nm!abd6CYt INsLFTLt>wffrlT NC}, 0., tu}7�.z YIN310348, �S,RT:G.T`_ �+ a• cz a; {N MWER cam` 1/2•am s ST19'01'w �ixN �x x' IrA41, POINT OF w.I OF COMMENCING caau�L � _ � �'�, ,;�Y•,�.. ,� rzUCSix ticiMIl.TRUSiez V91..•i�g12. PG, 15. q.I�.L'.C.T. ��, a .'e,. •� .�a rc' :ru s City of Fort Worth 1060 HR#K543Rj-i 7N STREET FdRT W1011111i, TEXAS SF i.Q2 T. LE7Jn GEIFTidN SY. t�4TS LATE 110C0hlRNilT--sT T SAT L;.'l9E'.t£`1T ACQL:75[71D-N .7� R13W MARIMM ALOO PROPOSW PJW-•OF WAY APZ 5/$"IRO:{ •OLSY OFACALLED ''�� or�a9VtSr 't(pTep,AM?EC1 'SHlEW �R1 SG" r uNL>D;S 29.005 ACRE TRACT OF LAN1? �����;:S7�q����}, 3, Va R&RMO IM 10 �s TVAS 57VE r'4MMATH M. 61rLi rEni,lTx� Wevm, IOMH MTRAL.ZONp-t*0 'n .44_I.DMTAUMAK 7. CHIRI O SUR AN©TAR6TRACT No. 265 .R�EFiT W. . . . . . 4. can - COWMX MQNLWegT. TT.-ROBERTS SURVEY, ABSTRACT No_ 1305- mwmr`mF-xT 0:lizo-i�tos4s n DhW REC0Ri}%TARRANTC0Lq TT.TEXs- -PROJECT: TtM RtAN0. 90VLFi/AR0 CITY PROJcWr No: i3mit AcaU1srroki Apekt %947 SQUME k-Er QR 0jS9 aF AN AGRF- Mw t7R L,;ss DATE, os/;s F� SERT W. BR.'. REV. 08/02/16 RE M� FLU-SSIG1.� LAND ORA4V?1vC: 93.�43Q]:PAIL-iE .dwg LRAwiV Rk: A£o CHECK£!} EC5 RNB SLIK%AV R Nu- 550I3 SHIED fXG1NF'RINQ GROUP,.i'lL0- • PO.SOX 4706.16 FORT 4'!CIArH,.TtW 75147 o (Si7) SlG-0895 r TWZ F�-1103:i • TEFLS•7A1�89[l s Cgj 2ffT5 Page 1 of 6 D216289018 0121201611:50 AM PGS 5 Fee: $32.00 Submitter:XEROX COKINERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records t NOTICE OF CONFIDENTIALT'I'Y RIGHTS:IF YOU ARE A I1 �ulae'Garcilz REMOVE OR STRUM ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS:YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN#02288,Timberland Blvd&Park Vista Blvd Project Parcel#8 12633 Katy Rd. Tract 4,Abstract 1497,Benjamin Thomas Survey THE STATE OF TES § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Chris Is Haven „for,Children._ Inc., hereinafter referred to as "Grantor", :for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County,Texas,receipt of which is hereby acknowledged, does Grant,Bargain, and. Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A"and "B". Grantor does hereby acknowledge: and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right-of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities"includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Woi h to maintain' and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of--way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances -thereto ih anywise belonging, unto the said City of Fort Worth, its I successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all mud singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every poison whomsoever lawfully claiming or to claim the same or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RI(3IR-01 WAY EASEMENT 1 Rev.MI-512016 Woarh. NOTICE OF CONFIDENTIALITY RIGHTS:IF YOU ARE A NATURAL PERSON,YOU MAY REMOVE OR STRIKE, ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN#02288,Timberland Blvd& Park Vista Blvd Project Parcel#8 12633 Katy Rd. Tract 4,Abstract 1497, Benjamin Thomas Survey THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Christ's Haven for Children, Inc., hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Grant, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to'permit the public to use the Property as a public right-of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to maintain and construct the right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. TO HAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGHT-OF-WAY EASEMENT Rev.06/15/2016 OR'r WbRTH. HERETO WITNESS MY HAND this the 76'J`'t day of 204. GRANTOR(S): Christ's Haven for Children,Inc. GRANTEE: Cit of Fort Worth By(Signature): (Print Nam Title r4 V y APPROVED A5 TO AND L. Al_IT� Y �- (Signature) t' (Print Nam K' ...S6.111_F,Title &a-i( k - THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned a4 h rity a Notary Public in and for the State of Texas, on this day personally appeared - - o , known to me to be the same person whose name is s�bde foregoin instrument and acknowledged#q me that the same was the act of p and that he/she executed the same as the act of said(llr�4�w�ev�-�d-kkca (n.el the p ses and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this :�20 day of 20 ffil0/31t/2020onson Explrae®6A34 N ar blic in and for the State of Texas RIGHT-OF-WAY EASEMENT Rev.0611512016 ORTWORT ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in a d for a Stat of T as, on this day personally appeared S ' _ of the City of Fort Worth, known to me in be the same pe son whose ne nna rye is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated, GIVEN UNDER MY HAND AND SEAS. OF OFFICE this day of 20 I6 Notary Public in and for the State of Texas IdE4 Ulu' Notary pow ID14Y STATE OF:;T AS Cow,W.Mq 10,2016 RIGHT-OF-WAY EASEMENT Rev.06/15/2016 Foe�TH. EXHIBIT e%" PAR C,8L N6. Being tract of land situated In tho R.F.Alien Survey,Abstract No.291 City of Fort'Worth,Tarrant County,Texas,and 1?.e.irig.o pbrtibn 6+"Tract-1' as doscrIbp-d in a deed to Christ's Haven For Children, as recorded in Volume 8.015, Page 563, Deed Records,Tarrant County,Texas, and being.more particUlarly described as follows: COMMENCING ING at a 1/2--!nch 'iron rod found for the most southerly southwest corner of a tract cif land described Ih a deed"to'Katy Rood 29 AC, Ltd, as recorded In Instrument No. D2043.10345, Deed Repj5rds, Tarrant Coijhty,Texat; THENCE North 89`19'0111 East,along a south line of said Katy Road 29 AC tract,269i46 feet to a 1/2-inch iron rod.f0ivM for the most southerly southeast corner of said Katy Road.29 ACJraid; also being in the west line of sold"Tract Vp; THENCE North 05032'56" East,along an easterly line of said Katy Road 2.9 AC tract and along the westerly line ofsaid"Tract V',38.59 feet to a 5/8 inch Iron rod with cap stamped"SHIELD ENGINEERING"set In the proposed southerly right-ofzWay ling of TimbeHahcl BoulN.ard (a variable width rightlof-waiy)for the POINT OF BEGINNING; THENCE North 05032'56" East, leaving said proposed southerly right-of way line and continuing ng along said common easterly line Of Katy Road and along said westerly line of"Tract 1",82.63 feet to a point for corner At the northwest corner of said Tract I and an inner ell corner of said Katy Road 29 AC tract,, THENO South 88*39'15j' East, alqqg a south line of said Katy Road 29 AC tract and along the nortli line of said "Tract 1",51.70 feet to the beginning of a non-tangent curve to the left, also being the northeast corner of said "Tractl" and in the west line of existing Katy Road (a 40-foot right-of-way per Tarrant County Corrimls8ioner's Court Mirlutes Vol. 7, Pg.94); THENCE 85M feetalong said arc, leaving a south line of said Katy Road 29 AC tract and along the common easterly line of said"Tract-V-and said west line of existing Katy Road,through a delta angle of 02025'31)0,whose radlug is 2019.96 feet,the long chord of which bears South 17023'11" West, 85-50 feet to a 5/8 Inch Iron rod with Lcap stamped "SHIE-Ll) ENGINEERING"set at the end of said curve, and being jnthe-aforementioned proposed southerly right-of-7way line of Timberland Boulevard; THENCE North 89*41'02"West, leaving said easterly line of"Tract I"and along said Proposed southerly right-of-way line, 18.47 feet to a 5/8 inch Iron rod with cap stamped"SHIELD ENGINEERING"sot at the beginning of a curve to the right; THENCE 15.67 feet along said arc-and continuing along said proposed southerly right-of-way line, through a delta' angle of:02*44'45",whose radius is 377.00 feet,the 16119 chord of which bears North 88618139"West, 15.67 feet to the POINT OF BEGINNING and containing 3,508,qqare feet or 0.081 acres of land, more or less. MYA� EXHIBIT ?I B If IF PARCEL No 8 WY ROAD 29 AC, VD. INSTRUMENT NO. �l 620010345, D.R.T.C.y. ab TARRANT COUNTY, T�XAS pe V Y INSTRUMEJNV NO. a '0200244S42, II.R Q::-,tj4 .gh v 0e Lo 9" DELTA z 0 r ARC t-86,50' -Z— g Lc P 8 k.- Q." -Z XATY ROAD 29 ACj LTD. Rov?vxt(-ER CHRIST'S HAVEN FOR CHILDREN ' T INSTRUMENT RO. POINT OF' cl L VOLT D20*31630. BEGINNING {TRAC 63, MRJXQJ. a. O FOUND Lm OF 01goptLAL tO"TRN woo routty Z, fR POINIT'Of COMMENCING 0 .0 FREOERK FLOREN, TRUSTEE' VOL 14E�12, 00. 16, O.R.T4J. I lJNF I BEARING DISTANCE 18,47- CURVE RADiU& ARC LENGTH I DELTA ANGLE I CHORD BEARING. CHORD LENGTH 7. 44'Lb-._ I N.8I3!16'Z5V' W1 15.6_ C z ty of F o r t ffrjF7 o r t h 1606 THR06XMORTON STRtET FORT WORTH, TEXAS 76102 I. qEsCRiPTION OF jEVEN DATE ACCQMPANIES THL-a PLAT. r-.XFlIllIT SHOWING A ROW MARktRS ALONG PROPOSER RIG AR IRON RMI'MOF-WAY AC.QTJF3MON SOF,I . RODS Wff}i,�� SMAVED *SKELD-ENGINEMN---'��UNLESS (NIT OF A CAUM OTHERM5E NOTED, 7,585 SQ, FT TRACT OF LAND "ING!;kFM&d9b TO THt TEVS 5TAM PLANE 006ADIMTE SITUATED INI'liE. kBERT W,BRYAN' Ukj�&NORTH '§3. Al- DISTMOES-ARE CENTRAL ZONE, NAD R, F, ALLEN SURVEY, ABSTRACT No. �9 ... . . . . . . .. . 4. dM - CbMIROL MONUMENT. AS 000R0 W- IN VOLUME 8915,PACE 663(TRAcr 1) DEED RE4ZOTWs,TATURANTCOUNTY.TRXA.S mkbf; tIKRtRLANQ. aOU M- ARD' CJTI PROJECT NO; 07298 Y, ACQUISITION ARE4:.3,50 q .8 SQUARE FEET OR 0-081 ACRES OF LAND. MORE LESS . 1pNjE: ()2 R013ERT W. PR ./6.9/15 REV. 64/�O) REGiS1`EfREb PROFESSIONAL* LAND DRAWING: 1304301-PARCEC-8W f3l6h2,dw9 DRAWN BY: JEW-J(Hk0KKD BY: 'RW SURVEYOR No: 55"Q& SHIELD (NdINEOlNq GROLIJP1 P4 i P6 BOX 47006 FORT WORTH, TEXAS 76141 9 (817) 810-0696 .0 TBPE"I:--'11039 0 TBPLS 10193890 0 0 2015 GC-4.02 Subsurface and Physical C®ndliti®ns CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 i' . PACE �IVTE TION 4LY LEQ�T BL NK GEOTECHNICAL ENGINEERING REPORT ■ON■ 1 1 4i TIMBERLAND BOULEVARD AND PARK VISTA BOULEVARD PAVEMENT IMPROVEMENTS FORT WORTH, TEXAS GE®TECHNICAL ENGINEERING REPORT Timberland Boulevard and Park Vista Boulevard Pavement Improvements Fort Worth, Texas Prepared by: Gorrondona &Associates, Inc. Prepared for: MultaTech, Inc. 2821 West 7th St., Suite 400 Fort Worth,Texas 76107 Attention: Mr. Paul Padilla, P.E. November 13, 2014 G&AI Project No. 14-0261 GORRONDONA&AssOCIATES,1Nc.-TExAs ENGINEERING FIRM REGISTRATION No.F-7933 Gorrondona & Associates, Inc. November 13, 2014 Mr. Paul Padilla MultaTech, Inc. 2821 West 7th St., Suite 400 Fort Worth, Texas 76107 Re: GEOTIE;CHNICAL ENGINEERING REPORT Timberland Boulevard and Park Vista Boulevard Pavement Improvements Fort Worth, Texas G&AI Project No. 14-0261 Dear Mr. Padilla: Gorrondona & Associates, Inc. (G&AI) is pleased to submit this Geotechnical Engineering Report for the above-referenced project. This investigation was performed in accordance with our approved contract. We appreciate the opportunity to work with you on this project. Please contact us if you have any questions or require additional services. Respectfully submitted, Lee Gurecky, E.I.T. Project Engineer Vivekananda "Vivek" Chikyala, P.E. Senior Project Engineer 7524 Jack,4ewell Blvd.South u Fort Worth,Texas 76118 . 817.496.1424 ® Fax 817.496.1.768 Gorrondona&Associates, Inc.—Texas Engineering Firm Registration No. F-7933 TABLE OF CONTENTS Page 1.0 Introduction .................................................................................................................... 1 2.0 Field Investigation........................................................................................................... 2 3.0 Laboratory Testing.......................................................................................................... 3 4.0 Site Conditions................................................................................................................ 5 4.1 General........................................................................................................................ 5 4.2 Geology ....................................................................................................................... 5 4.3 Soil............................................... ............................................................................... 4.4 Groundwater............................................................................................................... 8 5.0 Analysis and Recommendations..................................................................................... 8 5.1 Seismic Site Classification ........................................................................................... 8 5.2 Potential Vertical Soil Movements.............................................................................. 9 5.3 Soluble Sulfates........................................................................................................... 9 5.4 Construction Excavations.......................................................................................... 10 5.5 Groundwater Control................................................................................................ 11 5.6 Earthwork.................................................................................................................. 11 5.6.1 Site Preparation ................................................................................................. 11 5.6.2 Proofroll ............................................................................................................. 11 5.6.3 Grading and Drainage ......................................................... .......................... 11 5.6.4 Wet Weather/Soft Subgrade ............................................................................. 12 5.6.5 Fill............................................................................................................ .. 12 5.6.6 Testing................................................................................................................ 13 5.7 Demolition Considerations ....................................................................................... 13 5.8 Loading on Buried Structures.................................................................................... 13 5.9 Retaining Structures.................................................................................................. 14 5.10 Buried Pipe................................................................................................................ 15 5.11 Uncontrolled Fill........................................................................................................ 16 5.12 Existing Pond Backfill.................................................................................. .. 16 5.13 Pavement .................................................................................................................. 16 5.13.1 Design Parameters............................................................................................. 17 5.13.2 Rigid Pavemen g' t .................................................................................................. 18 5.13.3 Flexible Pavement.............................................................................................. 18 5.13.4 Reclaimed Asphalt Pavement ................................................................. .. 18 5.13.5 Temporary Road................................................................................................. 19 5.13.6 Pavement Subgrade Stabilization ...................................................................... 19 6.0 General Comments ....................................................................................................... 20 APPENDICES Appendix A- Project Location Diagrams Appendix B- Boring Location Diagram Appendix C- Boring Logs and Laboratory Results Appendix D -Aerial Photographs Appendix E- USGS Topographic Map Appendix F - Site Photographs Appendix G - Geologic Information Appendix H - Unified Soil Classification System Appendix I — Pavement Design Calculations GEOTECHNICAL, ENGINEERING REPORT Timberland Boulevard and Park Vista Boulevard Pavement Improvements Fort Worth, Texas 1.0 INTRODUCTION Project Location. The project consists of three segments, as follows, located in north Fort Worth, Texas: Segment 1—Timberland Boulevard from Excelsior Lane to Caylor Road; • Segment 2 — Timberland Boulevard from Caylor Road to Park Vista Boulevard and Park Vista Boulevard from Caylor Road to North of Timberland Boulevard; and Segment 3 — Timberland Boulevard from Park Vista Blvd. to US 377 including Katy Road intersection reconstruction. The general location and orientation of the site are provided in Appendix A- Project Location Diagrams. Project Description. The project consist of proposed construction of new and/or replacement pavement along each segment, as well as retaining walls on the south side of Timberland Boulevard due east of Excelsior Lane (Segment 1). This includes widening of a section of Timberland Boulevard from two to four lanes between Excelsior Lane in the west to US-377 in the east. One short section of paving for Timberland Boulevard between Caylor Road and Park Vista Boulevard will be constructed from new (Segment 2). Project Authorization. This geotechnical investigation was authorized by Mr. Paul Padilla, P.E. with MultaTech, Inc. and performed in accordance with the Subcontract Agreement dated September 3, 2014. Purpose and Methodology. The principal purposes of this investigation were to evaluate the general soil conditions at the proposed site and to develop geotechnical engineering design recommendations. To accomplish its intended purposes, the study was conducted in the following phases: (1) drill sample borings to evaluate the soil conditions at the boring locations and to obtain soil samples; (2) conduct laboratory tests on selected samples recovered from the borings to establish the pertinent engineering characteristics of the soils; and (3) perform engineering analyses, using field and laboratory data, to develop design criteria. G&Al Project No. 14-0261 Page 1 Cautionary Statement Regarding Use of this Report. As with any geotechnical engineering report, this report presents technical information and provides detailed technical recommendations for civil and structural engineering design and construction purposes. G&AI, by necessity, has assumed the user of this document possesses the technical acumen to understand and properly utilize information and recommendations provided herein. G&AI strives to be clear in its presentation and, like the user, does not want potentially detrimental misinterpretation or misunderstanding of this report. Therefore, we encourage any user of this report with questions regarding its content to contact G&AI for clarification. Clarification will be provided verbally and/or issued by G&AI in the form of a report addendum, as appropriate. Report Specificity. This report was prepared to meet the specific needs of the client for the specific project identified. Recommendations contained herein should not be applied to any other project at this site by the client or anyone else without the explicit approval of G&AI. 2.0 FIELD INVESTIGATION Subsurface Investigation. The subsurface investigation for this project is summarized below. Boring locations are provided in Appendix B - Boring Location Diagram. Borie_T, Nos. _D th, feet lags Date Drilled Ir, _ B-01 to B-07 15 9/8/2014 Along Segment 2 B-08 to B-11 15 9/25/2014 Along Segment 1 (On Existing Timberland Blvd.) B-12 to B-19 15 9/24/2014 Along Segment 3 (South of Existing Timberland Blvd.) B-20 and B-21 25 9/25/2014 Along Segment 1 (On Existing Timberland Blvd.) Notes: 1. bgs=below ground surface 2. Boring locations provided in Appendix B-Boring Location Diagram were not surveyed and should be considered approximate. Borings were located by recreational hand-held GPS unit. Horizontal accuracy of such units is typically on the order of 20-feet. Boring Logs. Subsurface conditions were defined using the sample borings. Boring logs generated during this study are included in Appendix C- Boring Logs and Laboratory Results. Borings were advanced between sample intervals using continuous flight auger drilling procedures. Cohesive Sol] Sampling. Cohesive soil samples were generally obtained using Shelby tube samplers in general accordance with American Society for Testing and Materials (ASTM) D1587. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the undisturbed soils by the hydraulic pulldown of the drilling rig. The soil G&Al Project No. 14-0261 Page 2 specimens were extruded from the tube in the field, logged, tested for consistency using a hand penetrometer, sealed and packaged to maintain "in situ" moisture content. Consistency of Cohesive Soils. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the undisturbed sample at a constant rate to a depth of 0.25-inch. The results of these tests are tabulated at the respective sample depths on the boring logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Granular Soil Sampling. Granular soil samples were generally obtained using split-barrel sampling procedures in general accordance with ASTM D1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2-inch outside diameter (OD) split barrel sampling spoon driven 18-inches into the ground using a 140-pound (lb) hammer falling freely 30 inches. The number of blows for the last 12-inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance (N-value). The N-values are recorded on the boring logs at the depth of sampling. Samples were sealed and returned to our laboratory for further examination and testing. Texas Cone Penetration (TCP). Texas Cone Penetration (TCP) test was used to assess the apparent in-place strength characteristics of the soil and rock type materials. In the TCP test procedure, a 3-inch outside diameter (OD) steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy). The number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer (whichever occurs first) are recorded on the field logs (reference: TxDOT, Bridge Design Manual). Groundwater Observations. Groundwater observations are shown on the boring logs. Borehole Plugging. Upon completion of the borings, the boreholes were backfilled from the top and plugged at the surface. 3.0 LABORATORY TESTING G&AI performs visual classification and any of a number of laboratory tests, as appropriate, to define pertinent engineering characteristics of the soils encountered. Tests are performed in general accordance with ASTM or other standards and the results included at the respective sample depths on the boring logs or separately tabulated, as appropriate, and included in Appendix C - Boring Logs and Laboratory Results. Laboratory tests and procedures routinely utilized, as appropriate, for geotechnical investigations are tabulated below. G&Af Project No. 14-0261 Page 3 Test Proeetlure 13esrr ipllor! ASTM D421 Standard Practice for Dry Preparation of Soil Samples for Particle-Size Analysis and Determination of Soil Constants ASTM D422 Standard Test Method for Particle-Size Analysis of Soils ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D1140 Standard Test Methods for Amount of Material in Soils Finer than the No.200(75-µm) Sieve ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort ASTM D1883 Standard Test Method for CBR(California Bearing Ratio) of Laboratory-Compacted Soils ASTM D2166 Standard Test Method for Unconfined Compressive Strength of Cohesive Soil ASTM D2216 Standard Test Method for Laboratory Determination of Water(Moisture)Content of Soil and Rock by Mass ASTM D2217 Standard Practice for Wet Preparation of Soil Samples for Particle-Size Analysis and Determination of Soil Constants ASTM D2434 Standard Test Method for Permeability of Granular Soils(Constant Head) ASTM D2435 Standard Test Methods for One-Dimensional Consolidation Properties of Soils Using Incremental Loading ASTM D2487 Standard Classification of Soils for Engineering Purposes(Unified Soil Classification System) ASTM D2488 Standard Practice for Description and Identification of Soils (Visual-Manual Procedure) ASTM D2850 Standard Test Method for Unconsolidated-Undrained Triaxial Compression Test on Cohesive Soil ASTM D2937 Standard Test Method for Density of Soil in Place by the Drive-Cylinder Method ASTM D4220 Standard Practices for Preserving and Transporting Soil Samples ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit and Plasticity Index of Soils ASTM D4546 Standard Test Methods for One--Dimensional Swell or Settlement Potential of Cohesive Soils ASTM D4643 Standard Test Method for Determination of Water(Moisture)Content of Soil by the Microwave Oven Method ASTM D4644 Standard Test Method for Slake Durability of Shales and Similar Weak Rocks ASTM D4647 Standard Test Method for Identification and Classification of Dispersive Clay Soils by the Pinhole Test ASTM D4718 Standard Practice for Correction of Unit Weight and Water Content for Soils Containing Oversize Particles ASTM D4767 Standard Method for Consolidated Undrained Triaxial Compression Test for Cohesive Soils ASTM D4972 Standard Test method for pH of Soils Manufacturer's Soil Strength Determination Using a Torvane Instructions Tex-145-E Determining Sulfate Content in Soils-Calorimetric Method G&AI Project No. 14-0261 Page 4 4.0 SITE CONDITIONS 4.1 General Review of Aerial Photographs. Historical aerial photographs of the site were reviewed for potential past alterations to the site which could impact geotechnical design conditions. Specifically, aerial photographs were reviewed to visually assess obvious areas of significant past fill on site. Aerial photographs were reviewed for the years 2013, 2011, 2008, 2007, 2005, 2003, 2001 and 1995. Reviewed aerial photographs are included in Appendix D - Aerial Photographs. Based on the aerial photographs, the section of Timberland Boulevard between Excelsior Lane and N Caylor Road was constructed since at least 1995. Aerial photographs indicate the section of Timberland Boulevard on the east side of Park Vista Blvd. was constructed sometime between 2007 and 2008. Based on the aerial photographs, the proposed Timberland Blvd. alignment between N Caylor Road and Park Vista Boulevard was undeveloped since at least 1995. Based on the aerial photographs, the proposed Park Vista Boulevard alignment between Caylor Road and Timberland Boulevard was undeveloped since at least 1995. Based on the aerial photographs, several ponds were noted along the alignments. Aerial photographs indicate, with the exception of one pond located on the east side of Timberland Boulevard and N Caylor Road intersection all other ponds were backfilled. Due to the previous construction activities, we would expect some surficial disturbance of site soils. Due to the intermittent nature and relatively low resolution of aerial photographs, as well as our lack of detailed information regarding the past land use of the site, our review should not be interpreted as eliminating the possibility of cuts and/or fills on site which could detrimentally affect future construction. Topography.h_y. A United States Geological Survey (USGS) topographic map of the site is provided in Appendix E - USGS Topographic Map. The map indicates the site slopes gently to the east. Site Photographs. Photographs representative of the site at the time of this investigation are provided in Appendix F - Site Photographs. Photographed conditions are consistent with the aerial photographs and topographic map. 4.2 Geology Geologic Formation. Based on available surface geology maps and our experience, it appears this site is located near the mapped contact with the "Grayson Marl and Main Street Limestone, undivided" and the Woodbine Formation. A geologic atlas and USGS formation descriptions are provided in Appendix G - Geologic Information. Soils within the "Grayson Marl and Main Street Limestone, undivided" can generally be characterized as residual clays overlying limestone and marl. Soils within the Woodbine Formation can generally be characterized as residual sands and clays overlying sandstone and shale. G&AI Project No. 14-0261 Page 5 Geologic Faults. A geologic fault study was beyond the scope of this investigation. 4.3 Soil Stratigraphy. Descriptions of the various strata and their approximate depths and thickness per the Unified Soil Classification System (USCS) are provided on the boring logs included in Appendix C - goring Logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix H - Unified Soil Classification System. A brief summary of the stratigraphy indicated by the borings is provided below. Genera l3 k Subsurface Condiaonsa long spgment t [Borings B-08 to B-11,.B-20 and B-21) Nominal 1)epth, feet bgs (Except as Noted} General Detailed Descripilon of Tap of Bottom of Description Sol]sf Materials Entuontered Layer Layer 0 7-inch to PAVEMENT 0 to 1-inch ASPHALT over 6-to 11-inch BASE. 12-inch 7-inch to 15 and 25 PREDOMINANTLY Stiff to hard SANDY FAT CLAY(CH)/FAT CLAY(CH),stiff to 12-inch CLAYEY SAND hard SANDY LEAN CLAY(CL)/LEAN CLAY WITH SAND(CL)/ AND LEAN TO LEAN CLAY(CL), hard CLAYEY SAND(SC) and dense to very FAT CLAY WITH dense SILTY SAND(SM). SOME SAND EXCEPTION:B-20—Soft SHALE at 23 feet bgs. Note: Boring Termination Depth=15 to 25 feet bgs. Generalized Subsurface Conditions along Si3gment 2 (E3orings [3.01 to 13-07) N4rf�lnal pe�kh, feet bgs (Except 3s Noted) General Delalled Destrlptfon of Top of Bottom of Descrlptloji Soils/Materials Encovntored Layer _ Lari 0 15 LEAN TO Very stiff to hard SANDY FAT CLAY(CH)/FAT CLAY(CH)and stiff FAT CLAY to hard SANDY LEAN CLAY(CL)/LEAN CLAY(CL). EXCEPTION: B-07—SILTY SAND(SM)from 1 to 2 feet bgs. Note: Boring Termination Depth=15 feet bgs. G&AI Project No. 14-0261 Page 6 GeoeralIzed Subsurface Conditions al.ong Segment 3 (Sorinp B-12 to 6-191 Nominal Depth, feet bgs (Except as Noted) General Detailed Description of Tap of f#Ot,tarlw Of De5cripf•inn Soils/Materials Encounterr,6 Layer Layer 0 0 to 5 FILL Hard SANDY LEAN CLAY(CL) FILL/LEAN CLAY WITH SAND LEAN CLAY (CL) FILL. FAT CLAY 0 to 5 13 to 15 CLAYEY SAND AND Stiff to hard SANDY FAT CLAY(CH)/FAT CLAY WITH SAND LEAN TO FAT CLAY (CH)/FAT CLAY(CH),stiff to hard SANDY LEAN CLAY(CL) and hard CLAYEY SAND(SC). 13 to 15 15 WEATHERED Soft WEATHERED LIMESTONE. LIMESTONE Note: Boring Termination Depth= 15 feet bgs. Swell Potential based on Atterberg Limits. Atterberg (plastic and liquid) limits were performed on 30 shallow soil samples obtained at depths between 0- and 10-feet bgs. The plasticity index of the samples was between 13 and 44 with an average of 29 indicating that the soils have a moderate to high potential for shrinking and swelling with changes in soil moisture content. Swell Tests. Swell tests were performed on selected clay soil samples. Swell test details are provided in Appendix C - Boring Logs and Laboratory Results. The results of the tests are summarized below. Swing Avg- A QI: tufe Uguld Plastickty Applied Swell No, Depth Content,w, Lirni1. LL Index, PI Overburden Q. % Stress sl B-01 3 12 47 30 2.6 6.95 B-05 3 20 59 37 2.6 2.19 B-06 5 11 41 25 4.7 2.31 B-08 5 11 44 28 4.7 1.26 B-09 3 11 38 23 2.6 0.48 B-10 1 10 28 14 0.8 0.60 B-12 5 11 51 32 4.7 3.46 B-13 3 12 68 44 2.6 5.29 B-16 5 18 -- -- 4.7 2.00 B-17 3 18 64 42 2.6 3.90 B-20 3 10 51 31 2.6 3.14 B-21 1 14 49 30 0.8 4.91 Soil Chemical Analysis: Soluble sulfate tests (TEX-145-E) were performed for this project and the results are summarized below. G&AI Project No. 14-0261 Page 7 _ Endng No. Depth (nevi, bgs) 50rate Content(pprn) _ 8-01 0-2 427 B-04 0-2 547 B-07 2-4 600 B-08 2-4 740 B-10 2-4 700 B--12 0-2 800 B-15 0-2 700 B-18 4-6 1313 B-19 4-6 1320 4.4 Groundwater Groundwater Levels. The borings were advanced using auger drilling and intermittent sampling methods in order to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. 6oring No, Depth GrauridWater I Ojai 19 Oratlhd ter Dept,after 15 MInutt-s rncauntered{feet, bgs) { el, bps) B--01 to B-21 Not Encountered Not Encountered Long-term Groundwater Monitoring. Long-term monitoring of groundwater conditions via piezometers was not performed during this investigation and was beyond the scope of this study. Long-term monitoring can reveal groundwater levels materially different than those encountered during measurements taken while drilling the borings. Groundwater Fluctuations. Future construction activities may alter the surface and subsurface drainage characteristics of this site. It is difficult to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater level should be expected to fluctuate throughout the years with variations in precipitation. 5.0 ANALYSIS AND RECOMMENDATIONS 5.1 Seismic Site Classification The seismic site classification is based on the 2012 International Building Code (IBC) and is a classification of the site based on the type of soils encountered at the site and their engineering properties. Per Table 20.3-1 of ASCE 7-10, the seismic site classification for this site is D. G&AI Project No. 14-0261 Page 8 5.2 Potential Vertical Soil Movements TxDOT Method Tex-124-E. Potential Vertical Rise (PVR) calculations were performed in general accordance with the Texas Department of Transportation (TxDOT) Method Tex-124- E. The Tex-124-E method is empirical and is based on the Atterberg limits and moisture content of the subsurface soils. The calculated PVR is an empirical estimate of a soil's potential for swell based upon the soil's plasticity index, applied loading (due to structures or overburden), and antecedent moisture condition. The wetter a soil's antecedent moisture condition, the lower its calculated PVR will be for a given plasticity index and load. However, soil with a higher antecedent moisture content will be more susceptible to shrinkage due to drying. Maintaining a consistent moisture content in the soil is the key to minimizing both heave and shrinkage related structural problems. Calculated PVR using TxDOT Method Tex-124-E. The PVR calculated using TxDOT Method Tex-124-E is about 2.5-inches assuming a dry antecedent moisture condition. The calculated PVR is consistent with soil moisture conditions at the time this investigation was conducted. Calculated PVR using Swell Test Results. The PVR based on the swell test results is about 4- to 5-inches. The PVR based on swell test results is dependent on the moisture conditions at the time of testing. Soil Moisture Confirmation Prior to Construction. The calculated PVR can vary considerably with prolonged wet or dry periods. We recommend the moisture content for the upper 10 feet of soils within the paving be assessed for consistency with this report prior to construction if: (1) an extended period of time has elapsed between the performance of this investigation and construction of the pavement, or (2) unusually wet or dry weather is experienced between the performance of this investigation and construction of the pavement. 5.3 Soluble Sulfates Soluble sulfate testing (TEX-145-E) was performed for this project. Based on the results of laboratory testing, the soluble sulfate contents measured on the samples tested is considered relatively low. However, it should be noted that concentrations of soluble sulfates in soil are typically localized and concentrations in other areas of the site could vary significantly. G&AI Project No. 14-0261 Page 9 5.4 Construction Excavations Applicability. Recommendations in this section apply to short-term construction-related excavations for this project. Sloped Excavations. All sloped short-term construction excavations on-site should be designed in accordance with Occupational Safety and Health Administration (OSHA) excavation standards. Borings from this investigation indicated that the soils may be classified per OSHA regulations as Type B from the ground surface to a depth of 10-feet bgs for Segments 2 and 3 and Type C for Segment 1. Short-term construction excavations may be constructed with a maximum slope of 1:1, horizontal to vertical (H:V), to a depth of 10-feet bgs for Type B. Short-term construction excavations may be constructed with a maximum slope of L5:1, horizontal to vertical (H:V), to a depth of 10-feet bgs for Type C. If excavations are to be deeper than 10-feet, we should be contacted to evaluate the excavation. Recommendations provided herein are not valid for any long-term or permanent slopes on-site. Shored Excavations. As an alternative to sloped excavations, vertical short-term construction excavations may be used in conjunction with trench boxes or other shoring systems. Shoring systems should be designed using an equivalent fluid weight of 65 pounds per cubic foot (pcf) above the groundwater table and 95 pcf below the groundwater table. Surcharge pressures at the ground surface due to dead and live loads should be added to the lateral earth pressures where they may occur. Lateral surcharge pressures should be assumed to act as a uniform pressure along the upper 10-feet of the excavation based on a lateral earth coefficient of 0.5. Surcharge loads set back behind the excavation at a horizontal distance equal to or greater than the excavation depth may be ignored. We recommend that no more than 200-feet of unshored excavation should be open at any one time to prevent the possibility of failure and excessive ground movement to occur. We also recommend that unshored excavations do not remain open for a period of time longer than 24-hours. Limitations. Recommendations provided herein assume there are no nearby structures or other improvements which might be detrimentally affected by the construction excavation. Before proceeding, we should be contacted to evaluate construction excavations with the potential to affect nearby structures or other improvements. Excavation Monitorin . Excavations should be monitored to confirm site soil conditions consistent with those encountered in the borings drilled as part of this study. Discrepancies in soil conditions should be brought to the attention of G&AI for review and revision of recommendations, as appropriate. G&AI Project No. 14-0261 Page 10 5.5 Groundwater Control Groundwater was not encountered during the subsurface investigation. If groundwater is encountered during excavation, dewatering to bring the groundwater below the bottom of excavations may be required. Dewatering could consist of standard sump pits and pumping procedures, which may be adequate to control seepage on a local basis during excavation. Supplemental dewatering will be required in areas where standard sump pits and pumping is not effective. Supplemental dewatering could include submersible pumps in slotted casings, well points, or eductors. The contractor should submit a groundwater control plan, prepared by a licensed engineer experienced in that type of work. 5.6 Earthwork 5.6.1 Site Preparation In the area of improvements, all concrete, trees, stumps, brush, debris, septic tanks, abandoned structures, roots, vegetation, rubbish and any other undesirable matter should be removed and properly disposed. All vegetation should be removed and the exposed surface should be scarified to an additional depth of at least 6 inches. It is the intent of these recommendations to provide a loose surface with no features that would tend to prevent uniform compaction by the equipment to be used. 5.6.2 Proofroll Paving subgrades should be proofrolled with a fully loaded tandem axle dump truck or similar pneumatic-tire equipment to locate areas of loose subgrade. In areas to be cut, the proofroll should be performed after the final grade is established. In areas to be filled, the proofroll should be performed prior to fill placement. Areas of loose or soft subgrade encountered in the proofroll should be removed and replaced with engineered fill, moisture conditioned (dried or wetted, as needed) and compacted in place. 5.6.3 Grading and Drainage Every attempt should be made to limit the extreme wetting or drying of the subsurface soils because swelling and shrinkage of these soils will result. Standard construction practices of providing good surface water drainage should be used. A positive slope of the ground away from any foundation should be provided. Ditches or swales should be provided to carry the run-off water both during and after construction. G&AI Project No. 14-0261 Page 11 5.6.4 Wei, Weather/Soft Subgrade Soft and/or wet surface soils may be encountered during construction, especially following periods of wet weather. Wet or soft surface soils can present difficulties for compaction and other construction equipment. If specified compaction cannot be achieved due to soft or wet surface soils, one of the following corrective measures will be required: 1. Removal of the wet and/or soft soil and replacement with select fill, 2. Chemical treatment of the wet and/or soft soil to improve the subgrade stability, or 3. If allowed by the schedule, drying by natural means. Chemical treatment is usually the most effective way to improve soft and/or wet surface soils. G&AI should be contacted for additional recommendations if chemical treatment is planned due to wet and/or soft soils. 5.6.5 Fill General Fill. General fill may be placed within the roadway alignment. General fill should consist of material approved by the Geotechnical Engineer with a liquid limit less than 50. General fill should be placed in loose lifts not exceeding 8-inches and should be uniformly compacted to a minimum of 95 percent maximum dry density (per ASTM D-698) and within ±2 percent of the optimum moisture content. Fill Restrictions. General fill should consist of those materials meeting the requirements stated. General fill should not contain material greater than 4-inches in any direction, debris, vegetation, waste material, environmentally contaminated material, or any other unsuitable material. Unsuitable Materials. Materials considered unsuitable for use as select fill or general fill include low and high plasticity silt (ML and MH), silty clay (CL-ML), organic clay and silt (OH and OL) and highly organic soils such as peat (Pt). These soils may be used for site grading and restoration in unimproved areas as approved by the Geotechnical Engineer. Soil placed in unimproved areas should be placed in loose lifts not exceeding 10-inches and should be compacted to at least 92 percent maximum dry density (per ASTM D-698) and at a moisture content within ±4 percentage points of optimum. Cautionary Note. It is extremely important that fill placed within paving areas be properly characterized using one or more representative proctor samples. The use of a proctor sample which does not adequately represent the fill being placed can lead to erroneous compaction (moisture and density) results which can significantly increase the potential for swelling of the fill. G&AI Project No. 14-0261 Page 12 5.6.6 Testing Required Testing and Inspections: Field compaction and classification tests should be performed by G&AI. Compaction tests should be performed in each lift of the compacted material. For the paving areas, the minimum frequency of testing shall be one test per lift for each 2,500 square feet of lift surface area, with a minimum of 2 tests per lift. Subsequent test locations shall be offset from the test locations in the previous lift. We recommend one test per lift per 150 linear feet of utility backfill, with a minimum of 2 tests per lift. If the materials fail to meet the density or moisture content specified, the course should be reworked as necessary to obtain the specified compaction. Classification confirmation inspection/testing should be performed daily on fill materials (whether on-site or imported) to confirm consistency with the specifications. Liability Limitations: Since proper field inspection and testing are critical to the design recommendations provided herein, G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing is performed by another party. 5.7 Demolition Considerations General: Special care should be taken in the demolition and removal or existing utilities and pavements to minimize disturbance of the subgrade. Excessive disturbance of the subgrade resulting from demolition activities can have serious detrimental effects on planned foundation and paving elements. Existing Utilities: Existing utilities and bedding to be abandoned should be completely removed. Existing utilities and bedding may be abandoned in placed if they do not interfere with planned development. Utilities which are abandoned in place should be properly pressure-grouted to completely fill the utility. Backfill: Excavations resulting from the excavation of existing foundations and utilities should be backfilled in accordance with Section 5.6.5 — Fill. 5.8 Loading on Buried Structures Uplift. Buried water-tight structures are subjected to uplift forces caused by differential water levels adjacent to and within the structure. Soils with any appreciable silt or sand content will likely become saturated during periods of heavy rainfall and the effective static water level will be at the ground surface. For design purposes, we recommend the groundwater level be assumed at the ground surface. Resistance to uplift pressure is provided by soil skin friction and the dead weight of the structure. Skin friction should be G&AI Project No. 14-0261 Page 13 neglected for the upper 3 feet of soil. A skin friction of 200 pounds per square foot (psf) may be used below a depth of 3 feet. Lateral Pressure. Lateral pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 95 pounds per cubic foot (pcf). This includes hydrostatic pressure but does not include surcharge loads. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads located a horizontal distance equal to or greater than the buried structure depth may be ignored. Vertical Pressure. Vertical pressures on buried structures due to soil loading can be determined using an equivalent fluid weight of 125 pcf. This does not include surcharge loads. The vertical load produced by a surcharge may be computed as 100 percent of the vertical surcharge pressure applied as a constant pressure over the full width of the buried structure. 5.9 Retaining Structures Applicability. Recommendations provided in this section are applicable to structures 5-feet or less in height. Retaining structures in excess of 5-feet should be brought to the attention of G&AI for a more detailed assessment. It is imperative that global stability be reviewed by G&AI on any retaining structure in excess of 5-feet in height. Lateral Pressure. Lateral pressures on retaining structures due to soil loading can be determined using an equivalent fluid weight of 65 pounds per cubic foot (pcf) if fill behind the wall is free-draining and above the groundwater table and 95 pcf if fill behind the wall is not free draining or is below the groundwater table. This does not include surcharge loads. This also assumes a horizontal ground surface behind the structure. The lateral load produced by a surcharge may be computed as 50 percent of the vertical surcharge pressure applied as a constant pressure over the full depth of the buried structure. Surcharge loads set back behind the retaining structure at a horizontal distance equal to or greater than the structure height may be ignored. Lateral Resistance. Resistance to lateral loads may be provided by the soil adjacent to the structure. We recommend using an equivalent fluid weight of 100 pcf for lateral resistance (using a Factor of Safety of 3). An allowable coefficient of sliding friction of 0.23 (using a Factor of Safety of 2) between the retaining structure concrete footings and underlying soil may be combined with the passive lateral resistance. Bearing Capacity. Assuming a minimum embedment depth of 24-inches, an allowable bearing capacity of 2,000 psf may be used for retaining structure footings (using a Factor of Safety of 3). G&AI Project No. 14-0261 Page 14 5.10 Buried Pipe Applicability. Recommendations in this section are applicable to the design of buried piping placed by open cut methods associated with this project. Pressure on Buried Pipe. Design recommendations provided in the "Loading on Buried Structures" section of this report apply to buried piping. Thrust Restraints. Resistance to lateral forces at thrust blocks will be developed by friction developed along the base of the thrust block and passive earth pressure acting on the vertical face of the block. We recommend a coefficient of base friction of 0.23 (using a Factor of Safety of 2) along the base of the thrust block. Passive resistance on the vertical face of the thrust block may be calculated using the allowable passive earth pressures presented below. Allowable Passlve Earth Pressure by Material Type _ Mi3kerlal Allowable Passive Pressure{pso Sand 100 x Depth in Feet Native Clay and Clayey Sand 2,000 Compacted Clay Fill 1,500 Note: Passive resistance should be neglected for any portion of the thrust block within 3 feet of the final site grade. The allowable passive resistance for native clays and clayey sand is based on the thrust block bearing directly against vertical, undisturbed cuts in these materials. Bedding and Backfill. Pipe bedding and pipe-zone backfill for the water and sanitary sewer piping should be in accordance with TxDOT standard specification Item 400 or the local equivalent. The pipe-zone consists of all materials surrounding the pipe in the trench from six (6) inches below the pipe to 12 inches above the pipe. Trench Backfill. Excavated site soils will be utilized to backfill the trenches above the pipe-zone. Backfilled soil should be placed in loose lifts not exceeding 8-inches and should be compacted to at least 95 percent maximum dry density (per ASTM D-698) and at a moisture content between optimum and 4 percent above optimum moisture content. Trench Settlement. Settlement of backfill should be anticipated. Even for properly compacted backfill, fills in excess of 8 to 10 feet are still subject to settlements over time of about 1 to 2 percent of the total fill thickness. This level of settlement can be significant for fills beneath streets. Therefore, close coordination and monitoring should be performed to reduce the potential for future movement. G&AI Project No. 14-0261 Page 15 5.11 Uncontrolled Fill Existing fill was observed at various boring locations along Segment 3 (South of Timberland Boulevard) during our subsurface investigation. We do not have any records available during the time of this report regarding the placement of fill (e.g. reports indicating moisture-density controls and lift thickness). If compaction records are not available indicating the fill placed is engineered fill, then it will be necessary to excavate all existing uncontrolled fill from the roadway alignment area and replace it with engineered fill prior to roadway construction. As an alternate, in-place density tests may be performed on the existing fill material to evaluate the compaction characteristics. If the existing fill material meets the specifications provided in Section 5.65 - Fill it is not necessary to excavate the existing fill and replace it with select fill. Our office may be contacted to provide services to evaluate the existing fill. 5.12 Existing Pond Backfill We understand the existing pond located at the western end of the roadway alignment along Segment 2 will be backfilled to permit roadway construction. The pond should be mucked and grubbed of any vegetation, debris, and/or soft, wet soils. The pond then may be backfilled in a stair step manner to prevent a slip surface in accordance with the general fill requirements provided in Section 5.6.5 above. 5.13 Pavement Recommendations for rigid and flexible pavement and preparation of the pavement subgrade are provided in the following sections. Pavement recommendations were developed utilizing the City of Fort Worth Pavement Design Manual (DRAFT), dated July 2012 and the 1993 AASHTO Pavement Design Manual. WinPAS computer program, distributed by the American Concrete Pavement Association (ACPA) was used for our analyses. The WinPAS program is a thickness design and life cycle costing tool for pavements based on AASHTO 1993 design guide. We understand from our conversations with the client that the street classification will be an Arterial. According to the City of Fort Worth Pavement Design Standards, Section 3.1, Design Traffic and design Life for Pavements, the Annual ESALs for an Arterial road is 300,000. Any unusual loading conditions should be brought to our attention prior to finalizing the pavement design so that we maZ assess and modify our recommendations os necessary. G&AI Project No. 14-0261 Page 16 Flexible asphaltic pavements, prone to subgrade soil-related shrinking and swelling, do not perform as well as rigid pavements. As a result, the lifespan of flexible asphaltic pavement can be reduced substantially when compared to rigid pavement. The need for increased maintenance of flexible asphaltic pavements should be considered prior to its selection. Still, the goal of this project assessment entails a flexible pavement section, thus we focus our assessment accordingly. 5.13.1 Design Parameters The following design parameters were assumed in the current analysis. The assumed values are based on the 1993 AASHTO Pavement Design Manual, the City of Fort Worth Pavement Design Manual and our experience with similar projects. PavemenL Dell n Parameters — Item be�cri flux value Street Classification Arterial Design Life 30 Years Growth Rate 2.5 percent per year Total Number of ESALS for Design Life(Rigid) 20,878,186 Total Number of ESALS for Design Life(Flexible) 13,132,985 Native Soils Lean Clay/Fat Clay Initial Serviceability 4.5 (Concrete)and 4.2(Asphalt) Terminal Serviceability 2.5 Reliability 90% Layer Coefficient for Asphalt Type D 0.44 (Surface Course) Layer Coefficient for Asphalt Type B 0.41 (Base Course) Standard Deviation (Rigid) 0.39 Standard Deviation (Flexible) 0.45 Drainage Coefficient 1.00 Load Transfer Coefficient 3.0 Concrete Modulus of Elasticity 4,000,000 psi Concrete Modulus of Rupture 620 psi Composite Modulus of Subgrade Reaction (k) (Rigid) 250 psi/in Resilient Modulus, MR(Flexible) 4,500 psi Notes: 1. Our design assumes adequate drainage is provided to the subgrade soils. 2. For flexible pavement design we have assumed "m; = 1" for TxDOT Item 340, "Dense-Graded Hot- Mixed Asphalt", Type A or B base course and for TxDOT Item 247, "Crushed Stone Flexible Base", Type A,Grades 1 and 2 base course. G&AI Project No. 14-0261 Page 17 5.13.2 Rigid Pavement Portland cement concrete (PCC), minimum 28-day compressive strength of 4,000 pounds per square inch (psi) should be utilized for rigid pavement. Grade 60 reinforcing steel should be utilized in the transverse and longitudinal directions. G&AI recommends the following pavement thicknesses: Th[ckrtess LimeStablllzed Paving Use MInlmurn Reinfordng (Inches) -Subgrade (lnnhes Arterial 11 8 No.4 bars spaced on 18-inch intervals in both directions Results of our analyses using the WinPAS software are provided in Appendix I -- Pavement Design Calculations. 5.13.3 Flexible Pavement The following Hot Mix Asphalt (HMA) paving sections are recommended: Paving USA HMAC Type D HMAC Type 0 Lime Stawli)ed Subgrada lsphaltThickness BASE lnrhe-s� (Inches) (inches) Arterial 4 8 8 Asphaltic concrete pavement should comply with COFW Design Standards and TxDOT Standard Specifications, Item 340, "Dense-Graded Hot-Mix Asphalt (Method)", Type A or B (Base Course) and Type D (Surface Course), or equivalent. Results of our analyses using the WinPAS software are provided in Appendix I — Pavement Design Calculations. 5.13.4 Reclaimed Asphalt Pavement Pulverization of pavement base materials is routinely carried out for rehabilitation of roads through full-depth reclamation (FDR) or Reclaimed Asphaltic Pavement (RAP). The primary stabilizers currently used are cement, lime, and fly ash. The optimum stabilizer content is currently determined either based on experience or through a series of laboratory tests that evaluates the strength, stiffness and durability of the base-stabilizer mix. For lab testing, base materials are retrieved from the site before pulverization. The change in gradation due to pulverization can significantly impact the base strength and stiffness. For this project, we recommend, however, the stabilization of the pulverized RAP with lime be in quantities determined at the time of construction. G&AI Project No. 14-0261 Page 18 Pulverized RAP should be temporarily stockpiled near the project site to enable effective preparation of the subgrade soils including proof rolling and lime stabilization. Pulver mixed RAP may then be placed and compacted in loose lifts not exceeding 8-inches in thickness. 5.13.5 Temporary Road Based on our conversation with the Client we understand it is desire to construct a temporary asphalt road. We understand the temporary pavement will be in place for approximately 1 year. For the purpose of this report we have assumed the temporary asphalt pavement will be subjected to 300,000 flexible ESALs (consistent with the COFW Pavement Design Manual). Speaking in terms of number of vehicles, 300,000 ESALs are equivalent to approximately 357 18-wheel trucks weighing approximately 80,000 pounds. Based on the assumed ESALs we recommend the following temporary asphalt pavement section: Paving, Use I•MAC Type D HMAC Type i� Lime Stah1[!7ed Subgrade N;phaitTh r-kness BASE lInc#ies) (inches) (inches) _ Temporary Road 2 3� 8 If the above calculated ESALs are not consistent with the needs of the project (we were provided no pavement loading information), we should be contacted to provide pavement recommendations consistent with the specific project needs. Results of our analyses using the WinPAS software are provided in Appendix I — Pavement Design Calculations. 5.13.6 Pavement Subgrade Stabilization Lean clay and fat clay is expected to be encountered or exposed at pavement subgrade. The pavement subgrade should be prepared according to the COFW Pavement Design Standards Manual, dated 2005, Section 3, Subgrade Modification / Stabilization and the Special Technical Specifications, STS-003 Earthwork, Section 3.07. The pavement subgrade should be protected and maintained in a moist condition until the pavement is placed. We recommend the subgrade be stabilized using the following: Reagent Appl[cation Rate AppiTcation Depth (pounds per square yard) (inches) Lime 36 8 Lime stabilization should be performed in accordance with TxDOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent. G&AE Project No. 14-0261 Page 19 In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT Item 247, Type A, Grades 1 or 2 on an equal basis. 6.0 GENERAL COMMENTS Data Assumptions. By necessity, geotechnical engineering design recommendations are based on a limited amount of information about subsurface conditions. In the analysis, the geotechnical engineer must assume subsurface conditions are similar to those encountered in the borings. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of the field investigation and on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. Subsurface Anomalies. Anomalies in subsurface conditions are often revealed during construction. If during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. Change of Conditions. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we should be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Design Review. G&AI, Inc. should be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. Construction Materials Testing and Inspection. G&AI should be retained to observe earthwork and foundation installation and perform materials evaluation and testing during the construction phase of the project. This enables G&AI's geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer (G&AI) at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contact directly with the project geotechnical engineer. This G&AI Project No. 14-0261 Page 20 results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. Report Recommendations are Preliminary. Until the recommended construction phase services are performed by G&AI, the recommendations contained in this report on such items as final foundation bearing elevations, final depth of undercut of expansive soils for non expansive earth fill pads and other such subsurface-related recommendations should be considered as preliminary. Liability Limitation. G&AI cannot assume responsibility or liability for recommendations provided in this report if construction inspection and/or testing recommended herein is performed by another party. Warranty. This report has been prepared for the exclusive use of the Client and their designated agents for specific application to design of this project. We have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. G&AI Project No. 14 0261 Page 21 Appendix A - Project Location Diagrams 3� `} 1 RI k AN - 1 1 ;hF G ti `it_ k;i1{:i41� .�i. I '31 ♦ �' = 1h CAS •I�;I •w Eti w ' f� QoY� t L 'r • _ :.; _ • . Af • ! * • f • . it . III R. 7J ?� TT ed J / � CD W # 't _ I I • I-f 1 MW ks~ I�6 SEP . RI r. SEGVENT 2 .3. / tlp _.;.�. �s tiro T s':.r3 ,�k RCS. ]'t, pr Ll f AY OP kJ $ r,\'ii' "I`i A e � 1� #. NORrl sCP-Ir � •x 1 -Al -ANEI l � �x jp tit r 2 Y mil - � : • � - r Appendix B - Boring Location Diagram s li 4L + Uj Mn CL 73 0— Ivu •t p w " P I Al Y. e4��4TIe ` 11FI ?Jul 717 _ U IL a � * � . _ ALI � - _ _ - _ q 4- cu / ■ . | / 2 CL � ` E _ 2 c � ■ � �� � �� � � z \ ' \ E j $ . cn ! , • ytw �� � f — ■ . . � _ � - '••� - ,yam;;:. f a it 4' f� 'y wa ,f} Pon r, s 5 • co . it � t a if3 i .• r- r w �. UPI .■ l7i ' LO 41 in hill I� . -— — _ - 7� �- s:-_�r��•ter�,-r r����, Appendix C - Boring Logs and Laboratory Results E Gorrondona and Associates BORING NUMBER B-0`I 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594; FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 918114 COMPLETED 918114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG U a[� I- cn ul W w w 4 LIMITS w [� F O MATERIAL DESCRIPTION M U j a z� ~a-- �' w z C F-w a U O w o n [n� �� �>= U U� z Lu "z ° ° v U v Q �o -JU 3� �Z z n �— LL 0.0 SANDY LEAN CLAY(CL)1 LEAN CLAY(CL)- Hard,dark brown,with iron nodules. ST 4.50+ 0.8 14 With roots to 6 feet. 2.5 ST 4.50+ 0.8 12 47 17 30 67 ST 4.50+ 0.8 11 v o ST 4.50+ 0.8 10.7 124 11 5.0 ❑ w ST 4.50+ 12 3 a W Tan and light brown,shaley,below 6 feet. ST 4.50+ 11 a a U ~ 7"5 ST 4.50+ 13 36 15 21 90 a c� M a With slickensides below 8 feet. U) z z ST 4.50+ 0.5 20 W w 10.0 w 0 m ❑ z w H io q 12.5 w SS 5014" 14 w w a a Uj w a �2 15.0 Bottom of hole at 15.0 feet. *r Gorrondona and Associates BORING DUMBER B-02 11710 North Freeway,Suite 700,Houston,TX 77060 ' fik 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 918M4 COMPLETED 918114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG F = U aa! cnw N �,� wa LIMITS w H Uj a_ ° O MATERIAL DESCRIPTION w p0 c°.0 j d `' L > ��-- `' z U z U O ¢Z Viz O cjuj �O Qz u�i (a af a- 0. q U 0. _j z 0.0 SANDY LEAN CLAY(CL)-Stiff to hard,dark brown,with iron nodules. 5T 4.50+ 9 ST 4.50+ 10 29 12 17 54 2.5 ST 4.50+ 12 a a ST 4.50+ 11 5.0 a w ST 4.50+ 11 3 a 2 W ST 4.50+ 11 40 15 25 54 0 a U 7.5 a 6-12-10 M 55 (22) 8 Tan and reddish brown,shaley,below 8 feet. z z W ST 4.00 0.3 11 m 10.0 w a m a z 4 W W m m q 12.5 - a 0 W FAT CLAY(CH)-Hard,tan and brown,shaley. S w rW- 3 ST 4.50+ 16 m W 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-03 11710 North Freeway,Suite 700, Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax. HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 918114 COMPLETED 918114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG t— w e z a) LIMITS z U }ate u)w W w > ran rnn wo } l� zC7 ~m a u�ld �z� h� ¢� NL c m ~ Dz U F z n o O MATERIAL DESCRIPTION W [� >O O ¢ w �'rn z a F w r?M t U W O wy �J D r O� m0� x �` nC o � �� U) �_ _ W C) Q O w Uz O � U 0O �Z W U¢j Of o- U� a � C3 J O �� z 0.0 a W SANDY LEAN CLAY(CL)-Very stiff to hard, light brown,reddish brown and tan,with iron nodules and calcareous nodules. ST 4.50 0.3 7 2.5 ST 4.50+ 13 57 0 r 5.0 ST 4.50+ 12 0 ca L g a With gravel at 6 to 8 feet. ST 4.50+ 0.4 12 0 o_ U 7.5 ST 4.50+1 0.8 10 0.. C7 M r With cemented sand seams below 8 feet. z SS 14-15-21 7 (36) W A 10.0 J 0 d1 Q Z W W m F- 4 12.5 0 W W w 5S 13-28-46 11 3 (74) a uu a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-04 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone; HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech, Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 918114 COMPLETED 918114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG U }ate co W uz[ w ? rn n w- LIMEYS a rU ~ro a wQ �� � a z �� �� F �~ z W t a 0 MATERIAL DESCRIPTION _j: >� ��j Y w >W Q� N n �� �F H� U W Ov a a- O ¢z W mOZ O U6) U m �O �� -5� U)z W cn a a s U a :— z 0.0 a si SANDY LEAN CLAY(CL)-Very stiff to hard, reddish brown and light brown,with iron nodules and calcareous nodules. ST 3.50 0.1 12 2.5 ST 4.50+ 8.4 120 11 � I a I F 5'0 ST 4.50+ 1.8 15 43 17 26 53 U !L F LU w F ST 4.50+ 1.3 14 a a. U ~ 7.5 ST 4.50+ 1.1 14 w w FAT CLAY(CH)-Hard,gray and reddish brown, shaley. F Z c� ST 4.50+ 16 56 20 36 97 ❑ 10.0 J ❑ m z LU m q 12.5 w Cf w ST 4.50+ 0.4 16 w a �I Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-05 11710 North Freeway,Suite 700,Houston,TX 77060 a f'� 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. _ PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9I8114 COMPLETED 918l14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG ILo z m •N w o LIMITS _ = F W �^ H❑ Lu 0- z y� �a �F Z a_ CLO MATERIAL DESCRIPTION U j c� O ¢ w N 7 �'p 3 z f-'CL urt ❑ C) U x O C7 ¢z Uz UO 0O UVJ U `� �O �.� n Qz wv f4 iy r1. a ❑ U d -1 z 0.0 C- L- SANDY FAT CLAY(CH)-Very stiff to hard,dark brown and tan,with iron nodules. ST 4.50+ 0.3 10 With slickensides at 2 to 4 feet. 2.5 ST 4.00 1.3 20 59 22 37 65 With gravel at 4 to 6 feet. 0 27 5.0 ST 4.50 1.3 19 H 0 0 W r 3 a ZE w F ST 4.50+ 1.3 13 a a U 7.5 ST 4.50+ 1.3 12 a M 0 F ST 4.50+ 1.3 15 z iu w LEAN CLAY(CL)-Hard,light brown,shaley,with cemented sand seams. ST 4.50+ 1.1 21 46 19 27 93 a 10.0 m c, m 12.5 n w 5S 5015" 12 w r- m 15.0 Bottom of hole at 15.0 feet. E3Gorrondona and Associates BORING NUMBER B-06 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 918114 COMPLETED 918114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD -Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG F � z m N w o LIMITS w W w in r I— F �OwO 4L t�i[ IL z � �: 1 ¢ c ~� �z U C Z o O MATERIAL DESCRIPTION U �t O D G w rn 'G z w U o o" � p4j H p( mph YV a` o � �" �I— �� W �o ¢z CY w `'z o U� v �' a �o -� g Qz w 0.0 a w SANDY LEAN CLAY(CL)-Hard,dark brown, with iron nodules. ST 4.50+ 1.3 15 2.5 ST 4.50+ 0.5 12 v o ST 4.50+ 11 41 16 25 53 5.0 r ❑ ST 4.50+ 0.8 10 g a w N N 6 ❑ ST 4.50+ 0.8 12 a U 7.5 'a c� ri LU F- m z ST 4.50+ 1.0 14 c� w m ❑ a 10.0 lu 0 m z w m F 0 12.5 V w FAT CLAY(CH)-Hard,tan,shaley,with � slickensides. LU a ST 4.50+ 0.8 20 W w H n F 15.0 Bottom of hole at 15.0 feet. 713Gorrondona and Associates BORING NUMBER B-07 11710 North Freeway,Suite 700,Houston,TX 77060 524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-33447;FW 817-496-1424 J Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth Texas DATE STARTED 918114 COMPLETED 918/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY CM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG a a z a� N w a LIMITS w of o } F C7 �LLI r H ¢ = zaO M Wm 0 c j O>a Y rn 0 w a L7 z Uz o ' U �D a cnZ Lu 1 1p � �� a ❑ U J 0 3 Z 0.0 a E: SANDY LEAN CLAY(CL)-Hard,brown. ST 4.50+1 0.4 11 SILTY SAND(SM)-Brown. ST 4 35 SANDY LEAN CLAY(CL)-Stiff to hard,brown 2.5 and tan,with sand layers. ST 4.50+ 12 v o ST 4.50+ 5.2 102 11 5.0 W ST 4.50+ 10 g a With cemented sand seams below 6 feet. SS 10-11-14 9 o (25) d U 7.5 a' c� ci a Reddish brown,below 8 feet. SS 18-18-18 9 (36) w c5 w m 10-12-13 7 10.0 SS (25) 9 38 15 23 68 w 0 m z z w m ti m 4 12.5 <r 0 w w _1} W y r a sl ST 4.50+ 1.3 10 w a 15.0 Bottom of hole at 1&0 feet. EGorrondona and Associates BORING NUMBER R-08 11710 North Freeway,Suite 700,Houston,TX 77060 "} 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax. HOU 281-469-3594; FW 817-496-1768 CLIENT MultaTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT"NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9125114 COMPLETED 9125114 GROUND ELEVATION HOLE SIZE. CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger _ INITIALLY ENCOUNTERED Nat Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG a o _ z m t W e LIMITS w rl~. C.7 ~m M WQ ��' ca N �� OZ () Z^ w Q O MATERIAL DESCRIPTION _g U >0 O ¢ w n ai z n w U X 0 0 �J a ~ O� m0� Y" ( E o N Oti OZ �� U) Hp Ny 0 az W Uz O 0 U T re �O O� g� mz w (A � a a 0 0.0 ° u ASPHALT PAVEMENT-1-inch asphalt o.. � pavement. o .D_ BASE-11-inch gravel base. SANDY LEAN CLAY(CL)-Hard,reddish brown, with sand pockets. ST 4.50+ 4 2.5 ST 4.50+ 14 v 0 5'0 ST 4.50+ 11 44 16 28 52 a c9 g a WSANDY FAT CLAY(CH)-Stiff to hard,gray and a reddish brown,with sand seams. a ST 3.00 4.4 14 7.5 a C7 of n r z ST 4.50+ 20 cD W N 10.0 W O In Z Q J LU W F w Q 12.5 a W La Shaley below 13 feet. Uj a W a Uj ST 3.75 20 a 15.0 Bottom of hole at 15.0 feet. r] Gorrondona and Associates BORING NUMBER B-09 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594,FW 817-496-1768 CLIENT MultaTech, Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fart Worth,Texas DATE STARTED 9/25114 COMPLETED 9125114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG a a z m y LU o LIMITS Lu}Of w ? m �O J m UlJ Z1 wa. O MATERIAL DESCRIPTION >C ov Eu CL , w � —o OaD O� m0 v COO t¢Z vc)z v z ww O F j 0O co zo' a_ U n. _j 0.0 a' u_ ASPHALT PAVEMENT-1-inch asphalt o pavement. BASE-6-inch gravel base. CLAYEY SAND(SC)-Hard,reddish brown. ST 4.50+ 11 2.5 ST 4.50+ 11 38 15 23 38 a 0 5.0 ST 4.50+ 13 a w a FAT CLAY(CH)-Stiff,light brown,shaley. a a ST 1.50 32 7.5 a c� M LEAN CLAY WITH SAND(CL)-Hard,tan, shaley. zm ST 4.50+ 12 33 16 17 82 cU w 0 10.0 w 0 as a z w m W 4 12.5 Q 0 7 w w 3 EL 2 ST 20 Bottom of hole at 15.0 feet. 11 Gorrondona and Associates BORING NUMBER B-10 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S., Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25/14 COMPLETED 9125114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Conttnuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG Q z v W o LIMITS w = U �_ cAw CL Z mQ of a� �c� �m a- UU.i❑ �z-1 ¢ �L .E 2 �� �Z U i z o U O MATERIAL DESCR1PT10N O m O `�` er v 2 o m O g c i �Fj o C7 Qz UZ UO O 0i{ U O C_�3 J �J ` z W cn rr a a ❑ 0 a g— z 0.0 a u' ASPHALT PAVEMENT-1-inch asphalt pavement. 0 1J. BASE-11-inch gravel base. CLAYEY SAND(SC)-Hard,reddish brown. ST 4.50+ 10 28 14 14 33 2.5 ST 4.50+ 10 a r 5.0 ST 4.50+ 8 F U h 5 a SILTY SAND(SM)-Dense to very dense,tan, with clay seams. 1fi-17-21 SS 10 22 ❑ (38) a U h 75 a (.7 ri U SS 14-50/5" 11 z w G w 10.0 w 0 m z a a w in a 12.5 ❑ w SANDY FAT CLAY(CH)-Stiff,tan,with sand w seams. W 5'S-5 SS 26 a W w h a Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-11 f� 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 l 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9125/14 COMPLETED 9125114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG r a a z u, Cn w F. LIMITS W U [ _ W WLu of ? +n rn n _ _ I Lu a 0 MATERIAL DESCRIPTION _j 2 U >C3i 1�<{ w S > N rn 4 a z a u� H L U W O c� Qz w UZ UO U� U v O � : =5 V)Z uJ U) of a ❑ U a z 0.0 a a Q BASE-10-inch gravel base. SANDY LEAN CLAY(CL)I LEAN CLAY WITH SAND(CL)-Stiff to hard,reddish brawn and tan, ST 4.50+ 16 with gravel. 2.5 ST 4.50+ 17 0 5.0 ST 4.50+ 5.3 123 9 44 18 26 80 r 0 ui a SS 8-9-8 9 o (17) 0 � 7.5 M 0 z SS 10-18-20 16 LU (38) w 0 10.0 a m z g W w m 0 12.5 - 0 w FAT CLAY(CH)-Stiff,brown,shaley. UU UU ST 2.25 16 57 23 34 98 w F a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-12 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd,S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax.. HOU 281469-3504;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth Texas DATE STARTED 9124/14 COMPLETED 9/24114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG i— a o z a>C-1 .N W o LIMITS C] (n W W W 7 u� rn a 2C' LU W❑'"' �C7 J �da M � a- ¢ ~ = H r U z o p MATERIAL DESCRIPTIONCO OZJ U W Q Ld j 0- 0 j ¢z wUz O rE 8- 0 �O _ _j (aZ w C r' co a ❑ U o g-- z SANDY LEAN CLAY(CL)-Hard,brown. ST 4.50+ 9 2.5 SANDY FAT CLAY(CH)-Hard,tan and gray. ST 4.50+ 13 0 5.0 ST 4.50+ 11 51 19 32 56 0 c� ui F- a w SANDY LEAN CLAY(CL)-Hard,tan. LU a 0 � ST 4.50+ 4.9 124 10 U 7.5 a q 0 z z LU c� ST 4.50+ 13 36 17 19 52 W ❑ a 10.0 J Z fn h- m 4 12.5 Q w s w WEATHERED LIMESTONE-Soft,tan and gray. SS 5013, 8 W CL Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B®13 11710 North Freeway,Suite 700,Houston,TX 77060 F 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax. HOU 281-469-3594; FW 817-496-1768 CLIENT -MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9124/14 COMPLETED 9124114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG a z cu ^-� W . LIMITS = U �� r mru a z Nam- ~ a O MATERIAL I7F SCRIPTiON u�m U j z w `' z Z ❑ U O o ❑ C�J Z O� in0Z Uv O V O U N 1' OZ Q LU F U Of �0 J.J J--� Q z CA 4 0 ❑ U 0. _Z 0.0 a- 'L SANDY LEAN CLAY(CL)FILL-Hard,brown. ST 4.50+ 10 SANDY FAT CLAY(CH)/FAT CLAY WITH 2-5 SAND(CH)-Hard,brown. ST 4-50+ 12 68 24 44 71 a 0 5.0 ST 4.50+ 13 r W a w SANDY LEAN CLAY(CL)-Stiff to hard,tan,with F L sand seams. a 0 � 5T 4.50+ 14 43 17 26 54 7.5 a M 0 z z W ST 3.25 16 w ❑ 10.0 ED Q m 4Z J W m 12.5 V' ❑ W WEATHERED LIMESTONE-Soft,tan and gray, with clay layers. W a. W CP 50 6 ,) 11 n~ ) M 15-0 0 — — Bottom of hole at 15.0 feet. 1 Gorrondona and Associates BODING NUMBER B-14 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S•,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax: HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9124/14 COMPLETED 9/24/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Fli ht Au er INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY --- ATTERBERG Uj z m rrn LU a LIMITS W U �� rnw d z t =Ch �m a wa �z� �z U z q�O MATERIAL DESCRIPTION U >0 O ¢ w.N. Q .c ❑ z Q w r-- �..M- U w w J ~ O m0> V N O N H O U O ¢z w Uz O O 0-- 0 `� � �O �� �� �z w co !Y a a O U a - z_ 0.0 v LL. SANDY LEAN CLAY(CL)FILL-Hard,brown and gray_ ST 4.50+ 11 2.5 ST 4.50+ 13 47 17 30 67 CLAYEY SAND(SC)-Hard,light gray and 0 brown. 5.0 ST 4.50+ 12 ❑ 3 W SANDY FAT CLAY(CH)-Stiff,gray and tan. LU a r a ° ST 2.25 1.8 105 20 L) 7.5 c� - Uj M 0 z ST 2.25 17 c� w m ❑ 10.0 Gj 0 m z Of Of F- 0 12.5 0 W w Of LLI � I ST 1.75 21 F 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-15 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9124114 COMPLETED 9124114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY - ATTERBERG t- z _U a > _ cq Rll d Z N n uJ' LIMITS W F— O LUm a w❑ �z�� F- ¢ �, E a� F �z U z Q O MATERIAL DESCRIPTION a O m j Y W E ? n ~ o Lu UO o C7 ¢z Lu Uz 0O O U� U m OCY ' �.9 az w co D A U a z 0.0 SANDY LEAN CLAY(CL)FILL-HLL ard,brown, with gravel. �ST 4.50+ 8 44 15 29 60 2.5 ST 4"50+ 11 a 5"0 ST 4.50+ 14 27 14 13 60 © SANDY LEAN CLAY(CL)-Stiff to very stiff, brown and gray,with gravel and calcareous 3 nodules. a W is a o. 5T 4.50 4.5 117 16 U IL 7.5 IL c� a m r z LU c� ST 3.00 19 w 0 10.0 a m 0 z W w m m 12.5 Q w �i WEATHERED LIMESTONE-Soft,tan and gray. SS 5014" 8 w a Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-16 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fa)c HOU 281-469-3594; FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/24114 COMPLETED 9124M4 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER iS MIN. Not Encountered NOTES END OF DAY ATTERBERG W o z m N w o LIMITS w CJ Q Y tq w w w � p U M� =U �fn 0. Wa �zJ �� Q� N H� _z U 0 o �¢p MATERIAL DESCRIPTION 2 U 7 U O ¢ w y z o ~w o H U w O o 00V [YJ 0_D ~ Oa co0> Y" �` 1= a N n L� 0� Hp (n ¢z w Uz 0 �� U a 20n� �=acozw co Q a o r] U o a — 0.0 LL SANDY LEAN CLAY(CL)!LEAN CLAY WITH SAND(CL)FILL-Hard,brown,with gravel. — ST 4.50+ 12 2.5 ST 4.50+ 15 48 16 32 76 v 0 5.0 ST 4.50+ 18 o FAT CLAY WITH SAND(CH)-Stiff to hard, brown and gray,with gravel and calcareous 3 nodules. a LU w H N 6 a ST 2.25 23 U 7.5 LU ca ri 0 ST 2.75 22 57 19 38 81 c� w m [a 10.0 w cc ro cc 3 w 0 12.5 0 w m w w a a ST 4.50+ 18 F 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B-17 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE. 1 OF 1 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax: HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9124114 COMPLETED 9124/14 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG i- a a z (b w LIMITS W w w cn t . �c� �m o w� �z� ��IL Q y a � �z U z^ w Q O MATERIAL DESCRIPTION r� >a 0�¢ w �v a m m n U) �F �>- U O o 0 0 O m0> `s" o Vi E_ ❑ (� Uj Qz LWE.Iv Uz 0 O U U 2i0 �J U)Z W co D' a o o U a — z 0.0 a- SANDY LEAN CLAY(CL)FILL-Hard,dark brown. ST 4.50+ 17 FAT CLAY WITH SAND(CH)1 FAT CLAY(CH)- 2.5 Stiff to hard,gray and light brown,with calcareous nodules. ST 4.50+ 18 64 22 42 85 a a 5.0 ST 3,50 19 C3 a g IL a ST 3.50 23 U 1-- 7.5 a c� 0 Shaley below 8 feet. co z c� ST 3.75 19 W a 10.0 W J 0 Z of W W G4 ZE r q 12.5 ff 0 W af W ¢H J d a ST 4.50+ 20 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BODING NUMBER B-18 + 11710 North Freeway,Suite 700,Houston,TX 77060 PAGE 1 OF 1 •a 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9124114 COMPLETED 9124114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG F a a z m N W a LIMITS ul U } Y co W a- zW W � m �oof F a 0(�- ERIAL DESCRIPTIONMAT 0 z 0. LU �Z 0UCL � � — — �WO a O tv� UW CL � �.n � co UZ U w¢ O ._j � U) a U a Z ^o a_ FL z 0.0 SANDY LEAN CLAY(CL)FILL-Hard,brown, with limestone fragments. ST 4.50+ 8 FAT CLAY WITH SAND(CH)1 FAT CLAY(CH)- 2.5 Hard,gray and light brown,with gravel and calcareous nodules. ST 4.50+ 17 58 21 37 78 a 0 r 5.0 ST 4.50+ 16 0 cD ui f- a W 0 a 5T 4.50+ 14 U 7.5 a c� Shaley below 8 feet. Z ST 4.50+ 4.2 112 19 M w ca 10.0 w J O �[1 0 z La w m F- q 12.5 Q w � WEATHERED LIMESTONE-Soft,gray and tan, with clay seams. Uj 25-35-40 SS 14 J (75) a LU w F a 15.0 Bottom of hole at 15.0 feet. Gorrondona and Associates BORING NUMBER B49 11710 North Freeway,Suite 700,Houston,TX 77060 7524 Jack Newell Blvd.S.,Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347; FW 817-496-1424 Fax: HOU 281-469-3594; FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth Texas DATE STARTED 9/24114 COMPLETED 9124114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JC CHECKED BY LG AFTER 1S MIN. Not Encountered NOTES END OF DAY --- ATTERBERG M a z m W o LIMITS w U } In�u f Z Clf m Uy¢ _ W w W I=—,. aC7 Wm o w❑ �z� M. ¢= m !- ❑Z U Z O MATERIAL DESCRIPTION ,j g U ][� ¢ �u rn z w ❑ v X O of o ~ O� m0� Yv o o N �" �I i=o cat. C'J ¢ Co Z W UZ �� U N 20 �J �J QZ W < W a o ❑ U o Z 00 o W SANDY LEAN CLAY(CL)FILL-Hard,brown, with iron nodules. ST 4.50+ 15 SANDY FAT CLAY(CH)1 FAT CLAY(CH)- 2.5 Hard,light brown and gray,with bentonite seams. ST 4.50+ 15 63 22 41 57 v 77 0 5.0 ST 4.50+ 10 ❑ c� w r s a W Shaley below 6 feet. W a ❑ ST 4.50+ 4.7 117 15 a U 7.5 b G ci O F- N z Z ST 4.50+ 20 W Cn 10.0 w a 0 m z .a a w m F 12.5 w m w LU LU ST 4.50+ 21 a � 15.0 Bottom of hale at 15.0 feet. Gorrondona and Associates BORING NUMBER B-20 11710 North Freeway,Suite 700,Houston,TX 77060 ' A 7524 Jack Newell Blvd.S., Fort Worth,TX 76118 PAGE 1 OF 1 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25114 COMPLETED 9125114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG z a� LIMITS z C) �_ mul ul N N a Q w4 w =C7 m a wo �Z_j H ¢ .E �� U z W� ¢O MATERIAL DESCRIPTION _j: �� _j W t = a Cn �g �W 0 0 2z w maz O p o 0 U a Oz 5 5mz_ w 0 ASPHALT PAVEMENT-1-inch asphalt a pavement. BASE-8-inch gravel base. ST 4.50+ 11 SANDY FAT CLAY(CH)-Hard,brown,with sand seams and gravel. ST 4.50+ 10 51 20 31 55 5 ST 4.50+ 12 FAT CLAY(CH)-Stiff to hard,tan and gray, shaley. ST 4.50+ 15 v 0 ST 4.50+ 15 58 21 37 94 10 a w a 0 U h ST 3.00 20 15 U1 0 m ST 3.75 18 0 � 2a Uj ro 4 Q W SHALE-Soft,gray. ST 4.50+ 14 � 25 Bottom of hole at 25.0 feet. CP 50(1.5") 2 W a U F Gorrondona and Associates BORING NUMBER B-21 11710 North Freeway,Suite 700, Houston,TX 770601E] PAGE 1 OF 1 7624 Jack Newell Blvd.S.,Fort Worth,TX 76118 Telephone: HOU 281-469-3347;FW 817-496-1424 Fax HOU 281-469-3594;FW 817-496-1768 CLIENT MultaTech,Inc. PROJECT NAME Timberland Blvd and Park Vista Blvd Pavement Improvements PROJECT NUMBER 14-0261 PROJECT LOCATION Fort Worth,Texas DATE STARTED 9/25114 COMPLETED 9125114 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY JM CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES END OF DAY -- ATTERBERG = U a UJ af r cow a Z �' LIMITS F- a- L m a W a �z I--� ¢� H ❑ 0 z o o O MATERIAL DESCRIPTION U ]C7 0 w N it z UCL U) ❑ X O v z¢z w O �0 0cz0 T o Lu cn a' a a p 0 e- _j z 0 a- LL ASPHALT PAVEMENT-1-inch asphalt fl pavement. BASE-11-inch gravel base. ST 4.00 14 49 19 30 63 SANDY LEAN CLAY(CL)-Very stiff,reddish brown,with gravel. S5 19-5011" 3 SILTY SAND(SM)-Very dense,tan. SS 5015" 4 5 SS 40-5013" 6 SS 5015" 5 q 10 �i 3 a W w CL U SS 5015" 3 a w ai 0 15 z w c� w 0 D S5 30-5015" 2 0 m d g 20 W w 03 w N O m LEAN CLAY(CL) Tan and gray,shafey. W 5T 18 25 g Bottom of hole at 25.0 feet, W w M n. U ABSORPTION SWELL TEST (ASTIV 04546) RESULTS I Boring No. B-01 8-05 B-06 Average Sample Depth (ft) 3 3 5 Sample Height (in) 0.8 0.8 0.8 Sample Diameter (in) 2.5 2.5 2.5 Initial Sample Volume(cu in) 3.93 3.93 3.93 Initial Sample Weight (gr) 138.3 130.3 133.6 Initial Moisture {%) 12 20 11 Final Moisture [%) 19 24 18 Initial Wet Unit Weight (pcf) 134 126 130 Initial Dry Unit Weight (pcf) 120 105 117 Applied Over Burden (psi) 2.6 2.6 4.7 Initial Dial Reading (in) 0.0164 0.0303 0.0040 Final Dial Reading (in) 0.0720 0.0478 0.0225 Swell [%) 6.95 2.19 2.31 Project No.: 14-0261 ABSORPTION SWELL TEST (ASTM 04546) RESULTS Boring No. B-08 B-09 B-10 B-12 B-13 B-16 Average Sample Depth (ft) 5 3 1 5 3 5 Sample Height (in) 0.8 0.8 0.8 0.8 0.8 0.8 Sample Diameter(in) 2.5 2.5 2.5 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 Initial Sample Weight (gr) 132.2 125.0 141.2 139.2 136.6 135.6 Initial Moisture (%) 11 11 10 11 12 18 Final Moisture (%) 18 19 13 18 20 22 Initial Wet Unit Weight (pcf) 128 121 137 135 132 131 Initial Dry Unit Weight (pcf) 115 110 125 122 118 112 Applied Over Burden (psi) 4.7 2.6 0.8 4.7 2.6 4.7 Initial Dial Reading (in) 0.0998 0.1080 0.0930 0.0521 0.1111 0.1079 Final Dial Reading(in) 0.1099 0.1118 0.0978 0.0798 0.1534 0.1239 Swell (%) 1.26 0.48 0.60 3.46 5.29 2.00 Project No.: 14-0261 ABSORPTICN SWELL TEST (A TM D4546) RESLJLTS Boring No. B-17 B-20 B-21 Average Sample Depth (ft) 3 3 1 Sample Weight (in) 0.8 0.8 0.8 Sample Diameter(in) 2.5 2.5 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 Initial Sample Weight(gr) 127.5 134.0 129.7 Initial Moisture (%) 18 10 14 Final Moisture (%) 27 18 22 Initial Wet Unit Weight (pcf) 124 130 126 Initial Dry Unit Weight (pcf) 105 118 111 Applied Over Burden (psi) 2.6 2.6 0.8 Initial Dial Reading (in) 0.0768 0.1184 0.1149 Final Dial Reading (in) 0.1080 0.1435 0.1542 Swell (%) 3.90 3.14 4.91 Project No.: 14-0261 UNCONFINED COMPRESSION TEST 20 15 �i O U) N 10 7 .N N N L Q E O - U 5 0 D 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 10.672 Undrained shear strength, tsf 5.336 Failure strain, % 2.0 Strain rate, %/min. 1.00 Water content, % 10.5 Wet density, pcf 137.1 Dry density, pcf 124.1 Saturation, % N/A Void ratio NIA Specimen diameter, in. 2.74 Specimen height, in. 5.75 Height/diameter ratio i 2.10 Description: Brown,SANDY LEAN CLAY(CL). LL = I PL= Pl = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Samples[: 9/8/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-01 Depth: 4.5 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 10 7.5 Z — ui I i O 5 - ! to N O. - E O - U 2.5 0 0 1.5 3 4.5 6 Axial Strain, % Sample No. 1 Unconfined strength, tsf 8.404 Undrained shear strength, tsf 4.202 Failure strain, % 3.1 Strain rate, %Imin. 1.00 Water content, % 10.9 Wet density, pcf 132.8 Dry density, pcf 119.7 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.69 Specimen height, in. 5.75 Height/diameter ratio 1 2.14 Description: Reddish brown,SANDY LEAN CLAY(CL). LL = I PL= Pl = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/8/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-04 Depth: 2-4 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 4— ui W N co � 3 7 .N N dJ L Q E O U 1.5 Hz 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 5.200 Undrained shear strength, tsf 2.600 Failure strain, % 2.0 Strain rate, %/min. 1.00 Water content, % 10.9 Wet density, pcf 112.9 Dry density, pcf 101.9 Saturation, % NIA Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 1 6.07 Height/diameter ratio 1 2.21 Description: Light brown, SANDY LEAN CLAY(CL). LL = I PL= Pl = I Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/8/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location:Boring B-07 Depth: 4-5 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 v- ui v L co 4) 3 u� - cL a. — 1 0 U 1.5 1 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.416 Undrained shear strength, tsf 2.208 Failure strain, % 4.6 Strain rate, %/min. 1.00 Water content, % 14.0 _Wet density, pcf NIA Dry density, pcf NIA Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.76 Specimen height, in. 5.75 Heightldiameter ratio 2.08 Description: Reddish brown,SANDY FAT CLAY(CH). LL= PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/25/2014 Remarks: Project. Timberland Boulevard Pavement Improvements Location:Boring B-08 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNC®NFINEO COMPRESSION TEST 6 4.5 v- ui N L MJ j 3 N N Q E O U 1.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 5.291 Undrained shear strength, tsf 2.645 Failure strain, % 2.1 Strain rate, %Irvin. 1.00 Water content, % 9.3 Wet density, pcf 134.3 Dry density, pcf 122.8 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.77 Specimen height, in. 5.75 Height/diameter ratio 2.08 Description: Light brown,LEAN CLAY WITH SAND(CL). LL =45 1 PL= 18 PI =27 I Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client:MultaTech,Inc. Date Sampled: 9/25/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location:Boring B-11 Depth: 4-6 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TESL, 6 i 4.5 - ui 3 N L Q U i 1.5 00 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.899 Undrained shear strength, tsf 2.450 Failure strain, % 2.5 Strain rate, %/min. 1.00 Water content, % 10.3 Wet density, pcf 136.4 Dry density, pcf 123.7 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.70 Specimen height, in. 5.71 Height/diameter ratio 2.11 Description: Light brown, SANDY LEAN CLAY(CL). LL= PL = PI Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-12 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 2+d+ 1.5 y— ui Qf tll 1 cn E 0 U 0.5 0 0 2.5 5 7.5 10 Axial Strain, % Sample No. 1 Unconfined strength, tsf 1.836 Undrained shear strength, tsf 0.918 Failure strain, % 5.5 Strain rate, %/min. 1.00 Water content, % 19.7 Wet density, pcf 126.1 Dry density, pcf 105.4 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.75 Specimen height, in. 5.79 Height/diameter ratio 2.11 Description: Dark brown,SANDY FAT CLAY(CH). LL= I PL= PI= Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location:Boring B-14 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 4.5 ui u) - v (13 3 Q.1 Q. Jt- E O U 1.5 0 0 5 10 15 20 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.513 Undrained shear strength, tsf 2.256 Failure strain, % 10.6 Strain rate, %/min. 1.00 Water content, % 15.5 Wet density, pcf 134.8 Dry density, pcf 116.8 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.75 Specimen height, in. 5.83 Heightidiameter ratio 2.12 Description: Dark brown, SANDY LEAN CLAY(CL). LL = I PL = PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client:MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-15 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Gorrondona &Associates, Inc. Figure Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 - v- w ui N N [A 9 3 N 0 U 1.5 0 D 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.201 Undrained shear strength, tsf 2.101 Failure strain, % 2.5 Strain rate, %/min. 1.00 Water content, % 18.7 Wet density, pcf 133.0 Dry density, pcf 112.1 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.75 Specimen height, in. 5.81 Height/diameter ratio 2.11 Description: Light brown,FAT CLAY WITH SAND(CH). LL y I PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-18 Depth, 5-10 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas UNCONFINED COMPRESSION TEST 6 4.5 ui O C� N 3 tl� a E O - U 1.5 0 0 1 2 3 4 Axial Strain, % Sample No. 1 Unconfined strength, tsf 4.672 Undrained shear strength, tsf 2.336 Failure strain, % 3.0 Strain rate, %/min. 1.00 Water content, % 14.9 Wet density, pcf 134.3 _ Dry density, pcf 117.0 Saturation, % NIA Void ratio NIA Specimen diameter, in. 2.75 Specimen height, in. 5.79 Height/diameter ratio 2.11 Description: Tan and gray,SANDY FAT CLAY(CH). LL= 1 PL= PI = Assumed GS= Type: Shelby Tube Project No.: 14-0261 Client: MultaTech,Inc. Date Sampled: 9/24/2014 Remarks: Project: Timberland Boulevard Pavement Improvements Location: Boring B-19 Depth: 6-8 ft. UNCONFINED COMPRESSION TEST Figure Gorrondona &Associates, Inc. Houston Texas Appendix D - Aerial Photographs - iU h.,,V,,r ----1 Fl�--L 5 I'•' DTI ' � 45" � - S 1, Il+h • oilF Le Ab J w J 1 i Y f7t 7 F. IL IA 4 .12 - y: fFi h,.d. a i I �+-'F '�k ` '-'I�•!I i LLB' - ',I M1+.YI � ~�— JI ���. FI •r _ I d I .. •..I r•f Ij 1 • #� frll ti4 1L' ,�4 •�� J� � - � � a fl�'J 'F . _ -ill. I� '� .r � _ ' ,� • eA �� t - r} • Y� • \ �_ �r i f I r� � _ 5 * ' • k' ■■ ■ r • . . + I , I J t- t Y ry do - i _ I ism i` ` -� �Ali i„'::,' - `l •- IN I I � r� 1 �P I / IF /. s '� Sri=sfiu'IGr�lna�nai,•.- � re 1� ' 'f I' Lit I�r 'I' � " ? --�_ � :I ?Y*. • 3 *� - _ + 1�I I� } , • 'ram -Fill �� l .':}II'�-JIIL'��i:1 5 ILL i:l:�1:1 l � A - L • {1 * u- .q ;r unP 1 r — ,� Yti �� I sF ■/ �' � y C ((■}} IIIIf In 1 47 r y11 w x _ I,ydfulJUq-p PEMdP � r - ��. y.,rtl�FSrr 1r, ' Js ' 4 yhru�n.LlED � 4 � A Appendix E - USGS Topographic Map ti =,— — ' ■ iv Eli rt — IlI '" Baer 9 13 +, CL Qj ai co ;ffft 1 �� ■�6� �_ [� e k IIX � L maki ry — _' —'ti 6Caa�earLn !r k All Z L t4 i I+tfiX ` p Q Appendix F - Site Photographs n N O O 00 CO a0 to L O O 0n co - ro a '' w an ao U U ro ro LL LL ra Ln Y .� > C QCL c m C T C ® = m O > d LU � (Q L > E o -4 m a o m 4 00 O O m ro ro w * w as f°, ao G G U U @ ro LL LL IA N O c-1 O Z V N .O L Appendix G - Geologic Information * x EE11 mkw,4 JFJ V02fti"O"Ol 4fi[odV3'sl '7lvA k�l�$n@ aw LJI aid:r�MG� �7+ Ll�kAbrc Rili� n �cc PH IC I C Q� �Irrs7a.{L �+nrar�p a 7 A O j u E (� �y4Y��A1Y541k -Acl rig - Qj — ;a O� m On fpnl a � *LOP JLe ! �n N �tjro�J7 { ¢mRiflm*4 I O U M"" 444, N L a Mineral Resources On-Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Grayson Marl and Main Street Limestone, undivided Grayson Marl and Main Street Limestone, undivided State .pva , Name Grayson Marl and Main Street Limestone, undivided Geologic age Phanerozoic I Mesozoic I Cretaceous-Early Cretaceous- Late Original map label Kg m comments Grayson Marl mostly marl, It greenish-gray to med. gray, near top some thin interbeds of limest., nodular, sl. sandy, gray, fossiliferous; weathers grayish-yellow; thickness 15-60 ft. Main Street Limestone, thick Is beds, coarse grained, hard, interbedded with thin marl beds; yell-gray, white, brown; thiccness 10-20 ft. Primary rock type mudstone Secondary rock type limestone Other rock types Lithologic constituents Major Sedimentary > Carbonate > Limestone (Estuarine) Sedimentary > Carbonate > Marlstone (Estuarine) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1967, Sherman Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Bell - Bosque - Cooke - Coryell - Denton - Grayson - Hill - Johnson - McLennan - Tarrant Show this information as [XML] - []SON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXKgm;O Page Contact Information: Peter Schweitzer Mineral Resources On-Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Woodbine Formation Woodbine Formation State Name Woodbine Formation Geologic age Phanerozoic I Mesozoic I Cretaceous-Late [Gulfian] Original map label Kwb comments NE Texas. Texarkana Sheet (1966) Woodbine Formation--various interlensing sequence of nonmarine, brackish-water, and marine beds of sand, clay, sandstone, and shale 350-600 ft thick. Woodbine fossils include ammonites, gastropods, pelecypods, brachiopods, and foraminifers. Contains volcanic sand and tuff, coarse grained, crossbedded, dk green and olive green; fossil plants and a few marine megafossils; thickness 500 ft, thins eastward. Primary rock type shale Secondary rock type sand Other rock types clay or mud; limestone; coal; tuff Lithologic constituents Major Sedimentary > Clastic > Mixed-clastic > Sandstone- Mudstone (Tuffaceous) Map references Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit references Bureau of Economic Geology, 1966, Texarkana Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Geographic coverage Cooke - Denton - Fannin - Grayson - Hill - Johnson - Lamar - McLennan - Tarrant Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: http://mrdata.usgs.gov/geology:/state/sgmc-unit.php?unit=TXKwb;O Page Contact Information: Peter Schweitzer Appendix H - Unified Soil Classification System UNIFIED SOIL CLASSIFICATION SYSTEM UN SOL CUSSFICATION AND SYMSOL CKARi LABCeAFORY C LASSF I CATI ON CRrrERIA vb�424.0WjED Snncil �lni -«a :o1%ofIYWEww r.wgwr"m4%1UJaaoaTn; Croar►+mmr.?t w—sriai ti Yr(nm} L'. rim W4 ;auk" Woe"%and =31� �v- ����C`,X':.sn 1 4r -��� :+�44 a�e5 I V-d S :* rnkXFUr- MoaT'Fl43 a slr 1q tiu GH+4VL'i;f Skarn�a��R�4 " :a RIw!#ge=J!jd Ta grnrna alaaamei ru=m-iornuiq� tom+ Nurnarngy'�{ada.ivie �r�na �FGhW = a �r asr�i�,�r r,`yaa�aYi�-enl4b-h ru.? 121.�frl" rr�fi+,key� mu raw [ii Y go+ww E-j*w vndall nQs+a m fia4i l5ao lq"u ij*m A' eF 4ae1d7 an VWC.4040 r Y tYVeRRnrna.gaw"M�rd y A=fa oq i"W atrrM-Ar jprl qa L=jai daarr ayn&d& 1<an SVWLs f-u"rM Ex imA An SW lull. lF+w � lmde. 15IN 1P 1A `�7 ry{.{IOn.iI SP FrdrnnuTq l-wxij-c"-w,oma-uVa -'XW I?W-mFi%.TM fro*WxM-M-117k ta+l Na # 1 ti+Y1w17C�o M iP� yf.+rJdYeIrlYv'a SW Aft wuvaitxhlaar WWI;Y"1ZtW1#JA1-Ir7 .aeoLIA ra% u1`n PA.60&r 4aid7yRi wrd,3ffVnrffLrm :3c A%c*bwq 0,7ftaiWr+o W '"O"Rc rn4}*'m w a 4W*Mn J31 lib�>M>1~l JAN!�G400d:)W�s,' k'11.� L,r nai4al nr ar d..&artvid-r+am-4a—=sued wo.I Dow' tab'zlw:f aa+d s'.3~+ Wp Qz, Za eLrm LW� In pwnwcagar►t%Kt*�g "mow+MWI* s aa.ra�1. arrius'et Lif and%w Firm xandL zrs 4cr saf:rr.lao K'A bezi ss'.hedaa"M%vt YlILt £1L *7.f.al:p-j I r,UYwiy£iu ga-v*W c.ww 1-MlC1X'1S 4", -.—....----- --- 'QW qU _J, SF yip y",M c.Mi*06iroy ib#afsr 12PIWAWS G4 W-W SC AND 1.1 t,otprEc�1s�r��matl4rn %N)VPVC+re...__ ..._..�_..�Itr�k�Fr��Rc�*mas* L.IqudjPmi CL "adc+r.u�.�llrsf+,rriYuar� PLASTICITYC14ARi I.I{r Wi la7:y S1le 1A 11 d:jvrt w"Rr 3Fpb--Wv}R a vly , 'JYLf S Oaa[Lta A ir]N F'i AM En n U a*LL.edI j� LgW.1 r;I em" Y15d Si s r Gx"ganc oisad?ME%rM lh ngh �q ul donumv 41pncmnn $11 acutWFdC*' ?POW WWC wkT fir �I A) '" 4J `s' fiU ?Lk til Al 1r0 1_d?IJ1C7 Lmrr" 41 TERMS DESCRUING SOIL CONSISTE4CY YY12 Gnijn-id" v.js comme fora leo 4`aoI Ovietrc 11 M1- Pa►Ia!rdbor1 R1smunre DesQuton Rt-jdlp6a{hirl i 1CV1 4 �5F@�fenSlCY scit 0.0 To 10 0104 V"Loose +i396 ri1m 1-0 to t-f 4 ro 10 Carib 20 to 40a SO 1.5 to 3-0 in 10 34 Nwlum Denso. A0 to 70% V"Sim 3L tD 4.6 au to W Oeme 70 w 00% HWME 4.!5+ Dve!p 50 V"Dense C-AD il7 'CINA Appendix I — Pavement Design Calculations Win PAS 12 Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association ESAL Data by Vehicle Type Project Name: Timberland Boulevard Pavement Design Route: Segment I, II & III Location: Fort Worth,Texas Owner/Agency: Design Engineer: Traffic Factor Traffic Input by Estimated Rigid Thickness 11.00 inches Design Lane Estimated Structural Number 6.0 Design Lane Distribution 100.00 percent Terminal Serviceability 2.5 Directional Distribution 50.00 percent Design Life 30 years Annual Growth Rate 2.50 percent Traffic Input by Day Vehicle Axle Load Axle Type Number Vehicle Axle Load Axle Type Number 0.00 Single 0.00 Single 0.00 Single �� 0.00 Single 0.00 Single 0 0,00 Single 0 0.00 Single 16.00 Single {� ;y_ 0.00 Single 32.00 Tandem 0.00 Single 0 32.00 Tandem 360 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0 0.00 Single 0.00 Single 0.00 Single 0 Total Rigid ESALs 20,878,186 Total Flexible ESALs 13,132,985 1-hursday, November 13, 2014 1:48:06PM Engineer: Vivekananda"Vivek" Chikyala, P.E. Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Timberland Boulevard Pavement Design Route: segment 1, II & Ill Location: Fort Worth,Texas Owner/Agency: Design Engineer: Rigid Pavement Design/Evaluation Concrete Thickness 11.06 inches Load Transfer Coefficient 3.00 Total Rigid ESALs 20,467,252 Modulus of Subgrade Reaction 250 psilin. Reliability 90.00 percent Drainage Coefficient 1.00 Overall Standard Deviation 0.39 Initial Serviceability 4.60 Flexural Strength 620 psi Terminal Serviceability 2.50 Modulus of Elasticity 4,000,000 psi Modulus of Subgrade Reaction(k-valug) De_gtermina_ tion Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 1 Depth to Rigid Foundation 0.00 Loss of Support Value(0,1,2,3) 0.0 Modulus of Subgrade Reaction 250 psilin. Chursday, November 13, 2014 1:47:45PM Engineer: Vivekananda"Vivek"Chikyala, P.E. WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures Americans Concrete Pavement Association Flexible Design Inputs Project Name: Timberland Boulevard Pavement Design Route: Segment I, II & III Location: Fort Worth,Texas Owner/Agency: Design Engineer: Flexible Pavement Design/Evaluation Structural Number 6.06 Subgrade Resilient Modulus 4,500.00 psi Total Flexible ESALs 13,132,985 Initial Serviceability 4.20 Reliability 90.00 percent Terminal Serviceability 2.50 Overall Standard Deviation 0.45 Layer Pavement Design/Evaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness SN Asphalt Cement Concrete 0.44 1.00 4.00 1.76 Asphalt Treated Agg. Base 0.41 1.00 8.00 3.28 Chemical Stabilized Subgrade 0.15 1.00 8.00 1.20 ES 6.24 Thursday, November 13,2014 1:47:03PM EngineerVivekananda"Vivek"Chikyala, P.E. WinPAS 12 Pavement Thickness Design According to 1993 AASHTQ wide for Design of Pavements Structures American Concrete Pavement Association ESAL Data by Vehicle Type Project Name: Timberland Boulevard Pavement Design Route: Temporary Road Location: Fort Worth,Texas Owner/Agency: Design Engineer: Traffic Factor Traffic Input by Estimated Rigid Thickness 6.00 inches Design Lane Estimated Structural Number 3.5 Design Lane Distribution 100.00 percent Terminal Serviceability 2.0 Directional Distribution 50.00 percent Design Life 1 years Annual Growth Rate 0.00 percent Traffic Input by Day Vehicle Axle Load Axle Type Number Vehicle Axle Load Axle Type Number 0.00 Single 0.00 Single 0.00 Single Q 761�7—Z 0.00 Single 0.00 Single 0 0.00 Single 0 0.00 Single .00 Single 32 _ 0.00 Single 32.00 Tandem 0.00 Single 0 32.00 Tandem 357 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0.00 Single 0 0.00 Single 0.00 Single 0.00 Single 0 Total Rigid ESALs 465,040 Total Flexible ESALs 300,557 Thursday, November 13, 2014 2:00:17PM Engineer: Vivekananda"Vivek"Chikyala, P.E. WinPAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Project Name: Timberland Boulevard Pavement Design Route: Temporary Road Location: Fort Worth,Texas Owner/Agency: Design Engineer: Flexible Pavement Design/Evaluation Structural Number 3.19 Subgrade Resilient Modulus 4,500.00 psi Total Flexible ESALs 300,557 Initial Serviceabillty 4.20 Reliability 85.00 percent Terminal Serviceability 2.00 Overall Standard Deviation 0.45 Layer Pavement Design/Evaluation Layer Layer Drainage Layer Layer Material Coefficient Coefficient Thickness SN Asphalt Cement Concrete 0.44 1.00 2.00 0.88 Asphalt Treated Agg. Base 0.41 1.00 3,00 1.23 Chemical Stabilized Subgrade 0.15 1.00 8.00 1.20 Y S 3.31 Thursday, November 13, 2014 2:07:11 PM Engineer:Vivekananda"Vivek" Chikyala, P.E. GC-4m04 Underground Yaeilifies NONE CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE INfENTIONALY LEFT BLAI-' ( GC-4.06 Hazardous Environmental Condition at Site NONE CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 THIS PAGE IIVTENTlQNALY LEFT BLANK GC=6.06.D Minority and Women Owned Hn0ness Enterprise Compliance CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July],2011 TI i ATTACHMENT 1A Page 1 of 4 FORT NORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors1gyppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offers r L A A9 MIW/DBE CT NAME: NON-MAW/DBE Pl2QJE `LBI DATE r Yif mow. r f � 7 ;! City's MBE Project-Goalf Offeror's MBEProject Commitment: PROJECT NUMBER 17 % /ff 70,5� 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 beflig 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 andlar knowing misrepresentation of facts is grounds for consideration of disqualification and xvviil 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 of all subcontractorslsuppiiers. Tier: means the level of subcontracting below the (crime contractor/consultant i_e_ a direct payment from the prime contractor to a subcontractor is considered t t tier, a payment by a subcontractor to its supplier is considered 2"d 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 MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit, The I IBE may lease trucks frorn non-MBEs, including owner-operated, but will only receive credit for the lees and commissions earned by the MBE as outlined in the lease agreement. Rev.2110/15 FORTWOR`I'H ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppfiers, 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 SUBCONTRACTORISUPPLIER ° Company Name T -- n Detail Detail Address i Subcontracting Supplies Dollar Amount TelephonelFax B B BM Work Purchased Email E E Contact Person E 176o r8��.taw.�.4dz F' Qsr-4 I 7 Tx �6/ate ❑ ❑ 44/err.vsC, "s Ip „ r g33.s0" /-cc; ket "' , �,P�13 107026a r El 1:1 Cni�l{Lk� rr ase" uIx 76 GK siorh L��,�iyy Ale G 3 7¢6 LG �i AV + / �G9-4161G-7g3y�prrac7 ❑ ❑ -fir ►Ny3 c6►.�srapl�,r.����r'c.►ao.ss�+ ` J C G�iGr/cys Cancrcr'� Carrcr,�r� �}33,4�1 °D Ida /rC, Rd rY�//ter rx 74 419` /7.j3l. 201G1&7 K!, ❑ ❑ ,Qa4iftly r`sc°""m*, Da„R F P'J i 4v Cesrc�.��'r i. ftit� 8�' '-z5v 331 N. Arun sfrYrr, egolfo TX TK 7G039' �os8 Biz ems= $/7.835 � ❑ 7�ar(uan�ys�CaNcr�t,�.t9� Tosr 1. 6' r0L1W*1 �. ..d Prair,s i,Y 7,�oeV 3.af ":�,kow-e-O&, Rev.2110115 FoR'fIVORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms ar foe be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER Company Name T n Detail Detail Address i Subcontracting Supplies Nl {fU OollarAmount Telephone/Fax e B B B Work Purchased Email E E Contact Person E (.SS lijA 7—X 7S/ � ok y,cep 1 � Q664060wj serwr+rs Ca Rand, &td 3iJS60 �0 �7 [0l3 �D93 f�Kt IA /Na bodlayrta Agl►r��1ti 17612 <7-337 G� .cs,iy 76/3/ e1 El F 7-ray 7-roy doo ,d�a+� lutr�c..r{,_LHG + l�LrrPcst� 3e 3, ;ZO J5 e^&-, /�{1GetiwL f r�6Ea�5 'r w" 1r)( 741#0 ❑ ❑ Aj�„wk ns�uwe � mlkro Aaw/r+n4 /a8o-S&W4 a��d rosr�c /073�8 &kE.s,,7—,< 74A0,78 ❑ ❑ ►rIr 1 V/--a / J'1A VOddl Rev_2/10115 TWORTH FOR ATTACHMENT IA Page 3 of 4 ')fferors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be ,fisted first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N - - — SUBCONTRACTOWSUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies nrt W Dollar Amount Telephone/Fax e $ B B Work Purchased Email E E Contact Person E Fr l aeA TiC 7611" Lg,(7. 41CO/// 7371 ❑ A�rffO..�r(iii(.�SAf•+A�.STrurhr��._.,c �►rT0 f"'rca _� �G�6� El ❑ �$/7�3`G.G S u���♦�p�.lrr^e" sr{?gGl��pd1�"f r s (r /Js ria�T o?2.?� 1 �7 pet 1&0. ?vcv-x3a FA El rwssrJlg y�s�ra�.cem onw� bow% 'Twra Cdv6rr,.cTi&t '511tae/k ro--�s 7li OW �a ?L512 -K-t v ed Qr►90- sr c onC►tTa � � f T 76118 1 ® ElG�7`�c/► 1-r rNvL�.i1, 1$8 917 3' La ❑ ❑ Rev.2110/16 FORT WORTH ATTACHMENT 1A --- -- Page 4 of 4 O� Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ , The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAdpff jon form. Any unjustified change or deletion shall be a material breach of contract and may result In debarment in accord with the procedures outlined in the ordinance. 'The Offeror shall submit a detailed explanation of how the requested 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_ zed Signature Printed Signature Title Contact Name/Title(if different) MGN ANON CONTRACTING,I-P Company Name Telephone and/or Fax r Ire/ T /C O Y �4✓ l� ki,* A AW owd A dress E-mail Address Citylstate Zip ©at Rev.2110115 A17ACHMENT1A Page 1 of 4 FORTWORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors rs Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: 71 k--• NON-MIWIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 17 % % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in iris 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 firrn(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 of all subcontractors/suppliers. Tier. means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1-t tier, a payment by a subcontractor to its supplier is considered 2,d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a IVIFF 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 MBE may lease trucks from anothef- MBE firm, Including MBE owner-operated, and receive full MBE credit_ The MBE may lease trucks from non-MBEs, inducting owner-operated, but will only receive credit for the fees and commissions earned by the N1BE as outlined in the lease agreement. Rev.2/10115 MIS PAGE INTEI TI NA►LY LEFT BLANK FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorstsuppliers, regardless of status; i.e., Minority+ and nori-MBE-. 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 �- �� ---- --- — ---- — SU BCONTRACTORIS U PP LI ER Company Name T - -- Detail Detail Address i Subcontracting Supplies Telephone/Fax e B B B Work Purchased Dollar Amount Email E E Contact Person r El 1:1 El 1:1 1:1 El Rev.2/10115 FQRl� WORTH A-17ACHMFN7IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBE . 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 n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone)Fax e B B Work Purchased Email r E E Contact Person El 1:1 1:1 El 0 El El Rev.2110115 FGRTWORTH ATTACHMENT 1A Page A of 4 Total Dollar Amount of MBE Subcontractors/Suppliers Total Dollar Amount of Non-MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS The Offeror will not make auditions, deletions. or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a .Requesf fnr Approvar o OhangelAddition 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 shalt submit a detailed explanation of how the requested change/addition or deletion will affect the committed NIBS 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 Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 113 FORT WORTH Page 1 of 1 po- City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: MIwIDBE NON-MMIIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 17 % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. CIl ailure to complete this form in itsentirety and he received by the Purchasing Division no later than 2:Q0 ..m. ors the second City business Clay after bid aeaning, exclusive of the hid opening date, will result In he bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address CitylStatelzip Date Rev.2110/15 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME. MIN/DBE NON-MIWIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 17 Rio % If the Offeror did not meet or exceed the MBE subcontracting goal for thfa project, the Offeror must compiete this form. 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. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p,m. on the second City business stay after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications_ 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMSI On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2110/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MNVBE Office. Yes Date of Listing I I No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting 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 (It yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? 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 G F E non-responsive.) No NOTE., The four methods Identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made asing 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 Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through Q. 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.2110115 ATTACHMENT 1 C 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 yes,attach the information that was not valid in order for the MIWBB 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 necessafy,and attach) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual worts performed on this contract, by an authorized officer or employee of the City. Any intentional andlor knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2110115 ATTACHMENT 1C 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 'IC will be contacted and the reasons for not using them will be verified by the City's IVIIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10115 Joint Venture Page 1 of 3 FGRTWORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered, use"N/A"if not applicable. Name of City project: A joint venture form must be completed on each project UP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the Erms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the join f venture MBE firm Non-MBE firm name name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2110/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on ibis joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------------------- b. Marketing and Sales ------------------------------------------------ c. Hiring and Firing of management personnel -------—-----------—--------------- d. Purchasing of major equipment and/or supplies Supervision of held 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 MANBE 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.2110/15 Joint Venture Page 3 of AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts:_ -r M - ---------------------------------------- ------- - - - - Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date hate 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 (seal) Rev.2110/15 GCm6.07 Wage lutes CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions forthe classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 TI IIS PAGE i I TIN€IONIAIN LEFT BLANK 1 f CITysECRETARY lob bv"qE D.') IN 3 J UP Real Estate Folder N o.: 61-02 Atidit umber jag UY9 FTi1 ` PUBLIC HIGHWAY WAY AT-GRADE CROSSING AGREEMENT TIMBFRLANI;} BOULEVARD DOT NUMBER 795 5OM MILE POST 738-61 CHOC.TAW SUB FOR,r WORTH, TAIRRANT C UNITY, TEXAS THIS AGREEMENT ("Agreement") is made and enured Into as of the day of ._ , 20 _ ("Effective Date""), by and between UNIONPACIFIC RAIL DAD O1_lPAN , a Delaware corporation, to be addressed of Real Estate Department, 1400 Douglas Street, Mail Stop 1690, Omaha, Nebraska 68179 ("Railroad") and the CITY OF FORT WORTH, a municipal corporation or political subdivision of the State of Texas to be addressed at 200 Texas Streyt, Fort Worth, TX 7610 ("Political Body") RECITALS, Presently, the Political Body ubliz s the Railroad's property for the existing al grade publio toad crossirig over Timbcflaild 8milevaFd, DOT Plumber 79535(1M at Railroad's Milepost 738.61 on Railroad's ChoGlaw Sub at or near FORT WuR ri-I, TARFNANT COUNTY, TEXAS The Political Body desires to underlake as its project (Ihe "Project°) the wldenfrig of the existing at-grade road crossing, installation of concrete crossing surface, lights, anti gates over the Timberland at.-grade pulAie crossing. The road crossing, as reconstructed and widened Is hereinafter the "Roadway." The Railroad right of way being utilized for the existiing at grade publ� if; road crossing is not sufficient to allow for the reconstrUct10n and widening of the Rnadway- Thierefore, under this Agreement. the Railroad will be granting additional rights to the Political Body to facilitate the reconstruction and widening of the Roadway. The portion of Raili'aad's property that Political Body needs to use in connection with the Roadway (Including the right of way being utilized for the existing at grade crossing) is shown on the Railroad's location print marked Exhibit A and further descrihed in the plans marked Exhibit A-1. with each exhibit being attar-lied hereto and hereby rilade a part hereof (the " rossimg Area"). In support of Its Project, the Political Body has requested the Railroad's cooperation to connectimi with Installing grade crossing protection devices, installing highway traffic control signals, and installing the necessary relays and other materials required to interconnect and coordinate the operation of said railroad grade crossing protection devices with the operation of said highway traffic control signals, Said work is to be performed at the sole expense of Political Body, The Railroad and tl'e Political Body are entering into this Agreement to cover the al_ Gvp AGREEMENT, NOW, THEREFORE, 0 Is mutually agreed by and between the parties hereto as follows: Section 1. EXHIBIT B The general terms and conditions marked Exhibit B, are attached hereto and hereby made a part hereof, Section 2. RAILROAD GRANTS RIGHT For and in consideration THIRTY SEVEN. THOUSAND SIX HUNDRED DOLLARS ($37,600.00) to be paid by the Political Body to the Railroad upon the execution and delivery of this Agreernent and In further consideration of the Political Bcxly.s agreement to perform and comply with the terrns of this Agreement, the Railroad hereby grants to the Political Body the right to construct, maintain and repair the Roadway over and amass the Crossing Area, For purposes of advanced signal preemption, Railroad hereby grants permission and authority to Political Body and/or Its Contractor (as defined below) to install the conduit with [lie necessary wiring on Railroad right of way on the condition that prior to performing any work on Railroad's prupe.rty, Political Body snail, or shall Taq►llre its Contractor to, notify the Railroad andior enter into a right of entry agreement with Railroad, as applicable pursuant to the terms and conditions of this Agreement. Section 3, DEFINITION OF CONTRACTOR For purposes of this Agreement the lean "Coaitractor" shalt mean the contractor or contractors hired by the Political Body to perform arry Project worm on any portion of the Railroad's property and shall also include the Contractor's subcontractors and the Contractor's and subcontractor's respective employees, officers and agents, and others acting under its or their authority. Section 4. CONTRACTOR'S RIGHT OF ENTRY AGREEMENT - INSURANCE A. Prior to Contractor performing any work within the Crossing Area and any subsequent maintenance and repair work, the Political Body shall require the Contractor Io: ■ execute the Railroad's them current Contractor's might of Entry Agreement • obtain the timed Urrent insurance required In the Contractor's Right of Entry Agreement; and }provide such insurance paiicias, Certificates, binders and/or endorsements Lo the Railroad. B. The Railroad's current Contractor's Righi of Entry Agreement is marked Exhibit D, altached hereto and hereby made a park hereof, The Political Body confirms that it will inform its Contractor chat it is required to execute such form of agreement and obtain the required insurance before commencing any worst an any Railroad property- Under no circurmsiances will the Contractor be allowed on the Railroad's properly without first executing the Railroad's onlractor's Right of Entry Agreement and oblaining the insurance set forth therein and also providing to the Railroad the insurance policies, bIndurs, certificates and/or endorsements described therein, _ All insurance correspondence, binders, policies, certificates andlar endorsements shall be sent to: Senior Manager - Contracts Union Pacific Railroad Company Real testate Department 1400 Douglas Street, Mail Stop 1690 Omaha, NE 6B179-169D UP Flle Folder No. 561-0 D. If the Political Body's own employees will be performing any of the Project work, time Poli#ical Body may self-insure all or a portion of the Inswence coverage strbjecl to tine RaIIroad's prior re view and approua1. Section 5. FEDERAL AID POLICY GUIDE If the Politkcal Body will be receiving any federal funding for the Project, the afUrrent rubes, regulations and provisions of the federal Aid Policy Guide as contained in 23 GFR 140, Subparl I and 23 CIFIR 646, Subparts A and B are incorporaWd Into this Agreement by reference. Section 6. NO PROJECT EXPENSES TO BE BORNE BY RAILROAD The Political Body agrees that (10 Project casts and expenses are to be borne b time Railroad_ In addition, the Rellroad is not required to contribute any funding for the Project. Section 7. WORK TO BE PERFORMED BY RAILROAD-, BILLING SENT TO POLITICAL BODY: POLITICAL BODY'S PAYMENT OF BILLS A. The work to be performed by the Railroad, at the Political Body's sole cost and expense, is described in the Railroad's Summary of Signal Material and Force Account Work dated September 19, 2017, and Summary of Surface Material and Force Account work crated ,June 15, 2018. both marked Exhibit C, attached hereto and hereby made a part hereof (the "Estimate(s)"). As set forth in the Estimates, the Railroad's estimated cost for the Railroad's signal work associated with the Project is Seven Hundred Twenty Seven Thousand Eighty Dine Dollars ($7 7,089.00) and surface work associated with the project is One Hundred and Five Thousand Nine Hundred and Eighteen Dollars ( 105;9'18.00). B. The Railroad, if it so elects. may recalculate and Update the PstImates submitted to the Political Body in the event the Political Body does not commence construction on Nie portion of the Project located on (lie Railroad's property within six (6) months from the date of the Estimate. C, The Political Body acknowledges that the Estimates include an estimate of flagging or other protective service costs that are to be paid by the Political Body or the Contractor in connection with flagging or other protective services provided by the Railroad in connection with the Project. All of such costs incurred by the Railroad are to be paid by the Political Body or the Contractor as determined by the Railroad and the Political Body. If it is determined that the Railroad will be billing the Contractor directly for such costs, the Political Body agrees that It will pay the Railroad for any flagging costs that have not been paid by any Contractor Within thirty ( 0) days of the Contractor's receipt of billing. D. The Railroad shalJ serid progressive billing to the Political Body during the Projecl and final billing to the Political Body within one hurYdred eighty (1 BO) days after receiving written notice from the Political Body that all Project work affecting the Railroad's property has been completed, E. The Political Body agrees to reimburse the Railroad within thirty ( 0) days of its receipt of billing from the Railroad for one hundred percent (100%) of all actual costs incurred by the Railroad in connection with the Project including, but not limited to, all actual costs of eriglineering review (including preliminary engineering review costs incurred by Railroad prior to the Effective Date of this Agreement), construction, inspection, flagging (unless flagging costs are to be billed directly to the Contractor), procurement of materials. equipment rental, manpower and deliveries to the job site and all direct and indirect overhead labor/construction costs including Railroad's standard additive rates, Section B. PLANS A, The Political Body, at its expense, shall prepare, or cause to be prepared by others, the detailed plans and specifications for the Project and the Structure and submit such plans and specifications to the Railroad's Assistant Vice President Engfneering-Besigni or his authorized representative, far prior review and approval. The plans and specifications shall include all Roadway layout specifications, cross sectlons and elevations, associated drainage, and other appurtenances_ 6. The rural one hundred percent (100%) completed plans that are approved in grating Uy the Railroad's Assistant Vice President Enaginaering-Design, or his authorized representa Hve, are hereinafter referred to as the "Flans". The plans are hereby made a part of this Agreement key reference. C. No changes in the plans small be made unless the Railroad has consented to such changes in writing. D. The Rallroad's review and approval of the flans vvlll 0 no way relieve the Political Bader or the Gontfaclor from their responsibilities, obligations arndfor liabilities under this Agreement. and will be given with the understanding that the Railroad rnakes no representations or Warranty as to the validity, accuracy, legal compliance or completeness of the Plans and that any reliance by the Political Body or Contractor on the Plans is at the risk of the Political Body and Contractor. Section 9. NON-RAILROAD iMPROVEMENTS A. Submittal of plans and specifications for protecting, encasing, reInforcing, relocation. replacing. removing and abandoning in place all non-railmad awned facilities (11he "Non Railroad Facilities") affected by the Project including, withoul limitation, utilities, fiber optics, pipelines, wirelines, c[rmrrtrrnication Ilnes and fences is required under Section 8, The Non Railroad Fac:illlies plans and specific:atlans shall comply with Railroad's standard specifications and requirements, including, without limitation, American RaN ay Engineering and Maintenance-of-Way Association (''AREMA") standards and guidelines_ Railroad has no obligation to supply additional land for any Non Railroad Facilities and does not waive its right to assert preemption defenses, diallenge the right-to-take, or pursue compensation in any condeMnatann action, regardless if the submitted Nan Railroad Facilities plans and specifications comply with Railroad's standard specifications and requirements, Railroad leas no ablt❑gatiosr to pem* any Non Railroad Facilities to be abandon8d in place or relacFated can Railroad's property. B. Upon Railroad's approval of submitted Non Railroad Facilities plans and specifications, Raliroad will attempt to incorporate them into new agreements or SLIppiements of existing agreements with Non Railroad Facilifles owners or operaiars. Railroad may rise its standard terms and candlt6ns, lrtcluding, Without limitation, its standard license fee and administrative charges when rewiring supplements or new agreements for Non Railroad Facilities_ ton Railroad Facilities work sliall not commence before a supplement or neW agreement has been fully executed b railroad and the pion Railroad Facilities owner or operator, a before RaIIroad and Political Body mutually agree in writing to (l) deem the approved Non Railroad Facilities plans and specifications to be Plans pursuant to Section 813, (H deem the Non Railroad Facilities part of the Structure, and (iii) supplerrerxl this Agreement with tej-ms and conditions covering the Non Railroad Facilities. Section 10. EFFECTIVE DATE, TERM; TERMINATION A. This Agreement Is effective as of the Effective Date first herein written and shall continue in Full force anti effect for as long as the Roadway remains on the Railroad's property. B. The Railroad, if It so elects. may terminate lhis Agreement elfeclive upon delivery of written notice Ca the Political Body in the event the Political Body does not commence construction on the portion of the Project located on the Railroad's property within twelve �1 ) monihs from the Effective gate. C_ If the Agreement is terminated as provided above, or for any other reason, the Political Body shall pay to the Railroad all actual costs incurred by the Railroad in connection with the Project Lip to the date of termination, including. without limitation, all actual costs incurred by the Railroad in connection with reviewing any preliminary or final Project Plans, Section 11. CONDITIONS TO BE MET BEFORE POLITICAL BODY CAN COMMENCE WORK Neither the Politicat Body nor the Contractor may cacnmence any work within the Crossing Area of on any other Railmad property until: (i) The Railroad and Political Body have executed this Agreemenl- (J) The Railroad has provided to the Political Body the Railroad's written approval of the Plans. (iii) Each Contractor has executed Railroad's Contractor's Right of Entry Agreement and has obtained anchor provided to the Railroad the insurance policies, certificates, binders, and/or endorsements required under the Contractor's Fight of Entry Agreement. (iv) Each Contractor has given the advance notice(s) required under the Contractor's Right of Entry Agreemeni to the Railroad Representative named in the Contactor's Right of Entry Agreement. Section 12. FUTURE PROJECTS FUtLlre projects Involving substantial maintenance, repair, reconstruction, renewal and/or demolition of the Roadway shall not commence until Railroad and Political Body agree on the plaits for such future projects, cost allocations, right of entry lorms and conditions and temporary construntlan rlghts, terms and conditions. Section 13. ASSIGNMENT; UCCESSORS AND ASSIGNS A. Political Body shall not assign this Agreement without the prior written consent of Railroad. B_ SubJect to the provisions of Paragraph A above, this Agreement shall inure io the benefit of and be binding upon the successors and assigns of railroad and Political Body. Section 14. SPECIAL PROVISiONS PERTAINING TO A Ef I AN RECOVERY AND REINVESTMENT ACT OF 2009 If the Polldcail Batty will be receiving American Recovery and Reinvestment Act ("ARRA") Funding for the Project, the Political Body agrees that It is responsible in performi"q and completing ati ARRA reporting ducurneMs for the Project, The Political Body confirms and acknowledges that Sectlon 1512 of the ARRA provisions applies only to a "recipient" receiving ARRA funding directing from the federal government and, therefore, (0 the ARRA reporting mquir-ernents are the respo sibility of the folk#ical Body and not of the Railroad, and (ii) the Pol#kicat Baby shall not delegate at)y ARRA reporting responsibilities to the Railroad. The Polltical Body also confirms and acknowledges that (i) the Railroad shall Provide to the Political Body the Railroad's standard and customary killing for expenses incurred by the Railroad for the Project includinq the Railroad's standard and custornary documentation to stApport such billing, and (6) such standard and customary billing and documentation from the Railroad provides the Informalion needed by the Political Body to perform and complete the ARRA reporting documents. The Railroad confirms that the political Body and the Federal Highway Administration shall have the right to audit the Railroad's Milling and documentation for the Projer-t as provided in Section 19 of Exhibit B of this Agreement_ Section 15. SIGNAL PREEMPTION A. Political Body and RaHroad, severally and collectively, agree to interconnect and coordinate the operation of the railroad grade cro"ing protection devices with the operation of the highway traffic control slynals at the Crossing Area, in accordance w0h the design schernaVc marked Exhibit E, hereto attached and hereby made a part hereof {the "Designs"}. B . Political Body, at its expense, Shall Ftimish all material, labor, equipment and supervision for the installation and malntenance of highway traffic control sigaaIs at the Crossing Area, as applicable in accordance with the Designs, C. Railroad, at Political Body's expense. shall furnish all material, labor, equipment and supervision for the work described in the Estlmate(s) and In accordance with the Designs, including, as applicable. installation of signals and/or appurtenances and installation of the necessary relays and other Materials required to interconnect and coordinate the operation of the highway traffic control signals to be installed by the Political € ody. G. Each party shad take all suitable precautions to prevent any interference {by Induction, leakage of electricity or otherwise) with [lie operation of the other parfiy's signals or communications lines, or those of its tenants, and if, at any time, the operation or maintenance of Rs signals results in any electrostatic effects. the party whose signals are causing the Interference shall, at Its expense, immediately take Such action as may he necessary to eliminate such Interference. E. Except as set forth in this Section, Political Body shall not be liable to Railroad on account of any failure of Railroad's warning devices to operate properly. nor shall Railroad have or be entitled to maintain any acticri against Political Body arising from any failure from Railroad's warning devices to operate properly. Similarly, Railroad shall riot be liable to Political Body on account of any failure of Political Body's traffic signal to operate properly, nor shall Political Body have or be entitled to maintain any action against Rallroad arising from any failure of Political Body's traffic signal to operate properly, IN WITNESS WHEREOF. the parties have caused this Agreement to be duly executed as of the Effective Date lirsl herein written. UNION PAGIFirs €RAILROAD C,011f FIANY (fi'eder=al Tax rLF dW-c UG1323) By: rim "'f- A-44ft Printed Name: DA VMA.LLCk— Title: � Seri o�fflredor- Rea[ Estate CITY OF FORT WORTH By: � Printed blame: .Jesus J. Ohara Title] Assistant City Managgr CITY OF FORT WORTH APPRO RE OMMFC�i-.)FD. AL By . ul--- / Do ti 91 va W. Wersig, P,E, Director, Transportation & Nihlic 1 orks Contract ComptIance Managor: By signing, I acknowledge that I am Ifte person responsible for the monitoring and administration of this contract, [ncluding ensuring a[I performance and reporting requirernents_ Lawn Wlson, Jr., P.F_ enlor Professional Engineer t� APPROVED A } F7 AND LE AL ITY l y By. Jessica gsva 1g Assist aflx ity Attorney A EST: Form 1298 Nu.tM t F -28556 eft]y Secre a M&C Date_ 1-30-18 `.... jF EXHIBIT A TO PUBLIC HIGHWAY AT GRADE CROSSING AGREEMENT Exhibit 01 be a }print showing the Crossing Area (see: Recitals) . / dt , � � ¥ ./ � _ s � a %kw � ±n . � w . $ "mm' , � . � qb � ' ] � Exist»g GmWmq Ar« . 3283151/g. zLKDZ Acre; ' . . . u % cf - 32,. Total C rim; rig -- \ 7a11:1. ¢211 m,NOW NOTE; F E YW BEGIN ANY WORK, SEE @■ . AGREEMENT FOR FIRRR TIE PROVISIONS. _ EXH1511 "A- E■Il+N cRO %�G AREA L. UNION PACIFIC RAILROAD COMPANY A.Q u5shq■A_ . » 2 � R'rWO RTH . TARRANTCOUNTY— IX M.P. ! .U1 . C9DCTAW SUB tPPMCO.WOF CKJkFNED —"—"--' MP-TP TX V m z 15 CADD 02561 .N(N ALE. 1 - . 1 ' FILENAME OrFJCE OF RRAL ESTATE !SCAN .�22 �s. r ,f O HA. ASKA DATE: t0 5 01 � FILENA AJM r IL E; 2561 -2 EXHIBIT A-'I T PUBLIC HIGHWAY AT GRADE CROSSING AGREEMENT Exhibit A-1 will be the plans for ti3e New Grassing Area(see Recitals} 1 �ml 6164 III ISM YIC YFIIFI a`Yt1iw L%uk%I 11 0 1 { t Lz_.rI LI.ILM lyluumv II ; lit K 5 ' JG IA. ift ®r � ' k } I L ki kr ! F y y Ole Aw It * ` {i4 JAW,ffn f d ll Gj, � - " - ' I l 4`Ili II .. I; 1 1 'I. ram. r. EXHIBIT B TO PUBLIC HIGHWAY AT GRADE CROSSING AGREEMENT SECTION 1. CONDITIONS AND COVENANTS A- The Railroad makes no covenant or warranty of title for quiet possession or against encumbrances. The Political Body shall not use or permit use of the Crossing Area for any purposes other than those described in this Agreement. VVlthout k riting the foregoing, the Political Body shall not use or pennnit use of [lie Crossing Area for railroad purposes. or for gas, oil or gasoline }pipe lines. Any lines constructed on the Raliroad's property by sir ender a0ftrity of the Political Body for the purpose of conveying electric power or communications incidental to the Political Body's use of the property fof highway purposes shall be constructed In accordance with specifications and Tequt rements of the Railroad, and In such manner as not adversely to affect commurkation or signal lines of the Railroad or its licensees now or hereafter tacated upon said property. No nonparty shall lee admitted by the Political Body to use or occupy any part of the Railroad's properly without the Railroad's written consent, Nothing herein shall obligate the Railroad to give such consent, D. The Railroad reserves the right to cross the Crossing Area with such railroad tracks as may be required for its convenience or purposes. In the event the Railroad shall place additional tracks upon the Crossing Area, the Polllioal Batty shall. at Its sole cost and expense, modify (lie Roadway to conform with all tracks within the CrassIng Area. . The right hereby granted Is subject to any existing encumbrances and fights jwhether public or private), recorded or unrecorded, and also to any renewals thereof. The Political Body shall not damage, destroy or interfere ►0th the property or rights of nonparties in. upon or fi�lating to the Railroad's property, unless the Politic-at Body at its own expense settles with and obtains releases from such nonpartles, D. The Railroad reserves the right to Lase and to grant to others the right to use the Crossing Area for any purpose not inconsistent with lire right hemby .granted, including, but not by war of Ifmitation, the right to construct, reconstruct, maintain. operate. repair, alter renew and replace tracks, facilities and appurtenances on the property; and the right to cross the Crossing Area with all kinds of equiprneol. E. So far as it lawfully may do so, the Political Body will assume, bear and pay all taxes and assessments of whatsoever nature or kind (whether general. local or special) levied or assessed upon or against the Crossing Area, excepting taxes levied upon and against the property as a cemponent part of the Railroad's operating property- , F. If any property or r1ghts other than the right hereby granted are necessary for the construction. maIntenance and use of the Roadway anti its appurtenances, or for the performance of any work Gn r-cmne tion with the Project, the political Body will acquire all such other property and rights at its -own expense and without expense to the Railroad. SECTION 2. CONSTRUCTION OF ROADWAY A. The Political Body, at its expanse, will apply for and obtain all public authority required by law, ordinance, rule or regulation for the i'roject, and will furnish the Railroad upon request with satisfactory evidence thai such authority has been Obtained. B. Exceot as may be otherwise specifically provided herein, the Politlual Body, at Its expense, will furnish all necessary labor, material and equipment, and shall construct and complete the Roadway and all appurtenances thefeof_ The appurtenancez shall include, without limitation, all necessary and proper highway warning devices (except those installed by the Railroad within its right of way) and all necessary drainage facilities, guard rails or barriers, and right of way fences between the Roadway and the railroad tracks. Upon completion of the Project, the Political Body shall remove from the Railroad's property ali temporary struchires and false wok and wIII leave the Crossing Area in a condition satisfactory to the Rallroad. C. All construction work of the Political Body upon the Railroad's property (including, bui not limfted to. construction of the Roadway and all appurtenances and all related and incidental work) shall be performed and completed if, a manner �ahsfactoryr tc the Assistant Vice President Engineering-Design of the Raiiraad or his aLdhorized representative and in compliance with the Plans, and other .guidefines famished by. the Railroad, D. All constructl€ n work of the Political Body shall be performed diligently and oDmpletetl within a reasonable We, No part of the Project shall be suspended. discontinued or unduly delayed MftLlt the Railroad's written consent, anti subject to such reasonable conditlotis as the Railroad may specify, it is Understood that the Railroad's Vacks at and in the vleinity of the work will be in constant or frequent use durfng progress of the work and that movement or stoppage of irainc, engines or cars may cause delays in the worm of the Poiitical Body. The PoMical Body hemby assumes the 6sR of any such delays and agrees that no claims for damages on accdunt of any delay shall he made against the Railroad by the State and/or the Contractor. SECTION 3. INJURY AND DAMAGE TO PROPERTY if the Political Body, In the performance of any work contemplated by this Agreement or by the failure to do or perform anyrthIng for which tt�e Political Body is responsible under the provisions of this Agreement shall injure, damage or destroy any property of the Railroad or of any other person lawfully occupying or Easing the Property of the Railroad, such property shall be replaced or repaired by the Pol+'tic nl Body at the Political Body's awn expense, or by the railroad at the expense of the Polltical Body, and to the satisfaction of the Railroad's Assistant Vice President Engineering-Design. SECTION 4. RAILROAD MAY USE CONTRACTORS TO PERFORM WORK The Railroad rriay contract for the performance of and+ of Its work by olher than the railroad forces, The Railroad shall notify the Political Body of the contract price within rtinely (90) clays after it Is awarded, Unless the Railroad's work is to be, performed on a fixed price basis, the Political Bally shall: reimburse the Raiilroad for the amotini of the coritraol. SECTION 5. MAINTENANCE AND REPAIRS A. The Political Body shall, at its own sole expense, maintain, repair. and renew, or cause to be maintained, repaired and renewed, the entire Grossing Area and Roadway, except the portions between the track tie ends, which shall be maintained by and at the expense of the Railroad, B. If, In the future, the Political Body elects to have the surfacing material between the track tie ends, or b(�t een tracks if there is more than one railroad track across the Grossing Area, replaced with paving or sarne surfacing materlal rather than timer planking, [lie Railroad, at the Political Body's expense, shall install such replacement surfacing. and In the future, to the extent repair or replacement of the surfacing is nec'assilated b reptair or rehabilitation of the railroad's tracks through the Crossing Area, the Political Body shall bear the expense of such repxalrs or mplacenierrl. SE TION 6. CHANGES IN GRADE If at any time the Railroad shall elect, or be required by competent authority to, raise or lower the grade of all or any portion of the track(s) located within the Crossing Area. the Political Body shall, at its own expense, conform the Roadway to conform with the chance of grade of the trackage_ SECTION 7. RlsAMANOEMENT OF WARNING DEVICES If the chance or rearrangement of any warning device Installed hereunder is necessitated for public or :Railroad convenience or on account of Improvements for either the Railroad, highway or bath, the parties will apportion the expense incidental thereto between themselves by negotiation, agreement or by the order of a competent authority before the change of rearrangement is undertaken, 4 SECTION 8. SAFETY MEASURES; PROTECTION OF RAILROAD COMPANY OPERATION It is understood and recognized that safely and continuity of the Railroad's operations and communications are of the utmost importance, and in order that the same may be adequately safeguarded, protected and assured, and in order that accidents may be prevented and avoided, it is agreed with respect to all of sari work of the Politicaf Body that the work wlll be performed in a safe manner a.nd In conformily with the fo[lowlnq standards: A. Definitions. All references In this greemeril to the Political Body shall also Includ~ the Contractor and their respective officers, agents and employees, grid others acting under its or their 8WIlority; and all references in this Agreement to work of the Political Body shall include work both within and atitside of the Railroad's property. B_ Entry on to Railroad's Propertm by Political Body. If the Political Body's employees need to enter Railroad's property in order to perform an inspection of the Roadway, minor maintenance or other activities, the Political Body shall first provide at least ten (10) working days advance notice to the Railroad Representative_ With respect to such entry can to Railroad's property, the Political Body, to the extent permitted by law, agrees to release, defend and indemnify the Railroad from and against any loss, damage, Injury, liability, claim, cost or expense incurred by any person including, without 11ni tation, the Political Body's employees, or damage to any property or equipment (collectivefy the "Loss') that arises from the presence or activilies of PoRical Body's employees on ailioad's property, except to the extent that any Loss is caused by the sale direct negligenw of Railroad_ 0. I=lia raigg. (i) If the Palltical Body's employees need to enter Rallroad's property as provided In Paragraph B abase. the Political Body agrees to notify the Railroad Representative at least thirty (30) working days in advance of proposed performance of any work by Political Body in which any person or equipment will be within twenty-Five ( 5) feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to. a crane boom) will reach to within twenty-fare feet of any track. No work of any kinds shall be performed, and no person, equrpment, rriacbinery, tools), materiai(s), vehicle(u), or things) shall be located, operated, placed, or stared within twenty-five ( 5) feet of any of Railroad's track(s) at any time, for any reason, unless and .until a Railroad flagman is provided to watch for trains. Upon receipt of such thirty (30) day notice, the Raiimad Representative will deter-mine and inform Poli#ical Body whether a flagman need be present and whether Political Body needs to Implement any special protective or safety measures. If flaggirig or other special protective or safety measures are performed by Railroad, railroad will bill Political Body for such expenses incurred by Railroad. If Railroad performs any flagging, or other special protective or safety measures are performed by railroad, Political Body agrees khat Political Body is riot relieved of any of Its responsibilities or liabilities set forth it) this Agreement. (ii) The rate of pay per hoer for each flagman will be the prevailing hourly rate in effect for an eight-hour clay for the class of flagmen used during regularly assigned hours and overtime in accordance wilh Labor Agreements and Schedules in effect at the time the worn is perfornied. In addition to the cast of such labor, a composite ch�ij-cge for vacation, holiday. health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and property Damage and Administration will he included, counputed on actual paymIL The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half limes the current hourly rate 1s paid for Overtime, Saturdays anti Sundays, and two and one-half times curreni hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Railroad acid its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wade rate or additional charges are changed, Political Body shall pay on the basis of the new rates and charges_ Oil) Reimbursement to Railroad will be required covering the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other Railroad work during a portion of such day, in which event reimbursement will not be requited for the portion of the day during which the flagman is engaged in other Rallroad work. Reimbursement will also he required for any day not actually worked by the flagrnan following the ttagman's assignment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by assignment of such flagman to other work, even though Political Body may not be working during such time. When It becomes necessary for Railroad to bulletin and assiigri an nntplayee to a Tagging position in compliance with union culleOve bargaining dyreements, Political Body trust provide Railroad a minlmom of Five (5) days notice prior to the cessation of the reed for a flagman. If five (5) days notice of cessation is not given, Political Body will still be required to pay flagging charges foc the five (5) day notice period required by union agreement to be given to the employee, even though flagging is not required for that period_ Rn additional' thirty (30) clays nofice must then he given to Railroad it flagging services are needed again after such five day cessation notice has been &eo to Railroad. D. Compliance With Laws. The Political Body shall comply with all applicable federai, state and local laws, regulations and enactments affecting the work. The Political Body shall use only such methods as are consistent with safety, both as concerns the Polltical Body, the political Body's agents and employees, the officers, agents, employees and property of the Railroad and the public in general. The Political Body (withorrl limiting the generality of the foregoing) shall comply with all applicable state and federal occupational safety and health acts and regulations. All Federal Railroad Administration regulations shell be followed when work is performed on the Railroad's premises. If any failure by the Political Body to comply with any such laws, 6 regulations, and enactments, shall result In any fine, peWlty, cOsl nr Olarge being assessed, impnsed or charged against the Railroad, the Political Body shall reimburse, and to the extent it may lawfully coo so, Indemnify the Railroad for any such fine, penalty, cost, or charge, including without ifmitation attorneys fees, court costs and expenses. The Political Body further agrees in the event of airy such action, upon notice thereof being provided by the Railroad, to defend si.rch action free of cost, charge, or expense to the Railroad_ E_ No Interference or Delay-S. The Poltiical Cody shall not do. suffer or permit anything which will or may obstruct, endanger, Interfere with, hinder -or delay maintenance or opera#Ion at the Railroad's tracks or facilities, or any communication or signal lines, installations or any appurtenances thereof, or the operatlasi% of others la fully accupying or using the Railroad's property or facilities, F. Supervision. The Political Body. at Its own expense. shall adequately police and Supervise all work to be performed by the Political Body, and shall not inflict injury to persons or damage to property for the safety of whom or of which the Railroad may be responsible, or to property of the Railroad. The responsibility of the Pali#kcal Body for safe conduct and adequate policing and supervision of the Project shall not be lessened or otherwise affected by the Railroad's approval of plans and specifications, or by the Railroad's collaboration in performance of any work, or by the presence at the work site of the Railroad's representatives, or by compliance by the Political Booty with any requests or recommendations made by such representatives, if a representative of the Railroad is assigned to the Project, llie Political Body will give, due consideratioi7 to suggestions and recornmeridations made by such represent0tive for the safety and proter-Alan of the Railroad's property and operations. G. Suspension of Work. if at any dine the Polilical Body's engineers or the Vice President-Engineering Services of the railroad or their respective representatives shall be of the opinion that any work of the Political Body is being or is about to be done or prosecuted without due regard and precaullon for safety and security, the Political Bony shall immediately suspend the worts until suitable, adequate and proper protective measures are adopted and provided, I1_ Removal of Debris, Ttie Political Body shall nol cause. suffer or permit material or debris to be deposited or cast upon, or to slide or fall upon any prop8rty or facilities of the Railroad, and any such material and debris shall be promptly removed from the Railroad's property by the Poliitical Body at the Political Body's own expense or by the Railroad at the expense of the PalJtical Body. The Political Body shall not cause, suffer or permit any snow to be plowed or cast upon the Railroad's property during snow removal from Lhe Crossing Areb. 1. Explosives. The Political Bodyr shall not discharge any exploslves on or in the vicinity of the Railroad's property without the prior consent of the Railroad's Vice President-Engineering Services, which shall not be given If, in the sole discretion of the Railroad's Mice President-Engineering Services, sLich discharge would be 7 dangerous or would interfere with the Railroad's property or fadities_ For the pi-uposes hereof, the "Vicinily of the Railroad's property„ skull be deemed to be any blase on the Railroad's property or in such close proximity to the Railroad's property that the discharge of explosives could cause Injury to the Railroad's employees or other persons, or cause damage to or interference with the Facilities or operations an the Railroad's property. The Railroad reserves the right t_o impose such conditions, restrictions or li�nifai;ions on the transportation, handling, storage. security and Use of explosives as 1he Railroad, in the Railroad's sole discretlon, may deem (0 be necessary, desirable or appfopriate. J. Excavation, The Political Bodyshall not excavate from existing slopes nor construct new slopes which are excessive and may create hazards of slides or failing rock, or impair or endanger the clearance between existing or new slopes and the tracks of the Railroad. The Political Body shall not do or cause to be stone any work which will or may disturb the stability of any area of adve{sely affec4 the Railroad's tracks or facilities_ The Political Body, at its own expense, shall install and maintain adequate shorir}g and cribbing for all excavation and/or trenching performed by the Political Body in connection with construction, maintenance or other work. The storing and cribbing shall be constructed and maintained with materials and in a Manner approved by the Railroad's Assistant Vlce. President Engineering - Design to withstand all stresses likely to be encountered, iflcluding any stresses resulting from Vibrations caused by the Railroad's operations in the vicinity. K. Draina�ce, The Political Body, at the Politicaf Body's own} expense, shall provide and maintain suitable facilities for draining the Roadway and its appurtenances, and shall not suffer or permit drainage water therefrom to Now or collecl upon property of the Railroad. The Political Body, at the Politkal Body's awn expense, shall provide adequate passargeWay+ for the waters of any streams, bodies of water and drainage facilities (either natural or artificial, and including water from the Railroad's culvert and drainage facilities), so thal said waters may not, because of any facilities or work of the Political Body, be impeded, obstructed, diverted or caused to back up, overflow or damage the property of the railroad or any part thereof, or property of others. The PoWical Body stall not obstruct or interfere with existing ditches or drainage facilities. L Notice_ Before commencing any work. [lie Political Body shall provide the advance notice to the Railroad that is required under the Contractor's light of Entry Agreement. M. Fiber Optic Cables. Fiber optic cable systems may be buried on the Railroad's property_ Protection of the fiber optic cable systems is of extreme importance since any bresk could disrupt service to users resulting in business interrUptian and loss of revenue and profits. political Body small telephone the railroad during normal business hours (7;00 a.m. to :00 p.m. Central Time, Monday through Friday, except holidays) at 1-800-336-91 3 (also a 4-hour, 7-day number for emergency calls) to determine if fiber optic cabile is buried anywhere on the Railroad's premises to be used by the Polls ical Body. if it Is, Poliltcal Body will telephone the telecoMMUnications campany(les) Involved, arrange for a cable locator, and make 'arrangements for relocation or other protection of the fiber optic cable prior to beginning any work ors the Railroad's premises. SECTION 9. INTERIM WARNING DEVICES If at anytime It is determined by a competent authority, by Ilse Political Body, or by agreement between the parties, that tiew or improved train activated vwatning devices should be installed at the Crossing Area, the Political Body shall install adequate temporary warning devices or signs and impose appropriate vehicular control measures to protect the motoring public until the new or Improved devices Dave been installed SECTION 10. OTHER RAILROADS All protective and indemnifying provisions of this Agreement shall inure to the benefit of the Railroad and any other railroad company lawfully using the Railroad's property or facillties. SECTION 11. ROOFS AND RECORDS The books, papers, re cord F. and accounts of Ra11road. sa (ar as they relate to the iterns of expense for the materials to be provided by Railroad under this Project, or are associated with the work to be pe4ormed by Railroad under this Project, shall he open to inspection and audit at Railroad's offices in Omaha. Nebraska, during normal business hours by the agents and authorizer) representatwes of Political Body for a period of three (3) years following the date of Railroad's lest billing sent to Polilical Body, SECTION 12. REMEDIES FOR BREACH OR NONUSE A. If the Political Body shall fail, refuse or neglect to perfami and abide by the terms of this Agreement, the Rallroad. In addition to any other rights and remedies, may perform any work which Ire the Judgment of the Ralitoa d is necessary to place the Roadway and appurtenances in such condition as will net menace, endangar or interfere with the Railroad's facilities or operations or jeopardize the Railroad's ernployea% and the Political Body will relmburse the Railroad for the expenses therenf_ B. Nanuse by the Polltical Body of the Crossing Area for public highway purposes continuing at any t1me for a pe6cd of eighteen (18) tronths stall, at the option of the Railroad, work a termination of this Agreement and of all rights of the Political Body Hereunder_ The Political Body kvill surrender peaceable possession of the Crossing Area and Roadway upon termination of this Agreement. Termination of this Agreement shall not affect any rights, obligations or liabilities of the parfies, accrued or otherwise, which may have arisen prior to termination. SECTION 13, MODIFICATION - ENTIRE AGREEMENT No waiver. moditicalion or amendment of this Agreement shall be of any force or effect unless Grade in writing, signed by the Political Body and the Railroad and specifying with particularity the nature and extent of such waives, modificalion or amendment. Any waiver by the Railroad of any default by the Political Body shall not affect or Impair any right arising from any subsequent default_ This Agreement and Exhibits attached hereto and made a part hereof constitute the entire understanding between the Political Body and the Railroad arid cancel and supersede any prior negotiations, Understandings or agreements, whether wrilten or oral, with respect to the work or any part thereof, 10 rub1m;1 liomuy AJ,Cirgk Cro>-w3g 0-YO 1113 .% innl Vvitu Aphoplem],AVY-I.a3ir EXHIBIT C TO PUBLIC HIGHWAY AT GRADE GROSSING AGREEMENT ExhibIt C will be r a11road's Mate daI and Fo roe Ag roe men I Eslimates (see ReiWitaIs) ■ co !s E cn m ni *.F ni D P3 0 W 0 13 0 > LL 0 CO) du L! cc o C, 0 • r; tr d I I L F L d EZ Ni o fil u 90 E Ix fl! a r fA cc ci n. ��� '''.�-' +,-,� rAUJLL Yu,:.4o 4b -eau wk �•� �o �� �� � IWy` ■ I p _ wY °; 1^ i�h — �.�_� _!... M � N iJ I [y I r+ i1 �•' L MalUL ws r $ s a . - —I- s�J A i 04 C' ---------------------- a M OATE: 2019-001S hY TAE: UNION FACIFTC 1LAIt,itfiAW TILLS KSTINA'PTs. MOD POR I Mp=S EXPTRATPI N DATE W. ACK-12-14 uF,SMI PTION Ph.' Wi11;1[; KELL€:R,= / NT CILMAD / L11;a' 095;15 010 / CP1C1f:TA4l SUU / MP 110.01 WOVE EX3 TUG 12' CROSSING SURVAC:E, lHaTALL Mw 88' WossINCi SURF'AQ lFUJdJNt Jr 'MLI-dS. HALL. 4NL1 c]'i'W L'(WI T WAB IMMAT 43IMM FEU AbOlT1.VE W/ OVERHMJAtF APILJ 11 011LWIT 214-. UPMt i W1 W. L U RF:IMPU SED FOR 1001 O1 CWE r TO AUPLAW.E THE C-11USSI NG :i1if Y'A7-K PQ: L11150 Awo: MT'.91JHT3TV, 170.1rai.} r-ifor.,.T W SE{NICK -UNIT: l L CITY: WLL.P.:i4 :1TAW Up. f9UCHIPTION +STY Wel'I' I.A19 HAT#:lllAt. Fuma1.h IIPPJ4 'K-JTA4 11W4 J VFFFIT FIG (26M EUr.1.N 1S*t 1 Wi: 38% 3153 3 a s J. 'OMPL T?t•1,lNgKRlmf7 1�C8 r3 T L2141i1 ------- --'i2$63 TIGNAL WCrU 1+lBUR ADDITIVE AW W4 Isis 1201 ;IGoAL. 454Q S 545 645 •PINK a BURPACY gnRLE RMAST 240 c1. 1430 #A+l 3434 104 AILL PRK LrEL 90G 9UQ 9{14 C«}ITP,a", 4-cm71; Z515D Z$500 15500 l l' REtr.h f II+iE F'I[910117 J 151 1157 L 157 UMEWHE PI'lr:1r]TT W1X 9U0 ypl� 029 -]4f 145, 1r,45 15A R*r L 2 44.oo 1 F- .25{Jf� 053 6F>!j9 659'3 8f#Ar. $F1.UU TV M12 1410 L4113 J4911 SAWS TAZ 1.17R 10.2 Al2. T'H15-URir,LtN 2040 2040 1940 MLL1 1861 37P Wo 12c4 w"F 15.00 ffiA 3092 atlrn 11012 11012 WTM 'Pf+14Q h ST3RFAW 3203 nq42@ 91151 01.151 Ldki+JlS/MATL.RlAl. R '0ljEArUJ'113LV411'ALk L,#1'F1.MAmi i,tw ll.rT f;C4f7 �,# 91#f THE ABOVE Fl[:I xjB t1.RS £ST MATU Ch$nf AND tiU13.l 97 TO FLIICTUAT1pH, IN TO WENT OF AN 1WrAf,J492 CA D4120 ONSK IN THE LOST OR OWANTITW KIF AWK KKK 013 },py & RNQUIREDd 11PAR 1a= BUL FUR AWA K WSTUC T 101 COSTO AT TIIE CORREU T EFFECT I VE RAME. Nhlic tiishwn AW'Trnde Crosfi4 D-WYII Stsrmtrpril Form Ayjl --%-l.MT-1.4m EXHIBIT D TO PUBLIC HIGHWAY AT GRADE CROSSING AGREEMENT Exhibit D will be Contractor's Right-of Entry Agreement (see Recitals) UNION M Ir--U4 RAII.rt W)r:nmpAKy CONTRAGJOR'S RIGHT OF 1:'#�ITRY AGREEMEFTf BUILDING AMERICA Furrn Apjwnvnd:AVP Low 431U117013 1-cslder No.: i 1PIZR AMil IVim CONTRACTOR'S RIGHT OFENTRY AGREEMENT THIS AGRE.C?h+IEM is tack: and LFIiI{'red into as or dw — d ay of 2017. by and be-i een UN 10 N 1 ACIII111(7 JAM I.aROA11 ('[1MPANY. a l;)c lit wave cuTpuratiori 16ilrcrttcl jiml Name(if Conir'norar) curporjAion ("Contractor-'). Curltra.cum. has hxn hired by _ for -- _ of 111e at-grade pi if)I Re road crossi rig I)OT al M He Posts can [lie S11136vision ill f'citjli v, . in Lhc gcrtcrul loculion s-Ilmvn on Ilic Railroad Lctratitsil I'Tint mrirked J?xJtlhit A. tiLL.10110 J hercici end hereby mid a 1);wl hi;rm,rl; which work �s the subject of an Agreementr dated kcimicclr [lie Railrond i>, d the The Railroad is willing lu permil thr- C'milrfrc1++r In purrorm I.IIc %vork dcsc-rii.+ud rtkov4 ja 1hv It-waicon dcsrribed calrr.avc stjhjco I Ilttr le'rrtis :rTId L�.cA16itiimb <';Toairiml in I i% Acrk:cmeiiI t C;I I;F;, MERIT. NOW, TFiF.REFORE, it k nlLLti tllV IigY'cvd by apid bdlwculr l6ilroad Hiltl t'o:rinr7lcl.c�r, tts Ii�J lcs�rs: MMC*LL t - DEFINITION OF CONTRACTOR. l-or purl]{aces L f Llik Agrezmi:m, all redl=nccs 41 this ggc-'mejit to Cuntraclar hall In ludo Conitaclor'N L�onlrncwm subet7nt.metors. ollicer,%, ktpl7 s acid vi-rlployces, and ofivtrs eating under Its or Ihuir wiwhority. ARTICLE 2 - RIGHT GRANTED; PURPOSE. 1�ailmad hereby grrmts to Contractor the right. during the term here-imificr stat d and i poh aTid ;uhject to trach riiid a I of Ilie ternis, pro visimi;; and volI diLimN lie rcin cotiiailtsrd, In mlcr ilpom and have ingress W dnr# egms-, from Ihr properly described iii the Rtecitsls for the purpo"L W, performing the work dcseribed in Lhr i eeltuls ahcive. Tlict right hurtin p-arced. to Coil(mciIn. is 1ir11iICd it Muse poriions 4rf Railroud's pmperiy speeiIwaIJy descrihtd herpiii. ur a.0 designaIed by the RaiIrs ad 1�gir;gtntativc inljinot] in AriicIc 4, 11ri Mpg�r I�Qn�rroo-nl - Page I of 4 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'$RIGHT OF LNITRY AGREr-MEN}T BUILDING AMERMW Form Approved;AVP Law O,1LOI1.2[r1a ARTI.CIA: 3 - TERMS AND CONllITIONS„M1cI{'AINI,,f) IN kX11 BIT4 B,_C_& n. The General. Ternis and Conditions comained in K 1>l ibil I3, the Insyrance lzpq�L rerncnjt, contained in Exhibit C, and 111e Mirlinlain Safety Rt;Quilyalcitll.s ccontnilled in le-Vilihil D, c,tvfi attached hereto, w-e hervl?y niade a Varl of lli is Agructn nL AR,rICLE 4 - ALL EXPENSES TO BE BORNE BY C QNTR.4LC'T0j1;R 1Lltr A1) RRP ENT TIVE. — — . Contractor JinIl beaI- oil and n I I c oGIs aid C1Iv nsi5 as:Nciciated with any work per hi;niicd by Contract,u'. Or:Iny zosts ur eKpcm s inctir'#`I~cl h). Rmilroad relating In this 4re-Cnlent. B. Cont>iactur slinll cofir litrstte till c r ils wi,rk with the rollowing Rtiilroad represeiltalivc or his oi, her duly awhorit,ed rep reseTttat[ve (I he "Kaliiroad Iti: Tt.rr[ive C. Contractor. at its own expanse, shall adequately police and supervise all work to be performed by Contractor and shall ensure that such work is pertorn ed in a sate manrwr asset fbith In Seclion 7 Of V.Xllljkll [3. 'I'lle rtzgam;ihility cal' Coniractor flor !tnfi conduct and adequvtc policir'tp and sopl=rvisr{m off t'untratim 4i work ShELF not be lessi~ned ter othetwisc: al?wCled 1)�- Itauirc>'ad's approval of plans and specirications ir1V0l+"irtg the WL3t-k, or by R;ailroad's Qo[I alit PraIk)il in perfniTiiaj,,c:e c,F-my Work. or ley 1.11ct prcsi�nLc a Lho work sill o[':i Railroad Rcpr'cscma[ive. or by c onipliawc by CoritrQ U(L)r mritli Einy rt'tlricsts or tcec�rt�mcndr xi ns made by 1011nmd Representative, ARTICLE 5 - SCREDULE OF WO CON 11'l]ONTHLY BASIS. The Ccintractor, al its cx1mise. Mmill provide or) 13 r1lonf,hly basis a dvtallcd �chedkilc of work to the Railroad Rcprowntativc mitned in ArlivIc 413 above, The repoiis shall marl at ilrf execution nt'lhis Aprcement and Pow menu` IlllliI Ihis Agroement is termimtuL d n!; provided iTx this AgreemuiiI or wtli[ L]ic Crintractor lugs con,p[vwd aI] wock on R it]iruad's property. ARTICLE 6 - '1'ERNI: TERiWNATION. A. The grant orright ltttreiI, made Ica Con Iractor*irttII colirlm nee vii [lie date oft his Agreement, alld continue until p rr r7F__ . LIF1le," sioo >er- I urn iiiiatvd as herein I17, rr iJrrir_ provided. or ni such tirttc as Contraclar has completed its wort~ r)n Railroad's pr€rperq. whichever is earlier. Contractor agrees to notify the Railcoad [ cprcAicntTiivc in w0ling when it has carol IVAC4i its 4vurk on Railrond's property. R. This Agrccrt ent may lie tenninatrwd her cithe.r party trrl too (10) days written notice to the other pnrly. A[tlefeE;01 I4gi mfirA Page 2 of 4 UNION Mli!U MLROAD MMPARY WrcFTSAGTC R'S R1GWT OF EN'mY AGREEMENT 91JUMNO AMICR Farm Approved!AVP Lew U01120 r3 ARTICLE 7 - CERTII+IICA`!'E 0Fr IINSLIRANC'L, A. BeOccrc t:01111nelluing any ivorlt, i~oolrmlor will provide Rarlroud with the (i) insrrrrtrice binders, policies. cerlilkmics mid ealdorscmLl iits qE;t lbilh in Exhibil C ol'this Agrcujnuni, and (ii) the iirStlrancu cndorst:men ts ralalruneti by egoh uthconLractor as req(Iired uiidl--r Section l t,l, l�-xllif)ii ii ur this A pTet:mc nt. ]I- All Irlwunuice curet-s urideiw. bindorS, policies, cert Ixale-, and Cndorwriit us shall be.. serli ILI: Urlicpol pac-W4- }irtlll'oad C irjnlprrrl, A)jauh a, NE 68F?V-I(p90 Volder No-- ARTIC'f, K S - DISMISSAL OF CONTRACTOR'S EMPLOYEE. At the rCtltjcst {)I' Railm acl. Conlinclor shall minove r'rum Ruilroud`s proputy uny cnip€e>Yee of Conlractor whu f1rils to ct}n(brl11 Lax the lnttructions ni'lljc Railrand RcVr Lsvwolive in r;onnec-tion wash the work c}rr R a!Ii`oad's pmperly, aand any righi of CnO mdor sh„I I he f�uspv11ded Uiliil satc:ll removal has trcourred. ("unlracior sharlI inderriniry R,.titruad af;r ino uny chili-hs arising frniil Ilie rum ovni vF an sue t.mpio c e from Rai I road'ri prnpur•ty. ARTICLE 9- CROSSINGS. No additional vchicule#r cros�,irrgs �includirlg tenapraary hauI njuds) aar pccicstritan c:r,omini s ovrr R ailn iad's Lmckage 2;hA l b- ios-i nliud SFr uNcd by Ctfin(mctcar +,►i11'out tlav prior %vriIttrn petwissimi kpI-RaiImad. AI0'lCL,E 10 - CROSSINGS-,GS— COMPLIANCE E W ITH II?UT D AND FRA CiUIDELINES. A. No addi[onol VChicular C(C{ sirrgs f including t-em ponra•y I-riaail rozids) or pk-de wtriaia caxaskirigs over Raifroud's irxackagc shall be iuslallcd or nm!d by Cuilimcla;ir witlioLti Hit: prior written perinks ion rrl'l1nilroad. B, Any 1-kerns-,iiIu-ni i i r le'rilpurarV S:luinges. iIic[IIdrnp Ieniporary Im Fri e efirlIml, tv ci-ns-;Ings i1Zust ii 1oi lbrm it) nc� Manual of flniform Traffic, Cunirol I levices (MUTED) riaad ally applicaatalc Fu deral RuilraFid 1ldministtridoll ratles. regulations and SuicleIine%. and IImM fxu ri;viL-wed by t11e Rflill'(M a prity to any ckmgcs heing iniple:r17e'ilwd. Tn I11e eve liL the Raulr'uucl is t(ai.krld Lo be caul 0rColl11)1i1111Ce xvit11 lbdeN I sarety tzglrInt1 ons due to dir, C' irilractor's niudrricaafikins, negligence, or any olliei' rt:rrstail ariairlL; rillrr] the C`cantrrjctor's liresclice naj Lhe Railroad's pAlperty, the CoMractui, agrees to fas7;u is lialudity ror uny civil pcnallic- hnjlwi d upoll [tic RaiIruad For-mt:h norlc onip ance. Ariiarw or Agmwn yard lugs 3 of 4 PARY iJMNTRAC1FIC f�AiLROAE]OOhENTR — — CON�FtAC�'Di�'s l�lG}�'t i}1= �Iu�RY AGREEMENT HUlLQ1N(;AMerrt[cA4 Form ApraVO!AVP Luw 0,91 1W13 AR7'i'I'LE 1 i - EXPLOSIVES. L%;PI Lis ivtµs ur o1110'11igiIIv Il{irllni hIC sul slsrtices Itiall not hu lorm[ or wed oll ]��iijrmd"s property widivul Ilie prior written i or kullroad. IN WITNESS WT4T,RIf,0F. the parties hereto have duty executed this agreement ill duplicate as of ilic dale firsi htiemin wrilicn. UNION PA("TFFC RA11,110AD COMPANV (Fedr-rid f i,. 11 M 'r fi-15f7U� iJ By. Daniel Peters ----- -- --�--- Real t;state—Public Prr jects (Nome of Conlractor) �rinEect ir€uric: Title: _ AfQicres of Agreement Page 4 of� L V 1 F do Lb 4 I} { -listy, ri. = 08rrr F t=x5slii761 77 1�Ir_R = ;3,2Fl.i !,rI- I-l. _{],lJI llr;re., Tr�tel 'CrrsIrp,fret - E3„ , F{, = jjt acres NOTE: BZFCRE YDU BEGIN ANY {CORK. 5Er AGRECME N1i Pi3R FIBER OPTIC PFOV 151 ONS, LEQV Do EXHIBIT "A" F3GSrIMG CROSSIK AREA --. ® t,1N nN PACIFIC' RAILROAD COMPANY Now Cron&Ing Ara .... FORT WORTH . TARRANT WUNTY, TX �•.:'�•�•�•� M.P. 11R.51 - CHOCTAW SLIS UPRRCo.RPOw OUTLuNEo........ _. �.. MP-TP TIC Y-9 f 15 CAM 0255102.DGN SCALE: 1 " 100' FILENAME 0Fr1CF OF REAL ESTATE OMAHA. NEBRASKA DATE! 10f25r,2011 SCAN 025G 10 -_T22{IL 15. t 1#FILENAME A.t1u1 FILE: SSG 1,0 UNION r'ncrr'rC Rft.ROAr}(;r;MF1ANY CONTRACTOR'S RIOH'i'm t=nFTRY AGREEMENT BUILDING AMERICX F'r,nil App+oved_AVP Law IJ31D V;R0 fa - — EXHIBIT B TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT GENERAL TERMS & CONDITIONS Section 1. NOTICE OF COMMENCEMENT OF WORK-FLAGGING. A. Contractor agrees to tlotify the Railroad Reprasentaliva ar IeaEit tt,!rty (30) working clays in advance of Contractor commencing its work and at least ten (10) working nays in advance of proposed perfoirnaiice of any work by Contractor In which any person or equipment will be wlthrn twenty-five (25) feet of any track, or will be near enough to Aoy Ira ck that any ccttaipment exionsion (such as, but not liirtited to, a crane boom) wIII reach to within tvuenty-tfvio (25) feet of any track No work of any kind shall he performed, and no persofj, equipment, rnachinefy, tvol(s), rnoteriaat(s), vehicle(%), or thfng(s) shall be located, operated, placed, or alav-d within lwanit ,-fivta (25) feet of any of Railroad's back(s) al any firrie, for any reason, unless and until a Raliroad Flagman fs provided to watch for trains_ Upon receipt of such len (iG)Ad iy notiw, t1le Railroad Repiesenta dve wlli determine and i4cirm Oorilr;�tctr:Pr whether a ftpcgrnaan mead be pre*wnt and whether Contractor needs to Implement any special prolecl Ve or safely measures, ft flagging or other special protecllve m safety measures are perforrnfA by R®llroad, Rallfpaad will blIJ Contractor Fof such expenses incurred by Raiftaad, unless Railroad and a federal, stale or local governmental entity have agreed Ihat Railroad is to bill such expenses to the federal, state or local governmental entity, If Railroad will be sanding Me bills to Contractor, Contractor shall I)aY such bills within thirty (30) days of Contractor's receipt of billing, If Railroad performs arty flagging, of other special protectivrr or safety measures are performed by Railroad. Contractor agrees That Contractor is not relieved of any of Its responsibilities or liabilities set forth In this Agreement. B. The rate of pay per hour for each flagman,will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen deed daring r"tilarly assigned hours and overtime in accordance with tabor Agractrnerils and Schedules in effect at the time the work is performed_ In addition to the cost of sash labor, a c,omposIte charge For vacatiorl. holiday. health and welfare, supplecrrenlal sickness, Railroad Retirement and unemployment cOMPertsal`100. supplemental pension, Lniployeas Liability and Property Damage and Administration will be Inctuded, computed on actual payroll. Thin cornpDsite charge will he the pravalllrrg composite charge in effect al Ille llrna the work fs pertained One and one-half tlrr es the current I1€01irty rate is paid for overtime. Satutd6ys and Sundays, and Iwo aw' onat� half limes current hourly rate for h0lidaays. Way a ratios are subject to change, at any trrrie, by law or by agreement betwserr Railroad and its ernployees, and may be retroactive as a result or negulhi tails or a3 rulITIg of an 80thni-Qed governmental agency. Additional chMios on labor are also subject to c_hainge Ir the wogQ rate or addikonal charges are changed, Contractor (or the govemmeRtal entity_ as appticable) shall pay on the basis of the Piewrales and charges, C. Reimbursement to Raflraad w111 be required covering the full eight-hour day during which arty Flagman is €urnishad, trnJrers the frogman can lie aisslgned to other Railroad work dLrOrig a portion cif %tech day, in which event reimbursemant will not be required (pr the portion of the day durliig which the flagrilan Is engaged In other Railroad work Reimbursement will also be regLlked for any day not ar.Wally worked by the flagman following the flagman's assignment to Mirk an the pro}eft for which Railroad is regUIFM to Tray flee ffargr $11 anti which could nol reasonably be avoided by Railroad by 4ssignmen( of such flagman to other work . even though Contractor may not be Working doting such three_ When it becomes necessary for Railroad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreaments, Contractor must provide Railroad a Minimum of five (5) days notice prior to file cessation of the need for a flagman if five (5) flays notice of cessation Ir not given, Contractor will still be required to pay flagging charges for the five (5) day police period required by union agreement to be given to the ertlpfoyee, even though lagging is not required for that period. An additional lea? (10) days notice mull then be given to Railroad if flagging services are needed again after stash Five #ay cessation ilatice has been given to railroad. Section 2. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED A. The foragolog grant of right Is subject arty# tiubordinate to the prior and continuing right and obligalion of the Railroad to use and rnainfairi its enike! property Inclodfng the right and power of Railroads to consiruct, maintain, repair, renew, use, operate, ctiarige, modify of reioc2te railroad tracks, roadways, aignai, communication, fiber optics, or other vs+irelsnes, pipelines and rSlt►er iar;lities upon, along or across any oraaN traits of its property, all nr any of whMi may be CONTRACTOR'S RIGHT OF M-tRY Page 1 of d Exhibit B AGREEMENT General Fen-os& Conditions Form App roveca;AVP Law trig 112013 UNION PACIFIC RAILFROAT.1 COMPANY CONTRACTOR$ RIGI•FT GF ENTRY AGREENIF NT — BUIL INN AMEMCA" Fe7rm A l;ii�V�d; AVP Law OOfO 112013 freely done al arty time or limos by Railroad without flabliity to Contrador or to aily other party for compensatlon or dernages. B. The forogaing grant is :trite mtbjeot to all Guistandin su eder fights(including those in favor of licensees and fe?,sceS of Railroad's, property, and ethers) and the Pohl of Railroad to renew and extend the same, and is made without c4venent of title or for quiet enjoyment, Section 3. NO INTERFERENCE WITH C)PERATIONS OF RAILROAD AND ITS TENANTS. A. Contractor shaall conduct its oparaticris sc as PPP to interfere with the corWnuota5 anti imInterruoted Lisa and operation of the raiiroad tracks and pioporly of R�IIlroad, indlidirig wilhout IfmltaHtap, the operations of Railroad's Fessaes, licensees or other. unless spec KIcalfy authorized fn advance by the Railroad Represer WtIve Nothing shall he &Hie or permitted to be done by CGrilractor at any line that would In any txaannar impair the safety of such operallanz. When not in ime, Contrarlor's machinery and malerials shall be kepi at least fifty f50) Feet from tha conledione of Rallroad's rtctare t tfark. and there shall be no vahicuWi, crossings of Rallroads tracks eakc E!pl al. &XIMing open public crossingz. 6 Opprafiomi of Railroad and work performed by Railroad persor<nel and deteys in lho ymrk to be performed by Contractor eaavied by such failroad operations and work are expected by C:oWactiar, and Gontradoc agrees thBI RaIIroad Shall have no mobility to CoMrador, or any 91her person nr entity for any such delays, The Contractor shall cocirdlnate its activities with those of Railroad and thInd parties so as to avoid Interference with TEMMad OpernllcaM. The safe operation of Railroad train movements and other artivillc:s by Railroad tapes pree,edence ova( any work to be pE3r formed by Contractor Section+4, LIENS. Contractor shall pay in full all peraarts who perform labor or ptavi& materials for tflo work to be performed by Contractor Cunlfacfor shall nol creale, permit or suffer any mechanic's or rnatarlalmen`s liens of ary+ kind or nature to he creaked or erifarced against any property of Railroad for afly such work petfarmed- Contractor shall irrderrmlfy and hold harrnlese Railroad lmril and against any and all flw)5. olalrrm. demiands, casts or expenEwas of Whatsoever notoca in any wvay+ connected with or growing mt of viich work dome, labor pprfurmad, or materlals furnished. If Contraclor falls to promptly cause any tierl In b� tel Sad Qf recvfd, 1'{ailrrrad rfxay, al Its elecliarr, discharge the Hurt or claim cal IFen al onlracW69 e'xp.enze Section & PROTECTION OF FIBER OPTIC CABLE SYSTEMS. Ati. Pibei optic rsbte systems may be buriefl On Raiko.ad's property_ Protection of the fiber €rpliri cable syslams is of extreme Impoftance since any break could disntp1 se svice to users cc-sulling In husirmss Interruption sntl loss pf favenue and prof s- Contractor shalt Telephone Railroad during rrornial business hour's (P-00 a_m. to 9:00 p.m. Ceratfal Time, Monday IhToWh Friday, except holiday) at 1-800-3 9193 (also a 24-llolrr, 7-day number for emergeric:y cal f) In detefrnfrte if fiber optic cable is bud#ed anywhere on Railroad's preperty to be used by Contract it It It ls, Coretractcr will telephone the ielec:o+' mvnicatiorrs t:4fnpany(las) involved, make arfaNerrlents for a cable locator and. If appkable, for relcw4tlon of attlef protai�tiori of the fiber optic cattle. Gontr®Cie r shiall nol pummence any work Lrrifll all such prot.eCtlOn OF iaIorailon(if apphcabla) has beso arcarriplished. B. In addition to oftr Indemnity provlWons In this Agreement, Contractor shnil indemnify, defend and hold Rollread harmless From and agairxsl all costs, liability and exile;rise whatsoever (including, without lirnitafkgn, attorneys' Fees, court Frosts and exgertses) adsing ouL of any act or omission of Contractor, its agents arlcilor ernployy , that causes or contrlbules to (1) any damage to or destruction of any lelecomrrkunicaliorxs tsystam an Rallroad's property. ai d/04' (2) any injury fa rr death of any parson employed by or on behalf of any telucarnrnuniinfions company, arirlJor ilis coMractear, agenli� and/or employees. on Railmad's property. Contractor sh8Il not have or seek recourse agalrrst Rallnoad fot arty claim or cause*of acilon for allaged lass of profits or revenge or 1pss of service or other corlsegeaeYitfal damage to a leir;cnrnrrlurtloi3tlr n company using Railroad's property of a customer or user of services of the fiber'optic cable on Railroads property. C061Tf CTOR'S R1GH1' i71= ENTRY Page 2 of+4 � Ex i AGREEMENT Gennmi Term%a Conditions F=n#rn Aprratrecl'AVP Law b:W11201:� UNION PACIFIC tAli,RC COMPANY CON1 tA{ TOtE riiaHT -- OF ENTRY AGREEMENT BUILDING AME#t1CA* Form AFpraVeo.AV I-M OM If2Uf3 -- Section 6, PERMITS -COMPLIANCE WITH LAWS. In the prosecution of the work covered by this Agreement, Contractor shall seti;ure any and all necessary permits aid shall comply with all applicable Federal, state and local laws, regulations and enactments affecting the works Including, without limitatioi-i, all applicable Federal Railroad Administration regulatians. Section T. SAFETY, A. Safety of personnel, property, rail operations and the public N of paramount importance in the prosecution of the work performed by Contractor. Contractor shall be responsibie for initialing. maintaining and superwsing all safety, operations and programs in conaection with the work. Conlractor shall al a minimum comply wily Railroad's safety standards Ilsted in Exhibit D, hereto altsched, to erjsi.ire uniformity with The safety standards followed by Railroad's own forces. As a Dart of Contractor's safety resparislbililles. Contractor stall notify R aliroad if Coritpactor detemlines that any of Railroad's safely standards are vanirary to good safety practices Cmitractor s1`1211 frrrnfsh Copies of Exhibit D to each of its employee: before they ether [lie job site. B, Without limitation of Ilse provisions of paragraph A above, Contractor shall keep the job site free from safety and health hazards and ensure that Its ernployeus are competent anti adequately Irwrred in all safety and r,A,-ilkta asp acts of the job C. Contractor shall have proper first aid supplies avMahle on the job site so that prompt firsk aid services may be provided to any person Injured on the job site_ Contractor shall protxiptly notify Rallr[rad of any kI.S Occupation$! Safety and Health Adminisira#ion reportable lrT Lrrles. Contractor shall have o nandeiegoble duty to control Its employees while they are on the job site nr any other property of Railroad, and to be certain they dta nai tPse, be udder the influence of, or have in their possession any alcoholic beverage, drug or other substance that may Inhibit the $afe performance of any work. D. If and when requested by R20rMd, Contractor shall deliver to Railrood a copy of Contractor's safety plan for conducting the work (the "Safety Plan"). Raiiroad shall have the right, but not Me obligation. 16 require Contractor to correct any deficiencies in the Safely Plain. The teams of this Agreement shall control if there are any inconsisfencles hetwaen this Agreement and the Safety Plarr, ,--ction 8, INDEMMiTy A. To the extent nal prohlblled by applicable statute, C:onlrador shaft indarrinIty, doferid and mold ITatmless Railroad, Its affiliates, and Its and their offiri6m, agents and employees (Individually an "lndiamnified Party" or collectively "Indemrslfied Parties") from aril against arty and all loss, darnage, inlLiry, liability, ciairn, dernand, cosl or expense (including. without Iimitation, aMorney's, consultant's and expert's tees, and court costs), fine or penalty (ccAecrfvely, "Loss"} Incurred by any persona (indiiding, vtikhout 11miiation, any Indemnified Party, Contractor, or arMy employee of Contractor or of any Indemnified Party) arising out of or in any wanner connected with (i) nny work performer! by Contractor, or (ii} any act or omission of Contractor_ its officers, agents or employees. or (lii) any breach of tills Agreement by Contractor. B3 The right to indemnity Emden this Section 8 shah accrue upon occurrenca of the eveol giving rise to the Loss. and Eh 111 apply regardless of any raegiigonce or atnct liability of any Indernniflud Party, excupi where the Loss is caused by the sole active negllgenco of are Indemnified Party ar5 established by the final Judgment of a court of conripetent Jurisdiction. The sole active negligence of aray Indemnified Party shMI npt-bar the recovery of any other Indemnified Party. C. Contractor expressly and spedfically asstinles potential liability under this Section 8 for cleflims or actions brought by Contractor's norm employees. Contractor waives any iMmurilly it may have under worker's compensation or industrial insurance acts to Indemnify the Indemnified Ni-ties under this Section 8, Contractor ucknow ledges that this waiver was mutually negotiated by the parties hereto. D. No court Dr jury findings in any employee's Solt pursuant to any worker's compensation act or the Federal Employers' Liability Act against a parry to this Agroernenl may be relied upon or used by Gontracto, in any attempi to assert liability against any indemnified Party. E. The provisions of this Section B shall survive the completion of any work performed by Contractor or the terminaflon or CONTRACT-OFFS RIGHT OF F=N3-RY Page 3 of 4 1:A it B AGREEMENT General Terms&Conditions Form Approved: AW 1,E M+03JUI f2013 CONTRAG'I ORS RIGHT OF• ENTRY AG REENtItIwIT OUIi. ING AMI:MCA Fnrpi, rw cd:AVP LeW 1}3fa102013 exptralbrr of this Agrdomenl. In ria event shall dais Section a or any ether provision of this Agreement be deemed to limit any 5iabflily CoMiader may have to any Irrdemnirisd Paity by stal{rtP 0r under cornr,7on law. Section 9. RESTORATION OF PROPERTY. In tha event RailrcW Mrthorize;f Contractor io taKe dawn any urine of Rallraad or iri any manner move or dii9lurb any of Ihr; Other property of Ralfroad ire cnrtnoolion With the work to be pefformed by CuntmcWr, titan in that event Contractor shall, as 5uon as possible an�i al Convector's safe expense. restore such fence and ether property to the same cendilion s5 the same'Wnfa In tMore such Fence was taken down or such cAhor propr dy was rnoved-or dhitr.Irb d. CMntrac: or shall remove all of Contraf.I41's tools. epulpment, rubbish and other malarlafs frorn ftl=d's propody promptly upcul completion of the VoGrk, +'e torttlg Ra0road's property to the mirne stale and c onclItIon as When Contractor aWererl lherefan sor:ttort 10. WMER OF DEFAULT. 4'w+ Ner by Rallroad of any breach or defatral of-any condition. covenant or agriaepiienl herein confined to be kept, of ionved and pufformed by Contractor 5tiall In no wary Impair the right of Railroad to avail itself of any remedy for any sobsegtjen1 branch or default. Ser,tion 1 i. MODIFICATION - ENT]RI=AGRE11HMENT. o mD611frcatttrn of this Agreem$nt shalt be effective unif:ss made In wiling and signad by Contractor and Railruad_ This Agr mf3nl and tho exhibits altached hereto and mWe a park hursof constitute the entire Undemlanding between Gontraotor and Rallroad and cancer and supersede any prior negoilations. understandings or agreaments, whether written or oral, with respect to the work to he periotmed by Gonlfactcrr. Section 12, ASSIGNM ENT SUBCONTRACTING. Contractor shall not assOri ar subcufliraai this Agreement, lar any int0FQ5t therein, withoul the writen mwr ent of the Railroad, Contractor shpil be Fespo;islble for the acts and omissions of all skrbcontraclom_ Before Cor►lractor cciiTkmencis any work, the Conlrarlar shut, excepi to the extent prohlbited by low. (1) require eaph at its subcontractors to Irroluda the Contractor as "Add}tiorlal IfiLlored" iri the subcontractor's Corrrmeroiel G.eneral Liabllfly policy and Business AutmobIle prAlcies with resFIVUt Ia Oil 11FI Iftifss arising 001 of the sulac:rinlraclof's perffarmance of vwcrl~ on behalf of IhE C:santrautrrl by ondfarsft ihfbse pro owq wit#r ISO Acfditifarxek Insored Erich imements CG 2D 26, and CA 20 48 jar sl.rh,,, Mule fermis providing e9tilvalanl roveri gqe: (2) require erJi of its subwrrtradars to sndfarse lWr Cornmerclal General f,labltlly P011cy with "CoM(as iaW Lkghilitq R;'atlrua+ds" ISO Form GG 24 17 10 01 (or ri muhstitule foryri providing equivalent covolage) For ibiie job site: and (3) require each of its subcorltrnators to and arse their $Usiness Automobile Policy with "Ccrvemge Pak Certain operalians In Connection With Rallroadt5" 130 Form CA 20 70 10 Ot for a giib tilute lorm provkliFig equivalent coverage) fan' Ilie Job site. coAi'Ci c-ants SIGHT OF ENTRY Page 4'of 4 Exhibit R AGREE NT General Tames & Conditions Form AplsravEw7 AVP I aw OWIJ;01,1 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S MGt-1'f OF Ef+f MY AGREEMENE BUILDING AM91;1k� Form AppjIvetAMP i.aw 1 fOl f1413 EXHIBIT TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT INSURANCE REQUIREMENT Contractor shall, at Its sole cost and expense, procA fie and rnalritalrr during the vpufse of the i p:)Ject and until all Proj"t work On Raltrgad's property tray been cornpleled and the Contractor has removed all equipment afrd materials from Railroad's property and has cleaned and restored Railroad's praperky to kailroed's satisfaction, the following InstlrallGa coverage' A. COMMERCIAL 0ENERAL_LIABILITY INSURANCE. 04wrimeicial general liability (CGL) wall, a llnilt of not lass than 55.000,000 east, occurrence and Itrnii of nnl ie.,ss than $i0,000,0DQ. CGL insuranca rnijM Us wrilten on ISO occurrence farm CG 00 01 12 04 (or a substitute fame providing egLtisxalent coverage). The policy must also cantalrr the following endorsement. which rn►isL be stated on the certificate of insurance: Goniracttial Liability Raiiroarls ISO farm CG 24 17 10 01 (w a subritilute forty providing equivalent cavarage) slhawing"Union Pacific Mailroad Cornpeny Property" as the Oesignated .lob Site • Designated Construrtiori Projects) General }Aggregate I.Imit ISO form CG 25 03 03 97 (or a substitute form providing equivalent coverage) showing the project can the Form schedule- B. BUSINESS AUT01100131LE COVERAGE WSURANCE. Susiness auto coverage written of, ISO form CA 00 01 10 Ill (or a substitute form providing equivalent IIablilty coverage) with a mmhkied isfrtgie limit of not less $5,090,000 for each accident and {overage rrrust irrclLide liaNity arlslrkq out of any auto (including owned, hired and non--owned autos)- The policy must contain the following erndorsernents. which nuist be stalest on the certificatQ of insurance' • Coverage For Qeftsin 0perakiorts try 0D nnipcltua With Railsoads iSO form CA 20 7D 10 01 (or a substitute form pfovlding equivalent coverage) showing "Unlorr Pacific Property" as the Designated Job Site. • PAolor Carrier Act Endorsernest- Hazardous male{lals clean up (MC,S- ) If required by law. C. V'VORKEBS' COMPENSATION 6ND EMPLOYERS' LIABILITY INSURANCE- Q veraqe musk Inplude but not be limited fix Contractor's statutory liability udder the workers' compensallnn laws of the stale where the work jr, beinig perfarmed. • Employers' I,:iahlfity (Pvirl B) with limits of at least $500.000 each accldenl, $500,000 disease policy Iirnk$500,00D each employee If Contractor is self-insured, evidence of state approval and excess workers c mpensation caveroge most be provicfcd. Coverage rnust include Ilebility arii0ng ukit of the U. S. Lcngshoa-samen"s and f-Iarbur Workers"Act, the Jones blot, ansl tree Oilier Cunllnental Shelf Land loot, if applicable, The policy must contain the following endorsement, whlall must be stated on the cerlificata of lnsurarice: Alternate Employer endorsement ISO form WC 00 03 01 A (or a subatltule form providing equivaler}l coverage) E�hQwing Railroad In the s0edul0 as the allernate employer(or a substitute form providing equivalent coverage), D. RAILROAD PROTECTIVE LIABILITY INSURANCr , Contractor must rnaintair) Railroad Protective Liability lnsurance written on ISO occurrence form CCU 00 35 12 OBI (or a substitute Form providing equivaterxt coverage) on behalf of Railroad a$ named insl.tred, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000.000. A binder stating the policy is in place must be submitted to Railroad before the work may be commenced and ttntil the OrigifOl POIicy iS forwarded to Railroad. E. UMBRELLA OR EXCESS INSURANCE. If Contractor utilizes umbrella or excess policies, Ihese policies must 'follow _ font' and stlord no less Beverage than the primary policy CONTRACTOR'S RIGHT OF ENTRY Page -I of 2 Exhibit C AGREEMENT Insurance Requirements Form ApQravesf:AVP I-ativ OW V2013 UNION PACIFIC RAILRDAU COMPANY CONTRACTUCS FLIGHT OF ENTRY AGREEMENT OUILINNG AMERICA—� Fann 6221wed,AV}I Lew 03M112013 F, POLLUTION LIABILITY INSURANCE. Pollution liability c,-o+rerage must to written on 180 form Pallution Liability Caverage form Designated Slies CG 00 39 12 04 (ar a substirtute fomI proAdIng equivalent Ilablilty coverage), wMi limits of at least $5,000,000 per occorrenc:e and an aggregate limit of$10.000,000. If the scope of work as defined in Ihis Agreement Irrcludos the disposal of any hazardous or non-hazardoos rriaterlals from the job site, Contractor ;nLrst furnish to Railroad eVlda6ce of polhrtlon legal liai}lGty insurance maintal roe cf by the disposal site operatot for losses aflsIng from the Insured fmillty acaeptinq the materials, with coverage in "linknuir amounis ref$1,000.11100 per loss, and an annool aggregate of$2.00,00D OTHFA REQUIREMENTS G. All policy(ies) required above (except Workai's compensation and omplcyers tiaUitity) mva irnsfude R;lWf d as "Additional lnsurt�d" using ISO Additional Insured Errderr~emenis C;G 20 26. and CA 20 48 (or srrbrztitule fbrms providing egUnvatent Coverage). Tile covarage proMed to Rallrcod as sdditional insured WWI. to the extant provided under ISO Additional insured l ndorsemenl OG 20 26, and CA 20 48 provi#e coverage for Railroad's negligence whether soli* or partial. active or passive, and shall not t)e Ilrnitad by Contractor's tlabIlily u(gler itin Indemnity provisions 1Df this Agreement H. Punitive damages exciuslon, ill any, must be deleted (arid the deletion indicated on the rertlflcate of Insurance), unless Ilse law guv6 ling this Agreement prr}hibits all punifive daril ages that aright arise under this Ag roe rnElnl I. Controclar wa v" all rights of recovery, and its Inswers a1w waive atI fd tS of skrbrogaiOi of dwniages against Rallrvad and Its agents, offirlers, directors and ern plvy+ees. This woIvor must he stated orl the red Mralle of insurarice, J. Knot to corn mencing the work, Cantroclor shall furnish Railroad with a certitjcate(s) of insurance, executed by a duly authorized rep resontal No of each 0surer. showing compllanca Witt~ the Irrauranf a requiremorits in Ihisi Agvr !ernent, K. All Insurance. pollcles must be written by a reputable Insurance company ecceptabt� to Railroad or wlth a current Eesl's; In5tirance Golde Rrillrig of A. and GWtis VII or better, card owthofized to do buslripss in [lie state whepe the work Is haing perforated L. The tad Ma( irimi.fance Is ubtaIned by GtAitractor of by Railm coi behalf of CroniMtOF Wlii not be deemed is ralease of dirninmh the ilebiiily of Contractor, includlneg, wilhoul IlM tenon, liability tiridtt the Jilderarilty provisio;�,s of this Agreeine10 W iscges feWyofable by Railroad from Uenlractor or any lhkd party will clot be Jlml' ted by the arnount of the faquired Insurance cove-rage. CO ArTOR'S RIGHT OF FUTRY page 2 Of$ Exhlb}t C AGREEMENT Ittsuranrzo Requlreman% roan Atipprmm l AVF Uw UaMIrM13 UNION P". ' FIC RAILROAD COMPANY CONTRACTOR'S RIGHT OP ENTRY AGREEMENT — p1JIL�IC+IG AMIE tC �— F orm Atnproyed-AVY Law 03l0112013 EXHIBIT I) TO COWRACTOR'S RIGHT OF ENTRY AGREEMENT MINIMUM SAFETYIREQUIREMENI'S The term "omployees" as ii$e her,in refer to all f:niplayees(if Contractor as well as all employees of any subcontractor or agent of Contractor- I. CLOTHING A. All employees of Contractor will bP suitably dressed to pefform their duties safely and in ra manner that will not Interfere.wlth their Vision, hearing, or free use of their hands or feet, Speeiftca11y, Contraclar's amployees rnList wear I, Walst-length shirks wllb r4eeves- il, Trousers (hat c;uver the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching- W. Footwear that covers their artkles and has a defined heal. Employees working on bridges are required to wear safety-Coed Footwear that conforms ID It-w American National Standards Institule (ANSI) and FFIA footwear requirements. R. Employees shall not wear boots (other than work hoots), sandals, canvas-lype shoes, or other shoes that have thlri sales or heels that are higher lhan normal. C. Employees must riot wear loose of ragged clothing, neckties, finger rings, or ether loosa Jewelry whfle aperating or woFkIng on rnw h1rieFy 11. PERSONAL PROTECTIVE EQUIPMENT Contractor shall require its fsrripluyees to war por�xjnal protactive equipment as spexcifted by Railroad rules, regulaticros, or racomrnended or requested by Ilse Rallr-uad Representative. I. Hard hat that rrieets the American NalIona[ Standard (ANSI) Ms.I - late$t ravisiOFI- Hard hats should be affixed Wth Cantmclor% company logo or narne, it Eye prbtectloFl that meels American Motional Standard (ANSI) for occupatlonal zInd edUcational eye aryl face proteclion. Z871 - latesl revisiarl. Addillonal eye prorecl$on must be provided to meet specific job situations such a!�welding, grinding, etc, Ili. Hearing protectlon. which affords enough atleouatlen to give protection from noise levels that will be o=urrirlg on the job site- Hearing protecilon, in the form of plugs or muffs, trust be.worn wheri employees.are within. P. 100 feat of a lomm olive of rnadweylwork equipment 15 feet of power operated tools ■ 150 feat of jot b1cmers ar pile dhvBTs 150 feet of retarders in use(when witl In 110 feet, employees must wear dual ear protection-plugs and muffs) Iv Othi�r types of personal pralective equipment, such as resp]Fatafsr fall protection equipment, and face shields, must be worn as recommended or requested by the Railroad Representative, III, ON TRACK SAFETY Contractor Is responsible for f ompiiarice with the f=ederai Railroad Administration's Roadway Worker Protection regulations -- 49CFR214, Subpart C and Railroad's on-Traci€ Safety rules. Udder 49CFR21d, Subparl C. railroad contractors are responsible for the tfaining of their employees on such fegulalions. In addition to the irrstructlans contained is Roadway Worker Protection regulations, all employees must, I Maintain a distance of twerlttr-five (25) feet to any traek unless the Railroad Representative is present to authorize movements:, CONTRAC-l'OR-S RIOHz i7F ffNTRy — Page I of 2 Euhlblt D AGREEMENT Minimum Safety Requirernevis Form Apnf Lived-AVP I,aw 0310 U2013 CdNTRAr,-vr ,s RiGHT Of ENTRY AGREEMENT SUILVINGAMERICK ("ClrrlM f6V8rl:AVP L4W r}-ypir,�oi3 ii. Wear an orange, reflac:torized workwear approved by the Railroad Representative, iii. Parlicip;te in a job i}riefing that wall specify the type of On-Track Safety for the typo of work being perforr red Coats actor rnuM Ike special liiate of 4mils of track authority, which tfncici may or may rrok be (OuWd, and clearing the track. Corilractor will also receive upecial instructions reWing to the work zone arokpoid rnachirjes and minimum distances between machines while working nrtraveling - IV. EQUIRMENT 1t is the responsibility of Conlrark a to ensure that all Equimpment Is in a Sofa conclttlori to operate. If. In the opiskm of the Railroad Representative,arsy of Gordmclor's equiprneni is uosnfe for use. Corltraclor shall remove such equlprrlent f om Rallroad'4 pmpedy. In addillon, ContraolaF must eMure that the operators of all egOprnent ara pfWarly trained and rtornpvlent to the'"re operation of the equipment- In awdditiail, operaldrs must be, i Familiar and r amply with RaIlToad's rules on 1[M. kouthagaul of equiprrIent. H, Train ad in and comply wJth I Ira-a ppl Ica ble operating rules if operating any hy..iall wItAIpmerit on=I rack, III. Trebled III arid comply wllh iho apftk1r,-r�b10 aiF hra.ke rules if operating arty acitiIpment Ihal Moves roll cars or any othur rallhow1d a uIpmarit. Vt. All self-propeliad equipmi3ni mUM bi: equipped wk h a First-aid kit, Ilre extlliguratter, and aud lib le back-lrp warniI)g device- C. Unless 01hofwlse authorized by the Railroad Riepresenlattve, MI equ19meht must be parked a ininimiirn or twa-nty4ive (25) Feet frorn any track, Detwe leaving any equiprrterrt unattended, the aperater must stop the engifte a nd properly seure the egWprnenk ageirtist movement D Cranes must be equipped with three orange comes Ihat will be used to mark the working area of tha crane artd the minhuTn clearances to overhead pgwerlirGes. V. GENERAL SAFETY RE QUIREM ENT S A Contractor shall ensure that all waste is properly dlspased of Irk accordance with applicable federal arrd shire regulallceis, 8 C;)nlrac or WWI ensure thet ail smployees parlicipate in and comply Wilh a joy hriering cc ndLicted hV the Rolroad Repre-tenteolve, if appliCable. During this briefinq, the Railroad Repres-entalive will "tify safe wnrk procedut�%. (Inclu hip Drf-TrackSafety) and the potential i Etzards of the job- 1f any errrptoyee bass any questions or concerfys abrtcrt the wort , the employee musk v6ce them during ilia job brtarwg- Adds ianoI jab briefings will be conducted du6no the work ps conditions, work procedures. or personnel change. - All track work tserfarlTied by Cantraotor m ats Ilse rtilrilmurn safety mqulreraients establishe-0 by the Federol railroad AdminlstralIon's Track Safety Standards 4OCPR213, 0. All emplbyees comply with the following safety p rocadures when working around any rellfoad bark: I Always be on rl ke alert For moving egUipmjefit Ernployoes rot i alw�Gy8 Cxperl rribVernent *} arty track. at any tirne- in arther cl'rFeCIiOn ir. Do not step or walk ail the top of the rail, frog, switches. guard ra4, or other Ifacic CompoaBiits, iii In passing efound the ends of standing cars, englnes, roadway machines or work equipment. leave al least 20 feet beltweefl yourself and the end of the equlpmeN. Do riot go between pieces of equipmeni of The apenlrlg is less than one car larigth (50 feet), Iv. Avoid wnlhlrig or standing an a Irask rrriless so aukhod-z'" 1:3y Ilia employee Irt charge- V. Before stepping over or crossing hacks. Icok in both directions First, Vi. Do not sit ar4, lie under, or cross between cars Gxcept as required to the performance of your duties and only when track and equipirlent have beers protected against mavement E- All ernp@ayees must carrrply with 01 federal and stale regulations comeming workplace safety, CONTRACTOR'S RIGHT OF ENTRY Page 2 of 2 ExhMt t] AGREEMENT Minimum S@bty Requlremants farrrlAppuomd,AVF'tow MM1r 01a 7 �F a 144 k N ;C - > 40 106 jc �-4 4 I{ - +�+ N ka . y LIJ 0. � aCyL 1 - � yY JV h i ' �yy rL Lr L' •IFS �— �� w Nil �p ++� ¢ 1 Yi IN � a µ { ��R 1r•� ,JT� �T R 4�y�� } V y % # R. N a 7� j� va a a WOU-44 o. sipVOW2 f ds r o � rIE V;11 L I t: yj - M 1. 3I�� - Q J a K a q rt K MAI aiaiJJ m i L GC-6.24 Nondiscrimination NONE CITY OF FORT WORTH Timberland Boulevard,Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 1 HIS PAGE INTENTIONALY LEFT B, a 14K GR-01 60 00 Product Requirements CITY OF FORT WORTH Timberland Boulevard,Phase.3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02288 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENT'S t)PDATFD:2-29-2012 STANDARD PRODUCTS LIST r4�r�fTo4al Spe€.No, CI1145lit1epilppt Nll:tltttraeltlrier 4Sntll l No. ;1*10 ill 5ll" SJixlt WASTEWATER Manhole Inserts * M-14 IMarthule Insert Knutson Eatemn es Made to Order-Plastic ASTM D 1248 For 24"din7 r m-IA MrarhahG la.M JIoaW Wtruatr!'ubuJ�l4k Ir1arL-m+ltiri-rlsoyK A13FYR11 Rv74'dl. El-l4 1Manho1efo .1 Noft w-Inflow Made to Order-Plastic ASTMD 1249 For24"dla. 09/23/96 EI-14 Manhole hmw Soulhvrcslem Packing&Seals,Inc. Lifesaver-Sfai.Ie Steel For 24"di.. 0923196 EI-14 Manhole Insect Sauthweslern Packing&Seals,Inc Tethr.Lk-Stainles Steel F.,24"di. Manholes&BaSesftameS&Cuvm Reetangulav Manhole Frames and Covers Western fcon Works,➢ass&Has Fn..dq 1001 24"x40"WO Manhole Frames and Corers Vulcan Foundry 6780 24"x40"W D Manholes&Bases/Frames&CoverslStandard(Round) - -- — * E1-14 Manhole Frames and Covers Western Iron Works,Eass&Hays Foundry 30024 24"Di.. El-14 Manhole Frames and Covers M.Kinl Iron Works Fnc_ A 24 AM 24"➢i.. E1-14 Manhole Frames and Covers Neenah Casting 24"Dia. EI-14 Manhole F and Covers Vulcan Foundry 1342 ASTM A 48 24"Diu- E1-14 Manhole Frame,and Covems Si ma Corporation MH-144N _ EI-14 Manhole Fnvnea and Covers Sigma Corporation MH-143N EI-14 Manhole F and Covers Pont-A-Morison GTS-ST➢ 24"dia- HI-14 Manhole Frames and Covers Neenah CasliN 24"dia. 7/25103 EL-14 _ M_an_h01e Frames and Covers Suat-Gahain Pipelines(Pamrexlrexus) RE32-REFS 30"Dia. 01/31100 EI-14 10"DI MH Ringand Cover East Jordan iron Works V 1432-2 and V1483 Designs _AASHTO M306-04 30'Dia. 11/02/10 E1-14 30"DI MH Ringand Cove -- _ _ SigizaaCail aralion MH1651FWN&MH16502 30"Dia 07119H1 E1_14 30"➢1MHRin and Coven Star Pipe Pmducs MH32FTWSS-DC 30"Din 08/10/11 El-14 30"DI MH Ring and Cover Ancucast 220700 Heavy Duty with Gasket Rio 30"Dia Manholes&Bases/Frames&Covers/Water Tight&Pressure Tight * EI-14 Manhole Frames and Covers Pont-A-Moussoa F—light 24'Dia. El-M Manhole Frames and Covers Neenah Casting 24"Dia. El idManhole Frames and Covers Vulcan Foundry 2342 ASTM A 48 24"Dia. PI-14 Manhole Frames and Covers Western Iron Works,Bam&Hays Foundry 300-24P 24"Dia. EI-14 Manhole Frames and Covers McKinley bon Works Inc. WPA24AM 24"Dia. 03l08100 EI-14 Manhole Frames and Covers A—ced RC-2100 ASTM A 48 14"Di. - 04120101 E1-14 Manhole Frames and Covers Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24"Dia. Manholes&Bases/New/Components 07123197 Urethane Hycimphilic Wal—lop Asahi Rogyc K.K. Adeka Ol[mScal P-201 ASTM D22401D4121D792 04126100 Ofbsel Joint for 4'Diam.MH Hanson Concrete Products Dvnsiug No_35-0048-001 04126100 Profile Gasket for 4'Diam_MH- Pres,,Seal Gasket Co 250AG Gasket ASTM C-443/C-361 SS MH 1126f99 EDPE Manhole adjustment Ring Ladiech,Inc ____ HDPE Adjustment Ring _ _ Nen-traffic area 5li3105 Manhole External W Canaan-CPS Wra idSeal Manhole P-rrc sulatim System Manholes&Bases/New/Preeast Concrete EI-14 Manhole,Precast Concrete Hydro Conduit Carp SPL Item#49 ASTM C 478 48" EI-14 Manhole,Prfra,t C noel. Wa11 Cnnerete Pipe Ca-Inc- ASTM C-443 48" E1-14 Manhole,Precast Concrete Hanson(fomrerly Gifford-Hill} ASTM C 478 48" 042&00 F,14 MH,Single Offset Seal Joint Hansa. Ty F Dwg 35-0048-001 ASTM C 478 48"Dimn MII 09/23196 EI-14 Manhole,Prura,t Concrete Concrete Product Tar. 48"T.A.Manhole w132"Cone ASTM C 478 48"w132"eenc 0an0106 E1-14 Manhole,Precast Concrete The Turns Company 48A.D.Manhole w124"Cone ASTM C 478 48" 1027" El-14 Manhole,Prer-ast Concrete - - 6ldrnst1e-Precast Inc 48"I.D.MmWle w124"Cone ASTM C 478 48"Diam w 24"Rin 06M9I10 E1-14 Manhole,Precast(Reinfo Pal r)Coucrete _ ____ US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48"to 72" Manholes&Bases/New/Fiberglass 1126199 Fibec a,Manhole Plaid Containment,Inc. Flowlite ASTM 3753 Non-traffic area 08/30/06 Fihcrglass Manhole L.F.Manufacturing Nm4raf icarca Manholes&Bases/Rehab Systems/Cementitious EI-14 Manhole Rehab Systr.. Quad- 04123101 RI-14 Manhole Rehab System, Standard Crment Materials.Inc. Refiner MSP E1-14 Manhole Rehab systems _ _ _ APIM Peranafa m 420101 E1-14 Manhole Rehab System strong Seal Systems Strong Seal MS2A Rehabs stein 51I2101 EI-14 Manhole Rebab system Pol-tri lex Technologies MH repair pmduct to stop infiltration ASTM D5813 03/30106 General Concrete Repair FkxKrete Teclawtogms Vinyl Polyester Repair Product Misc.Use Manholes&Bases/Rehab Systems/NonCementitious 05/20196 EI-14 Manhole Rehab Syscenvs spray". _ 5 ra WaO PoI urethane Coati ASTM D639/D790 E1-14 Manhole Rehab Systems Sun Coast 011MMIS Coatings far Corrosion Protection Chesterton Aw791,SIRB,Sl,S2 Acid Resistance Test SevrerApplications 812&2006 Comings For Corrosion Protection Warren Enviroonremal S-301 and M-301 Sewer kahans OW30M coathy for Corrosion Pmtairan Citadel SLS-30 Wd.Ep,,y Sci—Applications Pipe/New/Cenlrifugrally Cast Fiberglass Reinforced Pipe/Polymer Modified Concrete 721197 icent.Cast Fiberglass Hobos Pipe USA,Inc. Hobos Pi Fe(Non-Pressure) ASTM D3262ID3754 10/30/03 IFImit. Aaritech USA Prepared 2J29)2012 Page 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST A�lrorlll Spec No. L7;�x?�u11i0� j 141trpulk[turer i4Sn11t i Mo, h'OfkOnpa$sec - t 0322110 IlliberglanPipe Aracrmt Bondstrand RPMP P[pe ASTM D3262/D3754 4/14M5_ Polymer Modified Conerele Pipe, Anthech USA Meyer Polycrete Pipe ASTM C33,A27C F477 8"to 102",Class V 06fD9110 El-9 Reinforced Pol Cortrrele Pipe US Co 'm mic Reinforced Pol Concrete Pipe ASTM C-76 Pipes/New/Concrete _ E1-04 Conc.Pi ReinWc d. Wall Concrete Pipe Cn.Inc. ASTM C 76 * E1-04 Conc.Pipe,Reinforced - Hydra Conduit Corporation_ ClassIDT&G,SPL Item#77 ASTM C76 ...... _ .--._...r_ —_ HI-04 Conc.Pi pc,Reinforced Hans C mrele Products SPL Lem#95-Manhole,998-Pipe ASTM C 76_ _ s Et-04 Conc.Pipe,ReinConecd Concrete pipe&Products Co-lue- ASTM C 76 Pipes/New/Ductile Inn ° E1-06 Ductile Imo Pipe Griffin Pipe Products,Co. Super Bea-Tice Ductile Iron Pressure Pipe, AW WA C150,C151 3"thro 24" El-or, Ductile Iron Pipe American Ductile Iran Pipe Co. American Fastite Pipe AW WA C150,C151_ 4",8"&10" E1-06 Ductile Iron Pipe U-S.Pipeand Foundry Co. AWWAC150,C151 E1-06 Duetite Iron Pipe Mewane Cast has Pipe Co. AW WA C150,CI51 Pipes/New/PVC(Pressure) 12107111 EL-24 7 R-l4 PVC Pressure Pipe Pipeare letstream PVC Pressure Pipe AW WA C900 4"thrr 12" Pipes/NeW/HDPE(Pipe BurstinPJSliplininl?) _ High- nsit of th lene pir Phillip.Drisco i ,Inc- Option.Duclilc Pol ylene Pipe ASTM D 1248 8" * I-figh-density polyelhyleue pipe Plexco Inc. ASTM D 1249 8" Hish-deadly polyethylene pipe Polly Pipe,Inc. ASTMD 1248 8" —HipJt-density prfyeihylenepi�e___ CSR Hydro Conduii/Pi eline Systems McConnell Pipe Enlargement ASTM D 1249 Pipes/New/PVC* 1IM4/98 EE-11 PVC Corrugated Sewer Pipe _ famish Construction Products,Inc. Contech A-20DO Sewer Pie ASTM F 949 8"that 34" .1 1, PVC Cart aced Sewer Pie Uponor Efl Company Ultra Corr ASTM F 949 24"to 36"Onl 051 EI-31 PVC Cormgaa sewer R Diamond Plastics ion CORR 21 ASTM F 949 24"to 36"aul EI-25 PVC Sewer Pipe Can-Tex,ludustfies ASTM D 3034 4"thin 12" Et-25 PVC Sewer Pi a Certain-Teed Products Corp ASTM D 3034 4"ibm 15" * _ El-25 PVC Sewer Pipe NapmManufacluring Corp ASTM D 3034,D 1794 4"18" EI-25 PVC Sewer Pipe J-M Manufacturing Company,Inc. ASTM D 3034 4"-11" 1223/97" El-27 PVC Sewer Pie Uiamand Plastics Ca oration SDR-26 and S➢R-35 ASTM F 7a%ASTM D 3034 4"lhM 15" * EL-27 PVC Sewer Pipe _ Iamsoa Von Pipe_ _ ASTM F 789 4"thru 15" E1-25 PVC Sewer Pir Exlrosion Technologies,Inc ASTM D 3034 8",10" 11/11/98 E1-29 PVC Sewer Pipe Diamond Plastics Co nation "S"Gravity Seiner Pipe ASTM F 679 18"l0 27" E128 PVCSewer Pipe J-M Manufacturing Company,Inc.... . .............__—_ ASTM P679 11112,99 E1-29 PVCTmss Pipe Cuntech Coustructim Products,Inc C.nd ch PVC Truss Pipe ASTM D 2630 8"through 15' 09/26/91 E1t10-2 Closed Profile PVC Pipe Lamson V lon Pie Cadon V lon H.C.Close Pile ASTM F 794 1810 48" 11/17199 E100-2 Closed Profile PVC Pipe Diamond Plastics Corporation ASTM 1803I l94 18"to 48" 05/06/05 EI-28 PVC Solid wan Pipe Diamond Plastics Corporation, - -- - - PS 46 ASTM P-679 18""_t_o 48" 0421/06 E1-25 PVC sewer Fillings Harw SDR-26 and SDR-35 Gasket Fittings ASTM D-3034,D.1784,etc 4" 11 * E[-M Pvf'5twar Fluinga Piudr Tipmh.fur [i-khcl PVe!;.xterblaln Tlinuua A&TUD71M4 Pipes/New/Ribbed Open Profile large Diameter 091245NI E100-2 PVC Sewer Pip-,Ribbed Larnsan Vylon Pipe Cation Vylw H.C.Closed Profile Pipe, ASTM P 679 13"to 48" 0926/91 El 0-2 PVC Sewer Pipe,Ribbed Eximsion Tochaolo ies,Inc. Ultra-Rib Op-Profile Sewer Pipe ASTM F 679 18"to 48" B100-2 PVC Sewer Pipe,Ribbed llponor Eft Company _11/10/10 _ (E100-2) Pol (PP)SeuKr_Pipe,Double Wan Advanced Drainap System(ADS) San7Ciw HF,Double Wall(Corrugated) ASTM P 2736 __24"-_30"____- 11110/10 (BI00-2) Po ere(PP)Sewer pipe,v le Wad Advanced Dram a Systems SAUs) SaniTite HP Triple Wan Pipe ASTM F 2764 30"to 60" 05116/1 L Steel Reinfotrod Pol th[ere Pi ConTech Cmuruction Products Duimaxx ASTM F 2562 24"10 72" PipeslRehab/CIPP Cured to Place Pipe Insifidorm Texark,fins ASTM F 1216 45l03l99 C-od in Place Pie National Envimtech Group National Liner,(SPL)Rem#27 ASTM P-1216/D-5813 05129/96 Cured in Place Pie Re olds Tncllnliner Techaolgy(lnliner USA) Ing—Technology ASTM P 1216 - --Pipes/Rebab/F'old&Form - - —---- ^ - — Feld and P.m Pie Cullum Pipe Systems,lac. 11/03/98 Fold and Form Pipe Insituform Technologies,Inc. Insi[ufarm"NuPEpe" ASTM F 1504 _ Fold and Form Pipc Amerirm Pipe&Plasti_cs_,In_c._ _ Demo.Purpose Onty 12104100 Fn[d and Form Pi Uhraliner UltralinerPVC Aaoy P_ip_el_iner__ _ _ASTM P-1504,1871,180 0&09103 Fold and Form Pipe Miller Pi fine Corp. EX Method ASTM F-1504,F-1947 Up to 18"diameter Pipe EMarmeot System i7ylethod) PIM System PEM Corporation _ _ Polyethylene PIM Corp.,Piscam Way,N.L Approved Previously McConnell Systems McLal Canstmclim Polyethylene Houston,Texas A roved Previousl TRS Systems Imachless R_ep_laoe__men_t S_y_s_lem_ Pot th lme Calgary,Canada Approved Previously Pipe Casing Spacers 11/04/02 Steal Band Casing Spacers Advanced Products and Systems,Inc. Carbon Steel Spacers,Model SI 02/02193 Stainless Steal Casing spacer Advanced Prodeas and Systems,Inc. Stainless Steel Spacer,Model SSI 0422187 Casing Spacers Cascade Waterworks Manufaeluriag Casing Spacers 09/14/10 Stainless Steel Casing Sparer Pipeline Seal and Imulator Stainless Steel Casing Spacer Up to 48"<I>m 09114/10 Coated Steel Casin Spacers Pipeline Seal and Insulates Canted Steel Casin Spacers Up to 48"<1>Q> 05!]O!t 1 Stainless steel Casing spacer Powerseal 4810 Pawerchwk Up io 48"<1>Q> Coatings 0225102 Epoxy Epo.y Lining System Sauemisen,Inc Se Oard210RS LA Count 4210-1.33 Prepared 2/2912012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST JAgprmwi SPIK Yio. ClebMILIFicnliiln Mimurtwinuer Model Nth NFLfiUILu1 SPVC 41 ^— 12/14/01 -__113po.y Lining System Rinker Materials Edech 2030 and 2100 Series d4114/0:i anterior Ductile Iron Pipe Coaling hlduron Protecto 40l ASTM B-117 Duane Iron Pi Onl WATER Pipes/Valves&Fittings/Combination Air Release EI-11 Combinulion Air Release Valve GA Industries,Lne. Empire Air and Vacuum Valve,Model 935 ASTM A 126 Class B,ASTM A 1"&2" • E1-11 Cnmhlnatinn Air Release Valve Muhiplex Mauufacluring Co. Crispin Air and Vacuum Valves,Model No. L2",I"&2" El-]1 Combination Air Release Valve Valve and Primer Cor- APCG 0143C,0145C and 0147C I",2"&3" PipesNalves&Fittings/Ductile Iron Fittings 0723192 HI-07 Ductile Iron Fittings Star Pipe Praducls,Inc. Mechanical Joint Fillings AW WA CL53&Ct 1C RI-07 Ductile Iron Fittings Griffin Pi a Pentads,Ca. Mechanical loin[Fittings AWWA C 110 EI-07 Ductile Iran Fitting, McWane(ryler Pipe!Union Utilities Division Mechanical Joint Finings,SSB Class 350 AWWA C 153,C 110,C 111 05/14/98 EI-07 Ductiln]mn Fil_ti_ngs Uni-Flare Series 1500 Circle lack Pipe Restraints 08110198 E1-07 MI Fittings _ Sigma,Co. Class 350 C-153 Mi Fittings AWWAC153 4"-24" 05114198 EI-07 Ductile 1mn Joint Restraints Fard Meter Box Ca. Uni-Flange Series 1500 Circle-l-ock AW WA CI I IIC153 4"to 12' 11/09104 EL-07 Ductile teen Joint Restraints one Bolt,lnc. One Bait Restrained Joim Fitting AW WA CI l UCi I(i1C153 4"to 12' 02129112 33-11-I1 Ductile Iron Pipe Mechanical Joint Restraint EBAA han,Ire. Megalug Series 1100(far DI Pipe) AWWAC111IC116/Cl53 4"to 42" OM9112 33-11-11 PVC Pipe Mechanical Joint R-truint E13AA lmn,Inc. Megahrg5nies 2000(for PVC Pipe) AWWACII1IC116/Cl53 4"to 24" 08f05104 E1-07 IMechanicZkint Retainer Glands Sigma,Co. Sigma One-Lk Mechanical Joint Restrainer AW WA C111/C153 4"to 24" Bulldog System(Diamond Lok 21&JM 30/12110 E1-24 _llmeriar Restrained Joint S rem S&B Tecbrtria!Products F&1-900y ASTM F-1624 4"to12" 081I m EL-07 Mechanical Jaine Fiuin a SIP Industries Mechanics[Mal Fittings AWWA C 153 4"to 24" PipesNalves&Fittings/Resilient Seated Gate Valve* Resilient Wedged Gate Valve wino Gears American Plow Control _ Series 2500 Drawing 8 94-20247 16" _ 1211NO2 ___ Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"and 36" U8131199 Resilient Wd6,Gate Valve American Flow Control Scdes 251C&2524(SD 94-20255) AWWA C515 20"and24" C5118/99 Resilient Wedge Crate Valve American Flnw Conan] Series 2.516 SD 94-20247) AWWA C51.5 16" I(V24/00 E1-25 ___Resilem Wedge Gate Valve _American Flow Control __ S-.2500 AWWA C50_9____ ___ 4"to l2" 08105/04 Resilient Wd7 Gate Valve American Flow Conaol 42"and 48"AFC 2500 AW WA C515 42"and 49" 0523/91 E1-26 ResMent Wedge Gate Valve American AVK Cmn an American AVK Resilient Seadcd GV AWWA C509 4"to l2" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVKCompany_ 20"and smaller • E1-26 Resilient Seated Gate Valve Kennedy 4"-1-2" E1-26 Resilient Scated Gate Valve M&IF 4"-12" E1-26 Resilient Scaled Gate Valve Mueller Co. 4"-12" 11/08199 Resilient Wedge Gate Valve _ __ Mueller Co. Series A2.161(SD 6647) ___ _ AWWA C515 16" 0123103 Resilient Wed a Gate Valve Mueller Co. Series A2360 for 18"-24"(SD 6709) AWWA C515 24"and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Ca. Mueller 3U"&36",C-515 AW WA C515 30"and 36" 01131106 Resilient Wellp Gate Valve Mueller Co. MatHer 42"&48",C-515 AW WA C515 42"and48" U1128/86 E1-26 Resilient Wedge Gate Valve Clow Valve C. AWWAC509 4" 12" 10104/94 _ ResilientW eGtte Valve Clow Valve Co. 16"R5 GV SDD-20995 AWWA CSiS 16" 111M/99 EI-26 Resilient Wedge Gate Valve Gow Valve Co. Clow RW Valve(SD D-21652) AWWA C515 24"and smaller 4-1I29194 Note<3> -- 06/21110 Resilient W Gate Valve Clow Valve Co. Clow Valve Model 2638 AW WA CS15 30"ta48" 05108191 E1-26 Resilient Seated Gate Valve Slorkharn Valves&l:tllings AWwA C509.Atd5[4?A-stem A51A4 EI-26 Resilient Seated Gate Valve U.S.Pipe and Foundry Co. Memseal 250,requir—ts SPL d74 Pipes/Valves&Fittings/Rubber Seated Butterfly Valve * El-3C IRuhber Sealed Qunettly Valve Henry Pratt Co. AWWA C-504 2 r El-30 Ruhher Sealed Butterfly Valve Mueller Ca __ AWWA C-504 24' 1111f99 B1-30 Rubber Seated Butterfly Valve Duunk Valves Co. AWWA C-504 24"and larger 06/12103 E1-30 l Valmntic American Burterfly Valve _ Valmatic Valve and Manufacturing Cory. Valmalic Amed-n Bultorfly VaLve. AWWA C-504 Op to 84"diameter 04106107 E1-30 lRubber Seated Butterfly Valve M&H Valve M&H Style 4S00&1450 AWWA C-504 24'to 49" Sampling Station 3112196 Water Sampling Sla[inn Water Plus B20 Water Sam lin Staninn Dry Barrel Fire HydTants 10/01187 E-I-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos.9CAMCX,94-18560 AWWA C-502 OM II38 11-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop➢ruwin Nn 94-18791 AWWA C-502 04130187 E-1-12 Dry Barrel Fire Hydrant Claw Cnrporalinn Shop Thawing No.D_-_L_9895 AWWA C-502 0I112193 F:-I-12 Dry Barrel Fire Hydrant Anuxican AVK Company Mode12700 AWWA C-502 0824188 F,1-12 Dryll—IM.Hydam Clow Corporation Drawings➢20435,D20436,B20506 AW WAC-502 F-1-12 D Barrel Eire ---- - -- - ----__ Hydrant__- nT Kennel Valve Shop Drawing No.D-80783FW AWWA C-502 09124187 E-1-12 Dry Barrel M-Hydranl M&H Valve Company Shp Drawing No.13475 AWWA C-502 Shep Drawings Nn.6461 1M,1187 E-1-12 Dry Barrel Fire Hydrant Mueller Cam an A-423 Ceawrion AWWA C-502 Shop Drawing FH-12 01115/88 EI-12 IDy Baum Fire Hydrant Mueller Company A-423 Super Cemution 200 ___ _ AWWA C-502 10N9187 E-I-12 Dr Buret Irve Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWA C--502 W16187 &1-12 jDrylilarrelFirellydrant Walem-Company Shop Drawing No.SK740803 AWWA C-502 ater AppurtenancOS 08IM02 El-18A Plastic Meier Boxes East Jordan Iron Works,Inc. Meter Bnx(Plastic)w/Cl lid Class A,B,C 08281U2 Dauhle Strap Saddle Smith Blair #317 Coaled Double Strap Saddle 0126100 SS Tap2iy_Z Saddle JCM industries,Inc. 0406 Double Band SS Saddle 1"to 12"laps 01130/01 1 Ta ping Saddle JCM Indus•Iries,lac. #403 Canted Tpring Saddle 1"to 12"laps OSlI0111 Tappigg Sleeve(Stainless Steel) Pawetaeal 3490AS(Fin )&3490MJ 4""and 16" 02129/12 33-12-23 Tappiq Slr ve Coated Steel) Romac PrS 24U AW WAC-273 U p to 42"w24"Out 02r29/12 1 33-12-25 T-ppinz Sleeve Stainless Steil Romac SSTSlainkss Seel AW WA C-223 U to 24"wf212"put Prepared 2/2912012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST -Applvlynl Spfli Ko. It; Psimll'Ic'M illh h7nngliFt lnl'rr Model No. Natlomnl Spec. 02J29112 33-12-25 Nyping Sleeve(Stamless Steel/ Rnrriac SSTHIStainless Steel AWWAC-223 U to30"W212"Out 0.511wl l Jnim RTi,C Powerseal 3232 Bell Joint Repair Clam 4"to 30" 08l28lO6 Plastic Meter Box w Cl Lid _ ___ ACCUCAST Class"A"Plastic Box wl Cl Lid Chess"A" 0.8130/06 Plastic Meter Box w!Plastic Lid DFW Plastic Inc- Class"A"Plastic Box wl Plastic Lid Class"A" Polyethylene Encasement 05/12/05 _ ES-13 lPal h lene Enmrnent Flessol Packapg FultoaEnterprises AWWACt05 Smut LLD 05/12105 E1-13 _ Polyethylene Enrasmew Mounmin,States Plastics(MSP)and AE_P_Ind. Standard Hardware AWWACI05 8mil LLD 05112105 El-13 Pol ethylene Encasmenl AEP Industries bulls:con h Cowlown Bolt&Gasket AWWA C 105 8 mil LLD Meters 02l05193 HI01-5 Ix[xtor Check Meter Ames Comp—C..p—y Model 1000 Detector Check Valve AWWA C550 68I05/09 _ Magnetic Drive Verrical Turbine Hetseg Magnetic Drive Vertic W al AW A C70i,Class I 31"-6" NOTES * Prom Original Standard Products Llst 'I, Cantier Pi ci.D. __- .... _ G21 Above 48"Apprvoed on case 6ycase basis <3>___.. Product Sus ._... -— ended 1-5-2-12 e F.ITVF.Tffl Vte, parunent 5 ea Uc15 Llsf ElasllCCn'UeveIaFICC9 to "tun,"" u uu row o pr a mee re or, o --par'....,9 erSlanUa[d Spec, a aci[i6ns ng u Y— Rk oo pec BCme ro3 6. Pll Specifications for specificproducls,are included as part of the Construction Contract Documents,the requirements of die Technical Specification will override the Fort Worth Wate,Depart—Cs Standard Speci@cations and the Foil Worth Water Department's Standard Products list and approval of the specific products will he haled on the rogpiremenls of the Technical Specification whether or nor the specific product meets the Fort Worth Water Department's Standard SpecuOcaluons or is on the Fort Worth Water Department's Standard Products Lis[. Prepared 2129/2012 Page 4 POWER OF ATTORNEY ACKNOWLEDGEMENT STATE OF: TEXAS COUNTY OF: DALLAS Before me, a Notary Public in and for said County/State, personally appeared Shawn McMahon Know to me (or satisfactorily proven)to be the person(s)whose name(s) is/are subscribed to this instrument, who acknowledged the he/she/they did sign the foregoing instrument and that the same is his/her/their free act and deed. In Testimony Whereof I have hereunto set my hand and official seal, at et-6dlc iAjr� lis QdviQi( c leNerA 0 rAmd�'Pa,y'6QJ this day of AA" , 20�. 1 Notary Public SEAL emy SHELLEY MCMAHON Nataru €€c 63 State of i'exasMy commission expires on: Corn) Expires1299008 04-2022