Loading...
HomeMy WebLinkAboutContract 53595Z:;f�'TRACT�N'0. FoRT Wo �r PROJECT MANUAL FOR THE CONSTRUCTION OF 2018 BOND.— CONTRACT 2 UNIT I- WATER IMPROVEMENTS UNIT 2- SANITARY SEWER IMPR(aVEMENTS UNIT 3- STORM DRAINAGE IMPROVEMENTS UNIT 4- PAVING IMPROVEMENTS Glover Lane (BirchznanAve to Camp Bowie Blvd) West Will Rogers Way (W. Lancaster Ave to Camp Bowie Blvd) City Project No.101120 Betsy Price David Cooke RECEIVED Mayor City Manager FEB 2 8 2020 Chris Harder, P.E. CITY OF FORT WORTH Acting Water Director CITY SECRETARY William Johnson Director, Transportation and Public Works Depattnient Prepared for The City of Fort Worth Transportation and Public Works Department Water Department 2019 Prepared by: IVMULTATECH Engineers, Inc 2821 West 7t' Street, Suite 400 Fort Worth, Texas 76107 TBPE REG #0351 9 o 'I e�'' �'�,!�'• I�� �� 'F. ;'��11 �i4'.117' �� S � I��F�lV16 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 32 15 Construction Project Schedule 00 32 15.1 Construction Project Schedule Baseline Example 00 32 15.2 Construction Project Schedule Progress Example 0032 15.3 Construction Project Schedule Progress Narrative 00 32 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 Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 2018 Bond, Contract 2 City Project No. 101120 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 71 23.16.01 Survey Staking Standards 01 74 23 Cleaning 0177 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 Technical Specifications listed below are included for this Project by reference and can be viewcd/downloaded from the City's Buzzsaw site at: htns://pA ecVoint.buzzsaw.com/client/fortworthgov/Resources/02%20- 20Construction%20Documents/Specifications Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility RemovallAbandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 31- Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 2500 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 12 16 Asphalt Paving 3213 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 3232 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro -Mulching, Seeding, and Sodding CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 2018 Bond, Contract 2 City Project No. 101120 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Division 33 - Utilities .33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 12 Water Line Lowering 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Bolts, Nuts, and Gaskets 33 It 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 1225 Connection to Existing Water Mains 33 1240 Fire Hydrants 33 1250 Water Sample Stations 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 50 Sanitary Sewer Service Connections and Service Line 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34 - Transportation 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 2018 Bond, Contract 2 City Project No. 101120 THIS PAGE INTENTIONALY LEFT BLANK City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 14, 2020 REFERENCE NO.: '-*M&Q 0-0017 LOG NAME, 0 018 PY1 2- CCLEND0N UBJEC : AuIhc)rize ExecutIon of a Contreart with McCiendon Construction Co.„ Inc in the Arnount of 3 4„339,731.40 for Combined Street Paving Improvements and Watar and Sanitary Sewer Marn Replacements for (he 2018 Bond Street Reconstruction Coritract 2 Project, Located on Clover Larne and West Will Rogers Road. Adopt Appropriatlon Ordinances, and Update the FY 020- 0 4 CIP (COUNCIL D[ TBICT 7) REQ0IVIMFNE�,4.__ T1Q ; It is reaornmertided lhaf the City Council: 1. Adopt the attached Appropriation Ordinance Increasing appropriations In the Water and Sewer Capital Projects Furid ire the amount of $1,77.4,551.00 Va nsfi�%i-red frorn avaiIahie funds within the Water & Sewer Fund; . Adopt the attached Appropriation Ordinance increasing appropriations in the Stormwater Capital � P'`rojects Fund in the amount of nrn 120.000.00 [rom available fuds within the Storater Capital Projects 1-undr 3, Adopt the attached Appropriation 0r€iinnnce Increasing apprcprkatic ns I the amount of $ 2,836,365.00 from available funds in the 2018 Bond Program Fund; 4. AuIhorize execution of a contract witl) McClarndon Cons IrtictiOn Company, In the amaLinI of $4, 39,7 1,40 for Combined Streat Paving Improvements and Water and Sanitary Sewer Main RepIaaerr enis for 2018 Brand 3 Ireet Reconstruction Contract 2 project (City Project N o_ 101120); and 5. Update the FY 202 0-2024 C I by..inc reasin funding in the 2018 Send Straet Re con Structlon tlontraaoil 2 project by $4,730,916. DIS N: This Mayor and Council Communicatlon (ter &C) is to authorize a construclion contract for water andior sanitary sewer and paving irnp vernernts on approximately I .P lane miles for the 2018 Bond Street Reconstruction Contract 2 projecl as idenlffied on the follow Ing streets; Street I From 11.. _ To J scope 'Camp Bowie Mover Crane _ Boulevard Birchman Avenue _ FVV akerl ewerll aving — Will Rogers Camp Bowie VV Lancaster I Paving Road West Boulevard Avenue The 'I'ra nsportation and Public Works Department's share on this contract is $ „ 07,789. 5. The Water Depariment's share on this contract of $1,5 4,573.65 will be available In the Water and Sewer Capital Projects Fund of the project (City Project No. 10110), The project was advertised for bid on September 5, 2019 and September 12, 2019 in the Fort Worth Star- gL=. 0n October'3, 2019, the fallowing bids were received: Bidder Amount Time of Completion McClendon onstrur-lJo l Co., Inc. 4, 9,731.40 550 Calendar Days tabiie & VVInn, Inc $.4,605,1 7.65 Omega Contracting, Inc, $4,8 7,846.80 Jackson Construction Ltd.. $5,114,870,00 ]l — In addition to the contract amount, $705,548 (Water: $141,306.00, Sewer: S46,054,00, TPVV: $518,186.00) Fs required for project management, material testing and Inspection and $16 ,906.00 (Water: $36,325.00, ewer- $18,1-9 .00, TPW,. $110,389.00) is provided for project. con fin genCie S. THs project will have no Impact an tine Trahsportatio'n, & Public Works operating budget nor an the Water 0apartment's oporaIIng budget when completed. Construction is expected to start irk February 2020 and be completed by August 2022. Tire sanitary surer component of this project is part of t h a Water Department's Sanitary Sewer Overflow inI#lative Program. Appropriations for Lhe Water, Sanitary Sewer and Paring Improvements for 2018 Bond (I-eet Reconstructlon Contract 2 project by rund will consist of th$ following-, FUND Existing lAppropriationsl Additional Appropriations Project Total* $ ,936,365.00 018 Bond Program - Fund 4018 $100,000.00 $2,836,365.00 Water&Sewer Capi[a1 Projects - Fund 5600 $109,630.00 $1,774,551.OD $1,884,181.00 tormwater Capital Projects — 00,000.00 1 0,00 .00 0,000.00 Fund 5200 (Project Total $709,6 0,0 �,730.916.00 ,440,546.00 'Numbers rounded for presentation purposes. M/WBP OFFICE — McClendon Construction Company, Inc. Is in compliance with the ity's BDE Ordinance by committing to 2.4 percent I IBE parkIpatlon and documenting rood faith effort, McClendon anstruutlon Company, Inc. identified several subcontracting and supplier opportunities. However, the ffrms contacted in the areas Identified did not respond or did not subrnit the lowest bids, The City's MBE goal on this project is 15 percent. Funds for this project are included in the 2018 Bond Program. Avail€able resources within the General Fund will be used to provide interkrn financing untll debt is Issued. Once debt associated with the project is sold, bond proceeds will relmbt+rse the General Fund in accordance with the statement expressing Official' Intent to Reimburse that was adopted as park of the ordinance canvassing the band election (Ordinance No. 3 09-08-201 ). The 2018 Band Program funding was included In the 0 0- 0 4 Capital Improvement Plan for project P130001. In order to administratIvely track the spending of all funding sources In one project, appropriation ordinances are needod to move appropriatlons from the p rogra rn mab ie project to tha jointly funded static project. This action will amend the 2020-2024 Capitai Improvement Flan. The project is located In CQUNICIL DISTRICT T. FIrar jNEQUA N f.CERTIFICATION: The 01rector of F1nance certifies that funds are aVailable In the ourrent operating budget of the We ter Sewer Fund, and upon approval of the above recommandstions and attached appropriation ordinances. funds will be ayallable in the current capital budgets, ss approprlated, of the Water and Sewer Caprtal proJects Furid, the Slormweter CapIlaI Projects Fund and 2018 Bored Program Fund. Prlor to any expenditure being Incurred, the Water Department has the responsibility to validate the availabillty of funds. FUND IDENTIFIERS FiDsj: TO _ _ Fund Department ccoun Project P�rograrrt Ctiv Budget Reference # A�rrr;O.un ID 1D dear Charleld FROM _ Fund Departrnerrt Account Project Program ctIvItyl Budget Deference # Amoun ID lD _ _ Year Chartfleld F CERTIFI ATIONS,- SUbmitted for Cily Ixlianager's Office by; Dana Barghdoff (8018) Q gLrtAtink gepaa1merrt Head: Millam Johnscm (7801) Additional Information l;pntilic1E: Monty Hall (8662) ATTACHMENT 1. 1,91011_MBE Oompllar ce - Mover } Bowie - UQCre.ndon. err st W (CF1N irilarraal) 2.2-QZQJ-8Q-lPY1C2-MCCLENQQN Fla Tables KIN 10,2Z201_Q). UPD-A_ ocx (FV�,+ Intama�I 3. g. 8C1PY1:C2-MC LENQQV SAM SEARCH.pfff (CFWInmernol) 4. 2020180 1 P - D (nubllc) 5. 202018CEP ' 1 C 2-IUIC C DENL .C.L -Ta l orrc (CFW internal) 6. 1Q Jkr,1F �'1 .2-MQGLF DON Funding Avail ty�-docx {Pubii0 7. 0 0 i ]1 11 NO QN,�3�}018_A020r.docx (PutHc) 8. 02018O1PY1 2-M0 LENQ N 002 A0200prox (Public) g. 0 201,5C IP` 'l C 2-MCCLENDON 66 002 A 020 ft)-docx (PLibllc} 0 JoD 1295 OeJjf�aty sign d. Af (CFW Internal} 11. SAMSearch MpClendor p.ciJ {CFW Interflaf). CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For 2018 BOND — CONTRACT 2 UNIT 1- WATER ]IMPROVEMENTS UNIT 2- SANITARY SEWER IMPROVEMENTS UNIT 3- STORM DRAINAGE IMPROVEMENTS UNIT 4- PAVING IMPROVEMENTS Clover Lane (Birchman Ave to Camp Bowie Blvd) West Will Rogers Road (W. Lancaster Ave to Camp Bowie Blvd) City Project No. 101120 Addendum No. 1 Issued: September 26, 2019 Bid Opening Date: October 3, 2019 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 2018 Bond- Contract 2 are hereby revised by Addendum No. 1 as follows: Construction plans are revised as follows: 1. The following sheets are updated and shall be replaced with the attached revisions: 2,4,11-20,27-31,38-40,44,46-59,62,76,84. 2. Sheets are updated to note that work is prohibited on Clover Lane between Bryce and Linden while school is in session, with limited instances of work between the hours of 9:45AM and 3:45PM as pre -authorized by City personnel. 3. Sheets 50 and 76 parking meters on the east side of the street are noted to be removed and salvaged. These shall be reinstalled. The meters on the west side are noted to be preserved and protected, as it should not be necessary to remove them for street reconstruction. 4. Sheets 4 and 84 have updated construction phasing. il. The Specifications are amended as follows: 1. Sections 00 41 00 and 00 52 43 are updated to reflect a project timeline of 18 months (550 days). A-1 ADDENDUM 1 2018 Bond, Contract 2 City Project No. 101120 2. Section 00 73 00 is updated with additional coordination requirements. Work is prohibited on Clover Lane between Bryce and Linden while school is in session, with limited instances of work between the hours of 9:45AM and 3:45PM as pre - authorized by City personnel. Students attending Stripling Middle School will be dropped off and picked up using, Belle/Bryce and Linden Streets. 3. 00 42 43 was updated to correct all bid items with "NS" as a unit of measure to "EA". Traffic control line item was adjusted for changed contract time. Bid items were added for GPSIStaking for water and sewer. Unit 3 asphalt depth changed from 3" to 2" to match milling depth. A bid item was added for sidewalk adjacent to the curb and the original sidewalk bid item was reduced. A bid item was added for tree protection. Concrete pavement thickness for Unit 4 was increased to nine inches. The pavement removal in Unit 4 has been changed to removal of concrete with asphalt overlay. A bid item was added for salvage and reinstall parking meters. The miscellaneous utility adjustment (irrigation) pre -bid amount is $40,000.00. Pipe with CLSM backfill has been added as a bid item. Replacement of parking striping/marking on West Will Rogers has been added as a bid item. Ill. Contractor/Bidder Questions: 1. The contractor noted the gas line as shown on the SUE plans was in conflict. It was explained to the contractor that the gas line is in the process of being moved. 2. Is it the intent that the CLSM is for backfill to top of grade for the utilities? Temporary pavement bid items were provided for the top of the utility work trenches. If CLSM is used to the top of grade, which is acceptable, the temporary asphalt trench repair bid item will not be used for the surface repair. 3. D001 vs D201 was discussed. With CLSM backfill, crushed rock per D201 is not needed. 4. Is there sufficient backfill material to remove 8.5" and replace with 7.5"? There will be residual trench spoil that can be used to make up the one inch difference in lieu of being hauled off. 5. It is the intent to salvage and reinstall the street tiles as shown on the removal plans. The bid item has been reworded to clarify this. 6. How is removal of asphalt accounted for? Asphalt pavement removal for unit 4 is item 6. Asphalt overlay removal is subsidiary to the concrete pavement removal and the bid item description has been updated to reflect this. Asphalt removal for unit 3 work is subsidiary to item 12 2" surface milling. 7. The bid item for irrigation repairs is Unit 4 Item 45. S. Mill and overlay will have a depth of 2" and will be permanent trench repair. 9. 7.5" section of concrete pavement in Unit 4 is at the intersection with Belle Place, This thickness has been increased to nine inches. 10. Questions regarding handicap ramps- P1 vs P2 vs R1- were discussed. The ramp in question will be a P2 ramp on the SE side of Pershing. 11. Parking meters on West Will Rogers are noted as preserve and protect. They are to remain in place. The meters on the east side have been changed to remove and replace parking meter pole. City Parking Services will remove and reinstall the meter housings. The contractor is responsible for salvaging and reinstalling the meter poles and replacing the parking pavement markings (parking stripes and space letters). The contractor will need to fill out a parking A-2 ADDENDUMI 2018 Bond, Contract 2 City Project No. 101120 meter rental form for the days that the meters will be out of service. There is no charge rental for this since it is a City project. 12. Unit 4 Item 55- the intent of the 500 SY of flexbase is to provide adequate temporary HMAC pavement for the traffic control plan as it will be phased per utility and portion of roadway. 13. We can use water from another pressure plane when testing newly installed sections of water pipe in front of the school. There is a 15psi difference between the two planes. 14. There will be no additional isolation valves in front of the school. Refer to the water layout sheet in the plans. 15. The residents and the school will be placed on temporary water services. This is item 17 of Unit 1, 16. The new line will not be shifted to leave the old one in place during construction. The preference is to maintain the same trench except where other conditions necessitate a shift. 17. For phasing purposes, utility work in front of the school is scheduled during summer 2020. Paving is scheduled for summer 2021. 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: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case Jeffers 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 Lane Zarate, P.E. ENGINEERING MANAGER TRANSPORTATION AND F WORKS DEPARTMENT ane Zdfate, P.E. �Iendotl Coilstlucdw :, Im- Engineering Manager P� Company, [y �. B OX W9 A UrlesoriE, TX '16si TA .......... O�EpAF°jO'{ep3+�D® ap res�1"i�� i!V�� �i9F71'A1 108 8 k'•Q4'•tl°°�'p1°• L F 1 � flip" � ��4'-1 ' 7 ADDENDUMI 2018 Bond, Contract 2. City Project No. 101120 CITY OF FORT FORTH, TEXAS WATER DEPARTMENT ADDENDUM NO.2 To the Specifications and Contract. Documents For 2018 BOND — CONTRACT 2 UNIT I- WATER IMPROVEMENTS UNIT 2- SANITARY SEWER IMPROVEMENTS UNIT 3- STORM DRAINAGE IMPROVEMENTS UNIT 4- PAVING IMPROVEMENTS Clover Lane (Birchman Ave to Camp Bowie Blvd) West Will Rogers Road (W. Lancaster Ave to Camp Bowie Blvd) City Project No. 101120 Addendum No. 2 Issued: September 30, 2019 Bid Opening Date: October 3, 2019 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 2018 Bond- Contract 2 are hereby revised by Addendum No. 1 as follows: Construction plans are revised as follows: No change. The Specifications are amended as follows: 1. 00 42 43 was updated to delete Unit 2 Item 11. 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. Acknowledge your receipt of Addendum No. 2 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. 2„ A-1 ADDENDUM 2018 Bond, Contract 2 City Project No. 101120 Include a signed copy of Addendum No. 2 in the seated 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 vpt WA 4' AW1 PMA� i I � '02� EEO, Company: McClondon Construdon Co., Im. ox 999 Budeson, TX 7 A-2 Lane Zarate, P.E. ENGINEERING MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT sv: rP� $� Lane Zarate, P.E.0' Engineering Manager /] Cy paR erY•P �� e4 L� it a°q a• � �`'ses aie aE-- M/s�ero6esg��jo ea8pag®o�7oe 1. , ZMATE L4 Y�Pea 4�aeespaapste-aooan. •aaor...Pe+. �j •,,� � a��\@ate � ADDENDUM 2 2018 Bond, Contract 2 City Project No. 101120 004243 BID PROPOSAL Page 1 of4 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Item Description Specification Unit of 81d Unit Price I Bid Value wr.. Section No. Measure Quantity 01 02 03 04 05 3311.0461— 12" PVC Water Pipe .. _._ —. 3305.0003 8" Waterline Lowering — 3311.0451 12" DIP Water 3311 0001 Ductile Iron Water Fittings wl Restraint 3311.0261 PVC Water Pie 3311_12 33 05 12 LF EA — 3212 3 331110 LF 39 33 11 11 TON a 33 17 12 LF 248 06 07 08 _8" 3311.0161 6" PVC Water Pike —�—w A — 33 11 12 _ LF 83 _ 3312.3005 12" Gate Valve 33 12 20 EA �EA — EA EA 21_ — 10 6 6 3312.3003 8" Gate Valve 3312.3002 6" Gate Valve 3312.0001 Fire Hydrant _ 33 12 20 33 12 20 33 12 40 _ 09 10 11 12 13 14 15 16 17 18 19 20 .- 21 22 ...___ ... 23 24 25 26 27 28 29 28 3312.0107 Connection to Existing 20" Wafer Main 331225 EA 1 3312.2003 1" Water Service 3312.2001 1" Water Service, Meter Reconnection 331210 EA 54 33 12 10 33 12 10 33 12 10 33 OS 10 33 04 30 0241 14 0241 14 EA FA EA LF LS EA EA 54 2 2 3741 1 6 55 3312.2201 2" Water Service, Meter Reconnection 3312,2203 2" Water Service 3305.0109 Trench Safey _ 3304.0101 Temporary Water Services_ 0241.1510 Salvage Fire, Hydrant _ _ 0241 1511 Salvage 314" Water Meter_ 0241.1513 Salvage 1 1I2" Water Meter - --------- 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 3212.0304 4" Asphalt Pvmt Type D - .. -�- _-_. _---.._. _ - ..-.._ - -- _ 3213.0102 7" Canc Pvmt 3312.1002 2" Combination Air Valve Assembly for Water 3214.0200 Brick Pvmt Repair _ -- • . 3471.0001 Traffic Control 3311.0457 12" DIP Water, CLSM Backfill 3311.0254 8" DIP Water, CLSM Backfill 9999 0001 Construction Staking (Water) YW 9999.0002 Construction Survey (GPS Red Line Survey] 9999.0000 Construction Allowance WATER IMPROVEMENTS 0241 14 EA 2 3201 18 32 12 16 . - . 32 13 13 33 12 30 32 14 16 - -.. 3471 13 33 11 10 LF SY _ ... _ _. SY_ EA SY-- SY MO LF 5000 _�- 54 23 1 10 2 207 35 1 1 1 $80,000.00 $80,000.00 3311 10 LF 01 71 23 0171 23 00 00 00 LS LS LSY ... 29 SUBTOTAL $80,000.00 _ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 0041 00_OD4313 00 424304337_004512_003513WN4 Propo ul Wakbmk SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 BtD PROPOSAL Page 2 of 4 Bidder's Application Project Item Information Bidder's Proposal Item Description SpecificationUnit of Bid Unit Price Bid Value Section No. Measure Quantity 01 13331.4115 8" Sewer Pipe 3311 10, 1 LF 02 3331.4115 8" Sower Pipe, SDR 26 3311 10. LF 03 _ 0241.2102 6" Sower Abandonment Plug 0241 14 EA 04 02_41.2201 Remove 4' Sewer Manhole 0241 14 EA 3201.0400 - Temporary Asphalt Paving Repair (2" HMAC 3201 18 05 on 6" CTB) LF 06 3301.0002 Post -CCTV Inspection 3301 31 LF 3301,0101 Manhole vacuum Testing 3301 30 07 EA 08 3305.0112 Concrete Collar 330517 EA 09 3305.0109 Trench Safety 33 05 1.0 LF 10 3331.31 o1 4" Sewer Service 33 31 50 EA 44• 33-39-" V 389 ........... 12 3339.1001 4' Manhole 33 39 10, EA 11 13 3339.1002 WYrop Manhole 33 39 10, EA 1 14 3339.1004 4' Shallow Manhole 33 39 1 Q EA 1 15 33 39.1003 4' Extra De th Manhole 33 39 10, 33 ` VI+ 5 16 3339.0001 Manhole Interior Protecting Coating *Warren or approved equal* 33 39 60 VF 63 17 9999.0001 Construction Staking (Sewer) 01 71 23 LS 1 18 9999 Con_structlon Surve-y (GPS Red Line Surveil) 01 71 23 LS 1 19 _ _0002 9999.000D Construction Allowance ----TAL-__-__-_SANITARY_____.----___.._-SEWER_._.___�_____..___._..___ 00 00 00 LS - 1 SIf-BTD 01 0241.1000 Remove Cone Pvmt 0241.1300 Remove Cone Curb&Gutter _02_- 03 0241.3015 Remove 24" Storm Line 04 0241.3013 Remove 18" Storm Line 05 9999.0000 Remove 5' Curb Inlet 06 3201.0400 Temporary Asphalt Paving Repair 07 3212.0302 2" Asphalt Pvmt Type D 08 3213.0104 9" Conc Pvmt 09 3341,0201 21" RCP, Class III 14 3341.0205 24" RCP, Class III 11 3341.0302 30" RCP, Class III _12_ 0241.1506 2" Surface Milling 13 3349.5001 10' Curb Inlet �14 9999.0000 5' Curb Inlet 1- 3349.0001 4' Storm Junction Box __16` 3305.0109 Trench Safety _ 17 3305.0103 Exploratory Excavation of Existing Utilities 18 3301.0002 Post -CCTV Inspection 19 3125.0101 SWPPP >- 1 acre 20 3216.0101 6" Cone Curb and Gutter 21 3212.0401 HMAC Transition 22 9999.0001 Construction Staking (Stormwater)� - 23 19999.0000 Construction Allowance SUBTOTAL STORMDRAIN IMPROVEMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 0241 15 SY 425 024115 LF__T 955 0241 14 LF 310 02 41 14 LF 121 00 00 00 EA $ 3201 18 LF 1364 321216 SY 1420 32 13 13 SY 413 3341 10 LF 237 3341 10 LF 25 33 41 10 LF 971 02 41 15 SY 1420 33 49 20 EA 7 00 00 00 EA 1 33 49 10 EA 3 33 05 10 LF 986 33 05 30 EA 2 3301 31 LF 986 31 25 00 LS 1 32 16 13 LF 60 32 12 16 TN 20 $50,000 :00 01 71 23 _ LS 1 000000 LS 1 $50,000.00 $50,000.00 $50,000.00 W 41 00 00 43 13 00 42 43 00 43 37 00 45 12_00 35 13 Bid Proposal Wakbook SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page of4 Project Item Information Bidder's Proposal MUML Rem M. Description -wMA Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value La a 01 0241.0100 Remove Sidewalk 02 41 13 SF 15668 02 0241.0401 Remove Concrete Drive 02 41 13 SF 10965 03 0241.0500 Remove Fence 02 41 13 LF 200 04 9999.11) Remove Conc Pvmt with Asphalt Overlay 0241 15 5Y 14186 0241.0600 Remove Wall <4' 05 0241 13 LF 321 0241 15 SY 2368 66 0241.1100 Remove Asphalt Pvmt 0241 15 07 0241.1300 Remove Cone Curb&Gutter _Ta LF 7820 31 10 00 __ _ _ EA 4 i D8 _�_.. 3110D102 y' 6 12" Tree Removal 09 _.r-. 311003 A112"A 8" Tree Removal .. 31 10 DO _ EA _. 3 10 3110.0104 187-24" Tree Removal 31 1000 EA 1 11 3110.0105 24" and Larger Tree Removal 3125.0101 SWPPP >_ 1 acre 31 1000 31 25 00 EA LS 3 12 1 13 3211,0502 8" Lime Treatment 32 11 29 SY 14332 32 13 20 SF 12295 14 3213.0401 6" Concrete Driveway 32 13 20 SF 14953 15 3213.0301 4" Cone Sidewalk 16 3213.0311 4" Conc Sidewalk, Adjacent to Curb 321320 SF 1439 17 3212.0401 HMAC Transition 32 12 16 TN 220 18 3213.0102 7" Cone" Pvmt 32 13 13 SY 14332 19 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 16 20 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 3 21 3213.0506 Barrier Free Ramp, Type P-1 - - - - -__--_ - __ 32 93 2D _.. EA 11 -- 22 3217.4301 Remove 4" Pumt Marking 32 17 23 LF 70 23 3217.4307- Remove Raised Marker 32 17 23 EA 85 - 32 17 23 -3-2-1 -7 LF 250 -- -- 24 3217.0401 -18" SLD Pvmt Marking HAE (W) 25 3217.5001 Curb Address Painting 25 EA 59 26 3231.0412 6` Fences, Wood 32 31 29 LF 200 27 3232.0100 Cone Rat Wall Adjacent to Sidewalk, Face 32 32 13 SF 2305 28 3232.0101 Cone Ref Wall with Sidewalk, Sidewalk 32 32 13 SF 1504 29 3291.0100 Topsoil 3291 19 CY 200 30 3292-0100 Block Sod Placement 32 92 13 SY 1082 31 3211.0400 Hydrated Lime 3211 29 TN 250 - 32 9999.0000 Remove/Replace SD Inlet Top 00 00 00 EA 10 33 3306.0106 Manhole Adjustment, Major 33 05 14 EA 1 34 33D5.0107 Manhole Adjustment, Minor 33 05 14 EA 6 35 3305.0111 Valve Box Adjustment 33 05 14 EA 4 36 9999.0000 5' Curb Inlet 00 00 00 EA 3 37 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 52 38 3471-0001 Traffic Control 3471 13 MO 18 39 3441.1832 Relocate School Zone Flashing Assembly 34 41 10 EA 3 40 9999-0001 Ceramic Tile Street Names SalyagelReinstall M. _._. _ _ _.� 00 00 00 _�_.. EA _ 11. 41 9999.0002 PreservelProtect Parking Meter 00 00 00 EA 4 42 3123.0101 Unclassified Excavation by Pian 31 23 16 CY 200 - --- 43 3305.0204 Imported EmbedmentlBackfill 33 05 10 CY 200' Concrete Curb at Back of Sidewalk (6 to 12 inch max) 32 13 20 LF 202 _44 45 Misc Structure Adjustment (Irrigation) LS 1 _ $40,000.00 $40,ODD.DD 46 3217.0501 24" SLD Pvmnt Marking HAE (W) 321723 LF 20 47 3217.0301 12" SLID Pvmt Marking HAE OM 32 17 23 LF 20 48 3217.0002 4" SLD Pvmt Marking HAS (Y) 32 17 23 LF 240 32 17 23 EA 9 49 3217.2103 REFL Raised Marker TY fI-A-A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS Farm Revised 20120,120 00 410000 43 13_0042 43_00 43 37 00 45 12 00 35 t3_Bid Proposal Workbook UNIT PRICE BID 00 42 43 BIDPROPOSAL Page 44 SECTION 00 42 43 PROPOSAL FORM Project Item information Bidder's Application Bidder's Proposal Item Description Specification unit of Bid Unit Price Bid Value _.Nip_ _.._ .__ _.—.._. _ ..._.._-- _- - -- -- ...__.._._ - - - - Section No. Measure ... Quantity .. _..._.._ _.. ._.... - .,.,. -....- : _.:,...------------ 9999.0006 Splice New Conduit & Conductors W1Existing 50 In New Pull Box EA 2 51 9999.0007 Install New Type B Pull Box EA 1 52 9999.0008 Install New Ped. Pole, Ped. Head&Button EA 2 53 9999.0009 Install New 8'x40' Quad Loop 04 EA 1 54 9999.00101nstall NewT pe O Pull Box E4 1 55 3213.0202 7" Conic Pvmt HES (as needed) 32 13 13 SY 500 56 3211.0113 8" Flexible Base, Type A, GR-1 (as needed) 321123 SY 500 57 3217.4304 Remove 12" Pvmt Ma_ rkinq (crosswalks___ _. 32 17 23 LF — 210 58 3214.0100 Brick Pvmi 32 14 16 SY 8 59 3214.0200 Brick Pvmt Repair 32 14 16 SY 13 60 9999.0006 Tree Protection per details EA 72 61 9999.0007 SaIva e�likeinstall Parking Meter Pole 9999.0008 Street Parking Space Markers 00 00 00 32 17 23 EA EA 5 35 62 9999.0009 Parking Space Letters 32 1723 EA 33 _63 65 9999.0004 Construction Staking 00 00 00 LS 1 66 9999.0005 Construction Allowance 00 00 00 LS 1 $100,000.00 $100,000.00 $140,000.00 SUBTOTAL PAVING IiNPiZOVEMENTs Bid Sunlma Base Bid UNIT 1- WATER IMPROVEMENTS UNIT 2-_S_ANITARY S_E_WER_ _ _ UNIT 3-STORMORAIN IMPROVEMENTS UNIT 4- PAVING IMPROVEMENTS $80,000.00 $50,000.00 $50,000.00 $140,000.00 Total Base Bidl $320,000.00� Total Bid $320,000.00 END OF SECTION CrrY OF FORT WORTH STANDARD CONSTRUCT ON SPECIFICATION DOCUMENTS Form Revised 20120120 00 4100_004313_004243 004337 W 4512_003513_Bid Proposal Workbook CITY OF FONT WORTH, TEXAS WATER DEPARTMFi I' ADDENDUM NO. 3 To the Specifications and Contract Documents For 2018 BOND — CONTRACT 2 UNIT I- WATER IMPROVEMENTS UNIT 2- SANITARY SEWER IMPROVEMENTS UNIT 3- STORK DRAINAGE IMPROVEMENTS UNIT 4- PAVING IMPROVEMENTS Clover Lane (Birchman Ave to Camp Bowie Blvd) West Will Rogers Road (W. Lancaster Ave to Camp Bowie Blvd) City Project No. 101120 Addendum No. 3 issued: October 1, 2019 Bid Opening Date: October 3, 2019 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 2018 Bond- Contract 2 are hereby revised by Addendum No. 3 as follows: Construction plans are revised as follows: No change. H. The Specifications are amended as follows: 1. 0.0 42 43 was updated for the following: a. Unit 1- Connect to existing 4"-12" waterline was added. b. Unit 2- Concrete encasement and sanitary sewer line grouting were added. The quantity for temporary asphalt paving repair was reduced. c. Unit 3- Water service replacement and grout stormdrain were added. 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: A-1 ADDENDUM 2018 Bond, Contract 2 City Project No. 101120 (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 ADDEAIDUM NO. 3„ 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 below could cause the subject bidder to be considered "NONRESPONSIVE', resulting in disqualification, RECEIPT ACKNOWLEDGED Company: Tendon Coaagipt ems.. �.. --PD. BOX goo Rudeson, Yi 1 A2 lane Zarate, P.E. ENGINEERING MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT OF All Lane Zara E ` Engineering Manager il°s°°ieaa°°e®apmsaeaero�ewtr�,i. 4• LAME 1W. ZAHAIT �ma°9Yse'OAe'q°aab°OlOq°°a R-. .a4.ia p�� dr a arfil�t�, �c ADDENDUM3 2018 Bond, Contract 2 City Project No. 101120 001113-1 INVITATION TO BIDDERS Pagel of2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of 2018 Bond- Contract 2 Clover Lane and West Will Rogers 6 Road, Unit 1-Water, Unit 2-Sanitary Sewer, Unit 3-Stormdrain, Unit 4-Paving Improvements, 7 City Project No. 101120, X-24799, K-2560, will be received by the City of FortWorth 8 Purchasing Office: 9 10 City of Fort Worth 11 Purchasing Division 12 200 Texas Street 13 Fort Worth, Texas 76102 14 until 1:30 P.M. CST, Thursday, October 3rd, 2019, and bids will be opened publicly and read 15 aloud at 2:00 PM CST in the Council Chambers. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the (approximate) following: 19 20 Unit 1: Water 21 0 3,217 L.F. 12" Water Pipe 22 0 207 L. F. 12" DIP Water Pipe 23 0 370 L.F. 8" Water Pipe 24 0 83 L.F. 6" Water Pipe 25 Unit 2: Sanitary Sewer 26 0 1,165 L.F. 8" Sewer Pipe 27 0 10 EA Manholes 28 Unit 3: Stormdrain 29 0 901 L.F.30" RCP 30 0 258 L.F. 18" RCP 31 0 7 EA 10' Curb Inlets/Inlet Tops 32 Unit 4: Paving 33 0 14,000 SY 6" Concrete Pavement 34 0 14,000 SY 8" Lime Stabilization 35 0 11,400 SF 6" Concrete Driveway 36 0 23,700 SF Concrete Sidewalk 37 38 PREQUALIFICATION 39 The improvements included in this project must be performed by a contractor who ispre- 40 qualified by the City at the time of bid opening. The procedures for qualification andpre- 41 qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS. 42 43 DOCUMENT EXAMINATION AND PROCUREMENTS CITY OF FORT 'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 2018 Bond, Contract 2 City Project No. 101120 00 11 13-2 INLIITATION TO BEDDERS Page 2 of 2 1 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 2 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasinand 3 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 4 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 5 suppliers. The contractor is required to fill out and notarize the Certificate ofInterested 6 Parties Form 1295 and the form must be submitted to the Project Manager before the 7 contract will be presented to the City Couneil. The form can be obtained at 8 http5://www.ethicsAate.tx.us/filinginfo/1295/. 10 Copies of the Bidding and Contract Documents may be purchased from: 11 ARC Document Solutions 12 2220 W. Peter Smith St. Fort Worth, Texas 76102, Phone: 817-332-9704, FAX: 817-335-7855, 13 Or Email Tom Perez at: tom.perez(g4e-arc.com . Call or email a minimum of 24 hours prior to 14 pick up. 15 The cost of Bidding and Contract Documents is: 16 Set of Bidding and Contract Documents with full size drawings: $120 17 Set of Bidding and Contract Documents with half size (if available) drawings: $60 18 19 PREBID CONFERENCE 20 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 21 BIDDERS at the following location, date, and time: 22 DATE: September 17, 2019 23 TIME: at 10:00 AM 24 PLACE: 200 Texas Street, Room 270 25 Fort Worth, TX 76120 26 LOCATION: Fort Worth City Hall 27 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 28 City reserves the right to waive irregularities and to accept or reject bids. 30 31 INQUIRIES 32 All inquiries relative to this procurement should be addressed to the following: 33 Attn: Greg Robbins, City of Fort Worth 34 Email: Gregory.Robbins@fortworthtexas.gov 35 Phone: 817-392-2333 36 AND/OR 37 Attn: Rakesh Chaubey, City of Fort Worth 38 Email: Rakesh.Chaubey@fortworthtexas.gov 39 Phone: 817-392-6051 40 AND/OR 41 Attn: Paul J. Padilla, Multatech Engineering, Inc. 42 Email: ppadilla@multatech.com 43 Phone: 817-289-2060 44 45 ADVERTISEMENT DATES 46 September 5, 2019 47 September 12, 2019 48 49 END OF SECTION CITY" OF FOR`I' wOW1'14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 2018 Bond, Contract 2 City Project No. 101120 0021 13- 1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 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 L2.1. 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. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving Requirements document located at; 40 ht s:// rojec oint.buzzsaw.com/fortworth ov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%o2OPaving 42 %20Contractor"/a2OPregualifi cation%2OProizram/PREOUALIFICATION%20RE0 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting Requirements document located at; 46 https://proiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequaliflcation/TPW%2ORoadwa 48 y%20and%o20Pedestrian%20Lightine/o20Pregualification%20Program/STREET% 49 20LIGHT%20PREOUAL%20REQMNTS.pdf?public CITY OF FORT WORTH 2O18 BOND — CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21,2015 City Project No.101120 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2of10 2 3.1.3. Water and Sanitary Sewer Requirements document located at; 3 hups://Proicetpoint.buzzsaw.com/fortworthg—ov/Resources/02%20- 4 %20Constraction%o2ODocuments/Contractor%2OPregualificationfWater%2Oand%2 5 OSanitML/o20 Sewer%20Co_ntractor%2OPrepualification%2OProaram/W S S%20pre 6 gual%20requirements. doc?public 7 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 Special qualification required for this project include the following: 5 recent references 33 of Contractor indicating successful application of coating product(s) of the same 34 material type as specified herein, applied by spray application within the municipal 35 wastewater environment. References shall include at least the following: owner name, 36 City inspector name and phone number, project name/number, size and linear footage of 37 sanitary sewer main, manhole diameter, structure dimensions and number of each, square 38 feet (or vertical feet) of product installed, contract costs, and contract duration. 39 Contractor must demonstrate a successful history of installing the product in structures of 40 similar size and scope. 41 42 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 43 44 4.1. Before submitting a. Bid, each Bidder shall: 45 46 4.1.1. Examine and carefully study the Contract Documents and other related data 47 identified in the Bidding Documents (including "technical data" referred to in 4.8 Paragraph 4.2. below). No information given by City or any representative of the 49 City other than that contained in the Contract Documents and officially 50 promulgated addenda thereto, shall be binding upon the City. 51 CITY OF FORT WORTH 2018 BOND — CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 City Project No, 101120 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.2. Visit the site to become familiar With and satisfy Bidder as to the general, local and 2 site conditions that may affect cost, progress, performance or furnishing of the 3 Work. 4 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress, performance or furnishing of the Work. 7 9 10 4.1.4.OMITTED 11 12 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 13 the information which the City will furnish. All additional information and data 14 which the City will supply after promulgation of the formal Contract Documents 15 shall be issued in the form of written addenda and shall become part of the Contract 16 Documents just as though such addenda were actually written into the original 17 Contract Documents. No information given by the City other than that contained in 18 the Contract Documents and officially promulgated addenda thereto, shall be 19 binding upon the City. 20 21 4.1.6. Perform independent research, investigations, tests, borings, and such other means 22 as may be necessary to gain a complete knowledge of the conditions which will be 23 encountered during the construction of the project. On request, City may provide 24 each Bidder access to the site to conduct such examinations, investigations, 25 explorations, tests and studies as each Bidder deems necessary for submission of a 26 Bid. Bidder must fill all holes and clean up and restore the site to its former 27 conditions upon completion of such explorations, investigations, tests and studies. 28 29 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 30 cost of doing the Work, time required for its completion, and obtain all information 31 required to make a proposal. Bidders shall rely exclusively and solely upon their 32 own estimates, investigation, research, tests, explorations, and other data which are 33 necessary for full and complete information upon which the proposal is to be based. 34 It is understood that the submission of a proposal is prima -facie evidence that the 35 Bidder has made the investigation, examinations and tests herein required. Claims 36 for additional compensation due to variations between conditions actually 37 encountered in construction and as indicated in the Contract Documents will not be 38 allowed. WX 40 4.1.S. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 41 between the Contract Documents and such other related documents. The Contractor 42 shall not take advantage of any gross error or omission in the Contract Documents, 43 and the City shall be permitted to make such corrections or interpretations as may 44 be deemed necessary for fulfillment of the intent of the Contract Documents. 45 46 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 2018 BOND — CONTRACT 2 City Project No.101120 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures (except Underground Facilities) which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means, methods, techniques, sequences or 23 procedures of construction (if any) that may be shown or indicated or expressly required 24 by the Contract Documents, (iii) that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc., have not been resolved through the interpretations by City as described in 28 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work, Etc. 38 39 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 2018 BOND— CONTRACT 2 City Project No.101120 002E 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 200 Texas Street 26 Fort Worth, TX 76102 27 Attn: Mr. Gregory Robbins, PE, T/PW Department 28 Fax: 817-392-8195 29 Email: Gregory.Robbins@fortworthtexas.gov 30 Phone:817-392-2333 31 32 33 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 34 City. 35 36 6.3. Addenda or clarifications may be posted via Buzzsaw at 37 https.//pr( jectpoint.buzzsaw.coLW ortworthgov/InfrastructureYo20Proiects/101120%20= 38%202018Ya20Bond91o20St%2ORecon%20Contract%2021Bid%20DocumentsY20Packa 39 0public 40 41 6A. A prebid conference may be held at the time and place indicated in the Advertisement or 42 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 43 Project. Bidders are encouraged to attend and participate in the conference. City will 44 transmit to all prospective Bidders of record such Addenda as City considers necessary 45 in response to questions arising at the conference. Oral statements may not be relied 46 upon and will not be binding or legally effective- 47 48 49 50 7. Bid Security 51 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August21, 2015 2018 BOND — CONTRACT 2 City Project No.101120 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 2 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 3 the requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 6 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 7 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 8 default, rescind the Notice of Award, and the Bid Bond of that Bidder wiII be forfeited. 9 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 10 other Bidders whom City believes to have a reasonable chance of receiving the award 11 will be retained by City until final contract execution. 12 13 8. Contract Times 14 The number of days within which, or the dates by which, Milestones are to be achieved in 15 accordance with the General Requirements and the Work is to be completed and ready for 16 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 17 attached Bid Form. 18 19 9. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 10. Substitute and "Or -Equal" Items 23 The Contract, if awarded, will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or "or -equal" items. 25 'Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 26 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 27 City, application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 30 Conditions and is supplemented in Section 0125 00 of the General Requirements, 31 32 11. Subcontractors, Suppliers and Others 33 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-2011 (as amended), the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts. A copy of the Ordinance can be 37 obtained from the Office of the City Secretary, The Bidder shall submit the MBE and 38 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate. The Forms including documentation must be received 41 by the City no later than 2:00 P.M. CST, on the second business days after the bid 42 opening date. The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received, Failure to comply shall render the bid as non- 44 responsive, 45 46 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 47 or organization against whom Contractor has reasonable objection. 48 49 12. Bid Form 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 2018 BOND— CONTRACT 2 City Project No.101120 0021 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 2 obtained from the City. 3 4 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 5 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 6 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 7 price item listed therein. In the case of optional alternatives, the words "No Bid," 8 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 9 written in ink in both words and numerals, for which the Bidder proposes to do the 10 work contemplated or furnish materials required. All prices shall be written legibly. 11 In case of discrepancy between price in written words and the price in written 12 numerals, the price in written words shall govern. 13 14 12.3. Bids by corporations shall be executed in the corporate name by the president or a 15 vice-president or other corporate officer accompanied by evidence of authority to 16 sign. The corporate seal shall be affixed. The corporate address and state of 17 incorporation shall be shown below the signature. 18 19 12A. Bids by partnerships shall be executed in the partnership name and signed by a 20 partner, whose title must appear under the signature accompanied by evidence of 21 authority to sign. The official address of the partnership shall be shown below the 22 signature. 23 24 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 25 member and accompanied by evidence of authority to sign. The state of formation of 26 the firm and the official address of the firm shall be shown. 27 28 12.6. Bids by individuals shall show the Bidder's name and official address. 29 30 12.7, Bids by joint ventures shall be executed by each joint venturer in the manner 31 indicated on the Bid Form. The official address of the joint venture shall be shown. 32 33 12.8. All names shall be typed or printed in ink below the signature. 34 35 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 36 which shall be filled in on the Bid Form. 37 38 12.10. Postal and e-mail addresses and telephone number for communications regarding the 39 Bid shall be shown. 40 41 12.11, Evidence of authority to conduct business as a Nonresident Bidder in the state of 42 Texas shall be provided in accordance with Section 00 43 37 Vendor Compliance 43 to State Law Non Resident Bidder. 44 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 2I, 2015 2018 BOND —CONTRACT 2 City Project No.101120 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope, marked with the City Project Number, Project title, the name and address of 6 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 8 envelope with the notation "BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 17 are opened and publicly read aloud, the Bids for which a withdrawal request has been 18 properly filed may, at the option of the City, be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates (if any) will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder, whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price, contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum, Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August21, 2015 2018 BOND —CONTRACT 2 City Project No. 101120 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders, Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 10 other persons and organizations proposed for those portions of the Work as to which 11 the identity of Subcontractors, Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs, maintenance requirements, performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility, qualifications, and financial 20 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and ftwnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4, Contractor shall perform with his own organization, work of a value not less than 25 35% of the value embraced on the Contract, unless otherwise approved by the City. 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6, Pursuant to Texas Government Code Chapter 2252.001, the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 48 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bonds, Certificates of Insurance, and all other required documentation. 51 City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH 2O18 BOND— CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 City Project No. 101120 0021 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 4 END OR SECTION CITY OF FORT WORTH 2O18 BOND— CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 City Project No.101120 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page I of I0 1 SECTION 00 3215 2 CONSTRUCTION PROJECT SCHEDULE 3 PARTI- 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 Norms 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 Iife of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler) responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised JULY 20, 2018 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as deemed 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 Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as -needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies "start" and "finish" milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickoff of their work effort. 44 The Contractor issues to the City, updates to the "start" and "finish" dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH 2O18 B ond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised JULY 20, 2018 0032I5-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 alignment with the WBS structure in Section 1.4.11 as agreed by the Project Manager. 2 The Contractor issues to the City, updates of their respective schedule (Progress 3 Schedule) at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 7 monthly updates to the City Project Manager (end of each month) as a "progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 11 1. Baseline Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City, it becomes the `Baseline" schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule, the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.1 21 Construction Project Schedule Baseline Example. 22 23 2. Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the "Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable, the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non -acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the (Critical Path 42 Methodology) CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cost loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised J UL'Y' 20, 2018 1 2 3 4 5 6 7 8 9 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 4.0 41 42 43 44 45 46 47 48 49 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number _Project Name —Baseline Example: 101376 North Montgomery Street HMAC Baseline ® Progress Schedule File Name Format: City Project Number _Project Name _YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number Project Name PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN 2018 01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks s Storm water a Street Maintenance Q Traffic o Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas), The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH STANDARD SPECIFICATION Revised DULY 20, 2018 2018 Bond, Contract 2 City Project No. 101120 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The following is a summary of the standards to be followed in preparing and maintaining 2 a schedule for project delivery. 3 4 1. Contractor is required to utilize the City's WBS structure and respective project type 5 template for "Construction" as shown in Section 1 A.H below. Additional activities 6 may be added to Levels I - 4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution" that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.1 below. Contractor will include additional milestones representing 13 intermediate deliverables as required to accurately reflect their scope of work. 14 15 F. Schedule Activities 16 Activities are the discrete elements of work that make up the schedule. They will be 17 organized under the umbrella of the WBS. Activity descriptions should adequately 18 describe the activity, and in some cases the extent of the activity. All activities are 19 logically tied with a predecessor and a successor. The only exception to this rule is for 20 "project start" and "project finish" milestones. 21 22 The activity duration is based on the physical amount of work to be performed for the 23 stated activity, with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days, break that activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued by the City, the impact is incorporated into the previously 30 accepted baseline schedule as an update, to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 33 following: 34 35 1. Time extensions associated with approved contract modifications are limited to the 36 actual amount of time the project activities are anticipated to be delayed, unless 37 otherwise approved by the Program Manager. 38 39 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 40 the date of receipt of the approved Change Order. 41 42 3. The changes in Iogic 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 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 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 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of I0 WBS Code WBS Name XXXXXX Project Name XXXXXX,30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design )D XXXX.30.50 Environmental XXXXXX,30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve 3CXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX,80 Construction XXXXXX.80,81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX,90.40 Design. Contract Closure 1. City's Standard Milestones The following milestone activities (i.e., important events on a project that marls critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. ActivityED Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTII 2018 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 00321S-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 9330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 24 1.5 SUBMITTALS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised NLY 20, 2018 1 2 3 4 5 6 7 8 9 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 47 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date Baseline Finish Date O % Complete O Float ® Activity Logic (dependencies) m Critical Path ® Activities added or deleted 10 Expected Baseline Finish date ® Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: o Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 2018 2018 Bond, Contract 2 City Project No. 101120 0032 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 0 Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 ® Once the project has been completed and Final Acceptance has been issued by the 5 City, no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. The person preparing and revising the Contractor's Project Schedule shall be 12 experienced in the preparation of schedules of similar complexity. 13 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accurately reflect the performance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the quality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 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 15A 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 1 CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of ]0 Revision Log DATE NAME SUMMARY OR CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised JULY 20, 2018 00 32 15.I - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE 3 PART1- GENERAL 4 5 6 7 8 9 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 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised .IULY 20, 2018 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 p 'F YM1r M d; k-1 9R. m �"I :�I L'� el�I �� .`�y''� �+ lip -11 I� A m t., Ir a!a m 12 m, '12 -r iii o2 7! K 14 Q m L ) t! IF V :Z. m 2 V Lp z r '2 t �: P. z I, IA'3L e Flo Im lop > dp C, CL -- E Mi C� t41 h Z 1p 2 �i KJrJ T� El� CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised JUIY 20,2018 1 2 ca m U i 00 32 15.I - 0 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page 3 of 5 ---- ---------- - _._. I i i ------ ......... ..........I'--'-- - '------- -- - II?.941 tr�2�TdA d y'-ryry G A Fir n nl� mil' �/ � ,00p� r� IY�,,MI! s. +fir U •.� wr �n . N i*I � Ir � ...yF lil iFi i- ii o 1 ! �+ '. „ I�n3 u Fl z-. f. {{ Y 5rlm-Y Y� 1- 'i�{ '� t }y i1, -3 Tr Iwo IU A ll F. I tL Y � rh �I I 1 I I 1 I CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 20I8 m.. i 2018 Bond, Contract 2 City Project No. 101120 ! m £ a1-n CONSTRUCTION PROGRESS sIJEoUL£-BA+uANIPU Page Js c k j � �) •2 : � �... & 2 § CLO ƒ � we■ - sus \ U § S J / J n .� ... EL @ $ / *fI� 2 F- § $ � u ,� ■ ■ ■ | �� | , ■ � !$ . | a 'm f § 2 � f $� I � E \ CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY2n2q 21namnd, Contract 2 City m AJ e15 00 32 15. l - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD SPECIFICATION City Project No. 101120 Revised DULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page I of4 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS 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 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 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised DULY 20, 2018 4 M9 ice' "I Oil a) m�ltl SA 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of wq rj .. ..... 1- it wi ., I , I.- - k, 9, P, k ry:- 2: 7. T: '?;q -pi 1: is P: Fry I- I- I.- I. r. Ly 94 ri :Np 2r-,i 9 P.1 1�4 V-1, m I]ej-1 .4 1 ? I'll^ 7 7 - - v, v 6. 19 A 9 19 k V9 4 1 k, g ft gig P �I ��€�4 I: i� r j.T Z� I I . - K I -i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20,20tg 2018 Bond, Contract 2 City Project No. 101120 1 2 N C 4 I M 6. CL J 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 3 of •I ri ikkt .. ' 1 ri .1 1I rl rl rN 11 11 A rl .1'l4 li7 n r1 r+ .1 ., m r, .r .1 ' I .11 If PI.R •4 rl n .. r. {1 +T--4 +.'. r] W s7 W YF fn p 13 T+ sa 4 !'s n n ra ra. r] I! 4 R R u` R ytil�ir] la'I2! il:O -'1 tS 91 R: OIIF IP'aa'r] 44� _M mRrr 'm .'�M'rM �F� 'N Mt 7Z „T. Lh gI�Rli}If I'� '9'�a1Yfi a SQV:VstiP$1%] mLbmIL&# T M!al -- R I �1r wYltiur.1�..._ 1� i I I I�1 ' tl {I J7II q prf 60 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised RTLY 20, 2018 I� L Z f1 I� 94 2018 Bond, Contract 2 City Project No. 101120 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 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) List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) �. mist any actual oeiays ano provioe recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects 2018 Bond, Contract 2 TPW Official Release Date: 7.20.2018 City Project No. 101120 Page 1 of 1 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page I of 1 SECTION 00 32 15.4 2 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Administrator City of Fort Worth Fred.Griffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site ht :// o'ectpoint.buzzsaw.com/client/fortworth ov - w Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 00 32 15.4 - 0 CONSTRUCTION PROGRES S SCHEDULE— SUBMITTAL PROCESS Page 2 of 7 lake kes Yew TQA ME0 JIAW.. J1.A .1 .9 *A xal -,IHim .4,•0 - IIF1w1 I a oanul- rvmftwQl v eo�aw+� + t 1E.kna le - + L-J EilRepyom Lj Cwowk tdertce }M0n 1!Cap*Wk DOG .1: Wd it * t'� PMso Pm" 4. C-J mwvi it +1 E9m= Ca Lidlka ¢, Qms-NWhYwY]IJ CawY awler' IG MM-inal YAW cowl a.rk.rl 16-skrMri.ad 9 ckpph Q " 1B OYM•QkoiYIW%Efb-wtyk kko alW - 5`OWK Sr Abhfh c n m OMS-s t9Wft1 WHCP%5W I U 16 WAU -00*11AN -Swo kw Rk' IB Ortn-CE6dlwwld y3 WftF WW.WCNA L%n r,$Nt, BNWY Qrah�/Rud - Ai i mhiA t k'7x1H! NfFilRtaENN',�� Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701 _FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for example: 00701-FlaxseedDrainagehnprovements-2009-01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select []Add Doeument CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2018 Bond, Contract 2 CityProject No. 101120 1 2 3 4 5 6 7 8 9 10 F- d61 OiN Tour 19.11� Add * y}}yll roYyi F�1M �Q a�L+ I iJoie ilk 0 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE - SUBMITTAL PROCESS Page 3 of 7 X 41 , x I ' I ',r kt ,lni!J ad I -;* I'! f5' I I M - dOro-��r:e:-rt,c,+r*er K aw liar • ; exuax Sim Tscrt k I;,1nilVer f 099-IIlr Frey eTrjl I` -14 %Wtr Ed R43paWs 4' QC45#aAOM L'� tarrcinr Lzl [nr:�erxSeTr_ �{ [-� Unreral CnnV�aL7a�rnanta and 8pers H: 0 PrapWDwI91 cf. a F%bkvNND # f. � j Reif44pe+-tY 5dpires Jd�sk J UtiLiif 00705, LhtoAW MCoAbW PLOW 4+ra *. � WAf•Wkx,4f+5rdaC[r+RtliMrt�tr3pal +' � MpBd-Lpten4'1a�eSE4he�rSeTY�4t LktdrrYAb=5!{Rebertkaribt r, duJJ¢- ivr5i-%NW P%srh:Cantr�tCX F. qu755•;+Wpetr1762MIM yew ipro N; QQM-WklFlum,F;dPM144 loCewie r, ODFTi-iktrM {kyrrri +: OOSdb -krr%& oed A sKaRre scig9 %r Select Browse and go to the location of the files on your desktop. Select Men - ex Rtke Tii�ta In e0 ho-" lrqpn Yab dm. Yw can Mparo a znXn nr Rzgatu QKVNN60 (,-isehu fan - I . lllbkhcwm l Rh1�q SeW Erni I�nhhntxn E i.eA K 10�a M RO 4.i1^Fi17Pnrn5r F1.F,ft hL�errrrr Prtl7 ?LYFaSbbLrdvrn Fine #fir PAWS mhA&%Iktm E�+AvrYirvlk�b ._�� Ache J�a6n[¢hnti�r. 'if'd1r�}d� "" -}, )&.a%LOW �r{Wi7Pl YttrO� �j ew-n7F'09a COh[al:coiJF51[Pra NAM" WCrcemwd iliuvmd Erifi IPPh=muievan FV Rhr�lrru�r� I h#crii '�-orJ q�d�ReTeesrre i�epdf �[rrk6rYrgrznhK Fri €W+I pe+?�dlti Irtl Ff SJuua-i Ger.;er 9+ 01ir4c-r`aY[ kteScrard>Ltvidcrree idn PSec1+h' 44 T� Wa6wP NrRStnan .'CU Iriireflute!AWk 1,t rhr¢ hb'f111+h iir nis Qw� The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2018 Bond, Contract 2 City Project No. 10I120 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 003215.4--0 CONSTRUCTION PROGRESS SCHEDULE - SUBMITTAL PROCESS Page 4 of7 Do not select Finish at this time, # I-15eWtOuur*h1a tLaC%01tw;'tlWtb ille.'AM C*1alio*N Me�nS� xul ReybW (iyshi�i'.1J. {t Oommemkz ALla9r C�rmme'LL ` 6W *In9As�[Hw tk1tr FMi 12011e1 LWP You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID -Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. Jrs PcrerrescoNnwstdulheenmtheti+eesanricrer7m&W *9 damuim Irer he Mm beV% odaeo, T1* 1Mp ■ wee[ Lin F Ad cwm=1 k1 F0M d F fjltreN tonxnenr F ----� e . p i y 10 W.21sl LtI M _ I_ I - I C &h!*Dnel 'Ym;+lcr; r{ahfuavn r - - - ." -- . --.-- -- pimw, ftne SdvA&a NiOmM4 TavrwiyILweFar 6mhmedup9aJawwy]lj2MI) WYnt PFNP%1 CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised JULY 20, 2018 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 5 of 7 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. 9 10 11 12 13 14 15 J I i _1@J AC I-LtLi —ri 77 t= t =01-1 =R— :..- U— es ergtSF V" 0. Were V.. r... vo h Lo Cr... V�L.. pop V— IG VJ... Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised JULY 20,2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 003215A-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 6 of 7 Serd anal In othnrpraptt murbers rwhfq Or oFfm aew or i¢dehd dex, FYrd ilep re Meal Select ommmtrlts AlkAch(.�nnnt J.lAJ -1,J J ' L!J rI U54rndhn�tl FraACr7[fin IlRromLt Cont'di Team $$JR�i �4G7ii1-F�axseedUraina¢elmPrax�Ses�JaseSne SdredL Subrmwk from'Compa ry Name for work performed up to ]amiary 31, 2009 c a9 - I _ "L't, I C rn I n b The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. � 6ilpn S•+ s5� _—0,1 a �Y01-towedtiQ+q Nrmi+�-e_ Ii r�i. �urM Ivr r {[{BdF.r� Itin.ns.=�..Y. h.d C.i9n i4Lr r•arAr�al w,_ up7Jp�Y �� fi Ed�uuwg k�irram.. ry a MPr &A .: ay.rarm+ F"=wae k $crrrw4 Cmm fib*�b. 4.4 � rrq.cLnrw,u � - PyWrrMgAr 0S F� RA&W I fdad..,r tJ( * 60*1-urlwr y6b wCw"ruirr Fa 11 Court-udrrgpRC!PHw0 buW. * tl ])H-Lb6dd% qu Yran tr Bwyirr Ik MIN -WrmNAM eEGw rare,.' Xr wM S}Mrr 34=0 IAbbb Qwq� 4n FV 4UM•iGbgAhJWX1MC& .r106M -Y a07fa DMPA -&FMLkwh P0rU r4 � WTw ilir• Wrr• w r Upload the PDF file using the same guideline. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised ]ULY 20, 2018 201813ond, Contract 2 City Project No. 101120 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of 7 Revision Lag DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised JULY 20, 201 S THIS PAGE INTENTIONALY LEFT BLANK 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 Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the link provided below. hftps://www.ethics.state.tx.us/forms/conflicV ❑ CIQ Form does not apply n:� 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: McClendon Construction Co, Inc Burleson, TX 76097 END OF SECTION =71 Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 2018 Bond, Contract 2 City Project No. 101120 00 41 00 BID FORM Page 1 of 3 TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: 101120 SECTION 00 4100 BID FORM 2018 Bond, Contract 2 Clover Lane and West Will Rogers Road Units/Sections: Unit 1: Water Improvements Unit 2: Sewer Improvements Unit 3: Stormdrain Improvements Unit 4: Paving 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 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 23150821 City Project No. 101120 00 4106 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalifed contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12-Inch Diameter and Smaller b. Sewer Collection System, Urban/Renewal, 12-Inches and Smaller c. Liner System for Sanitary Sewer Structures (Warren) d. 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 {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequaffication Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH 2O18 Bond. Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201508ZI City Project No. 101120 0041 00 BID FORM Page 3 of 3 6.2, It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Total Bid 7. Bid Submittal This Bid is submitted on 101312019 Respec Ily s mitted, 0 By: (Signature) Dan McClendon (Printed Name) Title: President Company: McClendon Construction Co, Inc Address: PO Box 999 Burleson, TX 76097 State of Incorporation: Texas Email: danCcDmcclendonconstruction.corn Phone: 817/295-0066 END OF SECTION $4, 339,731.40 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: DM Addendum No. 2: DM Addendum No. 3: DM Addendum No. 4: Corporate Seal: CITY OF FORT WORTH 2019 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 City Project No. 101120 00 42 43 BID PROPOSAL Page 1 of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal 1 s Specification Unit of Bid Item Description Unit Price Bid Value AT.. Section No. Measure Quantity 01 3311.0461 12" PVC Water Pipe 3311 12 LF 3212 $118.50 $380,622.00 02 3305.0003 8" Waterline Lowering 33 05 12 FA 3 $9,500.00 $28,500.00 3311.0451 12" DIP Water 03 3311 10 LF 39 $220.00 $8,580.00 04 3311.0001 Ductile Iron Water Fittings wl Restraint 3311 11 TON 8 $105.00 $840.00 LF 248 05 3311.0261 8" PVC Water Pipe 3311 12 $98.00 $24,304.00 06 3311.0161 6" PVC Water Pipe 3311 12 LF 83 $74.00 $6,142.00 EA 21 07 3312.3005 12" Gate Valve 33 12 20 $2,550.00 $53,550.00 08 -_ - 3312.3003 8" Gate Valve - _--------._ _ - _ v- _ 331220 _..----- EA 10 $1,500.00 $15,000.00 09 3312.3002 Gate Valve 33 12 20 33 12 40 EA 6 6 $1,125.00 $4,300.00 $6,750.00 $25,800,00 10 -6" 3312.000i Fire Hydrant EA 11 3312.0107 Connection to Existing 20" Water Main 33 12 25 EA 1 ....... ........ $27,500.00 ...-.----- -_._--- $27,500.00 12 3312.2003 1" Water Service 33 12 10 EA 54 $1,400.00 $75,600,00 13 3312 2001 V Water Service, Meter Reconnection 33 12 10 EA 54 $300.00 $16,200.00 3312.2201 2" Water Service, Meter Reconnection EA 2 14 33 12 10 $1,300.00 $2,600.00 15 3312.2203 2" Water Service 33 12 10 EA 2 $4,500.00 $9,000.00 16 3305.0109 Trench Saloty 33 05 10 LF 3741 $1.25 $4,676.25 33 04 30 LS 1 17 3304.0101 Temporary Water Services $99,500.00 $99,500.00 18 0241.1510 Salvage Fire Hydrant -_ 0241 14 EA 6 $650.00 $3,900.00 19 0241.1511 Salvage 3/4" Water Meter 0241 14 EA 55 $100.00 $5,500.00 20 0241.1513 Salvage 1 112" Water Meter _ _._._..-------- - 02 41 14 EA - 2 $195.00 $390.00 21 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 6" CTB) 32 01 18 LF 5000 _..... ._...._ __... $27.00 - - $135,000.00 22 3212 0304 4" Asphalt Pvmt Type D 32 12 16 SY 54 $145.00 $7 830.00 23 3213.0102 7" Conc Pvmt 32 13 13 SY 23 $230.00 $5,290.00 24 3312 1002 2" Combination Air Valve Assembly for Water 33 12 30 EA 1 $8,850.00 $8,850.00 25 3214 0200 Brick Pvmt Repair .. - 32 14 16 SY 10 --$395.00 $3,950.00 - _ 26 3471 0001 Traffic Control 34 71 13 MO 2 $4,250.00 . $8,500,00 33 11 10 LF 27 3311,0457 12" DIP Water, CLSM Backfill 207 $470.00 $97,290.00 33 11 10 LF 28 3311.0264 8" DIP Water, CLSM Backfill 35 $295.00 $10,325.00 29 _. 3312.0117 Connection to Existing 4"A 2" Water Main _................ . .. ........_ _---__-___ _ 331225 EA 10 $4,950.00 $49,500.00 30 _ 9999.0001 Construction Staking (Water) 01 71 23 LS 1 __. $4,500.00 - _.- $4,500.00 31 9999.0002 Construction Survey (GPS Red Line Survey) 9999 0000 Construction Allowance 01 71 23 00 00 00 LS LS - - - 1 1 - - $4,850.00 $80,000.00 $4.850.00 $80 000.00 32 SUBTOTAL WATER IMPROVEMENTS _- __._._ _. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rovised 20120120 CPN 101120 - 2018 Bond Conuaet 2-Bid Proposal Workbook - Addendum 3.xis 00 42 43 11ID PROPOSAE. Page 2 or 5 UNIT PRICE BID Item SECTION 00 42 43 PROPOSALFORM Project Item Information Description Bidder's Application Specification Unit of Bid Section No. Measure Quantity 01 3331.4115 8" Sewer Pipe 33 11 10, LF 893 02 3331.4115 8" Sewer Pipe, SDR 26 33 11 10, LF 381 03 0241.2102 6" Sewer Abandonment Plug 02 41 14 EA 2 04 0241.2201 Remove 4' Sewer Manhole 02 4i 14 EA 1 3201.0400 Temporary Asphalt Paving Repair (2" HMAC 3201 18 05 on 6" CTB) LF 662 06 3301.0002 Post -CCTV Inspection 33 01 31 LF 1274 _ 3301.0101 Manhole Vacuum Testing - - - 3301 30 07 EA Bidder's Proposal Unit Price I Bid Value $92.00 $82,156.00 -$96.50 $36,766.50 $500.00 $1,000.00 $1,600.00 $1,600.00 $28.50I $18 867.00 $3.35 -$4 267.90 13 $250.00 $3,250.00 08 3305.0112 Concrete Collar 33 05 17 EA 1 $1,750.00 $1,750.00 09 3305.0109 Trench Safely 33 05 10 LF 1274 $0.50 $637.00 10 3331,3101 4" Sewer Service 33 31 50 EA 22 $1,250.00 $27,500.00 -1 33 39 60 V-9 12 3339,1001 4' Manhole 33 39 10, EA 11 $4,850.00 $53,350.00 13 3339.1002 4' Drop Manhole 33 39 10, EA 1 $8,100-00 $8,100.00 14 3339.1004 4' Shallow Manhole 33 39 10, EA 1 $3,400.00 $3,400.00 15 33 39.1003 4' Fxtra Depth Manhole 33 39 10, 33 _ VF 5 $450.00 $2,250.00 16 3339 0001 Manhole interior Protecting Coating *Warren or approved equal* 33 39 60 VF 63 $280A0 $17,640.00 17 3305.0116 Concrete Encasement for Utility Pipes 330510 CY 28 $150.00 $4,200.00 18 0241.2001 Sanitary Line Grouting 9999.0001 Construction Staking (Sewer) 0171 23 CY LS 5 1 $150.00 $2,450,09 $750.00 $2,450.00 19 20 9999.0002 Construction Survey (GPS Red Line Survey) 01 71 23 LS 1 $3,900.00 $3 900.00 21 9999.0000 Construction Allowance 00 00 00 LS 1 $50,000.00 $50 000.00 SUBTOTAL SANITARY SEWER 3323.834.40 01 02 0241.1000 Remove Conc Pvmt 0241.1300 Remove Conc Curb&Gutter 0241 15 02 41 15 SY LF 425 $17.00 $8.00 $7,225.00 $1,240.00 155 03_ 0241.3015 Remove 24" Storm Line 02 41 14 LF 310 $1.00 $310-00 04 -05 0241.3013 Remove 18" Storm Line 02 41 14 LF 121 $1.00 $121.00 9999.0000 Remove 5' Curb Inlet 00 00 00 EA 8 $950.00 $7,600A0 06 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 1364 $40.00 $54,560.00 07 3212.0302 2" Asphalt Pvmt Type D 32 12 16 SY 1420 $16.00 $22,720.00 08 3213.0104 9" Conc Pvmt 32 13 13 SY 413 $92.50 $38,202.50 09 3341.0201 21" RCP, Class III 33 41 10 LF 237 $180.00 $42,660.00 10 3341.0205 24" RCP, Class 111 33 41 10 LF 25 $200.00 $5,000.00 11 3341.0302 30" RCP, Class III 3341 10 LF 971 $210.00 $203,910.00 12 0241,1506 2" Surface Milling 0241 15 SY 1420 $8.00 $11,360.00 13 3349.5001 10' Curb Inlet 33 49 20 EA 7 $7,900.00 $55,300.00 14 9999.0000 5' Curb Inlet 00 00 00 EA 1 6,950.00 $6,950.00 15 T16 3349.0001 4' Storm Junction Box 334910 EA 3 7,750.00 $23,250.00 3305.0109 Trench Safety 33 05 10 LF 986 1.00 $986.00 17 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 4,450.00 $8.900.00 18 3301.0002 Post -CCTV Inspection 33 01 31 LF 986 4.00 $3,944.00 CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Fomi Revised 20120120 CPN 10I E20 - 2018 Bond Contract 2_Bid Proposal Workbook - Addendum 3.As SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 004243 BID PROPOSAL Page 3 Of 5 Project item information Bidders Proposal is Item Description Specification Unit of Bid Unit Price Bid Value Nn Section No. Measure Quantity _ 19 3125.0101 SWPPP ? 1 acre 31 25 00 LS 1 6,750.00 $6,750.00 20 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 60 28.00 $1,680.00 21 3212.0401 HMAC Transition 32 12 16 TN 20 250.00 $5,000.00 22 3312.2003 1" Water Service 33 12 10 EA 10 $2,500.00 $25,000.00 23 312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 10 $300.00 $3,000-00 24 0241.3001 Storm Line Grouting 02 41 14 CY 55 $150.00 $8,250.00 25 9999 0001 Construction Staking (Stormwater) 01 71 23 LS 1 $3 350.00 $3 350.00 26 9999.0000 Construction Allowance 00 00 00 LS 1 $50,000.00 $50,000.00 SUBTOTAL STORMaRAIN IMPROVEMENTS $597,268.50 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS );nmr Revised 20120120 CPN 101120 - 2018 ➢md Contract 2 Bid Proposed Workbook - Addendum 3.xis SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page 4 of 5 Project Item Information Bidders Proposal r is it.. Deseriplion Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 01 0241.0100 Remove Sidewalk D2 41 13 SF 15668 2.00 $31,336.00 02 _...._..._.._....._ . ..--- 0241.0401 Remove Concrete Drive _....._...__..__ 0241 13 ..._._-_.------..__----..__._. SF 10965 -- 2.25 $24,671.25 03 0241.0500 Remove Fence 02 41 13 LF 200 10.00 $2,000.00 04 _ .............. . . _.........._ ..... ........ 9999.1000 Remove Cone Pvmt with Asphalt Overlay __ ._.. ............. 02 41 15 _..... SY ..- . _- 14186 20.00 $283,720.00 05 0241.0600 Remove Wall <4' 02 41 13 LF 321 12.00 $3,852.00 06 0241.1100 Remove Asphalt Pvmt 0241 15 SY 2368 14.50 $34,336.00 07 0241.1300 Remove Conc Curb&Gutter 0241 15 LF 7820 8.00 $62,560,00 08 _ 3110.0102 6"-12" Tree Removal 31 10 00 EA 4 500.00 $2,000.00 09 3110.0103 12"-18" Tree Removal 31 10 00 EA 3 ._._ _- 900.00 - ----- $2,700.00 1,150,00 $1,150.00 10 3110.0104 18'-24" Tree Removal 31 1000 EA 1 11 3110.0105 24" and Larger Tree Removal 31 1000 EA 3 1,950.00 $5,850.00 $18,150.00 12 3125.0101 SWPPP >- 1 acre 31 25 00 LS 1 18,150.00 5.00 $71,660,00 13 3211.0502 8" Lime Treatment 32 11 29 SY 14332 8.00 $98,360.00 14 3213.0401 6 Concrete Driveway 32 13 20 SF 12295 15 - 3213.0301 4" Conc Sidewalk ---- ... _.... 32 13 20 - SF -.._. .. _ 14953 .._.- _.....- 7.00 ..-__---_------- $104,671.00 --- .-- 16 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 13 20 SF 1439 8.00 $11,512.00 17 3212.6401 HMAC Transition 32 12 16 TN 220 245.00 $53,900.00 18 3213,0102 7" Conc Pvmt 32 13 13 SY 14332 46.50 $666,438.00 19 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 _. _...._ EA _ . _._.. _. 16 1,950.00 - - $31,200.00 ---- -•-- 20 3213.0503 Barrier Free Ramp, Type M-1 32 13 20 EA 3 2,150.00 $6,450.00 21 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 11 2,150.00 $23,650.00 22 3217.4301 Remove 4" Pvmt Marking 32 17 23 LF 70 1.00 $70.00 23 3217.4307 Remove Raised Marker 32 17 23 EA 85 $1.00 $85.00 24 3217,0401 18" SLD Pvmt Marking HAE (W) 32 17 23 LF 250 $10.00 $2,500.00 25 3217.5001 Curb Address Painting 32 17 25 EA 59 $70.00 $4,130.00 26 3231.0412 6' Fences, Wood 32 31 29 LF 200 $25.00 $5,000.00 27 3232.0100 Conc Ret Wall Adjacent to Sidewalk, Face 32 32 13 SF 2305 $32.00 $73,760.00 28 3232.0101 Conc Ret Wall with Sidewalk, Sidewalk 32 32 13 SF 1504 $8.00 $12,032.00 29 3291.0100 Topsoil 32 91 19 CY 200 $25.00 $5,000.00 30 -31 3292.0100 Block Sod Placement 32 92 13 SY 1082 $7.50 $8,115.00 3211.0400 Hydrated Lime 32 11 29 TN 250 $180.00 $45,000.00 32 9999-0000 RemovelReplace SD Inlet Top 00 00 00 EA 10 $4,850.00 $_48,500.00 33 3305.0106 Manhole Adjustment, Major 33 05 14 EA 1 $3.300-00 $3,300.00 34 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 6 $300.00 $1,800.00 35 3305.0111 Valve Box Adjustment 33 05 14 EA 4 $250.00 $1,0_00.00 36 9999.0000 5' Curb Inlet 00 00 00 EA 3 $6,950.00 $20,850.00 _37 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 52 $600,00 -- _$3_1.200.00 38 3471.0001 Traffic Control 3441.1832 Relocate School Zone Flashing Assembly 3471 13 3441 10 MO EA 18 $3,200.00 $57,600.00 39 3 $3,90D.00 $11,700.00 40 _ 9999.0001 Ceramic Tile Street Names SalvagelReinstall 00 00 00 EA 11 $8,800.00 $800.00 41 9999.0002 Preserve/Protect Parking Meter 00 00 00 EA 4 $275.00 $1,100.00 42 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 200 $100.00 $20,000.00 43 3305.0204 Imported EmbedmentlBackfill 33 05 10 CY 200 $30.00 $6,000.00 44 Concrete Curb at Back of Sidewalk (6 to 12 inch max) 32 13 20 LF 202 $13.00 $2,626.00 45 Misc Structure Adjustment (Irrigation) LS 1 $40,000.00 $40,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION Fofm Revised 20120120 CPN 10 1120 - 20 F S Bend Contract 2_Bid Proposal Workbook - Addendum 3.xls UNIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information Specification Item Description Section No. Na 46 3217.0501 24" SLID Pvmnt Marking HAE (W) 32 17 23 47 3217.0301 12" SLID Pvmt Marking HAE (W) 32 17 23 48 3217.0002 4" SLID Pvmt Marking HAS (Y) 32 17 23 49 3217.2103 REFL Raised Marker TY II -A -A 32 17 23 9999.0006 Splice New Conduit on ors W1Existing 50 In New Pull Box 00 42 43 BID PROPOSAL Page 5 Of 5 Bidder's Application Biddcfs Proposal Unit of Bid Unit Price Bid Value Measure Quantity LF 20 $10.00 $200.00 LF 20 $6.00 $120.00 LF 240 $2.00 $480.00 EA 9 $30.00 $270.00 EA 51 52 53 9999-0007 Install New Type B Pull Box 9999.0008 Install New Ped. Pole, Ped. Head&Button 9999.0009 Install New 8'x40' Quad Loop 04 EA EA EA 54 _ .._.._..._.._. ... 9999.0010 Install New Type D Pull Box EA 55 3213.0202 7" Conc Pvmt HES (as needed) 32 13 13 _SY - 56 3211.0113 8" Flexible Base, Type A, GR-1 (as needed) 32 11 23 SY 57 3217.4304 Remove 12" Pvmt Marking (crosswalks) 32 17 23 LF SY 58 3214.0100 Brick Pvmt 32 14 16 59 3214.0200 Brick Pvmt Repair 32 14 16 SY 60 ........_...__.._.__........ ......... . .....__._......_..._............_._._...- 9999.0006 Tree Protection per details EA 61 9999.0007 SalvagelReinstall Pa Meter Pole 00 00 DO EA 62 9999.0008 Street Parking Space Markers 32 17 23 EA 63 9999.0009 Parking Space Letters 321 23 EA 64 0900 0002 GPS Survey 000000 - ---- ---- LS 65 9999.0004 Construction Staking 0000 00 L5 66 9999.0005 Construction Allowance 00 00 00 ---- . __. LS SUBTOTAL PAVING IMPROVEMENTS Bid Summa Base Bid 2 1 $5,530.001 $11,060-00 $900.00 $900.00 $8,350.00 $16,700.00 $2,680.00 $2,680.00 $1,000.00 $1,000.00 $65.00 $32,500.00 $11:00 $6,500.00 210 $3.1 8-$350.1 -_ _13._......._....$400.00 - . - 72 $750.00 - -�__ 5 �--.---$425.00 v -- 36 $10.00 - 33 $30.00 -1 �$19,950-00 1 $100,000-00 $630.00 $2,800.00 $5,200.00 $54,000.00 $2,125.00 - - $350.00 _ -.---$990.00 ^ $19.950.00 $100,000.00 $2,207,789,25 UNIT 1- WATER IMPROVEMENTS $1,210,839,25 UNIT 2- SANITARY SEWER $323,834.40 UNIT 3- STORMDRAIN IMPROVEMENTS $597,268.50 UNIT 4-PAVING IMPROVEMENTS $2,207,789.25 Total Rase Rid $4,339,731.40 Tot:i[Bjdl $4,339,731.40 END Or, SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fmm Revised 20120120 CPN 101120 - 2018 ➢ond Contract 2_Bid Proposal Workbook - Addendum 3.xls Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, McClendon Construction Company, Inc. 648 Memorial Plaza, Burleson, Texas 76024 as Principal, hereinafter called the Principal, and the Merchants Bonding Company [Mutual] of 101 E. Park Blvd., #600, Plano, TX 75074 , a corporation duly organized under the laws of the State of Iowa , as Surety, hereinafter called the Surety, arc held and firmly bound unto City of Fort Worth as Obligee, hereinafter called the Obligee, in the sum of *** FIVE PERCENT OF TOTAL AMOUNT BID BY PRINCIPAL*** Dollars ( s% TAB ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our Heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid. for NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the .Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in frill force and effect. Signed and sealed this 3rd day of Witness Witness October .. — I �& - M . m don Construction C I Merch is BondingAorZ By Lot] a" 2019 opal Title itual] Attorney -in -Fact . ERCHAN ' BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively coiled the'Companies) do hereby make, constitute and appoint, Individually, Andrew Addison; Salty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael U Hendrickson; Patricia Ann Lyttle their true and lawful Altomey(s)4n-Fact, to sign its name as surely0es) and to execute, seal and acknowledge any and all bonds, undertakings contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Allorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Banding Company (Mutual) on April 23. 2011 and amended August 14. 2015 and adopted by the Board of Directors of Merchents National Bonding, Inc., on October 16, 2015. "The President. Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto• bonds and undertakings• recognizances. contracts of Indemnity and other writings obligatory in the nature thereof." `The signature of any authorized officer and the seal of the Company may be affixed by facsimite or electronic transmission to any Paver of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fired." In connection with obligations In favor of the Florida Department of Transportation only it is agreed that the power and out hority hereby given tothe Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Stale of Florida Department of Transportation. It is fully understood that consenting to the Slate of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surely company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it Is agreed that the power and authority hereby given to the Atlomey-in-Fact cannot be modified a revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof. the Companies have caused this instrument to be signed and sealed this •;oG ffC0/�a•r Irb .02 y 1933 : e. • fj •�tir 71h day of January . ,2019 MERCHANTS BONDING COMPANY 4F61UTUAL) MERCHANTS NATIONAL BONDING, INC. By President STATE OF IOWA """'" ' •" • COUNTY OF DALLAS ss. On this this 7th -day of January 2019 , before me appeared Larry Taylor, to me personally known, who being by me duly swum did say that he is president of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said Instrument was signed and seated in behalf of the Companies by authority of their respective Boards of Directors, 'eiAt X AUCIA K.GRAM oCommission Number 767430 z My Commission Expires April t, 2020 Notary Pubfic (Expiration of notary's commission does not invalidate this instrument) I. William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.. do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witless Whereof, I have hereunto set my hand and aftwed the seal of the Companies on this day of ` ��Mlif.r• ar.•.rrr •r.•'�10N4[ o tNcP, Co. :OOp P0 lj••. roy• 0. 2Q03 1933 C; Secretary 0 'CYr �.3 fRC �1 J .� =_j'1�� COMPANYBOINDING EMP®RTANY NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Con sumerProtectlon@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1/09) 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 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 , 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 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. B BIDDER: McClendon Construction Co, Inc PO Sox 999 Burleson, TX 76097 END OF SECTION By: Dan McClendon (Signature Title: President Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20110627 2018 Bond, Contract 2 City Project No. 101120 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 I SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 10 The prequalification process will establish a bid limit based on a technical evaluation and I 1 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of 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/tmpertnit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.corn. 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. Prequali$eaiion 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2019 Bond, Contract 2 City Project No. 101120 004511-2 BIDDERS PREQUA LIF [CATION S Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also :require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 004511 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 8 END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised ]nly 1, 2011 2018 Bond, Contract 2 City Project No. 101120 THIIS PAGE I NVENTIONALY 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 Expir alificati on Expiration Date Water Distribution, Urban and Renewal, 12-Inch Diameter Gra Tex Utilities and Smaller Sewer Collection System, Urban/Renewal, 12-Inches Gra Tex Utilities I and Smaller Liner System for Sanitary Sewer Structures (Warren) Gra Tex Utilities The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. -1U101AZ; McClendon Construction Co, Inc /�Byt Dan McClendon PO Box 999 %00' (Signature) Burleson, TX 76097 Title: President Date: 1)/y END OF SECTION CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 City Project No. 101120 FORT WO RT R SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Idcntification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQ.UALIFICATION APPLICATION" 00 45 13 -- 2 BIDDER PRE.QUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or ❑ Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches 60 inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond, Contract 2 City Project No. 101120 Revised December 20, 2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond, Contract 2 City Project No. 101120 Revised December 20, 20I2 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT i NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since Iast statement. 5. Have you ever failed to complete any work awarded to you?_ If so, where and why?. b. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond, Contract 2 City Project No. 101120 Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 S. In what other lines of business are you financially interested? Have you ever performed any work for the City?. If so, when and to whom do you refer? 10.. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY I DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYKE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond, Contract 2 City Project No. 101120 Revised December 20, 2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond, Contract 2 City Project No. 101120 Revised December 20, 2012 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH 2O18 Bond, Contract 2 City Project No. I01120 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the parry to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each parry with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond, contract 2 City Project No. 101120 Revised December 20, 20I2 1 2 3 4 5 6 7 8 9 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101120. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTKLEN00N CONST CO., INC. P.O. BOX 999 BURL SON, TEXAS 76097 Company Address City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: k(;Plse Print) Signature: ` w DAIT Title: -141 CUE (Please Print) BEFORE ME, the undersized authority, on this day personally appeared ryvN ,b enr on , known to me to be the person whose name is subscribed to the foregoing ins tru ent, and acknowledged to me that he/she executed the same as the act and deed of b C6pnrNX 8 r-1--for the purposes and consideration therein expressed and in the capacity therein stated. I loft G L N UNDER MY HAND AND SEAL OF OFFICE this day of 20 YP6. MISTY WEBS- _ -= N gind V Ej� Natery Public, State of Texasfor the State of Texas Cotnm. I xpirds 01-09-2.022 ��i�pFl,ti�• Notary ID 126038467 OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 THIS PAGE INTENTIONALY LEFT BLANK 00 45 40 1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 15% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note. If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. "i fit- Offeror shall 30 rT.�vcr the �VF�31:r dreu�rl�ntalina} fn OW ;IPPrrrpri:lkk! i�mptnYce 01�'H1c purchl�.ing �liviiinn and 31 61main ft date(tirne Tgrwi at. Su Ph reccipI sboI I he. -evidence thrii the Dry reccivcd the dorum entakion in fhc 32 tpuc ;d1ocatct! r1 fl cctl a cllnr a;suulerJ t��1Fy 1'�tl u��r Ere li�ctpteti. 33 34 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than stated goal: elate. 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. CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9, 2015 City Project No. 101120 2 4 004540-2 Minority Business Enterprise Specifications Page 2 of 2 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. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The M/WBE Office at (817) 212-2674. 8 END OF SECTION 10 11 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9, 2015 2018 Bond, Contract 2 City Project No. 101120 00 52 43 - I Agreement Page I of 5 SECTION 00 52 43 2 A RE 3 THIS AGREEMENT, authorized on 0 111 q �=s 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 MCCLENDON CONSTRUCTION CO. INC., authorized to do business in 6 Texas, acting by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the i 1 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 2018 Bond, Contract 2 16 CPN 101120 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, THREE HUNDRED THIRTY- 20 THREE THOUSAND, SEVEN HUNDRED THIRTY-ONE AND 40/100 Dollars 21 ($4,339,731.40). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 550 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 36 ($650,00) for each day that expires after the time specified in Paragraph 4.1 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2OI8 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised 11.15.17 00 52 43 - 2 Agreement Page 2 of 5 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non -Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d, Payment Bond 52 e. Performance Bond 53 f Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions, 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages being 79 sought were caused, in whole or in part, by any act, omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF PORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised 11,15.17 005243-3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act, omission or negligence of the city. 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article I of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the State of ill Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised 11.15.17 005243-4 Agreement Page 4 of 5 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor. (1) does not boycott Israel; and (2) will not boycott Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 79 No Third -Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third -party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101120 Revised 11,15.17 005243-5 Agreement Page 5 of 5 166 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 168 effective as of the date subscribed by the City's designated Assistant City Manager {"Effective 169 Date"}. 170 _ Contractor: C l' +� I {�.�� 17 r Ifi 4 u+ 1 City of Fort Worth By: , ana i'doff By: 4 vi p- Assistant City Manager (Signature) Date (Printed Name) Title: AN OfJC LUMO , niustnwr Address: McCLENDON CONST CO., INC. P.O. BOX 999 BURLESON, TEXAS 76097 Attest: I V s City Secretary (Seal) M&C O-C�Q1�7 Date: 01 I a0w) Form 1295 No. !�W ti 5q _b 0 City/State/Zip: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. c Gr Robb' S for Project Manager R o o d Legality: Do'figlas W.-Black Assistant City Attorney 171 172 APP)VAf, RECO D: 173 174 175 William Johnson, P. 176 DIRECTOR, 177 Transportation an Public Works Department 178 CITY OF FORT WORTH S .irmc Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 ct o. 101120 Revised 11,15.17 � + WORTIA" TX THIS PAGE INTENTIONALY LEFT BLANK 7 8 9 10 11 12 13 14 15 16 Bond No. TXC611787 1 2 3 4 5 S § COUNTY OF I ARRANT SOW ALL BY THESE PRESENTS: That we, MCCL § ENDON CON RUCTION CO INC �. Merchants Bondin ' known as Principal" herein and Com an Mutual a co one) duly authorized to do business in the State of Texas, knoworate rt as sg ety(sureties, if more than or more), are held and firmly bound unto the City of Port Worth, a munic?' herein (whether one Pursuant to the laws of Texas, known as " p� corporation created City herein, in the penal sam of, FOUR MILLION THREE HUYDRI'~D THIRTY TH '�D 4-07- Dollars REE THOUSAND SEVEN 11 D THIRTY-ON_E (4,339,%�L4p), lawful money ofthe United States, to be paid in Fort Worth, Tarrant Coup tY, 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 firmly by these presents, severally, THE STATE OF TEXq SECTION pp 6113 PERFORMANCE BOND 0061.1 PERFORMANCEBOND Page 1 or2 17 WHEREAS, the Principal has entered into 11 certain written contract 18 awarded the � day of with the City 19 made a part hereof for all purposes as if fully set forth herein, Contract is hereby referred to and 20 tabor and other accessories defined by law, in the prosecution of �Wo kish 1 inclun�lsy equipment 21 Orders, as provided for in said Contract designatedding any Change 22 Number 101124 as 201 g Bond, Contract 2,City Project 23 NOW, THEREFORE 24 ,the condition of this obligation is such shall faithfully perform it obligations under the that if the said Principal Contract and shall in all respects duly and 27 25 faithfully perform the Work, including Change Orders, under the Contract according specifications, and contract documents therein referred to, and as Well durin ding to the plans, 27 extension of the Contract that may be $ anYperiod of 28 and becolne null and void, otherwise to remain n full othetr andof thClty' then this obligation shall be d effect. 29 PROVIDED 1? URTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the No 31 Worth Division, Northern District of Texas, tort CrrY OF FORT WORTf 1 STI1IYnAk p CONS] RUCTIQN Revised Its1y 1, 2011 SPECIFICATION Do Ct)MI. NTS 2018 nand, Contract 2 City Piojew .110. 101120 0061 13 - 2 PERFORMANCC BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duty authorized agents and officers on this the j 3th day of February , 2020 , 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 3l 32 33 34 35 36 37 38 39 40 A ES rn6i3ai) 5ecret8� -�SU—J:A�a,fr- Witness as to Principal LL. Witness as to Surety PRINCIPAL: MCCLEM@[+1_CONSTRUCTION CO INC , Name and Title Address: MCCLENDON CONST CO., INC. P.O. BOX 999 BURLESON. 6097 Name and Tific Address: 101 E. Park Blvd., #600 Plano, Texas 75074 Telephone Number: 214-989-7100 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CrrY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 Bond No. TXC611787 0061 14 -1 PAYMENT BOND Page 1 or2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we MCCLENDON CONSTRUCTION CO. INC., known as "Principal' herein, and 8 Merchants Bonding Company (Mutual) , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of FOUR MILLION, THREE HUNDRED THIRTY-THREE THOUSAND, 13 SEVEN HUNDRED THIRTY-ONE AND 40f 100 Dollars ($4,339,73L40), lawful money of the 14 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 15 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 16 assigns, jointly and severally, firmly by these presents: 17 u WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 1 day of 20 a1a , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as 20 IS Bond, Contract 2. City Project Number 101120. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OC FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 20 IS Bond, Contract 2 City Project No. 101120 0061 14 - 2 PAYMENTBOND Page 2 of IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 13th day of 3 4 S 6 7 8 4 I0 W 12 Februa- 2020 . ATTEST: rim cipal} S tery Witness as to Principal ATTEST: 1 (Surd L 4-, Otk Witness as to Surety PRINCIPAL: MCCLENDON CONSTRUCTION CO MC BY Vqgznature� Name and MEENQON CONS7. CO., INC. Address: SURETY: Name and Title Address: 101 E. Park Blvd., #600 Plano, Texas 75074 Telephone Number: 214-989-7100 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised July 1, 2011 2018 Bond, Comma 2 Cily Project No. 101120 Bond No. TXC611787 0061 19- 1 MAINTENANCE BOND Page I of l SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we MCCLENDON CONSTRUCTION CO. INC., known as "Principal" herein and s Merchants Bonding Company (Mutual) , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of FOUR 12 MULLION. THREE HUNDRED THIRTY-THREE THOUSAND, SEVEN HUNDRED 13 THIRTY-ONE AND 401l00 Dollars ($4,339,73L40), lawful money of the United States, to be 14 paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made 15 unto the City and its successors, we bind ourselves, our heirs, executors, administrators, 16 successors and assigns, jointly and severally, firmly by these presents. 17 is WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 thcAlA,+4 day of. cIG1Il rU , 20AM, which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to fumish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as 2018 Bond, Contract 2, City 24 Project Number 101120; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Revised July 1.2011 2018 Bond, Contmcl 2 City Project No. 101120 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 006119-2 MAINTENANCE BOND Page 2 of NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being home by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd July 1.2011 2018 fiend. Contract 2 City Pruti :l No. 101120 0061 19-3 MAINTENANCE BOND Page 3 or3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 13th day of 3 February , 202O . 5 PRINCIPAL: 6 MCCLEN ON CONSTRUCTION COINC 7 8 9 BY: 10 �7 Signature 13 14 r cipal) Secretary Name and Title 15 16 Address: McCLENDON CONST. CO., INC. 17 P.O. BOX 999 118 9 URLESON, TEXAS 7609Y 20 Witness as to Principal 21 SURETY: 22 Merchar) Bonding Company (Mutual) 23 24 25 BY: 26 V Sig;nttorney-in- 27 28 Betty J. ReFact 29 ATTEST: Name and Title 30 31 Address: 101 E. Park Blvd., #600 32 (Su et Plano, Texas 75074 33 34 35 Witness as to Suret Telephone Number; 214-989-7100 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, Troth must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM1iN7'S Revised July I, 2011 2018 pond, Contract 2 City Project No. 101120 MERCHANj��\ BONDING COMPANY.. POWER OF ATTORNEY Know Ali persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the Slate of Iowa (herein collectively called tho'Compenies') do hereby make, constitute and appoint. Individually. Andrew Addison; Belty J Reeh; Bryan K Moore; Gary Wayne Wheatley. Michael D Hendrickson; Patricia Ann Lyttle their true and lawful Altomey(s}in-Fact• to sign its name as surety(ies) and to execute. seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Altorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14. 2015 and adopted by the Board of Directors of March ants National Bonding, Inc., on October 16. 2015, "The President. Secretary. Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys4n-Fact, and to authorize them to execute on behalf of the Company, and altach the seal of the Company thereto• bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof! 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the some force and effect as though manually fixed." In connection with obligations in favor of The Florida Department of Transportation only. it is agreed that the power and aut hority hereby given to the Allorneyin-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the Stale of Florida Department of Transportation, It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only. it is agreed that the power and authority hereby given to the Atlomey-in-Fact cannot be modified or revolted unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonweallh of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof. the Companies have caused this instrument to be signed and sealed this 71h day of January . 2019 0y��•..0F °®pNN 0.9%. - f, � MERCHANTS BONDING COMPANY 1@lUTl1AL) MERCHANTS NATIONAL BONDING, INC. gV �. w c b•^• 2003 cj- ;�'� 1933 *c: By :�•. '�•;' old'. :2�1r. ftesident STATE OFIOWA •••••I/n11••• •°•.o.°• COUNTY OF DALIAS ss. On this this 71h day of January 2019 before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said Instrument was signed and sealed In behalf of the Companies by authority of their respective Boards of Directors. tAk s AL)CIA K. GRAM o q Commission Number 767430 My Commission Expires April t, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I. William Wamer, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies• which is stilt in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seat of the Companies on this day of �I.1. 1..1f� • AIC� � . 4 1933 ;'�; Secretary c� 2003 POA 0018 (3/17) •�•�''•' "'���� ° M AC I A To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1109) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE DEAD IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT -FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP2111179 Agency Number 0755324 Policy Effective Date 01/31/2020 Policy Expiration Date Date Account Number 01/31/2021 01/31/2020 Named Insured Agency Issuing Company McClendon Construction Company, Inc. I B T X - LAS COLINAS AMERISURE MUTUAL INSURANCE COMPANY 1. a. SECTION II -WHO ISAN INSURED is amended to add as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contractor written agreement relating to your business. b. The written contract or written agreement must (1) Require additional insured status fora time period during the term of this policy; and (2) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim underthis policy. C. If, however: (1) "Your work" began under a letter of intent or work order; and (2) The letter of intent or work order led to a written contractor written agreement within 30 days of beginning such work; and (3) Yourcustorner's customary contracts require persons or organizations to be named as additional insureds; we will provide additional insured status as specified in this endorsement. 2. The insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by: (1) Premises you: (a) Own; (b) Rent; (c) !_ease; or (d) Occupy, (2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to "bodily injury" or "property damage" occurring after: (a) All work to be performed by you or on your behalf for the additional insured(s) at the site of the covered operations is complete, including related materials, parts or equipment (otherthan service, maintenance or repairs); or (b) That portion of "your world' out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a pri ncipal as a part of the same project. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 101 5 Rages 1 of 3 (3) Completed operations coverage, but only if: (a) The written contract orwritten agreement requires completed operations coverage or "your work" coverage; and (b) This coverage part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". However, the insurance afforded to such additional insured only applies to the extent permitted by law. b. If the written contract or written agreement: (1) Requires "arising out of" language; or (2) Requires you to provide additional insured coverage to that person or organization by the use of either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 20 10 10 01; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 10 01; then the phrase "caused, in whole or in part, by" in paragraph 2.a. above is replaced by "arising out of'. c. If the written contract or written agreement requires you to provide additional insured coverage to that person or organization by the use of: (1) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 20 10 07 04 or CG 2010 04 13; or (2) Additional Insured — Owners, Lessees or Contractors -- Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or (3) Both those endorsements with either of those edition dates; or (4) Either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors—ScheduledPersonOrOrganization endorsement CG 2010 without an edition date specified; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 without an edition date specified; then paragraph 2.a. above applies. d. Premises, as respects paragraph 2.a.(1) above, include common or public areas about such premises if so required in the written contractor written agreement. e. Additional insured status provided under paragraphs 2.a.(1)(b) or 2.a.(1)(c) above does not extend beyond the and of a premises lease or rental agreement. f. The limits of insurance that apply to the additional insured are the least of those specified in the: (1) Written contract; (2) Written agreement; or (3) Declarations of this policy. The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. g. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, orfailure to render, any professional services, including but not limited to: (1)" The preparing, approving, or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CC 70 85 10 15 (d) Reports; (e) Surveys; (f) Change orders; (g) Design specifications; and (2) Supervisory, inspection, or engineering services. h. SECTION Ill —COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided by this endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; C. Contingent; or d. On any other basis; but if the written contract orwritten agreement requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. i. If the written contract orwritten agreement as outlined above requires additional insured status by use of CG 20 10 1185, then the coverage provided under this CG 70 85 endorsement does not apply except for paragraph 2.h. Other Insurance. Additional insured status is limited to that provided by CG 2010 1185 shown below and paragraph 2.h. Other Insurance shown above. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM D) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket where required by written contract orwritten agreement that the terms of CG 20 10 1185 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 j. The insurance provided by this endorsement does not apply to any premises or work for which the person or organization is specifically listed as an additional insured on another endorsement attached to this policy. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 3 of 3 NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT TABLE OF CONTENTS Page 1. Additional Definitions 9 2. Aggregate Limits Per Location 7 3. Aggregate Limits Per Project 6 4. Blanket Contractual Liability — Railroads 3 5. Broadened Bodily Injury Coverage 10 6. Broadened Knowledge Of Occurrence 8 7. Broadened Legal Liability Coverage For Landlord's Business Personal Property 7 8. Broadened Liability Coverage For Damage To Your Product And Your Work 10 9. Broadened Who Is An Insured 3 10. Co -Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers see provision 9, Broadened Who Is An Insured, paragraph 2.a. 1 4 11. Contractual Liability — Personal And Advertising Injury 3 12. Damage To Premises Rented To You — Specific Perils and Increased Limit 7 13. Designated Completed Projects — Amended Limits of Insurance 11 14. Extended Notice Of Cancellation And Nonrenewal 8 15. Incidental Malpractice Liability 6 16. Increased Medical Payments Limit 7 17. Mobile Equipment Redefined 9 18. Nonowned Watercraft 3 19. Product Recall Expense 2 20. Property Damage Liability — Alienated Premises 2 21. Property Damage Liability — Elevators And Sidetrack Agreements 2 22. Property Damage Liability — Property Loaned To The Insured Or Personal Property In The Care, Custody And Control Of The Insured 2 23. Reasonable Force — Bodily Injury or Property Damage 10 24. Supplementary Payments 3 25. Transfer Of Rights Blanket Waiver Of Subrogation) 8 26. Unintentional Failure To Disclose Hazards 8 Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Pagel of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I — COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement are excess over any valid and collectible insurance (including any deductible) available to the insured, whether primary, excess or contingent (SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1. through 6. of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY — ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY— ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY — PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4) are deleted.. B. Coverage under this provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of "your product", which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III — LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of: Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 11 CG 70 63 0417 a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. 5. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, paragraph (2) is deleted and replaced with the following: [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY — RAILROADS Under SECTION V — DEFINITIONS, paragraph C. of "Insured Contract" is deleted and replaced by the following: C. Any easement or license agreement; Under SECTION V — DEFINITIONS, paragraph f.(1) of "Insured Contract' is deleted. 7. CONTRACTUAL LIABILITY — PERSONAL AND ADVERTISING INJURY Under SECTION I — COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 8. SUPPLEMENTARY PAYMENTS Under SECTION I -- SUPPLEMENTARY PAYMENTS — COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION II — WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c: A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 3 of 11 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) "Bodily injury' or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (C) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your "employees" who are: (i) Managers; (ii) Supervisors; (iiI) Directors; or (Iv) Officers; with respect to "bodily injury' to a co -"employee" (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. C. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CC 70 63 0417 f. Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to.- (1) Any "occurrence" that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) 'Bodily injury" or "property damage" included within the "products -completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any "occurrence" that takes place after the equipment lease expires. i. Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services'by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph i. does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through i. above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 5 of 11 C. Coverage R does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in "your product" made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or organization from which you have acquired .your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for "bodily injury" or "property damage" arising out of "your product" that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III — LIMITS OF INSURANCE, provisions 11. through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CG 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written . contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use involving the same or connecting lots or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A. SECTION III —LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I —COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III — LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I — COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The most we will pay for damages under this provision 15. is $10,000. A $250 deductible applies. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16. through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 7 of 11 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a.. You must see to it that we are notified as soon as practicable of an 'Occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an 'occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, executive officers," directors, or managers has knowledge of the 'Occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the 'occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an 'Occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and C. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exorcise our right of cancellation or nonrenewal. 18. TRANSFER OF RIGHTS (BLANKET WAIVED OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit' or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Rage 8 of 11 CC 70 63 0417 Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61 st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. C. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V— DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL DEFINITIONS SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," '.property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V — DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; C. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 22. REASONABLE FORCE — BODILY INJURY OR PROPERTY DAMAGE Under SECTION 1— COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION 1—COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your product" arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. I. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products -completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) "Collapse"; or (d) Explosion. For purposes of exclusion I. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 041 7 Subject to 5. above [of the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product -completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V — DEFINITIONS, the definition of "bodily injury" is deleted and replaced with the following: 3. 'Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4) Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any "bodily injury" described in paragraph 3.8. C. All "bodily injury" described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.8. occurred. 25. DESIGNATED COMPLETED PROJECTS — AMENDED LIMITS OF INSURANCE When a written contract or written agreement between you and another party requires project -specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy period for which we provided coverage; and S. for "your work" performed within the "products -completed operation hazard'; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 11 of 11 POLICY NUMBER: CA2111178 COMMERCIAL AUTO CA 7165 09 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED'INSURED - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRE® BY INSURED CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: Countersigned By: 01 /31 /2020 Named Insured: McClendon Construction Company, Inc. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) 1. Section II — Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract" which requires: that person or organization to be added as an "insured" under this policy or on a certificate of insurance; and this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured" for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contract". 2. Section IV— Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULL.Y, TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDO SEME T This endorsement modifies Insurance provided under the BUSINESS AUTO COVERAGE FORD With respect fo coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium forthis endorsement is 250 , oa �. BROAD FORFA INSUREC SECTION II u LIAB$LITY COVERAGE, A.I. Who la An I"oured is arnend011 bytha addllion of lho folIGINI lg: d. Any organtzation you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1) Coverage underthis provision Is afforded only until fha and of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or Formed the organization; and (3) Coverage does not apply to an organization that Is an "insured" under any other policy or would bean "Insured" but for its termination or the exhausting of Its limit of insurance. e. Any "employee" of yours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by 1110 "employee" or a member of his or her household, while performing dutles related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement In that "employee's" name, with your permission, while performing dutles related to the conduct of your business. However, your "employea" does not qualify as an Insured under thle paragraph (2) while usitig a covered'auto" rented from you orfrom any member ofthe "employee's" household. f. Your members, if you area limited Ilabilltycompany, while using is covered °auto" you do not own, hirm or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Airyptfl-son or organ4aIton wlth whom you Hyree in a uvrittfln c❑nvar,t, virltIon agmainurTt 4r pr;rmlf, I provide Insfuarice suwh as Is nTorrladurider Ihispralcy. but oFiiywithfespecl10 yourcovared"aUtcrs"- This provision does not apply: (1) Unless the writfen contractor agreement Is executed or the permit Is Issued prior to the "bodily Injury" or'°property damage"; (2) To any person or organization included as an Insured by an endorsement or In the Declarations; or (3) To any lessor Of "autos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" Is leased without a driver, and Includes copyrighted material of Insurance Services Office, Inc. CA71181109 Pagel of5 (c) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subaldiary in which you awn more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodi ly Injury" or "property damage" for which an "insured* is also an Insured under any other automobile poltay or would be an Insured under such a policy, but for Its termlhatloh or the exhauslOn of its Ilmdts of Insurance, unless such pollcywas written to apply specifically In excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section II 4 LIABILITY COVERAGE, Ala. supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows: (2) Up to $2,500 for the cost of ball bonds (Including bonds for related traffic law Aoiatlons) required because of an "accident" we cover. We do not have to furnish theas bonds. (4) All reasonable expenses Incurred by the "Insured" at our request, including actual loss of earnings up to $500 a day because of time off from work, K��l,ri I � �i �] �*3 � � �>�ilriTl �iril�l ��17���*��C1►J UnderSECTION II -LIABILITY COVERAGE, B. EXCLUSIONS, paragraph S. Fellow Employee Is deleted and replaced by1he following: 5. Fellow Employee "Bodily injury" to: a. Any rellow "employee" of 1ha'9nsured" arising out of and In the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not appiyto your "employees"that are officers, managers, supervisors or above. Coverage Is excess over any other oollectlble Insurance. In. The spa use, child, parent, brother or slslerofIhat follow "employee" as a consequence of paragraph 2. above. 4, HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: Ifanyof your owned covered "autos" are covered for Physical Damage, we will provide Physloal Damage coverage to "autos" that you or your "employees" hire or borrowr under your name or the "employee's" name, for the purpose or doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown In the Doclaratlons, Item Three, schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. Under S€CTION Ill -PHYSICAL DAMAGE COVERAGE, AA. Coverage Extensions. paragraph b. Loss Of Use Expenses is delated and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will payexpenses forwhich an "insured" becomes legally responsible to payfor loss of use of a vehicle rented or hired without a driver, under awdtten rental contractor agreement. We will pay for loss of use expenses ifcaused by: (1) Other than collision, only Ifthe Declarations indicate that Comprehensive Coverage Is provided for any covered 'auto' ; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 71181109 (2) Specified Causes of Loss, only If the declarations indicate that Specified Causes Of Loss Coverage is provided forany covered "auto"; or (3) Collision, only If the Declarations Indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use Is $30 per day, to a maximum of $2,000. C. tinder SECTION JV--BUSINESS AUTO CONDITIONS, B. General Conditions, & Other Insurance, paragraph b. Is replaced by the rollowirig: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you own.- 1. Any covered "auto" you lease, fore, rant or barrow; and 2. Any covered "auto" hired or rented byyour"employees" undera contract in that Individual "employee's" name, with your parmission, while performing duties related to the conduct of your business. However, any °auto" that is leased, hired, rented or borrowed with a driver Is not a covered "auto", nor Is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (If you are a limited Ilabilltycompany), or members of their households. S. LOAN OR LEASE GAP COVERAGE Under SECTION it 1— PHYSICAL DAMAGE COVERAGE, A. COVERAGIA, the tollowing is added: If a covered "auld' is owned or leased and if we provide Physical Damage Coverage on it, we will pay, In the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered'auto", less; (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any: (1) Overdue lease or loan payments Including penalties, interest or other charges resulting from overdue payments at the time of the "loss"; (2) Financial penalties Imposed under a lease for excessive use, abnomtal wear and tear or high mileage; (3) Costs for extended warranties, Credit I-Ife Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor, and (a) Carry-over haian cos from previous loans or leases. 6. RENTAL REIMBURSEMENT Under SECTION Ill - PHYSICAL DAMAGE COVERAGE, A.4. Coverage rbitenslons, paragraph a. . Transportation Expenses Is deleted and replaced by the following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2.000 for transportation expense Incurred by you because of covered "Iass . We will pay only for those covered "autos" for which you carry Co111slon Coverage or elther Comprehensive Coverage orSpecifled Causes of Loss Coverage. We will pay fortransportallon expenses Incurred during the period beginning 24 hours after the covered"loss" and ending, regardless of the polloy's expiration, when the covered "auto" is returned to use or we pay for its "loss". This coverage Is In addition to the otherwise applicable coverage you have on a covered "auto'. No deductibles apply to this coverage. Includes copyrighted materlai of Insurance 5ervlces Office, Inc. CA 71/8/109 Page 3 of 5 (2) This coverage does not apply while there Is a spare or reserve "auto" avallabie to you for your operation. T. AIRBAGCOVERAGE Under SECTION III -PHYSICAL DAMAGE, S. EXCLUSIONS, paragraph 3. Is deleted and replaced by the following: 3. We will not payfor"loss" caused byor resulting from any of the fbPowing unless caused by other "lose that is covered bythis insurance: (1) Wazirand tear, freezing, machanlcal or aledd cal breakdown. However, this exclusion does not Include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tines. 8. GLASS REPAIR— WAIVER OF DEDUCTIBLE Section ill — PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the following: No deductible app[lesto glass damage if the glass Is repaired rather than replaced. 9. COLLISION COVERAGE —WAIVER OF DEDUCTIBLE Under SAclion Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible Is amended to add the following: When there Is a loss to your covered "auto" Insured for Collision Coverage, no deductible will apply If the loss was caused by a collision wlth another "auto" Insured by us. 18. KNOWLEDGE OF ACCIDENT Under SECTION IV -BUSINESS AUTO CONDITIONS. A. Loss Conditions, 2. Duties In The Event Of Accident, Claire, Suit Or Loss, paragraph a. is deleted and replaced by the following: e. You must see to It thatwe are notlfled as soon as practicable of an "accident", claim, "suit" or "loss"_ Knowledge of an "accident", claim, ''suit" or "loss" byyour "employees" shall not, in Itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you area limited I I ability company) has knowledge of the "aoctdent", claim, "suit" or "loss". Notice should include: ('I) How, when and where the accdent" or "loss" occurred; (2) The "Insurad's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGH TS (BLANKET WAWER OF SUBROGATION) Cinder SECTION IV o BUSINESS AUTO CONDITIONS, A. Losit Conditions paragraph u. Transfer Of Rights Of Recovery Against Others To Us Is deleted and replaced by the following: S. Transfer Of Rights Of RecoveryAgalnet Others To Us If any person or organlzation to ar for whom we make payment underthis Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do noshing after "accident" or "loss" to Impair them. However, if the 'Insured" has waived rights to recover through a written contract, or If your work was common ced under a letter of intent or work order, s ubject to a subsequent reduction in writing wllh customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71 1811 09 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS, B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amandsd by the addition of the following: We will not deny coverage under this Coverage Form If you unintentionally fall to disclose all hazards existing as of the inneption date of this policy_ You must report to us any knowledge of an error or omission In your represenlations as soon as practicable after Its discovery. This provision does not affect our right to collect additional prernlum or exercise oz,r right of cancellation or non -renewal. '13, 15LANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or wrllten agreement, the definlllon of "insured contract" is amended as follows, The exception contained In paragraph H.3. relaling to construction or demolition operations on or within W feet of a railroad; and Paragraph H.O. are deleted with respect to the use of a covered "auto" In operations for, or affecting, a rallmad, Includes copyrighted material of Insurance Services Offlce, Inc. CA 71 IS 1109 Page 5 of 5 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information. Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be @ P @ percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 01/31/2020 Policy No. WC2000080 Endorsement No. WC 42 03 04 B Named Insured:' McClendon Construction Company, Inc. Premium Insurance Company WC 42 03 04 B (Ed. 06-14) Countersigned by Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE o THIRD PARTY This endorsement modifies insurance provided underthe following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGIECOVERAGEFORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 60 days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection underthis Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy, 2. States that notice of: a. Cancellation; b. Nonrenewai; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 07 14 - BLKT NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178; WC2000080 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Days Notice 30 For any statutorily permitted reason otherthan nonpayment of premium, the number of days required for notice of cancellation is increased to the number of days shown In the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The blame of Person or Organization is any person or organization holding a certificate of insurance issued for you, provided the certificate. 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3, Is in effect at the time of the: a. Cancellation; b. Nonrenewat; or c. Malorial change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of Insurance. IL 70 45 05 07 - BLKT STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology.......................................................................................................... l 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................•............................................................................................... 6 Article2 -- Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction......................................................................................................... 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent......................................................................................................................... ........... 8 3,02 Reference Standards......................................................................................................................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 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2, 2016 City Project No. 101120 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 ResponsibiIities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction............................................................................ 37 9.01 City's Project Manager.......................................................•.................................... 37 9.02 Visits to Site............................................................................................................ ........... 37 9.03 Authorized Variations in Work.......................................................................................... ...... 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 Article 10 Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work.........................................................................................38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work...................................................................................................................................39 10.05 Notification to Surety................................................................................................................... 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays.................................................................................. .............................47 Article 13 Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work............................................................................................................. 49 13.06 Correction. or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13,09 City May Correct Defective Work............................................................................................. 51 Article 14 Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14,02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization....................................................... ... 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination..... 15.01 City May Suspend Work .......................... 15,02 City May Terminate for Cause ................ 15.03 City May Terminate For Convenience .... Article 16 - Dispute Resolution .................................... 16,01 Methods and Procedures ........................... MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmsy2, 2016 .............................. 57 .............................. 57 .............................. 58 .............................. 60 ..................................................................... 61 ..................................................................... 61 2018 Bond, Contract 2 City Project No. 101120 Article17 —Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................. ........................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations .... ....................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febawy2, 2016 2018 Bona, Contact 2 City Project No. 101120 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. S. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw -- City's 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 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2, 2016 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb►uazy2, 2016 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 2019 Bond, Contract 2 City Project No, 101120 00 72 00 - l 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, filly, 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 WORTI1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2,2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed tinder the Contract Documents. 53. Project Manager The authorized representative of the City who will be assigned to the Site. 54. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours -- Hours beginning at 7.00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felnuay2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions, 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68, Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m, and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not Iess 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: Febrwy2,2016 2018 Bond, Contract 2 City Project No. 101120 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," groper," "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. Finnish, 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 ofDociments 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. MY OF FORT WORTH STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS Revision: FeUmary2, 2016 2018 Bond, Contact 2 City Project No. 101120 00 72 00 - 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: Fd)rmy2, 20 16 2018 Bond, Contract 2 City Project No. If) 1 I20 007200-1 GENERAL CONDITIONS Page 9 of63 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: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCj TMF NTS Revision: Febmary 2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2, hi 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: have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page I 1 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring parry makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for casements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or casements. 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: Fein ury2, 2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1, those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnray2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL GONDITIONS 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 fu1-ther disturbing conditions affected thereby or performing any CTIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCtMENTS Revision: Pebwmy 2, 2016 201E Bond, Contract 2 City Project No. 101120 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 detemune the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical,da&' is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLM ENTS Revision: Febnkmy2,2016 2018 Bond, Contract 2 City Project No, 101120 00 72 00 - 1 GENERAL CONDITIONS Page I5 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2, other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor, (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 2016 201s Baud, Conhacl2 City Project No. 101120 007200-1 GENF RAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 17 of63 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. 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. 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: Februaiy2, 2016 201813ond, Contract 2 City Project No. 101 t20 00 72 00 - 1 GENERAL CONDITIONS Page IS of63 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 mare 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: Febnoy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERALCONDMONS Page 19 of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bands 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. CrPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not pemvt 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 finnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2, 2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16, 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order, 6.05 Substitutes and "Or -Equals - A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Reins: 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 CONSI'RUUMN SPECIFICATION DOCUMENTS Revision: Febuuacy2, 201 b 2019 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. I.f in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) wiIl 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: Febnwy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute -and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or 4W-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECCIJ'[CATION DOCUMENTS Revision: Febmary2,2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 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: Fetmuy2, 2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the 'Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents, B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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: Febniary2, 2016 2015 Bond, Contract 2 City Project No, 101120 0072 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. .Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 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 CTPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS Revision: Febnwy 2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Pen -nits 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: Febnmiy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007, Any such exemption certificate issued to the Contractor in Iieu 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. hltp:,,www.window.state.tx.us/taxinfo/taxforms/93-forms.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: Felmuuy2,2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning. 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febawy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1, all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 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.A3 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fein wy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page31 of63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, froin 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 6.1 S.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fd uuy2,2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF .FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febatary2,2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform. the Work in accordance with the Contract Documents, 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 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 fiirnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEM N [FICATION—PROVISIO-1,L_IS--SYECJFJCAL-LY—JNfENDDED 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. 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: Felxuary2,2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT -ALL OR SOME OF THE DAMAGES BEING 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 further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkvy2, 2016 2019 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2, 201 b 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GFNFRAL CONDITIONS Page 36 of63 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: 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 S — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECRTCATION DOCUMENTS Revision: Febmary2, 2016 2018 Bond, Contract 2 City Ptaject No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 37 o£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 Gregory Robbins, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. 9.02 Visits to Site A. City's Project Manager will snake visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisiom Febnmy2,2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 38 of63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnary2, 2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 39 of63 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: Febmmy2, 2016 2019 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14,09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the parry 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 DOCT JMENTS Revision: Fe]umry2,2016 2018 Bond, Contract 2 City Project No. l0I 120 00 72 00 - 1 GENERAL CONDITIONS Page 41 of63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0I .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 f miished 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 DOCi U NTS Revision: Februaty2, 2016 2018 Bond, Contract 2 CityProject No. 101120 00 72 00 -1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FOIST WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUl ENTS Revision: Febuoy2,2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 43 of 53 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, 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 wORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fetmary2,2016 201813ond, Contract 2 City Rrojeot No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency 41lowance: 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 perfon-ned by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if-. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb►uary2,2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 -1 GENERAL. CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy2, 2016 20IS Bond, Contract 2 City Project No. 101120 00 72 00 - l GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order, B. The value of any Work covered by a Change Order will be determined as follows: 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 12.013.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2, if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11,01.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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNMNTS Revision: Febnimy2, 2016 2018 Bond, Contract 2 City Project No. 101 120 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra 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: Febnjmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 48 of63 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 fiu-nish 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 Febmary2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 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: FeUniary2, 2016 2018 Bond, Contract 2 City Pmject No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmazy2, 2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not Iimited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febttay2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERA. CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 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 legiti pate 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: Febmazy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL. CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b, there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS Revision: Febnwty 2, 2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment.- Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. 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. CTrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14,05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determinne that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fd)rmy2,2016 2018 Bond, Contract2 City Pmject No. 101120 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d, affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments ]Wade and any sung 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: Febtwy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or ftunished 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 TERNIINATION 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: Felnuary2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 58 of63 15.02 City May Terminate far Cause A. The occurrence of any one or more of the following events by way of example, but not of Iimitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance ##20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fein nmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any fi oher 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 perfornled. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniwy2,2016 2018 Bond, Contract 2 City Project No. 101120 007200-1 GENERAL. CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it 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 farther 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: Febmay2, 2016 2018 Bond, Contract 2 City Project No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2, expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sutras 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 alter termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febn=y2,2016 2018 Bona, Contract 2 City Project No. 101120 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3, gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 27 — 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 firrn 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: Febmary2, 2016 2018 Bond, Contract 2 City Projcct No. 101120 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY" OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 2018 Bond, Contract 2 City Project No. 101120 4 5 6 7 8 9 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 47 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL. CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page I of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of August 20, 2018: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement Iine locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2018 Bond, Contract 2 City Project No. 101120 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 Utilities or obstructions to be removed, adjusted, and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 4 as of August 20, 2018 5 6 7 8 9 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 3.8 39 40 41 42 43 44 45 46 47 48 49 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: None (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accidentloccurrence $100,000 Disease- each employee $500, 000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5,04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2018 Bond, Contract 2 City Project No. 101120 1 2 3 4 5 6 7 8 9 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 47 48 49 50 51 52 53 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at Ieast: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Property Damage SC-5,04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.041) of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 City Project No. 101120 1 2 3 4 5 6 7 8 9 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 47 48 49 50 51 52 53 54 55 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a singlc policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: httns: Aprojectpoint. buzzsaw. com/fortworthgov/Resources/02V620- %2OConstruction %2ODocuments/Specifications/Div%2000- General%2OConditions/CFW%2OHorizontal%2OWa e%2ORateVo2OTable. d ublic https://yroj ecipoint.buzzsaw.corn/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specilications/Div%2000- General%20Conditions/CF W%2OVerLical%2O Wage%2ORate%2OTable.PDF?public SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Norge SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 20, 2018: Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2018 Bond, Contract 2 City Project No. 101120 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None Vendor Scope of Work Coordination Authori None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Gregory Robbins, or his successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C., "Tests and Inspections" .None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2018 Bond, Contract 2 City Project No. 101120 011100-1 SUMMARY OF WORT{ Page 1 of3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1- 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 I - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2019 Bond, Contract 2 City Project No. 101120 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 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 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at alI times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No. 101120 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] b 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 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project No. 101120 THIS PAGE IRI i EfilYIONALY LEFT BLANK 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d, Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH STANDARD CONSTRUCTION! SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 I b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 1 I Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101 I20 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 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] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 201 I 2018 Bond, Contract 2 City Project No. 101120 012500-4 SUBSTITUTION PROCEDURES Page 4 of 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 2.1 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 47 48 49 Include complete information on changes to Drawings and/or Specifications wbich proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Recommended Recommended Not recommended Received late By Date _ Remarks Date Rejected 2018 Bond, Contract 2 City Project No. 101120 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. t7 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started, a. The meeting will be scheduled and administered by the City. 2, The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 2018 Bond, Contract 2 City Project No. 101120 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5, Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1, Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre -Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 2018 Bond, Contract 2 City Project No. 101120 1 2 3 4 5 6 7 8 9 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1..5 SUBMITTALS [NOT USEDI 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Revised August 17, 2012 City Project No. 101120 THIS PACE Ift1TENTIOFJALY LEFT BLANK 01 3120 - 1 PROJECT MEETINGS Page 1 o£3 I SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - 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 e. City's representatives 28 £ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 0131 20 - 3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 TF015 PAGE IINTEM710NALY LEFT BLANK 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page l of 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstr ction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 ---- General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101I20 013233-2 PRECONSTRUCTION VIDEO Page 2 of PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 013300-1 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 CITY OF FORT WOW1'FI 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 d. Make submittals promptly in accordance with approved schedule, and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 Contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 13 A 2nd submission, B=3rd submission, C=4th submission, etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission (second resubmission) of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings, product data and samples, including those by 24 subcontractors, prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing, sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) `By this submittal, I hereby represent that I have determined and verified 35 field measurements, field construction criteria, materials, dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 '/9 inches x 11 inches to 8 % inches x 11 inches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items / Table of Contents 46 c. Product Data /Shop Drawings/Samples /Calculations 47 E. Submittal Content CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 1 1. The date of submission and the dates of any previous submissions 2 2. The Project title and number 3 3. Contractor identification 4 4. The names of: 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product, with the Specification Section number, page and 9 paragraph(s) 10 6. Field dimensions, clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable standards, such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes, but is not necessarily limited to: 18 a. Custom -prepared data such as fabrication and erection/installation (working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List, clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List, submittal data may include, but is not necessarily limited to: 39 a. Standard prepared data for manufactured products (sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability 45 4) Roughing -in diagrams and templates CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 5) Catalog cuts 2 6) Product photographs 3 7) Standard wiring diagrams 4 8) Printed performance curves and operational -range diagrams 5 9) Production or quality control inspection and test reports and certifications 6 10) Mill reports 7 11) Product operating and maintenance instructions and recommended 8 spare -parts listing and printed product warranties 9 12) As applicable to the Work t0 H. Samples 11 1. As specified in individual Sections, include, but are not necessarily limited to: 12 a. Physical examples of the Work such as: 13 1) Sections of manufactured or fabricated Work 14 2) Small cuts or containers of materials 15 3) Complete units of repetitively used products color/texture/pattern swatches 16 and range sets 17 4) Specimens for coordination of visual effect 18 5) Graphic symbols and units of Work to be used by the City for independent 19 inspection and testing, as applicable to the Work 20 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 21 be fabricated or installed prior to the approval or qualified approval of such item. 22 1. Fabrication performed, materials purchased or on -site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's 24 risk. 25 2. The City will not be liable for any expense or delay due to corrections or remedies 26 required to accomplish conformity. 27 3. Complete project Work, materials, fabrication, and installations in conformance 28 with approved shop drawings, applicable samples, and product data. 29 J. Submittal Distribution 30 1. Electronic Distribution 31 a. Confirm development of Project directory for electronic submittals to be 32 uploaded to City's Buzzsaw site, or another external FTP site approved by the 33 City. 34 b. Shop Drawings 35 1) Upload submittal to designated project directory and notify appropriate 36 City representatives via email of submittal posting. 37 2) Hard Copies 38 a) 3 copies for all submittals 39 b) If Contractor requires more than 1 hard copy of Shop Drawings 40 returned, Contractor shall submit more than the number of copies listed 41 above. 42 c. Product Data 43 1) Upload submittal to designated project directory and notify appropriate 44 City representatives via email of submittal posting. 45 2) Hard Copies 46 a) 3 copies for all submittals 47 d. Samples CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 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 47 013300-5 SUBMITTALS Page 5 of 8 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. ,Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. ,Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-6 SUBMITTALS Page 6 or 8 1 a) When returned under this code the Contractor may release the 2 equipment and/or material for manufacture. 3 b. Code 2 4 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 5 the notations and comments IS NOT required by the Contractor. 6 a) The Contractor may release the equipment or material for manufacture; 7 however, all notations and comments must be incorporated into the 8 final product. 9 c. Code 3 10 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 1 I assigned when notations and comments are extensive enough to require a 12 resubmittal of the package. 13 a) The Contractor may release the equipment or material for manufacture; 14 however, all notations and comments must be incorporated into the 15 finaI product. 16 b) This resubmittal is to address all comments, omissions and 17 non -conforming items that were noted. 18 c) Resubmittal is to be received by the City within 15 Calendar Days of 19 the date of the City's transmittal requiring the resubmittal. 20 d. Code 4 21 1) "NOT APPROVED" is assigned when the submittal does not meet the 22 intent of the Contract Documents. 23 a) The Contractor must resubmit the entire package revised to bring the 24 submittal into conformance. 25 b) It may be necessary to resubmit using a different manufacturer/vendor 26 to meet the Contract Documents. 27 6. Resubmittals 28 a. Handled in the same manner as first submittals 29 1) Corrections otber than requested by the City 30 2) Marked with revision triangle or other similar method 31 a) At Contractor's risk if not marked 32 b. Submittals for each item will be reviewed no more than twice at the City's 33 expense. 34 1) All subsequent reviews will be performed at times convenient to the City 35 and at the Contractor's expense, based on the City's or City 36 Representative's then prevailing rates. 37 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 38 all such fees invoiced by the City. 39 c. The need for more than 1 resubmission or any other delay in obtaining City's 40 review of submittals, will not entitle the Contractor to an extension of Contract 41 Time. 42 7. Partial Submittals 43 a. City reserves the right to not review submittals deemed partial, at the City's 44 discretion. 45 b. Submittals deemed by the City to be not complete will be returned to the 46 Contractor, and will be considered "Not Approved" until resubmitted. 47 c. The City may at its option provide a list or marls the submittal directing the 48 Contractor to the areas that are incomplete. CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 1 S. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents, then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City, the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections, include, but are not necessarily 12 limited to, complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required, 17 N. Request for Information (RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information (RFI) form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required, the City will issue a Field Order or Change 33 Order, as appropriate. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/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] CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December20, 2012 013300-8 SUBMITTALS Page 8 of 8 I PART 2 _ PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.IC8. Working Days modified to Calendar Days CITY OF FORT WORTH 20I8 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 PART1- GENERAL C XMINUT 11. 1 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 ,SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j . Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December20, 2012 2018 Bond, Contract 2 City Project No. 101120 0135 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item. 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract2 City Project No. 101120 1 2 3 4 5 6 7 8 9 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 CCU 0135 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6.00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of I hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No. 101120 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Remised December 20, 2012 City Project No. 101120 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. I 1 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses, 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction inspector. 17 J. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 c. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. if wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract City Project No. 101120 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 N. CITY TO CONFIRM NEED TO COMPLY�Coordination with North Central Texas 2 Council of Governments (NCTCOG) Clean Construction Specification [if required for 3 the project — verify with City] 4 1. Comply with equipment, operational, reporting and enforcement requirements set 5 forth in NCTCOG's Clean Construction Specification.) 6 1.5 SUBMITTALS [NOT USED] 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 [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF MANGE 8/3I120I2 D. Johnson 1.4.13 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E -- Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised December 20, 2012 City Project No. 101120 1 2 3 4 5 6 7 8 9 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 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. ¢CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> �m Mr. [CITY INSPECTOR> AT [ TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No, 101120 I 2 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORTWORTH Dole No. XXXX I NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CONTRACTOR 2018 Bond, Contract 2 City Project No. 101120 0145 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 01 45 23 - 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 Iieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute I hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSJNFORMATIONAL 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 27 28 29 ga PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log J DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No, 101120 01 50 00 -- 1 TEMPORARY FACILITIES AND CONTROLS Page I oF4 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 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2019 Bond, Contract 2 City Project No. 101120 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone II 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of4 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORT€I 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 10I 120 1 2 3 4 5 6 7 8 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION IRevision Log DATE NAME I SI TACV ARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract2 City Project No. 101120 Of 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans 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) AIlow 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 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project no. 101120 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project no. 101120 p- 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project no. 101120 THIS PAGE IftIYFftITIONALY LCVY BLANK 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification s 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 --- General Requirements 13 3. Section 3125 00 Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in Iess than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items Is bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I 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 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 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 N.OI 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 EnvironmentaI Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION T Revision Log DATE I NAME SUMMARY OF CHANGE I CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 PHIS PAGE IINYENYIORlALY LEFT BLANK 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Pagel of3 1 SECTION 0158 13 2 TEMPORARY PROTECT 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 1.1 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 SUBMITTALSANFORMATIONAL 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 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 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 1 RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH 2018 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFiCATtON DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 THIS PAGE IRlTEfVTIONALY LEFT BLANK 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 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 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Decembeir 20, 2012 2018 Bond, Contract 2 City Project No. 101120 0I6000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No. 101120 016600-1 PRODUCT STORAGE AND I3ANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments ll B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2018 Band, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No.101120 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 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 Iinear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 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 1 RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [oR] 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 39 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 PORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No.101120 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME STTMN ARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No, 101120 017000-1 MOBILIZATION AND REMOBILIZATION Page I of 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 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 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one Iocation to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 2019 Bond —Contract 2 City Project it 101120 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1. 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under "Measurement" will be paid for at the unit 42 price per each "Specified Remobilization" in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section I.I.A.2.a.1) 46 2) Remobilization as described in Section I.I.A.2.a.2) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 2018 Bond — Contract 2 City Project # 101120 01'1000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price per each "Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section I.I.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 20 l6 2078 Bond — Contract 2 City Project # 101120 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 8 9 END OF SECTION 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. CITY OF FORT WORTH 2018 Bond -- Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 City Project # I01120 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 1 SECTION 0171. 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of ,Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staling 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for "Construction Staking". 20 2) Payment for "Construction Staking" shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of "cut sheets" using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b, Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As -Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF PORT WORTH 2O18 Bond — Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 City Project # 101120 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking — The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth -- Construction Staking Standards (available on City's Buzzsaw 27 website) — 01 71 23.16.01— Attachment A Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 0133 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2018 Bond — Contract 2 City Project # 101120 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and scaled by Registered Professional band 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2018 Bond — Contract 2 City Project #! 101120 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As -Built Survey 18 1. Required As -Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as -built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the Iocation during the progress of 27 construction and take as -built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as -built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub -outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non -gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater — Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2018 Bond — Contract 2 City Project # 101120 01 71 23 - 5 CONSTRUCTION STAKING AND SUR'VESC Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 0*-�-AXS 16AM_2Z9]1iLO&y 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2018 Bond — Contract 2 City Project 4 101 I20 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 31 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for eartbwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gatters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive Iine, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 casements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH 2O18 Bond —Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 City Project # 101120 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD IoR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24, 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH 2018 Bond — Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 City Project # 101120 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SLIAMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance, added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2018 Bond — Contract 2 City Project # 101120 FORTWORTH. Section 01 i1 23.01- Attachment A Survey Staking Standards February 2017 K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01�-General Requlrements\01 71 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. Far projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail.(http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey K:\2017\1.7175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01--General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 SurueV Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL VrLLOW TELEPHONE/FIBER OPTIC ORANG- E SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE" 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/W long K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 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: htt : fortworthtexas. ov itsolutions GIS Look for 'Zoning Maps'. Under 'Layers' , expand'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment A minimum of a 10 arc -second instrument is required. 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 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. 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 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. Datasheets are required for all control points set. Datasheet should include: A. horizontal and Vertical Datum used, Example: N.A.D.88, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point =North: 0, East= O C. Geoid model used, Example: GEOID12A K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01--General Requirements\01 71 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_1993—StatePlane_Texas_North_Centra[_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa I se_Ea sti n g: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98,50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_ North—American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) W. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a nroiect that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv K:\2017\17175.00 CFW_C1overLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\0171 23.16.01WAttachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Daturn.csv Example Control Stakes K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-Genera! Requirements\01 71 23.16.01 Attachment A_Survey Staking Standards.docx Page 6 of 22 Y Q L7 J fl7 L�J m D O c 1016 EL._ 100.aa° Ld Z � o0 m a� z � CD < =o �- o � _ J < U O Ld I j m 7C O D n p p mT U o e LL] � i III * • E=5000M J4'1� V. Water Staking Standards K:\2017\17175.00 CFW_CloverLane CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 23.16.01_Attachment A_5urvey Staking Standards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations il. 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 Vl. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VIL Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 50D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 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 Ill. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main N. RIM grades should only be provided if on plans Example Water Stakes K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 / O/ # w 7/ 2 »£aR {LU}E §5\§ GW=E VE San|!ary Sewer Stakin K:\2017\17175.00 Jw-Clmer ne- O&y75eC\GAE as RADpo£eenEmRq%mmeAAo171 23.16J1 kQ±mentA- Survey Staking kandae&d«x Page gd22 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 111. 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 Vll. Stakes at every grade break Vlll. 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 11. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor if. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 23.16.01 AttachmentA Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes W to �� ram• I 4�� '$IRff/ ti✓ � ! ST6.=3+71� rn C-0.Q= i C-4�' C-0� W Y LLI to zo V71 Q F �. &aa &CD fi4 (� `..4 a 43 12' (Sf5 SS STA 3+7I�sn C-3�z C-3� D-6� m W fm of W 4 zLl y/ Mt l� z zr�w 0 Z LLJ J Z z 0 7 z� Q L9 v� 2 �n � W W WOL d F F F: FTF F q a�7 yy o V7 Lz w 0 ww z$ fa It F W 4D ein a � w c� 3 6=7L$L 3� fY U W+ Wftx E F F Fr,� DO O O !j -s � Ffi0 4 O go/s ss srn�o+nn e-� Fs� c-am wrsn v+w a Fn �m wy u d 4 z Lj aEs m 7 6 2 8C iS K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 23.16.01_AttachmentA_Survey Staking Standards.docx Page 11 of 22 SL zsT zrcw 4 Q w a W � m ra w m � J 102 VII. Storm Sewer & inlet Staking A. Centerline Staking --Straight Line Tangents 1. 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 11. 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:\2017\17175.00 CFW CloverLane CFW\07 SPEC\Clover Ln 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 a NC FLAGGING REQUIRED a IN LIEU OF PINK FAINTED LATH m m R r BACK BACK (DOE MONO H.[LW.) {SITE FAEING R.4.W_) i IDENTIFIES MICR IOENTIMM 111•IICH # END OF THE WING PUNT it Q ENO OF THE YANG PONT BEING STAKED ('4 BEING STAKED r•� rrr HLO ELEVAn[N INLET STATION HuB aE Amm } i (IF NOTED ON PLANS) t IDENTIFIM GRADE T C TC TOP OF CURB T/0 q. + R IDENTIFIES GRADE FL r0 FI MJNE A .fa ISTANCES FOR INLET SrANbARD 10' - 18' RECESSED W - 20r STANDARD DOUBLE 10' — Z&G-r RECESSED DOUBLE 10' — 30_Bi HUB WITH TACK I ------------------------- I I I BACK OF INLET �I V3 f �! fAARH10LE a I BACK OF CUI EDGE OF PAV65iNT •FACE OF INLET EDGE OF PAVEMENT FACE OF INLET EDGE OF BACK OF CURB — ---. FLDl4LNE — — — K:\2017\17175.00 CFW—CloverLane_CFW\07 SPEC\CIover Ln Specs\Div 01-General Requirements\0171 23.16.01—Attachment A —Survey Staking Standards.docx Page 13 of 22 > ©c cap ia.vEeEwr— — VIII. Curb and Gutter Staking A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to tap of curb unless otherwise shown on plans Vli. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted K:\2017\17175.00 CFW_CloverLane_CFW\07 SPFC\Clover Ln 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 CL) BACK '` `^ IDFNnFlEs oFF9Er IS TO (SIDE FACING n.o.W.) amc °F clma OR F%e FCR FhCE OF CURB FRONT (SIDE FACING Q e/ ( FRONT IDENTIFIES START PC fSIDS (ACING) PONT OF CURVATURE 5 W r � � 2 FRONT IDENTIFIES END (Sor FACING ¢j PONT OF T CENT d ac d Pr 7 Y o w POINT #4 IiG i I I III I III! IDENTIFIES GRADE FS II T1� To TOP OF ooREP �—' Q III I NO GRADE ON �„ HUB ELEVATION 'n RAGIUS POINTS NC> FI A.CGINC REQUIRED IN LIEU OF PINK PAINTED LATH I 4s f fi 1 TOP OF CURE BACK OF CURB �- FACE OF CURB ^ T ~ r �x-' 0 ? os FLO &I NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection K:\2017\17175.00 CFW—CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 e no �§§ Y & >m=m$@o C) / k 01 § rr aB § 1415U t_ k _ { � � 22§ 22f z � ( � • �§ }� o k( Z ` _ |/ _OJG _. � ` 3 \\// $ �&« § GUM AO Maya SIB _tO,m a |a tj & ) > ) > & ya &A / 2 K:\2017\17175.00 J&-Clmer neEFW\77EC\Eoe w %e #DEo£Ge nJaReggmmen\0171 .+31-Attachment A Survey Staking aan&Qs.d«x Page »w22 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 Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. -CUT +FILL K:\2017\17175.00 CFW_Clover Lane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\0171 23.16.01_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:\2017\17175.00 CFW_CloverLane CFW\07 SPLC\Clover Ln Specs\Div 01-General Requirements\0171 23.16.01_Attachment A_5urvey 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:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 K:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 37AdrWLOMUArIEYJAM SrAOd7M-da'Y:LfF10)DAV 5lA{+ R M IFLII D W) A JwWE 6 SdBVAW ZWTI .. we M& • Air% 61iV PRQ" MATEA oxa7oli mVMUT M EYSlF. F*X zo / e raj .r MIMAL1+PJPMA2MSE }srh -XWL rtPY-tAY�JE4p ►Y r74C01 IbSllllr 1< Ctl Ow f'� f Ip'e €WRY(: !?i3'VfJII: ii�N17. TTA amuw - IWL w €, Nl1ti y - rr►m+rusr�rrs Art. S� i7pA" €�VPARU tt'� ECM Tdl± -"` PRdw! itApg - t, FM A UO j1iO4VY t; r�m. ,q � F �Mit. ypryQ � V � Anw�7 BLK 6 o fiat �TGiPop ` •s 4h'1' L. t"hu�n- Add ...F� maw 9=. sF • a Ad gp[UP a rrr +2 WY FL�34SrT�f1 _ r _ r[81-'34x_� wJ R L,S1Y! EX a'SS r x� P MSED nEaxt a xuv *`�" SANWAW 54 EKM'1-UQE YAPT SEA' SHEET PffiRVw.mV a'�••r—hn xnrrr+e�ar- 4-� A�Efi1�LXlSIt ��'r-+v ua WrA pow - jrK fflbA STA paw -- !J.° � 3r i afti5n n i2'id SAL M F 4/1.47{WRM Ff�! �✓f s#4a7'86'lD }����n�9FY6 0 {,� Ar Xr"m Am ffp tf-83YP�Z997 Odor f0 mrirr w C•1244HYJI.7t4 *OHM 9IM f� _ E4 K:\2017\17175.00 CFW_CloverLane CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\01 71 23.16,01_Attachment A_Survey Staking Standards.docx Page 21 of 22 23.16,01—Attachment A —Survey Staking Standards.docx Page 22 of 22 K:\2017\1 r 0 --- -- -- — - - ----------------- ------------------- ------_-------- ----- -------------- -- ------ ----------------_- ---------------- ---_------------ --------------_ W- M-_-.--_ --•}�--- Eg _.. R. Rlff - --=--=t1=1== 23.16.01 Attachment A —Survey Staking Standards.docx Page 23 of 23 nts\0171 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING FASTING ELEV. DESCRIPTION 1 6946257,189 2296079.165 726:09 SSMH RIM .1_ lk o" L 2 6946260.993 2296062.141 725.668 GV RIM i�3 3 6946307,399 2296039.306 726.85 GV RIM C *-V1#-+ j 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM / 6 6946190.528 2296022.721 722.325 FH q '�' 4 1 s 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 'Tj( 0 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869,892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WMRIMTC 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936,727 2295830.441 710.084 CO RIM C G r { 16 6945835.679 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708,392 SSMH RIM 18 6945759.776 22957S8.643 711.218 SSMH RIM w,r3, 68 19 6945768.563 2295778.424 710.086 GV RIM 4A 20 6945743.318 2295788.392 7104631 GV RIM 21 6945723.219 2295754,394 712.849 GV RIM p 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 n �� r €-i ONPA'7 "iJ 25 6945571.059 2295655.195 727.514 S5MH.RIM f i 26 6945539.498 2295667,803 729.123 WM RIM '70 27 6945519.834 2295619.49 732.689 WM RIM 28 5945417,879 2295580.27 740521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM Y 30 6945387,356 2295597.101 740.756 6V RIM 31 6945370.688 2295606.793 740,976 GV HIM 32 6945383.53 2295610.559 740.402 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 229$539.728 746.777 CO RIM 35 694.5242,289 2295570.715 748,454 WM RIM 36 6945233.624 2255544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM 38 694S142,015 2295557.666 750.853 WM RIM 39 40 6945113.445 6945049.02 2295520.335 2295527.345 751.871 WM RIM 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM42 6945038.878 2295552.147 751.88 WMTRIM43 04� 6945006.397 2295518.135 752.615 WM RIM44 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 K:\2017\17175.00 CFW CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirement5\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:\2017\17175.00 CFW_CloverLane_CFW\07 SPEC\Clover Ln Specs\Div 01-General Requirements\0171 23.16.01_Attachment A_5urvey Staking Standards.docx Page 25 of 25 � ]� § §` 2� � '! i • 2 . f £ \ / | ; § \ 2 a # | § � 2§ q % § § ■ § § § E , q } \ 7 & • } \ zu . I I , & \-- — � 4 k � � ` t// !E}■-I m� K:\2017\17175.00 OK-CImer ne - CFW\77EC\Ic Ae 2 +ems Dv - %eel qummemA017 a. a1-Attachment Survey Staking &&&gsdax Page 2§¥2 017423-1 GLEANING Page I of4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I General Requirements 13 3. Section 32 92 13 --- Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. ,Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED1 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 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. 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 I RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [orf] 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 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 017423-3 CLEANING Page 3 of 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of I 1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Yaly I, 2011 2018 Bond, Contract 2 City Project No. I01120 1 2 3 4 5 6 7 10 017423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc_ 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS jNOT USED] END OF SECTION Revision Tog DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None, 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract l"orms 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 2O18 Bond, Coattact 2 STANDARD CONs'1RumoN SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No. 101120 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 [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 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 C. Final inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment c. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No. 101120 PHIS PAGE INTENTIOfiIALY I.EPi BLANK 017823-1 OPERATION AND MAINTENANCE DATA Page I of5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PARTI- 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 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8'/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No. 101120 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 c. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) C1earIy 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No. 101120 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted Iife of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No. 101120 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 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2018 Bond, Contract 2 City Project No. 101120 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 EXECUTION [NOT USED] C 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. 7ohnson 1.5.A.1 — title of section removed CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 City Project No. 101120 HIS PAGE Ifs! T EIS I IONALY LEFT BLANK 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 Bond, Contract 2 City Project No.101120 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 witbout lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No.101120 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey t0 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 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 ran 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 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20I 1 City Project No.101120 017839--4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. M 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 26 Revision Log DATE NAME SUNMARY OF CHANGE CITY OF FORT WORTH 2O18 Bond, Contract 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 City Project No.101120 APPENDIX GC-4.02 Subsurface and Physical Conditions Clover Lane West Will Rogers Drive GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SP1 CMICATION DOCUMENTS 2018 Bond Contract 2 Revised July 1, 2011 City Project No. 101120 GC-4o02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY LY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION. DOCUMENTS 2018 Bond contract 2 Revised July 1, 2011 City Project No. 101120 GEOTECHNICAL ENGINEERING REPORT CLOVER LANE AND WEST WILL ROGERS ROAD FORT WORTH, TEXAS GEOTECHNICAL ENGINEERING REPORT Clover Lane and West Will Rogers Road Fort Worth, Texas Prepared by: Gorroandona & Associates, Inc Prepared for: Multatech 2821 West 7t" Street, Suite 400 Fort Worth, Texas 76107 Attention: Mr. Paul Padilla, P.E. April 18, 2018 G&Af Project No. MUL18-0026 0 T GORRONOONA & AssOC]ATES, INC. -TEXAs ENGINEERING FIRM REGISTRATION NO. F-7933 Gorrondona & associates, Inc. LaiHA 4ul VR 44q r Au iiI Mitp;OUI+ • GO[1txkchoic iI �31g111C!ilInr ■ (apa%trtit. liim fi4oIvrialt T&Oinr April 18, 2018 Mr. Paul Padilla, P.E. Multatech 2821 West 71h Street, Suite 400 Fort Worth, Texas 76107 Re: GEOTECHNICAL ENGINEERING REPORT Clover Lane and West Will Rogers Road Fort Worth, Texas G&AI Project No. MUL18-0026 Dear Mr. Padilla: Gorropdona & Associates, Inc. (G&AI) is pleased to submit this Geotechnical Engineering Report for the referenced projeck We appreciaee the opportunity of working with you. Please contact us if you have any questions or require additional services. Respectfully submitted, Lee Gurecky, P.E. Project Engineer Vivek Chikyala, P.E. Senior Engineer 7524 Jack Newell Blvd. South m Fort Worth, Texas 76118 e 817.496,1424 a Fax 817.496.1768 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................................................................................................................ 4 4.1 General........................................................................................................................4 4.2 Geology....................................................................................................................... 4 4.3 Soil/Rock......................................................................................................................4 4.4 Groundwater...............................................................................................................6 5.0 Analysis and Recommendations..................................................................................... 6 5.1 Seismic Site Classification........................................................................................... 6 5.2 Potential Vertical Soil Movements.............................................................................. 6 5.3 Construction Excavations............................................................................................ 7 5.4 Groundwater Control.................................................................................................. 8 5.5 Earthwork....................................................................................................................8 5.5.1 Site Preparation................................................................................................... 8 5.5.2 Proofroll......... ............................................ .......................................................... 8 5.5.3 Grading and Drainage.......................................................................................... 9 5.5.4 Wet Weather/Soft acubgrade...... ............. :..... --- ..... --- ....................... 9 5.5.5 Fill......................................................................................................................... 9 5.5.6 Testing................................................................................................................10 5.6 Demolition Conslderations....................................................................................... 10 5.7 Pavement ................................ --- ................... .,- .................... . ..............11 5.7.1 Design Parameters............................................................................................. 11 5.7.2 Rigid Pavement.................................................................................................. 12 5.7.3 Flexible Pavement.............................................................................................. 13 5.7.4 Sulfate Induced Heave....................................................................................... 13 5.7.5 Pavement Subgrade.........•................................................................................. 13 6.0 General Comments....................................................................................................... 14 APPENDICES Appendix A - Project Location Diagrams Appendix B - Boring Location Diagram Appendix C - Boring Logs and Laboratory Results Appendix D - Site Photographs Appendix E - Geologic Information Appendix F - Unified Soil Classification System Appendix G - Pavement Design Calculations GEOTECHNICAL ENGINEERING REPORT Clover Lane and West Will Rogers Road Fort Worth, Texas 1.0 INTRODUCTION Proiect Location. The project is located along two different roadways. The first location is along Clover Lane from Birchman Lane to Camp Bowie Boulevard in Fort Worth, Texas. The second location is along Will Rogers Road from West Lancaster Avenue to Camp Bowie Boulevard in Fort Worth, Texas. The general location and orientation of the site are provided in Appendix A - Project Location Diagrams. Protect Description. The project consists of the following proposed improvements: ® Pavement reconstruction of Clover Lane from Birchman Lane to Camp Bowie Boulevard (approximately 3,600 linear feet); o Pavement reconstruction of Will Rogers Road from West Lancaster Avenue to Camp Bowie Boulevard (approximately 500 linear feet); and The construction will be .accomplished within the existing right-of-way and will replace the existing roadway with new pavement. Water and wastewater utility line replace rnents are not part of this project scope and will be designed under a separate contract with the city, Project Authorization. This geotechnical investigation was authorized by Mr. Paul Padilla, P.E. with Multatech and performed in accordance with the Subcontract Agreement between Multatech and Gorrondona and Associates dated December 12, 2017. 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. 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 G&AI Project No. MUL18-0026 Page 1 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. Dorir+g ro35. pi!pth, fees bgsl bate Drilled _ _Loca#ien' B-01 to B-10 0.8 to 4.2 3/2/2018 Along Clover Lane B-11 to B-15 9 to 15 3/2/2018 Along Will Rogers Road Notes: 1. bgs = below pavement/ground surface. 2. Boring locatiotrs-provld�!d in Appendlx B - Boring Location Diagram were not surueyed and should be considered approximate. Borings were located by recreational hand-held GPS unit. Horizontal accuracy of such units IS typically as the order of N-feel. 3. Borings were drilled to 14 feel; or at re%Asal. Borings were terminated at Shelby tube refusal between 0.8 to 4.2-feet belnw 2awementsurface due to utilities running along the roadway_ 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 Soil 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 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+. G&Ai Project No. MUL18-0026 Page 2 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. TQst Prace ure C10;L I'il3l IOn Standard Practice for Dry Preparation of Soil Samples for Particle -Size Analysis and Determination of Soil Constants ASTM D421 ASTM D422 Standard Test Methnd for Particle -Size Analysis of 5r3ils ASTM D698 Standard Tr-st Methods for Labgratury Compaction Characterlstics of Soil Using Standard Effort ASTM D1140 Standard Tegt Methods for Arnoant of Material Err 5olls Finer then the No. 200 (75-µm) Sieve__ _ ASTM D1557 Standard Test Methods.lcrr Laboratory Ca�mpaction Characterlstics 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 G&AI Project No. MUL18-0026 Page 3 Test Pfdcedure --- Descrlption 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 Instructions Soil Strength Determination Using a Torvane Tex-145-£ Determining Sulfate Content in Soils - Colorimetric Method 4.0 SITE CONDITIONS 4.1 General Site Photographs. Photographs representative of the site at the time of this investigation are provided in Appendix D - Site Photographs. 4.2 GeologyI r 1W Geologic Formation. Abased on available surface geology maps anri our experience, it appears this site is located within the Cluck Creek limestone Formation near alluvium and terrace deposits. A geologic atlas and USGS formation description are provided in Appendix E - Geologic Information. The alluvium and terrace deposits consist of predominantly sand, silts, gravel and some clays. The Duck Creek Limestone Formation consists of limestone and clay. Geologic Faults. A geologic fault study was beyond the scope of this investigation. 4.3 Soil/Rock 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 - Boring logs and Laboratory Results. Terms and symbols used in the USCS are presented in Appendix F - Unified Soil Classification System. A summary of the stratigraphy indicated by the borings is provided below. G&AI Project No. MUL18-O026 Page 4 Gen era Iixed Subsurface CondILions aIDng Clnver Lane NIQmfnaI Depth, feet bgs (Except as mated) Genr:ral De�icriptfor' Oetalled VescriptlDn of Solis/Mat,erfala Erlq�ouiitered Top of Rottem of Layer Liver 0 1.5 to 3-inch ASPHALT OVERLAY 1.5 to 3-inches of ASPHALT OVERLAY. 1.5 to 7.5 to CONCRETE 6 to 7-inch CONCRETE PAVEMENT. 3-inch 9.5-inch 7.5 to 0.8 to 4.2 FAT CLAY Stiff to hard SAN DY FAT CLAY (CH) / FAT CLAY WITH 9.5-inch LEAN CLAY SAND (CH) / FAT CLAY (CH), firm to hard SANDY LEAN CLAYEY SAND CLAY (CL) and hard CLAYEY SAND (SC). Note: Boring Termination Depth = 0.8 to 4.2 feet bgs. Generalfced Subsurface Condit ions'along Will Rogers Road ( Ban rin 8-11 tD 11-1S) Mom inaJ Depth, feet bgs {Except as Noted) Goriest De�crfpNan Delafled Description D€ SolIs/ M Fit erials'Encow ntered Top pit Layer gaktom at 0 5 to 5.5-inch CONCRETE 5 to 5.5-inch CONCRETE PAVEMENT. 5 to 5.5-inch 4 to 13 FAT CLAY Soft to hard SANDY FAT CLAv Q-H) / FAT CLAY WITH SAND (Cli) / FAT CLAY (CH). 9 to 13 15 _ LEAN CfAY _ sfiffto hard LEAN CLAY (CL) / LEAN CLAY WITH SAND (CL). Note: Boring Termination Depth = 9 to 15 feet bgs. Swell Potentialbased on Atterberg Limits. Atterberg (plastic acid liquid) limits were performed on 10 shallow soil samples obtained at depths between 1- and .10-feet bgs. The plasticity index of the samples was between 12 and 40 with an average of 33 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. Boring Flo- Avg- Depth n) Moisture Content, w, 96 Liquid Limit, LL p astadty Index, PI Applred Overburden Stress (psil Swell t9fi) B-01 2.5 22 45 27 2.6 0.69 B-05 2.5 26 67 40 2.6 0.53 B-11 5.0 16 N/A N/A 3.9 0.58 B-12 9.0 24 N/A N/A , 7.1 0.10 B-13 7.0 20 N/A N/A 5.6 0.00 B-14 7.0 23 N/A N/A 5.6 0.34 B-15 7.0 23 N/A N/A 5.6 1.26 Note: N/A = Did not perform lab test. G&AI Project No. MLJL18-0026 Page 5 4.4 Groundwater Groundwater Levels. The borings were advanced using auger drilling and intermittent sampling methods to observe groundwater seepage levels. Groundwater levels encountered in the borings during this investigation are identified below. Buring No. Depth Groundwatf2r Jnlfsally Encountered Ifeet, bgsj Cruundwater Depth after 15 Minuted feet, U ) B-01 to B-1.5 � 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 C. 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 G&AI Project No. MUL18-0026 Page 6 drying. Maintaining a consistent moisture content in the soil is the key to minimizing both heave and shrinkage related structural problems. Will Rogers Road Calculated PVR using TxDOT Method Tex-124-E. The PVR calculated using TxDOT Method Tex-124-E is about 2 to 3-inches along Will Rogers Road. The calculated PVR is consistent with soil moisture conditions at the time this investigation was conducted. Will Rogers Road Calculated PVR using Swell Test Results. The PVR based on the swell test results is about 1-inch along Will Rogers Road. The PVR based on swell test results is dependent on the moisture conditions at the time of testing. 5.3 Construction Excavations Applicability. Recommendations in this section apply to short-term construction -related excavations along Will Rogers Road for this project. Construction related excavation recommendations below should not be used along Clover Lane due to limited information associated with terminating borings from 0.8 to 4.2-feet below pavement surface. 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 regulatiorks as Type B from the ground surface to a depth of 10-feet bgs. Short-term construction excavations may be cons ucl_ed with a maximum slope of 1:1, horizontal to vertical (H:V), to a depth of 10-feet bgs. 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 longer than 24- hours. G&AI Project No. MUL18-0026 Page 7 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 Monitoring. 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. 5.4 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 suh-mit a grou.nawater control plan, prepared by a licensed enginecr experir5�nced in that type of work. 5.5 Earthwork 5.5..E Site Preparation In 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. 5.5.2 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. G&AI Project No. MUL18-0026 Page 8 5.5.3 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. Root systems from trees and shrubs can draw a substantial amount of water from the clay soils at this site, causing the clays to dry and shrink. This could cause settlement beneath grade -supported slabs such as floors, walks and having. 5.5.4 Wet 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 cf the wet and/or- oft soil and replacement with Fill, 2. Chemical treatment of -the wet and/or soft sail to improve the Subgrade stability, or 3. If allowed by the sc:hRidule, drylrig 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. 5.5.5 Fill General Fill. General fill may be placed in pavement areas. 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 G&A] Project No. MUL18-0026 Page 9 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. .5.5.6 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. We recommend the following minimum soil compaction testing be performed: one test per lift per 100 linear feet of utility backfill. 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 pnother party. 5.6 Demolition Considerations' Applicability. Recommendations in this section apply to the removal of any existing foundations, utilities or pavement which may be present on this site. General. Special care should be taken in the demolition and removal of existing floor slabs, foundations, 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 Foundations. Existing foundations are typically slabs, shallow footings, or drilled piers. If slab or shallow footings are encountered, they should be completely removed. If drilled piers are encountered, they should be cut off at an elevation at least 24-inches below proposed grade beams or the final subgrade elevation, whichever is deeper. The remainder of the drilled pier should remain in place. Foundation elements to remain in place should be surveyed and superimposed on the proposed development plans to determine the potential for obstructions to the planned construction. G&AI should be contacted if drilled piers are to be excavated and removed completely. Additional earthwork activities will be required to make the site suitable for new construction if the piers are to be removed completely. G&AI Project No. MUL18-0026 Page 10 Existing Utilities. Existing utilities and bedding to be abandoned should be completely removed. Existing utilities and bedding may be abandoned in place if they do not interfere with planned development. Utilities which are abandoned in place should be properly pressure -grouted to completely fill the utility. Back#ill. Excavations resulting from the excavation of existing foundations and utilities should be backfilled in accordance with Section 5.5.5 — Fill. Other Buried Structures. Other types of buried structures (wells, cisterns, etc.) could be located on the site. If encountered, G&AI should be contacted to address these types of structures on a case -by -case basis. 5.7 Pavement Recommendations for rigid and flexible pavement and preparation of the pavement subgrade are provided in the following sections. A traffic study indicating the number and type of vehicles on which to base the pavement design was not provided. Therefore, our recommendations are based upon our experience with similar projects assuming normal vehicular loading. Tile WinPAS computer program, distributed by the Annerican Concrete Pavement Association (ACPA) was used for cur analysi5. The WinPAS program is a thickness design and life cycle costing too[ for pavements batted on AA5HTO 1993 design guide. We understand From our coriversations with the client that the street classification for Clover Lane and Will Rogers Road will be a Residential Street - Urban. According to the 2015 City of Fort Worth Pavement Design Standards, Section 3.1, Design Traffic and Design Life for Pavements, the Annual ESALs for this type of residential road is 35,000. Any unusual loadinq conditions should be brought to our attention prior to finalizing the pavement design so that we may assess and modify our recommendations as necessary. 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. 5.7.1 Design Parameters The following design parameters were used in the current analysis. The values are based on the 1993 AASHTO Pavement Design Manual, the City of Fort Worth Pavement Design Manual and our experience with similar projects. G&AI Project No. MUL18-0026 Page 11 Pavement Design Parameters Aem _ _ Descelptivn/valtie Street Classification Residential - Urban Annual One -Direction ESALs 35,000 Design Life 25 Years Growth Rate 0.5 percent per year Estimated Total Number of ESALS for Design Life (Rigid) 1,000,000 Estimated Total Number of ESALS for Design Life (Flexible) 930,000 Native Soils (Raw Subgrade) Fat Clay (CH) Initial Serviceability 4.5 (Concrete) and 4.2 (Asphalt) Terminal Serviceability 2.25 Reliability 85% Standard Deviation 0.39 (Concrete) and 0.45 (Asphalt) Layer Coefficient for HMA Asphalt Type D (Surface Course) 0.44 Layer Coefficient for HMA Asphalt Type B (Base Course) 0.41 Drainage Coefficient 1.0 Load Transfer Coefficient 3.0 Concrete Modulus of Elasticity 4,000,000 psi Concrete Modulus of Rupture 620 psi Modulus of Subgrade Reaction (k) (8-inch Lime Treated) 220 psi/in Layer Coefficient for Lime Stabilized Subgrade 0.15 Resilient Modulus (Raw Subgrade) 4,000 psi Notes: 1. Our design assumes adequate drainage is provided to the subgrade soils. The input drainage coefficient value recommended by the City. of Fort Worth Pavement Design Manual is 1.0. 2. Load Transfer Coeffifiient assumes :use of load transfer dvvk es; tied PCC $boulder, curb and gutter. For doweled Jointed Reinforced Concrete Pavement (JRC€') a J value of 3.0 is recommended by the City of For; Worth Pavement Design Manual for design input. 5.7.2 Rigid Pavement Portland cement concrete (PCC), minimum 28-day compressive strength of 3,600 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 Jointed Reinforced Concrete Pavement (JRCP) pavement thickness: Paving Use Thickness Lime Stabilized Minimum ReInforclng (inches) Subgrade Will Rogers Road 7 8 No. 3 bars spaced on 18-inch intervals in and Clover Lane both directions Results of our analyses using the WinPAS software is provided in Appendix G — Pavement Design Calculations. G&AI Project No. MUL18-0026 Page 12 5.7.3 Flexible Pavement The following Hot Mix Asphalt (HMA) paving section is recommended: Pavi rig Ilse HMAC Type D RMAC Type B Lirno Stabilbod Suhgrade Asphalt Thldrticss WE finches) (ir4ohesy J161-hes) Clover Lane 2 5 8 ' Asphaltic concrete pavement should comply with COFW Design Standards and TOOT 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 G — Pavement Design Calculations. 5.7.4 Sulfate Induced Heave Sulfate/sulfide minerals, when exposed to water, will react with calcium -based additives (lime, cement, aI 1d Class CS fix' ash) and Clay soils to form cttri{ giti. AS the mineral ettringite forms, it can expand approximately 2 to 2.5 times its original volume. 1 his process is known as sulfate induced heave and is the cause of swell in the treated subgrade soils and the overlying pavement structure. Identification of the problem can be difficult because sulfate sources often occur in seams and stratified pockets and can occur in smell localized areas. For sulfate concentrations more than 3,000 parts per million (ppm), modified pavement subgrade treatment recommendations are warranted. For sulfate concentrations more than 8,000 parts per million (ppm), alternate pavement subgrade treatment recommendations are warranted. Pavement subgrade recommendations provided in this report assume soil sulfate concentrations are less than 3,000 ppm based on the laboratory sulfate testing performed. Additional sulfate testing should be performed during construction to confirm sulfate concentrations located along the roadway alignment are less than 3,000 ppm. 5.7.5 Pavement Subgrade Lean to fat clay is expected to be encountered or exposed at pavement subgrade. The pavement subgrade should be protected and maintained in a moist condition until the pavement is placed. The pavement subgrade 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. The recommendations below are for planning purposes only and must be verified with Proctor data and lime series tests on the raw subgrade material at the time of construction. G&AI Project No. MUL18-0026 Page 13 Reagent I Application hate Application Depth Ir (povnJ5 per square yard} I {inches] Lime 8 Lime stabilization should be performed in accordance with TxDOT Standard Specifications, Item 260, "Lime Stabilized Subgrade", or local equivalent. 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 (i.e. the flexible base thickness should equal the lime stabilized thickness of 8-inches). 6.0 GENERA>v COf�lii �ii ENTS 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 .—ub;urface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclgsed. by the borings at the time they —were completed. Subsurface AnoinaliC&. Anornalies in s{absurface 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 G&AI Project No. MUL18-0026 Page 14 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 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 agunu> tarspecific application to design of this project. We have used that degree of care and skill ordin anly exercised under" similar Conditions by reputable members of our profession practicing it the same or similar Pocality. No other warranty, expressed or implied, is made or intended, G&AI Project No. MUL18-0026 Page 15 Appendix A - Project Location Diagrams Ipp.endix B - Boring Location Diagram Appendix C - Boring Log; and Laboratory Results r Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. S. Fort Worth, TX 76118 Telephone: 817-496-1424 BORING NU 13ER B-01 PAGE 1 OF 1 CLIENT MULTATECH Engineering Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MLJL18-0026 PROJECT LOCATION Fort Worth, TX DATE STARTED 3I2118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden CHECKED BY LG AFTER 15 MIN, Not Encountered NOTES Terminate at refusal at 4.0 feet AFTER 24 HR Not Measured ATTERBERG ° w w a N 'y w o LIMITS w O ° O w w > m 6 3 - w O a_ of MATERIAL DESCRIPTION w ~ j cJ ¢ c z Q F E- a� � L U w o nv �ry dD O� W mO> UZ Y 0 O E o w U � tom J� F- �z CO ¢Z r4 CC O o U� 0 o �O O -n o_ w LL 0 ASPHALT: 1.5 - inch overlay. CONCRETE: 6 - inch. FAT CLAY (CH) - Stiff, light brown, with limestone fragments and calcareous nodules. 1 DI I ! I i =' 2.50 19 2 CLAYEY SAND (SC) - Hard, light brown, with limestone fragments and calcareous nodules. ST 4.50+ 22 45 18 27 44 3 ST 4.50+ 14 4 Bottom of hole at 4.0 teet. Gorrondona &Associates, Inc. BORING NUMBER B-02 y ,# 7524 Jack Newell Blvd. S. PAGE 1 OF 1 7 L Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT MULTATECH Engineering,Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth, TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Sayak CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Terminate at refusal at 1.1 feet AFTER 24 HR Not Measured ATTERBERG f m 0 o w N w o LIMITS Lu �W Cl. �l7 �ZJ w Qt N r DZ U Z^ O MATERIAL DESCR1PTlON a Fa-'� W' � Q < j p m O� v Q` o D IU" O Qz Uz O Uin O O _ �� _ � �z w ASPHALT: 2.5 - inch overlay. CONCRETE: 6 - inch. A: ..q..a°'3a. :?rP! FAT CLAY (CH) - Light brown, with limestone fragments. ST 16 1 Bottom of hole at 1.1 feet. Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. S. Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT MULTATECH Engineering, Inc. PROJECT NUMBER MUL18-0026 DATE STARTED 312118 COMPLETED 312I18 CONTRACTOR StrataBore METHOD Continuous Flight Auger LOGGED BY Sayak CHECKED BY LG NOTES Terminate at refusal at 2.0 feet BORING NUMBER U-03 PAGE 1 OF 1 PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT LOCATION Fort Worth, TX GROUND ELEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED Not Encountered AFTER 15 MIN. Not Encountered AFTER.24 HR Not Measured ATTERBERG I W z W W m N LIMITS z W d Wm A-W -j OZI-- N � ID� rn COILLu HdO Z d Cl � �o MATERIAL DESCRIPTION wp� g W Y" U- m U C7 o O Uz O E oZhci m� vof �❑ 2iO a� �� �z w az LU v� 0- 0 co n o_ LL ASPHALT: 3 - inch overlay. CONCRETE: 6 -inch. 7 R'4•V FAT CLAY (CH) - Brown and light brown, with t calcareous nodules and limestone fragments. t s i 1 i i 0 i i i i i i i ST 17 2 Bottom of hole at 2.0 teet. Gorrondona & Associates, Inc. BORING NUMBER B-04 7524 Jack Newell Blvd. S, PAGE 1 OF 1 Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT MULTATECH Engineering Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden CHECKED BY LG AFTER 95 MIN. Not Encountered NOTES Terminate at refusal at 2.5 feet AFTER24 HR Not Measured ATTERBERG d a W W 7 N N W LIMITS W U~ }cj CL d O MATERIAL DESCRIPTION W°U Lu UO Z~ � � to� QtZ r- ~L- 0- Uj J o-D Q " UO N g nO° F- U1 0 Qz UZ F �jr!) �O --j J� �Z w Z cn W o❑ 0 LL ASPHALT: 2 - inch overlay. CONCRETE: 7 -inch. t.9,..y.e 4 IIEE4 SANDY FAT CLAY ((:fl) - Very surf to hard, brown and tan, with fimeskMa_fregmenta Find calcareous nodules. 1 ST 4.50+ 17 63 2 Bottom of hole at 2.5 feet. F- - Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. S. s Fort Worth, TX 76118 Telephone: 817-496-1424 BRING NUMBER B-05 PAGE 1 OF 1 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER -MU L18-0026 PROJECT LOCATION Fort Worth, TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger LOGGED BY Sayak CHECKED BY LG NOTES Terminate at refusal at 4.2 feet INITIALLY ENCOUNTERED Not Encountered AFTER 15 MIN. Not Encountered AFTER 24 HR Not Measured ATTERBERG I— o- o co w y :y W o cx LIMITS W a_ o O MATERIAL DESCRIPTION 00 U W 0 p z r N y a�� a z, z❑ cn� U p w❑ �� dD ~ �� m0� Y_ p` E m o N ❑g FQ �v QZ Lu UZ Q ~ (�0) 0` 2E0 �J �J z g '_' W 0 � ❑ c� a. IL z u_. ASPHALT: 2 - inch overlay. =� CONCRETE: 6 - inch. FAT CLAY WITH SAND (CH) - Hard, brown, with gravel and calcareous nodules. 1 j i I L) ! i i i I I ; 4.50+ 23 2 3 ST 4.50+ 2.0 103 24 67 27 40 79 4 ST 4.50+ Bottom of hole at 4.2 feet. 0 LLI w w 3 a w w a U H Gorrondona & Associates, Inc. BODING NUMBER B-06 �} 7524 Jack Newell Blvd. S. PAGE 1 OF 1 T!'7. Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION FortWorth, TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Terminate at refusal at 1.5 feet AFTER 24 HR Not Measured ATTIRBERG f Lu o w 7 N N w LIMITS Zw O fx)U Lu 7 Wov �J MATERIAL DESCRIPTION j C01 ¢ N `s` �` �' , Z Q DW w r �� M tZ U Q 4 0 aD O� w m0> Uz QF E w o U �7i �2E g �❑ �z w az ua a a_ �� d O �O U d Z 0 0. LL ASPHALT: 2.5 - inch overlay. CONCRETE: 7 -inch. b: .. i A9• �- �d." N. SANDY FAT CLAY (CH) - Hard, brown, with limestone fragments and calcareous nodules. 1 ST 4.50+ 22 Bottom of hole at 1.5 feet. s - Gorrondona & Associates, Inc. p A 7524 Jack Newell Blvd. S. 7t Fort Worth, TX 76118 Telephone: 817-496-1424 BORING NUMBER B-07 PAGE 1 OF 1 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUNDWATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Terminate at refusal at 2.8 feet AFTER 24 HR Not Measured ATTERBERGLu I— w LIMITS r U IL w W_ m Z �F Nm ¢f. Ci Z C) MATERIAL DESCRIPTION0 .4 + ��- w� w Va � w ❑ 0- 0¢ OE U ��� � QZ w J Z]jJ www} o 0 a Q ASPHALT: 2.25 - inch overlay. =" = CONCRETE: 6-inch. FAT CLAY (CH) - Stiff, dark brown efid brown, with limestone fragmentb and calcaa�vuS nodules. 1 ST 2.50 18 i i 2 Bottom of hole at 2.8 feet. 0 w w ai CK 1 Q 0. W a U H Gorrondona & Associates, Inc. BORING NUMBER B-08 ,{ 7524 Jack Newell Blvd. S. PAGE 1 OF 1 f Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT. MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Sayak CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Terminate at refusal at 2.2 feet AFTER 24 HR Not Measured ATTERBERG i z W W (U ?in W e LIMITS w U U } �W M �n 0' z Q O MATERIAL DESCRIPTION W azJ j W Y � ' �IL np " � W l oI 5 HF U��p O CJ� w 0of Uz E 0 U) —z w ❑- U i¢ zU) Q [i ASPHALT: 2 - inch overlay. .. A' ' CONCRETE: 6.5 - inch. v4A'p 4y4.n J FAT CLAY WITH SAND (C H) - Very stiff, brown, with limestone fragments and calcareous nodules. 1 ST 3.50 25 63 27 36 79 2 1ST-9T1 3.00 5 25 Bottom of hole at 2.2 feet. 01 ]11 Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. S. Fort Worth, TX 76118 Telephone: 817-496-1424 BORING NUMBER B-09 PAGE I OF 1 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth, TX DATE STARTED 312118 COMPLETED 3I2118 CONTRACTOR StrataBore METHOD Continuous Flight Auger LOGGED BY Sayak CHECKED BY LG NOTES Terminate at refusal at 2.5 feet GROUND ELEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED Not Encountered AFTER 15 MIN. Not Encountered AFTER 24 HR Not Measured ATTERBERG a o z W W m 7 w �, W o LIMITS w U _U H _(� 0-6 fY m a _ w� v7 lL �� �� Q� �' rn a 'c m H DZ F Z MATERIAL DESCRIPTION � � F O � m d j W � � Qom, o N � L a) � � W O UZ O 0 02 �� J� �Z co QZ W O o 2O o_ W a � LL ASPHALT: 2.5 - inch overlay. = CONCRETE: 6 - inch. :aeP: i SANDY LEAN CLAY (66 - Firm to hard, Ilght i I i brown, with calcareous nodules. I I 1 ST 1.00 20 32 20 12 54 2 ST 4.50+ 14 Bottom of hole at 2.5 feet. Gorrondona & Associates, Inc. BORING NUMBER B-10 A 7524 Jack Newell Blvd. S. PAGE 1 OF 1 I i Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth, TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden CHECKED BY LG AFTER 15 MIN, Not Encountered NOTES Terminate at refusal at 0.8 feet AFTER 24 HR Not Measured ATTERBERG r 'C o z w �, W a LIMITS W U C} Lum n. i W� (J) W �z� W �� W ¢� ? N ca a ° O MATERIAL DFSCRIPTIQN U > C7 ¢ W Y > w z ~ W o �- U X O U' W ry a� U Mo G. p" E m o N �" 0z 5 �� a-0 ¢Z w U 0 Ui~n U�' �O aJ _j �z u�� a 0LL ASPHALT: 2 - inch overlay, CONCRETE: 5.5 - inch I iP"e P: FAT CLAY (CH) - Brown, with limestone fragments, calcareous nodules and iron nodules. ST 15 Bottom of hole at 0.8 feet. c u v a u [t F a a LL W n. F Gorrondona & Associates, Inc. r, 7524 Jack Newell Blvd. S. e�:�,` Fort Worth, TX 76118 Telephone: 817-496-1424 BORING NUMBER B-1 i PAGE 1 OF 1 CLIENT MULTATECH Engineering Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth TX DATE STARTED 3/2/18 COMPLETED 3/2118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrataBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Braden CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES Terminate at refusal at 9.0 feet AFTER 24 HR Not Measured ATTERBERG I — a a z w N w o LIMITS w a U 0-0 � Lum a >- W� (A Lll �Z-i W �� W ¢ ? w v o� o c m ~ �z O O- U W o �J MATERIAL_ DESCRIPTION J 0 ~ ] C� Oa o a m�� w Y X = N rn E a �o Z D— W I— F �� c� X U� C7 UZ UO ov a�i v y u)� �� Hp '�z co ¢z co � a i Urn Q �O U � o W a.a li CONCRETE: 5 - inch SANDY FAT CLAY (CH) - Soft to hard, brawn, with limestone fragments and calcareous nodules. ST 0.50 21 2.5 i D1 � i i <! 4.00 18 63 26 37 61 5.0 I.i ST 4.50+ 16 1.8 106 17 52 21 31 ST 4.50+ 7.5 4.50+ ST 17 Bottom of hole at 9.0 teet. j Gorrondona&Associates, Inc. BORING NUMBER B-12 7524 Jack Nowell Blvd. S. PAGE 1 OF 1 Fort Worth, TX 76118 ,E3 Telephone: 817-496-1424 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth TX DATE STARTED 312118 COMPLETED 312118 GROUND ELEVATION HOLE SIZE CONTRACTOR Strataeore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Sayak CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES AFTER 24 HR Not Measured ATTERBERG F z a� W o LIMITS w © ~LU U IL p 0a } Vyw OZ W W j 4E ? � �Q Z a W � DESCRIPTION O.a , F FQ U pmMATERIAL U UZ U 0 0 z 03Z W C0 [C O a o 0 20 U !� Z 0.0 EL LL R>4'A CONCRETE: 5 - inch. FAT CLAY (CH) - Very stiff to hard, brown and light brown, with gravel, limestone fragments and calcareous nodules. ST 4.00 24 2.5 ST 4.00 23 DF 5.0 �F A 3.50 24 55 22 33 85 4,50+ 12 ST 7.5 SANDY FAT CLAY (CH) - Stiff, brown and light brown, with calcareous nodules and limestone fragments. ST 2.50 24 67 10.0 12.5 LEAN CLAY (CL) - Hard, brown and light brown, with calcareous nodules. ST 4.50+ 2.2 110 19 38 18 20 89 15.0 Bottom of hole at 15.0 feet. EAIlFort Gonondona &Associates, Inc. 7524 Jack Worthwell 18d. S. Telephone: 817-496-1424 BORING NUMBER B-13 PAGE 1 OF 1 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth. TX DATE STARTED 3/2118 COMPLETED 312118 CONTRACTOR StrataBore METHOD Continuous Flight Auger LOGGED BY Braden CHECKED BY LG NOTES GROUND ELEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED Not Encountered AFTER 15 MIN. Not Encountered AFTER 24 HR Not Measured ATTERBERG 0}- w w� LIMITS W U__ ~m o �_ �� into �z-i Lz F--� w Q� v� a,Q 'c v ~ n~ ¢C7 Qo O MATERIAL DESCRIPTION J � 0 ~ ] O O ¢ m0� w r N rn w `a �o z h w �" �h- i— c� O o v C) t a-= O� UZ x`� �` E a�i m 02 tp� - F �z Co C9 Qz w O > Ucn � 2O� g5 wIt Co 0 7- 0.0 FL A CONCRETE: 5.5 - inch. FAT CLAY (CH) - Stiff, Dark brown, urith calcareous nodules. ST 2.00 24 2.5 ST 24 3.00 62 23 39 89 J� 5.0 0 3.00 15 i i i FAT CLAY WITH SAND (CH) - Very stiff, light brown, with limestone fragments and calcareous nodules. ST 4.00 20 73 7.5 ST 1.7 3.00 115 15 10.0 12.5 LEAN CLAY (CL) - Hard, light brown, with calcaareous nodules. t 4.00 16 35 18 17 87 15.0 Bottom of hole at 15.0 feel. r a c� ui r EL EL LU w H F 0 a U H 0 w LU fr M a Ld w a U Gorrondona & Associates, Inc. BORING CUMBER B-14 7524 Jack Newell Blvd. S. PAGE 1 OF 1 Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT MULTATECH Engineering, Inc. PROJECT NAME Clover Lane and West Will Rodgers Road__ PROJECT NUMBER MUL18-0026 PROJECT LOCATION Fort Worth TX DATE STARTED 312118 COMPLETED 3I2118 GROUND ELEVATION HOLE SIZE CONTRACTOR StrafaBore GROUND WATER LEVELS: METHOD Continuous Flight Auger INITIALLY ENCOUNTERED Not Encountered LOGGED BY Sayak CHECKED BY LG AFTER 15 MIN. Not Encountered NOTES AFTER 24 HR Not Measured ATTERBERG r v wCn N W LIMITS w rl0 Wm wE �. �'m w Z N v �'� � x `-' �W z O� O a w - O � MATERIAL DESCRIPTION U 1 > c7 pow OZJ Q w Yy �= a z a �,e- w I- r =1 cng X U w U D D o mD> UZ E L 0_- o.1 02 >- �� �� r n U)Z Co Q W O a ef �D U 0. W 0.0 0 LL CONCRETE: 5.5 - inch FAT CLAY (CH) - Stiff to very stiff, brown, with calcareous nodules. ST 3.50 23 2.5 ST 2.50 23 57 25 32 89 5.0 ST! 3.50 22 ST 3.50 24 90 7.5 ST 2.00 2.1 112 18 10.0 12.5 LEAN CLAY WITH SAND (CL) - Very stiff, brown and light brown, with calcareous nodules. ST 3.50 17 36 18 18 83 15.0 Bottom of hole at 15.0 feet. Gorrondona & Associates, Inc. 7524 Jack Newell Blvd. S. Fort Worth, TX 76118 Telephone: 817-496-1424 CLIENT MULTATECH Engineering, Inc. PROJECT NUMBER MUL18-0026 DATE STARTED 312/18 COMPLETED 3/2118 CONTRACTOR StrataBore METHOD Continuous Flight Auger LOGGED BY Braden CHECKED BY LG NOTES BORING NUMBER B-15 PAGE 1 OF 1 PROJECT NAME _ Clover Lane and West Will Rodgers Road PROJECT LOCATION Fort Worth. TX GROUND ELEVATION HOLE SIZE GROUND WATER LEVELS: INITIALLY ENCOUNTERED Not Encountered AFTER 15 MIN. Not Encountered AFTER 24 HR Not Measured ATTERBERG r } m w LrgIpMS � U cn ZD ui a_ � z� �Q h D IZ— MATERIAL DESCRIPTION w U F Y � ~Z "w QV Cw• J�v Z �Q Uz p o �O JIT Hp CO w of a Ui Q U o 0.0 LL CONCRETE: 5.5 - inch. FAT CLAY (CH) - Stiff to very stiff, dark brown and brawn, with limestone fragments. ST 2.50 25 2.5 ST 21 3.00 63 25 38 88 � 1 5.D 12.50 l 23 i i 3.50 88 i i ST 23 7.5 1.6 ST 2.50 103 22 10.0 12.5 LEAN CLAY (CL) - Stiff, light brown, with limestone fragments and calcareous nodules. ST 2.50 17 37 19 18 87 15.0 Bottom of hole at 15.0 feet. E..A GORRONDONA & ASSOCIATES, INC. Laboratory Sulfate Content (Tex- 45-E) Project Name: Clover Lane and West Will Rogers Road Project No.: MUL18-0026 Date: 3/9/2018 Sample Location Depth (#t:. I Sulfate Content (PPM) B-01 2.0-3.0 133 B-02 0-1.0 140 B-03 0-2.0 200 B-04 0.5-2.0 253 B-05 B-07 2.0-3. 0 247 0.5-2.5 --- 120 B-08 2.0-2.5 -- — 1:37 B-09 2.0-2.5 200 _ 413 127 B-11 B-12 _ 4.0-6.0 2.0-4.0 B-13 6.0-8.0 107 B-14 4.0-6.0 107 B-15 2.0-4.0 113 AB$GRPTION SWE: LfEST (ASTM 04546)'ltl=5lrLTs Boring No. B-01 B-05 8-11 B-12 8-13 8-14 B-15 Average Sample Depth (ft) 2.5 2.5 5.0 9.0 7.0 7.0 7.0 Sample Height (in) 0.8 1 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 2.5 Initial Sample Volume (cu in) 3.93 3.93 3.93 3.93 3.93 3.93 3.93 initial Sample Weight (gr) 135.7 129.2 136.3 133.5 133.5 132.0 128.4 Initial Moisture (l) 22 26 16 24 20 23 23 Final Moisture (%) 23 -- 20 -- 21 24 26 Initial Wet Unit Weight (pcf) 132 125 132 129 129 128 124 Initial Dry Unit Weight (pcf) 108 101 113 104 108 104 101 Applied Over Burden (psi) 2.6 2.6 3.9 7.1 5.6 5.6 5.6 Initial Dial Reading (in 0.0148 0.0227 0.0235 0:0212 O,9026 0.0214 0.0537 Final Dial Reading (in) D.0203 0.0269 0,0281 � 0.0220 0.0026 0.0241 0.0638 Swell (°' 0.69 0.53 0_58 0.10 0O0 0.34 1.26 Project No.: MUL18-0026 Project Name: Clover Lane and West Will Rogers Road Performed by: Gorrondona and Associates, Inc. 4 3 N ui N cu lL^ VJ 7 2 L Q E O U 1 UNCONFINED COMPRESSION TEST i F-EE- I I I I Ii iI Ii a 5 14 15 26 Axial Strain, % Sample No. — -- 1 Unconfined strength, tsf 2.002 �— Undrained shear strength, tsf 1.001 Failure strain, % 15.3 Strain rate, %/min. 1.00 Water content, % 23.9 Wet density, pcf 128.0 Dry density, pcf 103.3 Saturation, % N/A Void ratio NIA Specimen diameter, in. 2.75 Specimen height, in. 5.75 Height/diameter ratio 2.09 Description: LL = 67 1 PL = 27 PI = 40 GS= Type: Shelby Tube Project No.: MUL18-0026 Date Sampled: 03/02/2018 Remarks: Bulge Failure Figure Client; MULTATECH Engineering, Inc. Project: Clover Lane and West Will Rogers Road Location: B-05 Depth: (2.0-3.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 2 9.5 ui N Ql E a U 0.5 0 fl UNCONFINED COMPRESSION TEST 6 i,$ Axial 3 Strain, 4.5 Sample No. , Unconfined strength, tsf 1.812 Undrained shear strength, tsf 0,906 Failure strain, % 2.3 Strain rate, %/min. 1.00 Water content, % 17.4 Wet density, pcf 124.6 Dry density, pcf 106.2 Saturation, % NIA Void ratio N/A Specimen diameter, in. 2.75 Specimen height, in. 5.75 Heightldiameter ratio 2.09 Description: LL = 52 PL = 21 1.131=31 GS= Type: Shelby Tube Project No.: MUL18-0026 Date Sampled: 03/02/2018 Remarks: Bulge Failure Figure Client: MULTATECH Engineering, Inc. Project: Clover Lane and West Will Rogers Road Location: B-11 Depth: 6.0-8.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas a 3- -Eli c m U m 2 a N m a E 0 U 1 UNCONFINED COMPRESSION TEST -�-- Axial Strain, °A i Sample No. 1 _ _ Unconfined strength, ts#_ 2.159 Undrained shear strength, tsf 1.079 _ Failure strain, % 5.1 _ Strain rate, %/min. 1.00 Water content, % 19.4 Wet density, pcf 131.4 Dry density, pcf 110.0 _ Saturation, % NIA Void ratio _ _NIA Specimen diameter, in. 2.76___ Specimen height, in. 5.73 _ Height/diameter ratio 2.08 Description: LL = 38 1 PL = 18 Pl = 20 GS= Type: Shelby Tube Project No.: NIUL18-0026 Date Sampled: 03/02/2018 Remarks: Bulge Failure Figure Client: N ULTATECH Engineering, Inc. Project: Clover Lane and West Will Rogers Road Location: B-12 Depth: 13.0-15.0: ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 4 3 N W N U) m 2 7 L E U 1 0 UNCONFINED COMPRESSION TEST - h 0 5 Axial Strain, 10 16 . 0 % Sample No. Unconfined strength, tsf 2.062 T _ Undrained shear strength, tsf 1.031 Failure strain, % 10.7 Strain rate, %/min. _ 1.00 Water content, % 18.4 W Wet density, pcf N/A _ Dry density, pcf N/A - Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.74 Specimen height, in. 5.74 _ Height/diameter ratio 2.09� Description: LL = PL = PI = GS= Type: Project No.: MUL18-0026 Date Sampled: 03/02/2018 Remarks: Shear Plane Failure Figure Client: MULTATECH Engineering, Inc. Project: Clover Lane and West Will Rogers Road Location: B-14 De the 8.0-10.0 ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston Texas 1.5 0.5 UNCONFINED COMPRESSION EST Axial Strain, -,A Sample No. I-F ftti .. , 1 Unconfined strength, tsf 1.552 Undrained shear strength, tsf 0,776 Failure strain, % 7.2 Strain rate, %Imin. 1.00 Water content, % 21.7 Wet density, pcf 125.7 Dry density, pcf 103.3 Saturation, % N/A Void ratio N/A Specimen diameter, in. 2.70 Specimen height, in. 5.74 Height/diameter ratio 2.13 LL = I PL = PI = I GS= I Type: Shelby Tube Project No.: NfMI8-0026 Client: MULTATECH Engineering, Inc. Date Sampled: 03/02/2018 Remarks: Bulge Failure Figure Project: Clover Lane and West Will Rogers Road Location: B-15 Depth: (8.0-10.0) ft. UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. D RAF.-T tl l /q�/q CY itr U) 0 0 m CL LU I-- fA �. o 0 CLO m O m � r e m —h 4 f M � 1' O I � Ame no — -- •L O y V bA •+ ii I [E > Ln I a m CO 0 Of 0 J Q,1 o k a %j 0 O 06 J D Q Z 4- u a� O S` d Appendix E - Geologic Information k (https://www. usgs.gov/) Mineral Resources (https!//minerals.usgs.gov/) / Online Spatial Data (/) / Geology (/geology/) / by state (/geology/state/) / Texas (/geology/state/state.php?state=TX) Duck Creek Limestone .... . . .... XML (IgeoIogyIstate/xmI/TXKdc;0) JSON (Igeology/state/jsonrrXK&0) Duck Creek Limestone State Texas (Igeology/state/state.php?state=TX) Name Duck Greek Limestone Geologic Phanerozoic Mesozoic Cretaceous -Early [Comanchean] age Comments Duck Creek --Limestone, aphanitic, in part bioclastic, locally burrowed, pyrite nodules up to 0.2 ft. beds 0.2-2 ft thick, pinch and swell, md. gray to yell gray; weathers dk gray with yell-brn patches. marine megatossils are Gryphaea and ammonites; thickness 30-100 ft. Primary limestone e o [agy/stateIsg r-ric- [ith. ph p ?text Aimestone) rock type Secondary (/ge o logylstatefsg m c- lith. ph p ?text=) rock type Other rock (/geology/statefsgmc-lith.php?text=) types Lithologic Major constituents Sedimentary > Carbonate > Limestone (Bed) Sedimentary > Carbonate > Limestone (Bed) Map Bureau of Economic Geology, 1992, Geologic Map of Texas: University of Texas at references Austin, Virgil E. Barnes, project supervisor, Hartmann, B.M. and Scranton, D.F., cartography, scale 1:500,000 Unit Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau references of Economic Geology, University of Texas at Austin, scale 1:250,000. . ........................................ ......................................... - .................................... ... ............ ........................ ... .................... - ............................................................................. . . . .............. Bureau of Economic Geology, 1967, Sherman Sheet, Geologic Atlas of Texas: University of Texas at Austin, Bureau of Economic Geology, scale 1:250,000. Counties Bailey (Igeolog ylstatelfips-unit. php?code=f48017) - Hood (Igeologylstatelfips- unit.php?code=f48221) - Lamb (Igeologylstatelfips-unit. php?code=f48279) - Parker (lgeologylstatelfips-unit.php?code=f48367) - Tarrant (Igeologylstatelfips-unit.php? code=f48439) DOI Privacy Policy (https://www.doi.gov/privacy) I Legal (https://www.usgs.govllaws/policies_notices.htm]) I Accessibility (https:l/www2.usgs.govliaws/acr-essibility.htmi) I Site Map (https:/Iwww.usgs.gov/sitemap_html) Contact USGS (https:Hanswers.usgs.gov/) U.S. Department of the Interior (https:/Iwww.doi.govn I DOI Inspector General (https://www.doioig.govo I White House (https://www.whitehouse.govn I E-gov (https://wwwwhitehouse.gov/omb/e-gov/) I Open Government (https:/Avww.whitehouse.gov/open) I No Fear Act (https://wwwdoi.gov/pmb/eeo/no-fear-act) FOIA (https:Nwww2.usgs.gov/foia) U-SGS scioncs for a changing world Mineral Resources > Online Spatial data > Geology > by state > Texas alluvium alluvium State l exas Name alluvium Geologic age Phanerozoic I Cenozoic I Quaternary I Holocene Original map label Qal Comments alluvium and low terrace deposits along streams, sand, silt, clay, and gravel. Thickness variable. The unit appears on Geologic Map of Texas on the lagoon side of barrier islands where they represent lagoon and wind -tidal -flat sand and clay. These deposits of clay and silty, clayey fine to v. fine quartz sand and shell sand accumulate on alternately dry and flooded barren flats 0.3 m below to 1 rn above mean sea level. Mapped areas include active e-olian sand duties on tN- landward side of barrier islands. Primary rock type solid Secondary rock type Silt Other rock types clay or mud; gravel Lithologic constituents Major Unconsolidated > Fine -detrital (Alluvial) Unconsolidated > Coarse -detrital (Alluvial) 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, 1974, Austin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1974, San Antonio Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1976, Crystal City -Eagle Pass Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1972, Dallas sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1967, Palestine Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ............................................................................................................•...........•.................•.........................•••••.....•.••...................................................................................... Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. .... ............ ...........••••................••..•............ .....•.............................................. ............................................................. ................................ ..... ............. ..... ................ I............... Bureau of Economic Geology, 1968, Beaumont Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. I ............ I ...... ..................................................................................................................................................................I........................__............................................... Bureau of Economic Geology, 1975, Corpus Christi Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. ............................ _................ ..............................................•.••...................... ....•........................... .............................. ..•.•........................ _.w................................... Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Bureau of Economic Geology, 1982, Houston Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1:250,000. Counties Anderson - Andrews - Angelina - Aransas - Archer - Armstrong - Atascosa - Austin - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazoria - Brewster - Briscoe - Brooks - Brown - Burleson - Burnet - Caldwell - Calhoun - Callahan - Cameron - Camp - Cass - Chambers - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - Cottle - Crane - Crockett - Crosby - Culberson - Dallam - Dallas - Dawson - Deaf Smith - Qelta - Denton - DeWitt - Dickens - Dimmit - Dbifiley - Duval - Eastland - Ector - Edwards - Ellis - El Paso - Erath - Fannin - Fayette -Fisher - Floyd - f-oard - Fart Bend - Franklin Fhr estane.- trio - Galveston - Garza - Gillespie = Glasscock-- Gollad - Gorzales - Gray.- Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Haflsfard - Hardeman - Hardin - Harris - Harrtson - Hartley - Haskell - Hays - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Howard - Hudspeth - Hunt - Hutchinson - Irian - Jack - Jackson - Jasper - Jeff Davis - Jefferson - Jim Hogg - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kenedy - Kent - Kerr - Kimble - King - Kinney - Kleberg - Knox - Lamar - Lampasas La Salle - Lavaca - Lee - Leon - Liberty - Limestone - Live Oak - Llano - Loving - Lubbock - McCulloch - McLennan - McMullen - Madison - Marion - Martin - Mason - Matagorda - Maverick - Medina - Menard - Midland Milam - Mills - Mitchell - Montague - Montgomery - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Nueces - Oldham - Orange - Palo Pinto - Panola - Parker - Pecos - Polk - Potter - Presidio - Rains - Randall - Reagan - Red River - Reeves - Refugio - Roberts - Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patriclo - San Saba - Schleicher - Scurry - Shackelford - Shelby - Sherman - Smith - Somervell - Starr - Stephens - Sterling - Stonewall - Sutton - Tarrant - Taylor - Terrell - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Upton - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Ward - Washington - Webb - Wharton - Wheeler - Wichita - Wilbarger - Willacy - Williamson - Wilson - Winkler - Wise - Wood - Young - Zapata - Zavala Show this information as [XMLI - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: https://mrdata.usgs.gov/geology/state/sgmc-unit.php?unit=TXQal;0 Page Contact Information.: Peter Schweitzer Mineral Resources On -Line Spatial Data Mineral Resources > Online Spatial Data > Geology > by state > Texas Terrace deposits Terrace deposits state Texas Name Terrace deposits Geologic age Phanerozoic 1 Cenozoic I Quaternary I Pleistocene Holocene Original map label Qt Comments Sand, silt, clay, and gravel in various proportions, with gravel more prodominent in older, higher terrace deposits. Locally indurated with calcium carbonate (caliche) in terraces along streams. Along Colorado River clasts mostly limest., chert, quartz, and various igneous and metamorphic rocks from Llano region and Edwards Plateau. Lir.ludes point bar, natural levee, stream channel deposits along valley walls; probably in large part correlatives of Dewey011e, I��aurnont, Lissie, and Willis deposits. In upland regions (Rolliing Plains, Edwards Plateau, etc.) unit Includes fluvial terrace deposits, undivided. Light - brown, reddish -brown, gray, or yellowish -brown, gravelly quartz and lithic sand and silt to sandy gravel (Moore and Wermund, 1993). Deposits become increasingly fine grained on Coastal and Nueces Plains. Locally, calcium carbonate -cemented quartz sand, silt, clay, and gravel intermixed and interbedded. Low terraces of major rivers are capped by 2-4 m of clayey sand and silt. Sandy gravel on higher terraces varies somewhat in composition from river to river. Gravel commonly is rounded to angular limestone and chert pebbles and cobbles, some boulders, sparse igneous pebbles along Brazos river in places. In Bastrop Co., a deposit 27 m above Colorado River contains the Lava Creek B (Pearlette O) volcanic ash (age 0.6 Ma). Along the Frio, Leona, and Sabinai Rivers east of Uvalde, gravel is chiefly basalt and pyclastic clasts, locally cemented by iro oxide. Gravel along the Rio Grande is subrounded clasts of locally derived Limestone and chert and rounded clasts of basalt, volcanic porphyry, quartzite, milky quartz, and banded chalcedony derived from the west. Primary rock type terrace Secondary rock type sand Other rock types gravel; silt; clay or mud Lithologic constituents Major Unconsolidated > Coarse -detrital > Sand (Bed) Unconsolidated > Fine -detrital > Silt (Bed) Minor Unconsolidated > Fine -detrital > Clay (Bed) Unconsolidated > Coarse -detrital > Gravel (Bed) 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:SOO,000 Unit references Moore, D.W. and Wermund, E.G., Jr., 1993a, Quaternary geologic map of the Austin 4 x 6 degree quadrangle, United States: U.S. Geological Survey Miscellaneous Investigations Series Map I-1420 (NH-14), scale 1:1,000,000. [http://pubs.er.usgs.gov/publication/!1420(NH14)] Bureau of Economic Geology, 1975, Beeville -Bay City Sheet, Geologic Atlas of Texas, Bureau of Economic Geology, University of Texas at Austin, scale 1: 250, 000. ............................................. _..................... ...... ,.._............. ............. .................................................................. ................ ....................................... .............. .............. Bureau of Economic Geology, 1974, Seguin Sheet, Geologic Atlas of Texas, University of Texas, Bureau of Economic Geology, scale 1:250,000. Counties Anderson - Angelina - Archer - Armstrong - Atascosa - Austir - Bandera - Bastrop - Baylor - Bee - Bell - Bexar - Blanco - Borden - Bosque - Bowie - Brazos - Brewster - Briscoe - Brown - Burleson - Burnet - Caldwell - Callahan - Camp - Cass - Cherokee - Childress - Clay - Coke - Coleman - Collin - Collingsworth - Colorado - Comal - Comanche - Concho - Cooke - Coryell - CoWe - Crane -.Crosby - Daliam - Dallas.:- Delta - Denton - DeWitt - Dickens _. Dimmit - Donley - D,uval o Eastland - Ellis - Erath - Falls - Fannin - Fayette - Fisher - Fciard - Franklin -,Freestone - Frio - Garza - Gillespie - Glasscock - Goliad - Gonzales - Gray = Grayson - Gregg - Grimes - Guadalupe - Hall - Hamilton - Hansford - Hardeman - HaFdin - Harris - Harrison - Hartley - Haskeii - Hags - Hemphill - Henderson - Hidalgo - Hill - Hood - Hopkins - Houston - Hunt - Hutchinson - Jackson - Jasper - Jeff Davis - Jim Wells - Johnson - Jones - Karnes - Kaufman - Kendall - Kent - Kerr - Kimble - Kinney - Knox - Lamar - Lampasas - La Salle - Lavaca - Lee - Leon - Limestone - Lipscomb - Live Oak - Llano - McCulloch - McLennan - McMullen - Madison - Marion - Mason - Maverick - Medina - Menard - Midland - Milam - Mills - Mitchell - Montague - Montgomery - Moore - Morris - Motley - Nacogdoches - Navarro - Newton - Nolan - Oldham - Palo Pinto - Panola - Parker - Pecos - Poik - Potter - Rains - Reagan - Red River - Reeves - Refugio - Roberts Robertson - Rockwall - Runnels - Rusk - Sabine - San Augustine - San Jacinto - San Patricio - San Saba - Schleicher - Scurry - Shackelford - Shelby - Smith - Sornervell - Starr - Stephens - Stonewall - Tarrant - Taylor - Throckmorton - Titus - Tom Green - Travis - Trinity - Tyler - Upshur - Uvalde - Val Verde - Van Zandt - Victoria - Walker - Waller - Washington - Webb - Wheeler - Wichita - Wilbarger - Williamson - Wilson - Wise - Wood - Young - Zapata - Zavala Show this information as [XML] - [JSON] U.S. Department of the Interior I U.S. Geological Survey URL: https://mrdata,usgs.gov/geology/state/sgmc-unit.php?unit=TXQt;O Page Contact Information: Peter Schweitzer Appendix r - Unified Soil Classification Systefiin UNWIED SUL CLASSIFICATION SYSTEM LIHNF_D SOIL CL.A56Ff "AITY AND =001CPl RT JfMe;;]'.EM 54%, 31 il59kWn1 C'.fL'r �;/r kayo .'}J:, irl1d Ail}: iu t P-Yovgm0dgmv - qmv-d nlam&m nUVPMLhHanrnUf'Vt Crnmai m lemIsm trsk 1 Q NM �4mn 1�a s GM �-�y, :� • ..; arr * 7rri 111 rni-ko*j k "-. 011 A mx'irra ' bno �:arrri ,Jr'/11-11.tft, Pon 11,A e% +9G. r_r,�.`.{a,,,u' Q1w wat;r LY13l, Sti, rTrm, Y WAz, fanny WI-1 Sew t NTEM tins 121L R*ra b 14 S#y IR rb. rrzl Q 7wilse1 i Nli'c'gA H1;! i . irrmv- kf Ti1%3wd % rrol+riLsm'f i. a J.7sun z=) kLkjWt1Lzim Lidv4irVfL-I@ra[,!&_rULyk k!L },{r 11 ci l c.b 1[ `iLtl Li71tl1 sY w+e'y H s•+q 111A W4'1 rA Pb aFTT A +4K1 1ri V3FFc. pup d Km in rrmok" fm AY6 =gslcr11- Cc wed-Y.9wm Ycwk-i?dydar `CSS ICU h �-'i tay�,iga 6AM 5fin — cc VN.r►cswAM0gah,Gr.gdq%ed Lrnr� r���1�,momwrsar Mi Ci'Y Di1Gt w7iF�L_13 S d��FSt r AAV _yv.J i -m; IH- oil ru_6krinl�nr f,i,! no v y wr ;Nml mpl clhw MVtywgwrueaL1 Dm Du !I Qr&&W n k C, t '� c � Wwun 1 Fwf 3 G �ILI 018YDw lip Nairn rdhgnM[raz1gimrzkp-jrvmardm1orGW A.-d:twSJ11/r&6JLL0n'A' J1.iR.a'J4`IIfA7R1fF _I.hatwasr rIV cr P). b5S '11m 4 4 and � Mm buTkt-wctl d i A. -,arm ._ Irmo Fri° mRjAyip mua{dud s"Wx t� ickep%W '.i gm Lr"tint Dear D—W Aft SW at. Do, DIM y� ''�i mE jng;ii rSC iS;a'rr]�ti"s�LiAi7rSk'L`_5,Ur G* rpm Amm*V WS& havrr '15' Unum PKuwrllq Ilk V dad-mno Inuiv IRLtjszswnd wmPl,h4lramxald7om ONiLY i/JU�oe M 9 0�w=q 1 wa Momiq imw nmm ly Inoi4 Omr� rkm'7 wP4 �Y+�R�'r11'IL 01`f it {ICi4l +w+7 #•SMh Yfik -}�{#a bl'rd Q*gwvatn B%F3*dTmR'd eor'r Aro e!Ird au 45ha'rt LIMILMtnG .f........ .............._131,S1n.�:} 4ffQ V%n I Z oa%vY .................. I ............ 00. CU SW : { i 3p R ......_ I'MMM MgykVdaf aWO! ���� FY C H ✓'LF! i i 1=10 vial A 0 C am 1E 14 i! i TERMS'IDESCRIRINE;'SrIDILCM-GR'r.�TE.NCIF rn.nd + F LiG Is m.«seGrn:nets ScIfs P JytJ*mvAr Pe�TJ � tirt: t e Err e t?25ui iiaTL riz.0.10 1 + abi PkAgm Cle —dob F$ ya n mansity � Solt 0.12 n I .d o 4 Vary Loose 0W 200A Flinn 1.0 iD 1.ti 4ta1D Loose 20 to9C3 'Sliff ! 5 iv 3,0 10 wm ►-Wrum Der?w 40 to704s voy mm 3� 0 0 4b 305M D 70 t+�-8u"�'* Hard .1 Har.&r Oveo• q V" Anna Rio AM jwrum mmmVIPM Appendix G - Pavement Desipr) Calculations 04 Afff A I I Win PASS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: Clover Lane and West Will Rogers Route: Clover Lane and West Will Rogers Location: Fort Worth, Texas Owner/Agency: City of Fort Worth Design Engineer: Rigid Pavement Design/Evaluation Concrete Thickness 6.27 inches Load Transfer Coefficient 3.00 Total Rigid ESALs 1,000,000 Modulus of Subgrade Reaction 220 psilin. Reliability 85.00 percent Drainage Coefficient 1.00 Overall Standard Deviation 0.39 Initial Serviceability 4.50 Flexural Strength 620 psi Terminal Serviceability 2.25 Modulus of Elasticity 4,000,000 psi Modulus of Subgrade Reaction !k-value) Detenninatinn Resilient Mudulug of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 0 Depth to Rigid Foundation 0.00 Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 220 psilin. Monday, April 2, 2018 3:47:18PM Engineer: Gorrondona & Associates Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Flexible Design Inputs Project Name: Clover Lane and West Will Rogers Route: Clover Lane Location: Fort Worth, Texas Owner/Agency: City of Fort Worth Design Engineer: Flexible Pavement DesigrVEvaluation Structural Number 4.03 Subgrade Resilient Modulus 4,000.00 psi Total Flexible ESALs 930,000 Initial Serviceability 4.20 Reliability 85.00 percent Terminal Serviceability 2.25 Overall Standard Deviation 0.45 Layer Pavement ❑esignlEvaluation Layer Layer Dralnaga Layer Layer Material Goefficidnt Coefficient Thickness SN Asphalt Cement Concrete 0.44 1.00 .:.00 0.88 Asphalt Treated Agg. Base 0.41 1,,00 5,00 2.05 Chemical Stabilized Subgrade 0.15 1.00 8.00 1.20 ESNI 4.13 J Wednesday, April 18, 2018 10:06:02AM Engineer:Gorrondona & Associates G-VC-6o06oD Minority and Women Owned Business Enterprise Compliance STANDARD FORM TO BE COMPLETED BY CONTRACTOR FOR CONTRACT EXECUTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond Contract 2 Revised July 1, 2011 City Project No. 101120 THIS I ;GE !NTEN-1-IONALY LEFT BANK McClendon Construction Company, Inc Clover Lane and Will Rogers Road OVERVIEW The following actions were taken, by category, to secure MBE participation: Opportunity Category: Action Taken: Result: Water and Sewer, Prequalified Good Faith Effort No MBE bids received Drainage Const/Storm Sewer Good Faith Effort No MBE bids received Inlet/Manhole Construction Good Faith Effort No MBE bids received Asphalt Paving Good Faith Effort No MBE bids received Haul -off Trucking Use only MBE's MBE Participation Seeding and Sodding Good Faith Effort MBE Participation Joint Seal Good Faith Effort No MBE bids received Ready Mix Concrete Good Faith Effort No MBE bids received Rebar Supplier Good Faith Effort No MBE Firms provided Fuel Good Faith Effort No MBE Firms provided Aggregate/Topsoil i Good Faith Effort No MBE Firms provided Portable Toilets Good Faith Effort No MBE Firms provided { Project Signs, Barricades Good Faith Effort No MBE Firms provided Erosion Control Services Good Faith Effort No MBE bids received ' Lighting Good Faith Effort No MBE bids received i Fence Matl/Install 1 Good Faith Effort No MBE bids received Striping and Markings Good Faith Effort No MBE bids received Street Sign Installation Good Faith Effort No MBE Firms provided Construction Staking Good Faith Effort No MBE response rec'd Tree Removal Good Faith Effort No MBE bids received Milling Good Faith Effort No MBE Firms provided Chemical Lithe Good Faith Effort No MBE Firms provided ATTACHMENT IA Page 1 of 4 City of Foil Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form EROR COMPANY NAME: I Check auulicable block to describe McClendon Construction Company, Inc PROJECT NAME: ff Clover Lane and will Rogers Road October 3, Zo�1D City's MBE Project Goal: IOrferor's MBE Project Commitment: PROJEC 15 Rio -- _.1 . 2.4 Rio 1101120 Identity all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested document6tion, and received by the Purchasing Division no later than 2,00 p_m. on the second City business day after bid opening, a clusive of bid opening date, wlII result in the bad being considered non -responsive to bid specifications_ The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth, The intentional and/or knowing misrepresentation of faci~s is grounds for consideration of disqualification and wlii result in the bad being considered port-respcnsive 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 rise counties. Prime contractors must identify by tier level of all subcDntractorsdsuppliers_ Ter: meads the level of subcontracting below the prime contractor1consultant i_e_ a direct payment from the prime contractor to a subcontractor is considered i I tier, a payment by a subcontractor to its supplier 1s considerred " tier. 1-lie prirne contractor is responsible to provide proof of payment of allt flered subcontractors identified as a MICE and counfing. those dollars towards meeting the contract committed goal, ALL IVIBEs 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 to given credit as long as the MOE Its d owns.and operates at least one fully licensed and operational truck to. be used on the contract. The VISE may lease' trucks from another MSE firm, including MBE owner -operated, and receive full MBE credit. The MEE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and cam missions earned by the MBE as outlined in the lease agreement. Rev. 2/10/15 FORT WaRTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status-, i.e., MlnorilV 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. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person NCTRCA -- N 0 " M 13 F Detail Subcontracting LR111ork Detail Supplies Purchased Dollar Amount T i M e B r E W B E Rubio Trucking 9000 Co Rd 513 Alvarado, TX 76009 Juan Rubio 817/829-3711 No fax © ❑ Hauloff Trucking $87,022.00 C Green Scaping LP 2401 Handley Ederville R Ft Worth, TX 76118 Stacy Geigenmiller 8171577-9299 sgeigenmiller@greenscaping.com ❑ Sodding $1$,857.02 Rev. 2110t15 ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minorily and nf�n-MOE 5. 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. SUBCONTRACTOR/SUPPLIER NCTRCA ° Company Name T " Detail Detail Address Telephone/Fax i e M W Subcontracting Work Supplies Purchased Dollar Amount Email B E B E � Contact Person E Gra-Tex Utilities PO Box 700 Water and Arlington, TX 76004 ❑ E:]Sewer, $1,746,384.15 Sheldon Rosenbaum Drainage, Inlets 8171276-5800 and manholes gratex@sbcglobal.net Reynolds Asphalt PO Box 370 Euless, TX 76039 Charlie Daniels El ❑ Asphalt Paving o/ Milling $33,157.00 8171267-3131 cdaniels@reynoldsasphalt.co m Bean Electrical Inc 821 E Enon Ave Ft Worth, TX 76140 Andrew Hawkins ❑ ❑ Lighting `� Electrical $44, 040.00 817/561-7400 ahawkins@beanelectrical.co m W.O.E. Const Inc PO Box 185176 Grand Prairie, TX 76181 Aaron Mitchell ❑ Joint Seal $10,176.00 817/284-7400 amitchell@woeconstruction.c om Metroplex Pvmt Markings 1001 Kennedy Bldg #6 Pavement Saginaw, TX 76131 9721790-2983 Markings, Street $38,835.00 —,(1 Troy Hammond Signs troy@ metroplexpavem entmarkin gs.com Steven Rizo PO Box 730 Joshua, TX 76058 ❑ ❑ Construction 817/570-7520 Staking $19,035.00 srco@pmdigy.net Rev. 2/10/15 FORT WORTH ATTACHMENT1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEK;. MBE firms are to be listed first, use additional streets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r NCTRCA RA V1f B B E E ° P1 M a F Detail Subcontracting L+41ort; Detail Supplies Purchased Dollar Amount Cowtown Ready Mix PO Box 162327 Fort Worth, TX 76161 Max Ulrich ❑ Ready Mix Concrete $505,680.00 817/759-1919 maxr-owtown@yahoo.com Barnsco, Inc 2609 Willowbrook Dallas, TX 75220 214/352-9091 ❑ ❑ Rebar Supplier $50,761.00 fax 214/379-0341 Big City Crushed Conc PO Box 29816 Dallas, TX 75229 ❑ ❑ Aggregate $6,750.00 972/243-5820 HJG Trucking, Inc 701 Denair St Ft Worth, TX 76111 817/834-7181 ElTopsoil 10 $5,000.00 Buyers Barricades 7409 Baker Blvd Richland Hills, TX 76118 817/601-6413 ❑ Barricades $43,290.00 Lhoist North America 5274 Paysphere Circle Chicago, IL 60674 ❑ ❑ Chemical Lime $39,500.00 Rev. 2110/15 o._ T� ro� ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e_, I4M1inorily and norr-MEE9' 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. SUBCONTRACTORISUPPLIER NCTRCA ° Company Name Detail Detail Address Telephone/Fax i e M B w B Subcontracting work Supplies Purchased Dollar Amount Email Contact Person r E E F Project Compliance LLC PO Box 16406 Ft Worth, TX 76162 ❑ ❑ Erosion Control Devices 866/228-1586 $4870,00 ❑ ❑ ❑ ❑ ❑ ❑ Rev. 2110/15 FORT WORTH Total Dollar Amount of MBE Subcontractors/Suppliers Is 105,879.00 Total Dollar Amount of Ikon-14:iiBE Subcontractors/Suppliers Is 2,547,478.15 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS I $ 2,653,357.15 ATTACHMENT1A Page 4 of 4 The error will not make additions, deletions, or substitutions to this certified fist without the prior approval of the' Minority and Warnen Business Enterprise Office through the submittal of a Request for Approvaf of ChangrelAddrifion form- Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested changefaddition or deletion will affect the committed MBE goal. If the detail explanation is not submitted. it will affect the final compliance datermination. 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. 4ris, - f gnature President Title McClendon Construction Co, Inc Company Name ISO Box 999 Address Burleson, TX 76097 CitylState/Zip I)a h Prfin-red Signature Contact Name/Title (if different) 6171295-0066 Telephone andlor Fax dan@mcciendonconstruction.com E-mail Address October 7, 2019 Date Rev. 2/10115 Clover Lane and Will Rogers Road City Project No 101120 Good .Faith Effort Documentation FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Foam NAME: McClendon Construction Company, Inc PROJECT NAME: Clover Labe and Will Rogers Road City's MBE Project Goal: I Offeror's MBE Project Commitment: 15 Rio 2.4 % ATTACHMENT 1C Page 1 of 4 Check applicable block to describe Offeror I I IvuwlDbE I X I NON-MMIIDBE I October 3, 2019 101120 TE If the Offer -or did not moire or Cxceed the MBE spit>ropntrarting goal for kf)!s project, the Offeror inubt Co.mpl4:te this form, If the Offeror's method of compliance with the IVIBE 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 correplete this form, In its entlrety with supporting documentation, and received by the Puvchasing Division no later than 2:00 p.m. an the second City business day after bid operiirtg, exclusive of bid opening date, will result In the bid being considered non -responsive to bid specirications. 1.j Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MSE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Water and Sewer, Prequalified Ready Mix Concrete Drainage Const/Storm Sewer Rebar Inlet/Manhole Const Fuel Asphalt Paving, Milling Aggregate, Topsoil Hauloff Trucking Portable Toilets Sodding, Tree Removal Project Signs, Barricades Joint Sealing Erosion Control Devices Fence Install Chemical Lime Striping and Markings, Signs Street Lighting Const Staking Rev. 2110115 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's li(il►.VBE Office. X Yes No Date of Listing 69 116 12019 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? X 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? X Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact) No a.) 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 ba printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? X Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No MOTE, 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 using two of the four methods 9L 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. (++TOTE= Tht-h Offeror MUST contac( the entire MBE list specific to each subcontracting and supplier opportunity to be if com1Aiance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes X No 6.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No Rev. 2110115 ATTACHMENT 1C Page 3 of 4 9.) did you prepare a quotation for the MBEs to bid on goodsiservices specific to their skill set? X Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? X Yes (If yes, attach the information that was not valid in order for the MIWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessa , and attach, Company Name Telephone Contact Verson Scope of work Reason for Rejection No MBE Bids or response to RFQ were received for this project r I a I I ADDITIONAL INFORMATION: 'lease provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. All listed MBEs were first contracted by email with an attachment listing specific items of work or materials needed. If email contact was unsuccessful, faxes were sent. If the MBE had no email, and a fax was unsuccessful, a letter was sent by postal mail. All pertinent MBEs were contacted successfully by at least one of these methods. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (;) 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. 2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any IVICE(s) listed in Attachment 1C will be conta ted and the reasons for not using them will be verified by the City's i�ANCE off' e. 5 t or�zed ignature Printed Signature President Title Contact Name and Title (if different) McClendon Construction Co, Inc 817/295-0066 817/295-6796 Company Name PO Box 999 Address Burleson, TX 76097 City/State/Zip Phone Number Fax Number dan@mcclendonconstruction.com Email Address October 7, 2019 Date Rev. 2110115 Clover Lane and Will Rogers Road City Project No 101120 Good Faith Effort Documentation i ME Listings Requests/Replies Justin Blair From: HED_MWBE <MWBEOffice@fortworthtexas.gov> Sent- Friday, September 20, 2019 4:37 PM To: Justin Blair Subject: RE: MBE Listing Request Attachments: 190920 McClendon List.xlsx Attached are the listings for Erosion Control and Guardrail Construction. 'hank you, Melani Valle, MCA., ECMCA Senior Contract Compliance Specialist Economic Development Department Office of Business Diversity 1150 South Freeway, Fort Worth, Texas 76104 Phone: 817-392-2675 Fax: 817-392-2681 melanLvalle fortworthtexas. oo www. fortworthtexas.p ov/businessdiversity City ofFort Worth - Working together to build a strong community. How am I doing? Please contact my manager: Gwen.Wiison@ ortw_o_rthtexas.gov Follow Fort Worth From: Justin Blair[mailto:jblair@mcclendonconstruction.com] Sent: Friday, September 20, 2019 2:23 PM To: HED_MWBE <MWBEOffice@fortworthtexas.gov> Subject: RE: MBE Listing Request Melani, When completing my advertisement today I found I am missing 2 of the Contractor Opportunities. Please see the 2 categories that did not make it to my list and send them at your earliest convenience. 561730: Erosion Control Services 237310: Guardrail Construction I Thanks, Justin Blair McClendon Construction 817-295-0066 From: HED_MWBE <MWBEOffice@fortworthtexas.gov> Sent: Thursday, September 19, 2019 11:47 AM To: Justin Blair<ibiair@mcciendonconstruction.com> Subject: RE: MBE Listing Request Melani Valle, MCA, ECMCA Senior Contract Compliance Specialist Economic Development Department Office of Business Diversity 1150 South Freeway, Fort Worth, Texas 76104 Phone: 817-392-2675 Fax: 817-392-2681 meiani.valle@fortworthtexas.gov www. fortworthtexas.gov /bnsinessdivers4 City ofFort Worth d Working together to build a strong community. For` L ri How am I doing? Please contact my manager: Gwen.Wilson@fortworthtexas.g_ov Follow Fort Worth From: Justin Blair[mailto:jblair!2mcciendonconstruction.comJ Sent: Thursday, September 19, 2019 7:17 AM To: HED—MWBE <MWBE4ffice@fortworthtexas.aov> Subject: RE: MBE Listing Request Meiani, Do you have any MBE Contractors for Bridge Improvements? If so please send me that listing also. Justin Blair McClendon Construction 817-295-0066 2 From: HED_MWBE <MWBE0f1'ice a@fortworthtexass.go > Sent: Tuesday, September 17, 201910:57 AM To: Justin Blair<iblair@mcclendonconstruction.com> Subject: RE: MBE Listing Request Justin, Attached is the requested listing request. Thank you, Melani Valle, MCA, EC CA Senior Contract Compliance Specialist Economic Development Department Office of Business Diversity 1150 South Freeway, Fort Worth, Texas 76104 Phone: 817-392--2675 Fax: 817-392-2681 melani.valle@fortworthtexas.V,o v 1 www.fortworthtexas.gov/businessdiversity City ofFort Worth - Work&ig together to build a strong community, FORT WORTH How am I doing? Please contact my manager: Gwen.Wilson2fortworthtexas.eov Follow Fort Worth From: Justin Blair[mailto:iblair@mcclendonconstruction.com] Sent: Monday, September 16, 2019 8:25 AM To: HED MWBE < NBEOffice@fortworthtexas.gov> Subject: MBE Listing Request Please see the attached MBE Listing Request and let me know if you have any questions. Thanks, Justin Blair McClendon Construction 817-295-0066 3 City of Fort worth MMIBE Office 1000 Thmckmorton S1. Fort Worth TX 76102 Office: (817) 212-2674 Fax: (817) 212-2681 FORT WORTH Certified MBE Firms for Construction Request for Listing PLEASE ANSWER ALL, QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME: McClendon Construction Co.,lnc ADDRESS: PO Box 999 CITYISTATEIZIP: Burleson _TX, 76097_ REQUESTER'S NAME: Justin Blair PHONE: (817)295-0066 FAX: 817 295-6796 EMAIL: iblair@mcclendonconstrucbon,,^rl IS THIS A CITY OF FORT WORTH FUNDED PROJECT? Yes_X or No IF YES, PLEASE PROVIDE PROJECT NAME. 2018 Bond Constract 2: Clover Lane & W Will Rogers Rd. _ IS THIS A FEDERAL FUNDED PROJECT? IF YES PLEASE PROVIDE PROJECT NAME SO THAT WE CAN PROVIDE A DBE LISTING BID OPENING DATE: 10-3-19 PROPOSAL DATE: TYPE OF PROJECT: CONSTRUCTION X PROFESSIONAL PROFESSIONAL (RF1P) PROFESSIONAL (RFQ) PURCHASING PLEASE INDICATE HOW YOU WOULD LIKE TO RECIEIVE YOUR REQUEST: MAIL FAX PICK UP EMAIL X CONTRACTORFCONSULTANT OPPORTUNITIES ASPHALT PAVING IRRIGATION SERVICES BORING & DRILLING CONSTRUCTION JOINT SEAL CONCRETE CUTTING, SAWING, CORING, & SEALING LIGHTING & MAINTENANCE SERVICES & SECURITY LIGHTING CONSTRUCTION, WATER, SEWER, PIPE & POWER MANHOLE CONSTRUCTION &IOR REHAB DRAINAGE CONSTRUCTION MASONRY STONE SETTING & RELATED WORK (IE PAVERS) EROSION CONTROL SERVICESIDEVICES SEEDING & SODDING FENCE MATERIAL, INSTALLATION & ORNAMENTAL WORK STREET/TRAFFIC SIGN INSTALLATION GUARDRAIL CONSTRUCTION STRIPING & MARKINGS INLET CONSTRUCTION TRAFFIC & TRANSIT SIGNAL INSTALLATION SUPPLIER OPPORTUNITIES AGGREGATE: SAND, GRAVEL, DIRT, TOPSOIL, FLEX BASE, ETC. SIGNAL EQUIPMENT ELECTRICAL ASPHALT & ASPHALTIC MIXTURES FOR PAVING SIGNS: (PROJECT, CONSTRUCTION, TRAFFIC) ASSEMBLY & MFG. OF ELECTRIC & ELECTRICAL COMPONENTS TRAFFIC CONTROL SIGNAL, POLES, AND EQUIPMENT BARRICADES TRAFFIC CONES AND OTHER DEVICES CEMENT FOR STABILIZATION CHEMICAL LIME ROADBOND EN1 CONCRETE (REDI-MIX) FUEL SUPPLIERS PORTABLE TOILET REBAR SUPPLIERS This listing inclusive of the commodities you requested can be utilized for two months from the date of this letter as outlined in the Business Diversity Ordinance #20020-12-2011. If additional commodities are needed within this two month period please contract the MIWBE Office at the (817) 212-2674. CONTRACTORICONSULTANT OPPORTUNITIES TREE TRIMMING & PRUNING LANDSCAPING BASu.KEr 13A i Go ioT GoAL 11eemi v Suhflr- PAVILION (FURNISH A INSTALL) ) RIGNIG, TA.BLE81 BENGNrE&gRaAG i CONSTRUCTION SURVEY GANG (FURNISH & INS T1 i 1 CEMENT STABILIZATION PULVERIZATION MILLING EXCAVATION City of Fort Worth LVINBE Office 1000 Throckmorton St. Fort Worth TX 76102 unice: (w r) zu-zora rax: In r) zu-znsi SUPPLIER OPPORTUNITIES This fisting inclusive of the commodities you requested can be utilized for two months from the date of this letter as outlined in the Business Diversity Ordinance #20020-12-2011. If additional commodities are needed within this two month period please contract the MfWBE Office at the (817) 212-2674. FoRTWoRni, Milling Pulverization Seeding & Sodding StreettTraffic Sign Installation Striping & Markings Traffic & Transit Signal Installation Tree Trimming & Pruning �H ortunities dea d Aggregate: Sand, Gravel, Dirt, and Topsoil Asphalt & Asphaltic Mixtures for Paving Assembly & Mfg, of Electric & Electrical Barricades, Traffic Cones and Other Devices Cement for Stabilization Chemical Lime Concrete (Redi-Mix) Fuel Suppliers Portable Toilet Rebar Suppliers Road Bond EN1 Signal Equipment Electrical Signs: (Project, Construction, Traffic) Traffic Control Signal, Poles, and Equipment No USE Firms Provided No MBE Firms Provided 561730: Hydro -seeding Services 561730: Lawn Care services (seeding, spraying) No MBE Firms Provided 237310: Painting lines on highway, streets, bridge 237310: Painting traffic lanes or parking lots 237310. Parking lot marking and line painting 238210: Traffic signal installation 661730: Tree Trimming Services 231730: Tree Services SuDDlier ODDortunities Provided No iWSE Firms Provided iifo 0SE' Firms Provided 334419: Other Electronic Component Manufacturing No MBE Firms Provided No MBF Firms Provided No MBE Firms Provided 327320: Ready -Mix Concrete Manufacturing & Distribributing No USE Firms Provided No MBE Firms Provided 332312: Concrete reinforcing bar No it ZE Firms Provided No USE Firms Provided 423990: Signs (except electronic) merchant wholesalers No iWBE Firms Provided The attached listings can be utilized up to two months from the date of this letter, per City of Fort Worth's Business Diversity Enterprise Ordinance #20020-12-2011. If additional commodities are needed within this 2-month period, please contact this office and your request will be processed immediately. Thank you for your interest and if we can be of further assistance, feel free to contact us at (817) 392-2674. Sincerely, Sr. Contract Compliance Specialist Economic Development Department Office of Business Diversity ECONOMIC DEVELOPMENT DEPARTMENT OFFICE OF BUSINESS DIVERSITY THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102 Phone (817) 392-2674 * Fax (817) 392-2681 FoRT WORTH. September 16, 2019 Justin Blair McClendon Construction Company, Inc. PO Box 999 Burleson, Texas 76097 Dear Mr. Blair: This is in response to your request for the attached listings to assist your company in seeking and utilizing sub -contractors and/or suppliers: Contractors Opportunities Requested Asphalt Paving Boring & Drilling Construction Cement Stabilization Concrete Cutting, Sawing, Coring & Sealing Construction Survey Construction, Water, Sewer, Pipe and Power Drainage Construction Erosion Control Services/Devices Excavation Fence Material, Installation & Ornamental Work Guardrail Construction Inlet Construction Irrigation Services Joint Seal Landscaping Lighting & Maintenance Services & Security Lighting Manhole Construction and/or Rehab Masonry Stone Setting & Related Work (Pavers) Contractor Oonortunities_ Provided 237310: Asphalt Paving 238910: Core Drilling and Test Boring for Construction No NBE Firms Provided 238990. Concrete Sawing and Drilling 238990: Driveway Paving & Sealing 238990. Parking lot Paving and Sealing 541370: Land Surveying & Mapping Services 237110: Sewer Main, Pipe and Connection Construction; 237110: Sewer Construction 237110: Utility Line Construction; 237110: Water and Sewer Line and Related Structures Construction 237110: Storm Sewer Construction 237990: Drainage project construction 561730: Erosion control services ♦✓ate 238910: Excavation Contractors 238990: Fence Installation 237310: Guardrail construction — A41- PJw ,1. 237990: Drainage project construction 221310: Water Supply and Irrigation System 221310: Irrigation system Operation 238390: Concrete Coating, glazing and sealing 561730: Landscaping Services 661730: Landscape Contractors 561730: Landscape Installation Services 561730: Landscaping Services (except planning) 238210: Lighting system installation 237120: Manhole, oil, gas, construction 238140: Masonry Contractors 238140: Stonework (Masonry) Contractors ECONOMIC DEVELOPMENT DEPARTMENT �11td' 4/ OFFICE OF BUSINESS DIVERSITY THE CITY OF FORT WORTH * 200 TEXAS STREET * FORT WORTH, TEXAS 76102 Phone (817) 392-2674 * Fax (817) 392-2681 GC-6007 Wage Bates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond Contract 2 Revised July 1, 2011 City Project No. 101120 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 Flogger $ 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 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/5awer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GR-01 60 00 Product Requirements THIS ]PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Bond Contract 2 Revised July 1, 2011 City Project No. 101120 FORTWORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: December 6, 201.8 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ... IS. Pipes/Fiberglass Reinforced Pipe ....... 19. Pipes/HDPE........................................ 20. Pipes/PVC (Pressure Sewer) ................ 21. Pipes/PVC*.......................................... 22. Pipes/Rehab/CIPP................................ 23. Pipes/Rehab/Fold & Form ................... 24. Pipes/Open Profile Large Diameter ..... .................................................. 17 ................................................. 18 ................................................. 19 ................................................. 20 ................................................. 21 ................................................. 22 ................................................. 23 ................................................. 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets.........................................................•............. 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 ffo �b K 0 M d, U R � � 4 G � N �❑ U r o U rt m G a a ti o w }J h y�{ M M M M M a | w / \ � q b 0 / /000]c }3 7) 2g3) � \ � N % , ) � §] \` \ . 7 & � k , -/§2§§§ �uuaa6a 2d§§§§] � 2 � IS GO H coo H�z CA � � E ±ff �Ml i � 2 ) § » \ f \ 2 /)2 }]\ 55� A }we\\ #])j\ {)a4) § � b % � � ) g § f)\)k/\ 4i4! k [QQmm2 \ jj\ k Q § \ \ § � � K3K §§j <<< )})j\ \i))) )))\\ ) } \ \ ) 0 m k k � (m>m=» E �eeee= § � cr \ 00 \\\ \\\(( RN « « * \\) (\§ \�\ .dda f£E& �3)© \)\\j 2 i k q AAA E \ j In In 11 m \ � ] 0 ]<< } ) \ �) u )m j 7 ) §/ ® --® % )_@%) / 5 \\�k\ 22m(m - a2 ° } / �) ® ]f\\) "©§§ � m7d 2]] \/]aa Lr u V 0 Y V V Pv�• K P4 rg a M � F d � M .� ry ¢1 4 JX PI O O W O D U i a F Y" y P PH! W WH W WN F F. W Cy W yr iFv W � W G. N Vl 61 J] N N it -Lj N O N U U U U U U U U U U U U U o U U > P, > a, > a, > P, > a, �> a, > a > o a > P. P. > > > w O O O O O O 0 O O O O O O p M O_ G M M M M M M M M M M CO W U N _ o b d W W 11 p p p M M u \ ¥ a 7 k AL4 m q j ® ) � j \\ I � ` \( ) .§ [§ ] g 2}\ . �)2j) /\�§\ g}Q B ] � }4\}/ }\]I] dw S 0o ej £ � �\ §\ u E* fj4 D+1 u "c] h cc y 3 7 N � u u u ca c� c� u U v� U rn U y Z r 2 b 6 v [� a 49 Q � .--e ,a � �5f n nIle� � � o N O � .--i m ❑❑ VS � � .Nr tC yl zU P til i-1 b N 'sTii S O 0 Ey i�i iUfl M p M 'aa U U U ti y m U U I U m 'a m m m � v a •n � � � U U Gl F7 Q N C u � 9 M M M M M M M rt M M M M O O O O p O O O O O O W F-. C4 ug N N = 1 Q > o M m Q � � O Q .Ni Q � C Fy r Q Q N h O z �. ak U j � U � .a a oO� W rJ U - k �1 w ry Q fr i'- rl 4 o a o U U U i� r u lw 0 U O O G G O O O O U U U U O O O U U [.5 O O U U m d d d d d d d d d d d m m iy O Q y7y al o m f r I i I � I � � w. i I I I I 'd 'd 'd 1d -8 41 x x x x x x x x x x x x m m ar ar ar ar m m nr ar a er id id id id 2 n 0.l W 4 P-1EI Rl i0 G] 21 G] W GI iq W AI M A A A A m N N 'F N N N N N N N N ti� N {J M =6 10 O M O 00 O� 00 M N O O O OO =0 P2 N O O 4 O O RP W r Q �ttjj G au,d a Wi 3 r bt O O O O O N `,b w A o rn 0 s G. a v W S4 U C N a 0 y 61 0 o �N n�N7 w" W .o Q u m U rv5� oqq .VC. a o 0 " Q 8 Y o R V Q c d 1 . a .y KY � ly G �N 43 � 5 mUV "U C7U (7 C7 A 11 €Fy a W k, W � b ° 'o 'o 'A� `❑❑^ y o a 4 afm fm S W W W W W W W W W W W W W A A A M M .II (J iF 3F 7 O N N O O -8 (J �O O Q .6i 61 G1 o a N o a o 0 0 o a o 0 0 0 0 �.] . u §§77§§ 66666E )aj ]Rs ■&m i^\ \�\ > � � \ § � ] §\d§\£ƒ \ ~ � ) 6 � 2 § ( � 2 ■ _ §}R)\}) cm=)))] ®�/�•I) }\\\}\\ � Q M V4 i / �