Loading...
HomeMy WebLinkAboutContract 53495-PM1CITY SECRETARY CONTRACT NO . 53 4-q·5 -PM l FORT WORTH ~ PROJECT MANUAL FOR THE CONSTRUCTION OF Southgate Development-16/24" Diameter Water Main City Project No. 101541 Water Funding Project No. 56008-0600430-101541-001480 File# X-26178 Betsy Price Mayor Chris Harder Water Director David Cooke City Manager William Johnson Transportation and Public Works Prepared for The City of Fort Worth 2019 ~◄ Pacheco Koch ,..,.. .... ,_ .... _ ~-(OFT'~ -''\~~ ......... f;,t,.4 \\ •C;,·• ··"'"~, If' •• •·\,} , ,f .... * ·· .. t f;/ ................................. \i\ Z DEAN E. VRLA Z l····;··· .. ·············· .. ················:· ... " . . . . 10/04/2019 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 00 00 10- 1 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 1 of 7 CITY OF FORT WORTH Southgate Development – 16”/24” Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 101541 Revised October 15, 2018 SECTION 00 00 10 1 TABLE OF CONTENTS 2 DEVELOPER AWARDED PROJECTS 3 Division 00 - General Conditions 4 00 05 10 Mayor and Council Communication 5 00 05 13 Addenda 6 00 11 13 Invitation to Bidders 7 00 21 13 Instructions to Bidders 8 00 41 00 Bid Form 9 00 42 43 Proposal Form Unit Price 10 00 43 13 Bid Bond 11 00 45 11 Bidders Prequalification’s 12 00 45 12 Prequalification Statement 13 00 45 13 Bidder Prequalification Application Removed as directed by COFW 14 00 45 26 Contractor Compliance with Workers' Compensation Law 15 00 45 40 Minority Business Enterprise Goal 16 00 52 43 Agreement 17 00 61 25 Certificate of Insurance 18 00 62 13 Performance Bond 19 00 62 14 Payment Bond 20 00 62 19 Maintenance Bond 21 00 72 00 General Conditions 22 00 73 00 Supplementary Conditions 23 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded 24 Projects 25 26 Division 01 - General Requirements 27 01 11 00 Summary of Work 28 01 25 00 Substitution Procedures 29 01 31 19 Preconstruction Meeting 30 01 31 20 Project Meetings 31 01 32 16 Construction Progress Schedule 32 01 32 33 Preconstruction Video 33 01 33 00 Submittals 34 01 35 13 Special Project Procedures 35 01 45 23 Testing and Inspection Services 36 01 50 00 Temporary Facilities and Controls 37 01 55 26 Street Use Permit and Modifications to Traffic Control 38 01 57 13 Storm Water Pollution Prevention Plan 39 01 58 13 Temporary Project Signage 40 01 60 00 Product Requirements 41 01 66 00 Product Storage and Handling Requirements 42 01 70 00 Mobilization and Remobilization 43 01 71 23 Construction Staking 44 01 74 23 Cleaning 45 01 77 19 Closeout Requirements 46 01 78 23 Operation and Maintenance Data 47 01 78 39 Project Record Documents 48 49 00 00 10- 2 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 2 of 7 CITY OF FORT WORTH Southgate Development – 16”/24” Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 101541 Revised October 15, 2018 1 Technical Specifications which have been modified by the Engineer specifically for this 2 Project; hard copies are included in the Project’s Contract Documents 3 4 5 Division 02 - Existing Conditions 6 02 41 13 Selective Site Demolition 7 02 41 14 Utility Removal/Abandonment 8 02 41 15 Paving Removal 9 10 Division 03 - Concrete 11 03 30 00 Cast-In-Place Concrete 12 03 34 13 Controlled Low Strength Material (CLSM) 13 03 34 16 Concrete Base Material for Trench Repair 14 03 80 00 Modifications to Existing Concrete Structures 15 16 Division 26 - Electrical 17 26 05 00 Common Work Results for Electrical 18 26 05 10 Demolition for Electrical Systems 19 26 05 33 Raceway and Boxes for Electrical Systems 20 26 05 43 Underground Ducts and Raceways for Electrical Systems 21 22 Division 31 - Earthwork 23 31 10 00 Site Clearing 24 31 23 16 Unclassified Excavation 25 31 23 23 Borrow 26 31 24 00 Embankments 27 31 25 00 Erosion and Sediment Control 28 31 36 00 Gabions 29 31 37 00 Riprap 30 31 Division 32 - Exterior Improvements 32 32 01 17 Permanent Asphalt Paving Repair 33 32 01 18 Temporary Asphalt Paving Repair 34 32 01 29 Concrete Paving Repair 35 32 11 23 Flexible Base Courses 36 32 11 29 Lime Treated Base Courses 37 32 11 33 Cement Treated Base Courses 38 32 12 16 Asphalt Paving 39 32 12 73 Asphalt Paving Crack Sealants 40 32 13 13 Concrete Paving 41 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 42 32 13 73 Concrete Paving Joint Sealants 43 32 14 16 Brick Unit Paving 44 32 16 13 Concrete Curb and Gutters and Valley Gutters 45 32 17 23 Pavement Markings 46 32 31 13 Chain Link Fences and Gates 47 32 31 26 Wire Fences and Gates 48 32 31 29 Wood Fences and Gates 49 32 32 13 Cast-in-Place Concrete Retaining Walls 50 00 00 10- 3 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 3 of 7 CITY OF FORT WORTH Southgate Development – 16”/24” Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 101541 Revised October 15, 2018 32 91 19 Topsoil Placement and Finishing of Parkways 1 32 92 13 Hydro-Mulching, Seeding, and Sodding 2 32 93 43 Trees and Shrubs 3 4 Division 33 - Utilities 5 33 01 30 Sewer and Manhole Testing 6 33 01 31 Closed Circuit Television (CCTV) Inspection 7 33 03 10 Bypass Pumping of Existing Sewer Systems 8 33 04 10 Joint Bonding and Electrical Isolation 9 33 04 11 Corrosion Control Test Stations 10 33 04 12 Magnesium Anode Cathodic Protection System 11 33 04 30 Temporary Water Services 12 33 04 40 Cleaning and Acceptance Testing of Water Mains 13 33 05 10 Utility Trench Excavation, Embedment, and Backfill 14 33 05 12 Water Line Lowering 15 33 05 13 Frame, Cover and Grade Rings 16 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 17 33 05 16 Concrete Water Vaults 18 33 05 17 Concrete Collars 19 33 05 20 Auger Boring 20 33 05 21 Tunnel Liner Plate 21 33 05 22 Steel Casing Pipe 22 33 05 23 Hand Tunneling 23 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 24 33 05 26 Utility Markers/Locators 25 33 05 30 Exploratory Excavation for Existing Utilities 26 33 11 10 Ductile Iron Pipe 27 33 11 11 Ductile Iron Fittings 28 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 29 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 30 33 11 14 Buried Steel Pipe and Fittings 31 33 12 10 Water Services 1-inch to 2-inch 32 33 12 11 Large Water Meters 33 33 12 20 Resilient Seated Gate Valve 34 33 12 21 AWWA Rubber-Seated Butterfly Valves 35 33 12 25 Connection to Existing Water Mains 36 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 37 33 12 40 Dry-Barrel Fire Hydrants 38 33 12 50 Water Sample Stations 39 33 12 60 Blow-off Valves 40 33 31 12 Cured in Place Pipe (CIPP) 41 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 42 33 31 15 HDPE Pipe For Sanitary Sewers (Gravity and Force Mains) 43 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 44 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 45 33 31 22 Sanitary Sewer Slip Lining 46 33 31 23 Sanitary Sewer Pipe Enlargement 47 33 31 50 Sanitary Sewer Service Connections and Service Line 48 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 49 33 39 10 Cast-in-Place Concrete Manholes 50 00 00 10- 4 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 4 of 7 CITY OF FORT WORTH Southgate Development – 16”/24” Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 101541 Revised October 15, 2018 33 39 20 Precast Concrete Manholes 1 33 39 30 Fiberglass Manholes 2 33 39 40 Wastewater Access Chamber (WAC) 3 33 39 60 Epoxy Liners for Sanitary Sewer Structures 4 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 5 33 41 11 HDPE Storm Sewer Pipe 6 33 46 00 Sub drainage 7 33 46 01 Slotted Storm Drains 8 33 46 02 Trench Drains 9 33 49 10 Cast-in-Place Manholes and Junction Boxes 10 33 49 20 Curb and Drop Inlets 11 33 49 40 Storm Drainage Headwalls and Wingwalls 12 13 Division 34 - Transportation 14 34 41 10 Traffic Signals 15 34 41 13 Removing Traffic Signals 16 34 41 20 Roadway Illumination Assemblies 17 34 41 30 Aluminum Signs 18 34 71 13 Traffic Control 19 20 Technical Specifications listed below are included for this Project by reference and can be 21 viewed/downloaded from the City’s Buzzsaw site at: 22 htps://projectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20-23 %20Construction%20Documents/Specifications 24 25 26 Division 02 - Existing Conditions 27 02 41 13 Selective Site Demolition 28 02 41 14 Utility Removal/Abandonment 29 02 41 15 Paving Removal 30 31 Division 03 - Concrete 32 03 30 00 Cast-In-Place Concrete 33 03 34 13 Controlled Low Strength Material (CLSM) 34 03 34 16 Concrete Base Material for Trench Repair 35 03 80 00 Modifications to Existing Concrete Structures 36 37 Division 26 - Electrical 38 26 05 00 Common Work Results for Electrical 39 26 05 10 Demolition for Electrical Systems 40 26 05 33 Raceway and Boxes for Electrical Systems 41 26 05 43 Underground Ducts and Raceways for Electrical Systems 42 43 Division 31 - Earthwork 44 31 10 00 Site Clearing 45 31 23 16 Unclassified Excavation 46 31 23 23 Borrow 47 31 24 00 Embankments 48 31 25 00 Erosion and Sediment Control 49 31 36 00 Gabions 50 00 00 10- 5 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 5 of 7 CITY OF FORT WORTH Southgate Development – 16”/24” Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 101541 Revised October 15, 2018 31 37 00 Riprap 1 Division 32 - Exterior Improvements 2 32 01 17 Permanent Asphalt Paving Repair 3 32 01 18 Temporary Asphalt Paving Repair 4 32 01 29 Concrete Paving Repair 5 32 11 23 Flexible Base Courses 6 32 11 29 Lime Treated Base Courses 7 32 11 33 Cement Treated Base Courses 8 32 12 16 Asphalt Paving 9 32 12 73 Asphalt Paving Crack Sealants 10 32 13 13 Concrete Paving 11 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12 32 13 73 Concrete Paving Joint Sealants 13 32 14 16 Brick Unit Paving 14 32 16 13 Concrete Curb and Gutters and Valley Gutters 15 32 17 23 Pavement Markings 16 32 31 13 Chain Link Fences and Gates 17 32 31 26 Wire Fences and Gates 18 32 31 29 Wood Fences and Gates 19 32 32 13 Cast-in-Place Concrete Retaining Walls 20 32 91 19 Topsoil Placement and Finishing of Parkways 21 32 92 13 Hydro-Mulching, Seeding, and Sodding 22 32 93 43 Trees and Shrubs 23 24 Division 33 - Utilities 25 33 01 30 Sewer and Manhole Testing 26 33 01 31 Closed Circuit Television (CCTV) Inspection 27 33 03 10 Bypass Pumping of Existing Sewer Systems 28 33 04 10 Joint Bonding and Electrical Isolation 29 33 04 11 Corrosion Control Test Stations 30 33 04 12 Magnesium Anode Cathodic Protection System 31 33 04 30 Temporary Water Services 32 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 33 05 10 Utility Trench Excavation, Embedment, and Backfill 34 33 05 12 Water Line Lowering 35 33 05 13 Frame, Cover and Grade Rings 36 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 37 33 05 16 Concrete Water Vaults 38 33 05 17 Concrete Collars 39 33 05 20 Auger Boring 40 33 05 21 Tunnel Liner Plate 41 33 05 22 Steel Casing Pipe 42 33 05 23 Hand Tunneling 43 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 44 33 05 26 Utility Markers/Locators 45 33 05 30 Exploratory Excavation for Existing Utilities 46 33 11 10 Ductile Iron Pipe 47 33 11 11 Ductile Iron Fittings 48 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 49 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 50 00 00 10- 6 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 6 of 7 CITY OF FORT WORTH Southgate Development – 16”/24” Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 101541 Revised October 15, 2018 33 11 14 Buried Steel Pipe and Fittings 1 33 11 15 Pre-stressed Concrete Cylinder Pipe 2 33 12 10 Water Services 1-inch to 2-inch 3 33 12 11 Large Water Meters 4 33 12 20 Resilient Seated Gate Valve 5 33 12 21 AWWA Rubber-Seated Butterfly Valves 6 33 12 25 Connection to Existing Water Mains 7 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 8 33 12 40 Dry-Barrel Fire Hydrants 9 33 12 50 Water Sample Stations 10 33 12 60 Blow-off Valves 11 33 31 12 Cured in Place Pipe (CIPP) 12 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 13 33 31 15 HDPE Pipe For Sanitary Sewers (Gravity and Force Mains) 14 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 15 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 16 33 31 22 Sanitary Sewer Slip Lining 17 33 31 23 Sanitary Sewer Pipe Enlargement 18 33 31 50 Sanitary Sewer Service Connections and Service Line 19 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 20 33 39 10 Cast-in-Place Concrete Manholes 21 33 39 20 Precast Concrete Manholes 22 33 39 30 Fiberglass Manholes 23 33 39 40 Wastewater Access Chamber (WAC) 24 33 39 60 Epoxy Liners for Sanitary Sewer Structures 25 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 26 33 41 11 HDPE Storm Sewer Pipe 27 33 46 00 Sub drainage 28 33 46 01 Slotted Storm Drains 29 33 46 02 Trench Drains 30 33 49 10 Cast-in-Place Manholes and Junction Boxes 31 33 49 20 Curb and Drop Inlets 32 33 49 40 Storm Drainage Headwalls and Wingwalls 33 34 Division 34 – Transportation 35 34 41 10 Traffic Signals 36 34 41 13 Removing Traffic Signals 37 34 41 20 Roadway Illumination Assemblies 38 34 41 30 Aluminum Signs 39 34 71 13 Traffic Control 40 41 Appendix 42 GC-4.01 Availability of Lands 43 GC-4.02 Subsurface and Physical Conditions 44 GC-4.04 Underground Facilities 45 GC-4.06 Hazardous Environmental Condition at Site 46 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 47 GC-6.07 Wage Rates 48 GC-6.09 Permits and Utilities 49 GC-6.24 Nondiscrimination 50 00 00 10- 7 TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS Page 7 of 7 CITY OF FORT WORTH Southgate Development – 16”/24” Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS 101541 Revised October 15, 2018 GR-01 60 00 Product Requirements 1 TXDOT Permit 2 3 END OF SECTION 4 City of Fort Worth, Texas Mayor and Council Communication DATE: 12/03/19 M&C FILE NUMBER: M&C 19-0359 LOG NAME: 60SOUTHGATE SUBJECT Authorize Execution of a Community Facilities Agreement with Ware Vista Southgate #1, L.P. with City Participation in an Amount Not to Exceed $3,155,122.00 for Construction of 12-inch to 24-inch Water Mains in the Vicinity of Interstate 35W and FM 1187 Rendon Crowley Road for Future Growth in South Fort Worth and to Serve the Southgate Marketplace Development (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council authorize execution of a Community Facilities Agreement with Ware Vista Southgate #1, L.P.with city participation in an amount not to exceed $3,155,122.00 for construction of 12-inch to 24-inch Water Mains in the vicinity of Interstate 35W and FM 1187 Rendon Crowley Road for future growth in South Fort Worth and to serve the Southgate Marketplace Development. (City Project Number 101541 IPRC18-0131) DISCUSSION: Ware Vista Southgate #1, L.P. (Developer) is constructing an off-site water main needed for the Southgate Marketplace Development located at the southeast corner of Interstate 35W and FM 1187 Rendon Crowley Road. The Water Department has asked the Developer to expand the scope of the design & construction to include 12-inch to 24-inch water mains and isolation valves that will provide high pressure plane service for future development of the Southgate property and other future growth in South Fort Worth. The design also provides new low pressure services to Crowley’s storage tank located at W. Rendon Crowley Road & E. Main Street, new low pressure plane service to Fort Worth Spinks Airport to the east, and continues low pressure plane service to the City of Burleson to the south on Interstate 35. The City is participating in the design of the public improvements pursuant to City Secretary Contract Number 51100 which was approved by the City Council on June 26, 2018 (M&C C-28755). This water project will be publicly bid. A.Construction Developer Cost (12"-16" Water main) City Cost (16"-24" Water main Total Cost 1. Water $1,590,794.00 $2,445,831.00 $4,036,625.00 2. Sewer $0 $0 $0 Contingency 25%$0 $611,457.75 $611,457.75 Total Construction $1,590,794.00 $3,057,288.75 $4,648,082.75 B.Inspection Fee (2%)$31,815.88 $48,916.62 $80,732.50 C. Material Testing Fee (2%)$31,815.88 $48,916.62 $80,732.50 Total Project Cost $1,654,425.76 $3,155,121.99 $4,809,547.75 FUND Existing Appropriations Transfer from 56011- P00002 Project Total Water & Sewer Bond 2017 A - Fund 56011 $910,060.00 $3,155,122.00 $4,065,182.00 Project Total $910,060.00 $3,155,122.00 $4,065,182.00 The $910,060.00 will cover expenses incurred for engineering, property acquisition, and staff costs. The reimbursement of the participation, excluding inspection and material testing fees, is not a lump-sum amount and may be less than the stated amount depending upon the actual quantities and unit prices from the Notice of Final Completion package, commonly referred to as the Green Sheet package. This development is located in COUNCIL DISTRICT 6. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation and execution of the agreement, funds are available in the current capital budget, as appropriated, of Water & Sewer Bond 2017A Fund. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head:Chris Harder 5020 Additional Information Contact:Vishal Sood 8055 Melissa Harris 8428 4131-18.297 Southgate Development 16/2.4" water Main ADDENDA 91 Page I of 2 ADDENDUM NO. 1-OCTOBER 23, 2019 CITY OF FORT WORTH SOUTHGATE DEVELOPMENT 16/24" WATER MAINS CITY PROJECT NO. 101541 WATER FUNDING PROJECT NO. 56008-0600430-101541-001480 FILE# X-26178 This addendum applicable to the work referenced above is an amendment to the biddin documents and as such will be a part of and included 1 the Contract Documents. Acknowledge receipt of this addendum by entering the addendum number and issue date in the s ace rovided in submitted copies of the proposal. GENERAL/CLARIFICATIONS/PRE-BID MEETING QUE.STIONS • Clarification: Surveying and construction staking will be the responsibility of the contractor • Clarification: A geotechnical report has been attached to this addendum for reference. however, this Geotech report is for the southeast corner of FM 1187 and 1-35W and is dated 8/ l 0/ 16. Contractor will be responsible for any geotechnical studies to be performed beyond the attached as needed. CONTRACT DOCUMENTS 1. Specification Section 00 42 43 Bid Proposal- This section is hereby Deleted in its entirety ' and Replaced with the attached Specification 00 4243 Bid proposal, which has been modified to include the following items: a. Added Item numbers 42 and 43 to Public Water Items Alternate Bid section for 24" Ductile Iron and 24" Concrete Pipe b. Modified bid Items 39 and 144 to reflect these bid items are for mobilization, bonds, and insurance with a maximum of 5% of the total bid. c. Added bid Items 44 and 151 to allow a lump sum allowance for Railroad Flagger • and Coordination as a separate item from Traffic Control. d. Added bid Items 45 and 152 to allow a lump sum allowance for Cathodic Protection Study and Installation per added specification 33 04 12. e. Added bid Iterns 46 and 153 to add a linear footage allowance for Temporary Asphalt Repair f. , Modified Proposal Forms to show correct 240 calendar days for project duration to match Specification 00 41 00 2. Specification 00 41 00 Section 3 Prequalification: a. This section is to be Modified to Delete items b, c, d, and e from prequalification requirements. 3. Specification 33 04 12 Magnesium Anode Cathodic Protection System a. This section is hereby Added to the specifications • y CONSTRUCTION PLANS 1. Plan Sheet 25, W-7 Sta. 6+50 to End. This plan sheet is hereby Deleted in its entirety and Replaced with the attached Plan Sheet 25 which has been modified to include the following items: a. MODIFIED separation between proposed water line and existing Barnett Gathering LLC Gas line to 3' feet per Barnett Gathering's permit requirements. .4 —4 .J 4131-18.297 Southgate Development 16124" Water Main ADDENDA #I Page 2 of 2 All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non -responsive. The contractor shall acknowledge receipt of this Addendum No, I on the face of the sealed envelope in which they submit their bid and by signing this Addendum No. 1 and attaching it to their bid proposal. RECEIPT ACKNOWLEDGED: Company: D(e re,, Name: _ ��d•11rx�-- Date END OF SECTION DEAN E. VRLA 1-, 116127 ! A 10/23/2019 m GEOTECHNICAL EXPLORATION on KROGER SW690 / RETAIL CENTER Off I-35W and F.M. It 87 Burleson, Texas ALPHA Report No. G161400 Prepared for: CENCOR ACQUISITION CO., INC. c/o Cencor Realty Services, Inc. 3102 Maple Avenue, Suite 500 Dallas, Texas 75201 Attention: Mr. Joel Beakley THE KROGER CO. and its Subsidiaries and Affiliates 751 Freeport Parkway Coppell, Texas 76019 Attention: Ms. Christina Konrad August 10, 2016 Prepared By: ALPHA TESTING, INC. 2209 Wisconsin Street, Suite 100 e Dallas, Texas 75229 ALPHA #XTESTING WHERE IT ALL BEGINS Cencor Acquisition Co., Inc. c/o Cencor Realty Services, Inc. 3102 Maple Avenue, Suite 500 Dallas, Texas 75201 Attention: Mr, Joel Beakley The Kroger Co. and its Subsidiaries and Affiliates 751 Freeport Parkway Coppell, Texas 76019 Attention: Ms. Christina Konrad Geoiechldeal Couslraclion Maledah Environmental TBPE Firm No, 811 2209 Wisconsin Strew, Sidle 100 Dallas, Texas 75229 August 10, 2016 Tel: 972-620-891 L Fax: 972-620-1302 www. alphul es(ing. cum Re: Geotechnical Exploration Kroger SW690 / Retail Center 1-35W and F.M. 1187 Rurleson, 'Texas ALPHA Report No. G161400 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. David Palmer and performed in accordance with ALPHA Proposal No. 52563-rev4 dated June 10, 2016. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of foundations and pavement. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, of Tjr�t�� 5�. s+4 ALPHA TESTING, INC. ......................................... HARSHA R. ADDULA.V } (G�u I c1 120198 .�� ►� �; v '��� Harsha R. Addula, F.E. 11o', ICENs , •'cti� Senior' Ge ethnical Engineer Mark L. McKay P. E Geotechnical Department Manager IrAR/MLM/pc Copy: (1) Client TABLE OF CONTENTS On ALPHA REPORT NO. G161400 1.0 PURPOSE AND SCOPE....................................................................................................1 2.0 PROJECT CHARACTERISTICS.......................................................................................1 3.0 FIELD EXPLORATION.....................................................................................................2 4.0 LABORATORY TESTS.....................................................................................................2 5.0 GENERAL SUBSURFACE CONDITIONS......................................................................3 6.0 DESIGN RECOMMENDATIONS....................................................................................3 6.1 Existing Fill................................................................................................................4 6.2 Potential Seasonal Movements and Subgrade Improvement.....................................4 6.2.1 Subgrade Improvement Utilizing Moisture -Conditioned Soil ...................... 5 6.3 Drilled and Underreamed Piers..................................................................................6 6.4 Interior Floor Slabs....................................................................................................7 6.5 Slab -on -Grade Foundation for Fuel Center Kiosk and Retail Buildings...................8 6.6 Post -Tensioning Institute, Design of Post -Tensioned Slabs-on-Ground...................8 6.7 Flatwork.....................................................................................................................9 6.8 Seismic Considerations..............................................................................................9 6.9 Underground Fuel Storage Tanks (Near Borings 15 and 16)....................................9 6.10 New Area Pavement.................................................................................................10 6.10.1 Pavement Subgrade Preparation............................................................... 10 6.10.2 Portland -Cement Concrete (PCC) Pavement ............................................ 11 6.11 Drainage and Other Considerations.........................................................................12 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS ..........13 7.1 Site Preparation and Grading...................................................................................13 7.2 Foundation Excavations........................................................................................... 15 7.3 Fill Compaction........................................................................................................16 7.4 Groundwater.............................................................................................................17 8.0 LIMITATIONS.................................................................................................................18 APPENDIX A-1 Methods of Field Exploration Boring Location Plan — Figure 1 B-1 Methods of Laboratory Testing Swell Test Results — Figure 2 Logs of Borings Key to Soil Symbols and Classification ALPHA ReportNo. G161400 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. ("ALPHA") to evaluate for the "Client" some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. 2.0 PROJECT CHARACTERISTICS The project consists of constructing a new Kroger Store building (SW690) with an associated Fuel Center, parking and driveways, and new retail buildings with parking and driveways on a site located southeast of the intersection of I-35W access road and F.M. 1187 in Fort Worth, Texas. In addition, McAllister Road is planned along the southern boundary of the proposed new development. A site plan illustrating the general outline of the property is provided as Figure 1, the Boring Location Plan, in the Appendix of this report. At the time the field exploration was performed, the site was relatively open with some tree cover in the northwestern portion of the site. According to the grading plan prepared by Dunaway Associates Inc. (Job No. 1980.001 dated July 28, 2016; Sheet 2), the topography of the site generally slopes downward away from a high point in the northwestern portion of the site with a maximum change in surface elevation of about 30 ft (about Elev. 742 to 712). Present plans provide for the construction of a new Kroger Store (128,295 SF) with an associated fuel center and parking/driveways, and new single story retail buildings with building footprints varying from about 5,000 SF to about 16,480 SF with associated parking and drive ways. The new structures are anticipated to create light to moderate loads to be carried by the foundations. It is anticipated the new Kroger Store, retail buildings, and fuel center kiosk will be supported using a drilled pier foundation system. As an alternate, a slab -on -grade foundation system may be considered for the fuel center kiosk and small retail buildings. Based on the above referenced ALPHA ReportNo. G161400 #X grading plan, finished floor elevation was established for the Kroger Store building at Elev. 725 ft. Fills of up to about 9 ft and cuts of up to about 7 ft will be required to achieve proposed final grade in the Kroger building area. Final grades were not available for retail building and fuel center. Final grades for these areas are assumed to be within 3 ft of existing grade. Pavement will consist of Portland -cement concrete. Recommendations for the proposed McAllister Road planned along the southern boundary of the development will be submitted under a separate cover at a later date. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 39 test borings in general accordance with ASTM D 420 using standard rotary drilling equipment. The corresponding location and depth of each boring are provided below in the following Table A. TABLE A Planned Construction Boring No. Boring Depths, ft Kroger Building Borings 11, 12, 14, 18, 19, 25 to 35 20 21 and 22 Kroger Fuel Center Boring 15 35 Kroger Site Pavement and Drives Borings 9, 10, 13, 16, 17 15 and 23 Retail Buildings Borings 1 and 3 through 8 25 Pavement for Retail Buildings Boring 2 10 New McAllister Road along the southern boundary of the site Borings 26, 33 and 38 10 Detention Pond Shared 24 15 Driveways (Shared) 25, 27 through 32, 34, 35, 10 36, 37 and 39 The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix of this report. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on Log of Boring sheets included in the Appendix of this report. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, these boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be 2 ALPHA ReportNo. G161400 found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented on Log of Boring and summary data sheets enclosed in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS The project site lies within the Grayson Marl and Main Street Limestone undivided Formation. The Grayson Marl and Main Street Formation generally consist of limestone with interbedded marl. Variable thicknesses of moderate to high plasticity clay soils are generally present over the limestone and/or marl associated with this Formation. Within the 35-ft maximum depth explored on the site, subsurface materials consist generally of clay (CH), calcareous clay (CL), shaly clay (CH) and/or limestone to the boring termination depths. Tan and/or gray limestone was encountered in Borings 4, 7, 11, 12, 14, 15, 18, 19, 21 and 22 at depths of about 20 to 22 ft below existing grade and extended to the boring termination depths of 25 ft or 35 ft. Based on visual observations, the upper 2 to 4 ft of clay material in Borings 7, 10 and 26 is considered fill. The letters in parenthesis represent the soils' classification according to the Unified Soil Classification System (ASTM D 2487). More detailed stratigraphic information is presented on the Log of Boring sheet attached to this report. Most of the subsurface materials are relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation will be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions and subsurface drainage characteristics. During field explorations, free groundwater was not encountered on drilling tools or in open boreholes immediately upon completion of the borings. It is common to detect seasonal groundwater either from natural fractures within any the clayey matrix, in the fill material, in or above the limestone, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the Log of Boring sheets provided in the Appendix of this report. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). If project criteria should change, including building locations, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final plans and specifications for our review prior to construction. The following design criteria given in this report were developed assuming the at -grade floor slab for Kroger Store is constructed at final grade (FFE 725) as shown on the referenced grading plan. For other structures final grades are assumed to be within 3 ft of existing grade. Further cutting and filling on the site beyond that assumed above can alter the recommended foundation 3 ALPHA ReportNo. G161400 #t\ design parameters. Therefore, it is recommended our office be contacted before performing other cutting and filling on site to verify the appropriate design parameters are utilized for final foundation design. Soil and rock conditions were highly variable at this site. At the Kroger building, tan and/or gray limestone was encountered in Borings 11, 12, 14, 18, 19, 21 and 22 at depths of about 20 to 22 ft below existing grade. Considering the final grade (725 ft), the depth to tan and/or gray at these borings is about 14 to 30 ft below final grade. Limestone was not encountered within the 25 ft depth explored in Boring 20 at the Kroger building. Considering the variable subsurface conditions at this site, we recommend supporting the new Kroger building using drilled and underreamed piers bearing in clayey soils. An alternate, slab -on -grade foundation system for the fuel center kiosk and the smaller retail building may be considered. If desired, our office should be contacted to provide recommendations for drilled, straight shaft piers bearing in the limestone for the Kroger building; however, drilled, straight shaft piers will be deep and additional borings will be needed in the vicinity of Boring 20 to determine the depth and consistency of limestone. 6.1 Existing Fill Based on visual examination of the samples obtained, the upper 2 ft to 4 ft of clayey soils in Borings 7, 10 and 26 is considered possible fill. There may be fill in other areas or deeper fill in the borings, but could not be readily identified. Composition of the fill was evaluated based on samples retrieved from 6-inch maximum diameter boreholes. If compaction records for this fill cannot be obtained, the existing fill should be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of foundations. Considering the subgrade improvements required to reduce ground movements (see Section 6.2 below), it is anticipated all of the existing fill material within the building pad in the vicinity of Boring 7 will be removed and replaced. Pavement areas in existing fill should be properly prepared and tested as discussed in Section 7.1 of this report. The excavated materials may be suitable for reuse as engineered fill in the building pad areas provided they are free of organics, boulders, rubble, and other debris. Construction contracts should provide for removal of unsuitable material if encountered. Any rock pieces or concrete/brick encountered in the fill could be re -used as fill provided the material is sorted and processed to a size less than 4 inches and there are sufficient fines to prevent nested voids in the backfill. Although not encountered at the borings, uncontrolled fill can contain large concrete pieces, rubble, organic material, wood, reinforcement steel, plastic and other debris. This debris is not suitable for reuse as replacement fill and should be removed from the site. Test pits could be performed prior to construction to assess the lateral extent, depth and nature of the existing fill. ALPHA TESTING would be pleased to assist with a test pit program if desired. 6.2 Potential Seasonal Movements and Subgrade Improvement Considering the subsurface conditions encountered at this site and assuming final grades as discussed in Section 6.0 above, floor slabs and slab -on -grade foundations for the ALPHA ReportNo. G161400 #X proposed Kroger store, fuel center kiosk and retail buildings could experience soil -related potential movements on the order of 4 to 5 inches or more. These potential seasonal movements were estimated using results of absorption swell tests, in general accordance with methods outlined by Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in -situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex- 124-E. Also, it was assumed a 1 psi surcharge load from the slab acts on the subgrade soils. Movements exceeding those predicted above could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off -site locations. Movement of the proposed structures can be reduced to about 1 inch by improving subsurface conditions beneath the slabs to a specified depth. Subsurface improvement can consist of over -excavating a portion of the existing clayey soils and moisture - conditioning the over -excavated soils, in conjunction with placement of a minimum thickness of non -expansive material. It is estimated installation of 2 ft of non -expansive fill (select fill or flexible base) overlying 10 ft of moisture -conditioned clayey soils below the building pad should reduce potential slab movements to about 1 inch. Select fill and flexible base is described in Section 7.3. In choosing this method of floor slab movement reduction, the Owner is accepting some post construction seasonal movement of the floor slab (about 1 inch). 6.2.1 Subgrade improvement Utilizing Moisture -Conditioned Soil Movement of floor slabs could be reduced to about 1 inch by placing at least 2 ft of non -expansive material between the bottom of the floor slab and the top surface of 10 ft of moisture -conditioned soil. The non -expansive fill could consist of select fill or flexible base material (see Section 7.3 below). For the Kroger building, the top 0.5 ft of the 2 ft non - expansive cap should consist of flexible base material. Moisture -conditioning consists of over -excavating the site soils, then processing and compacting the specified minimum thickness of soil at a "target" moisture content approximated to be at least 5 percentage points (with a higher limit of 7 percentage points) above the material's optimum moisture content as determined by the standard Proctor method (ASTM D 698). Materials with relatively lower plasticity index values (calcareous clay) may need to be placed at moisture contents closer to optimum moisture to allow compaction. The moisture - conditioned soil should be placed in 8-in thick loose lifts and compacted to a dry density of 93 to 97 percent of standard Proctor maximum dry density. Moisture conditioning of the on -site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the building (including adjoining flatwork). In entrance areas, the moisture conditioning process should extend at 5 ALPHA Report No. G 161400 least 10 ft beyond the perimeter of the building. However, non -expansive material should not extend beyond the building limits. If flatwork or paving is not planned adjacent to the structures (i.e. above the moisture -conditioned soils), a moisture barrier consisting of a minimum of 10 mil plastic sheeting with 8 to 12 inches of soil cover should be provided above the moisture conditioned soils. Moisture -conditioned soils should be maintained in a moist condition prior to placement of the required thickness of non -expansive material, plastic sheeting or flatwork. The resulting estimated potential seasonal movement (about 1 inch) was calculated assuming the moisture content of the moisture -conditioned soil varies between the "target" moisture content and the "wet" condition, while the deeper undisturbed in -situ soil within the normal zone of seasonal moisture content change varies between the "dry" condition and the "wet" condition as defined by methods outlined in Texas Department of Transportation Test Method Tex-124-E. Please note, it is the intent of the moisture -conditioning process described above to reduce the free swell potential of the moisture -conditioned soil to 1 percent or less. Additional laboratory tests (i.e., standard Proctors tests, absorption swell tests, etc.) should be conducted during construction to verify the "target" moisture content for moisture -conditioning (estimated at 5 percentage points above the material's standard Proctor optimum moisture content) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. In addition, it is recommended samples of the moisture -conditioned material be routinely obtained during construction to verify the free swell of the improved material is 1 percent or less. Installation of moisture -conditioned clays should be monitored and tested on a full-time basis by a representative of ALPHA TESTING, INC., to verify the soils tested were placed with the proper lift thickness, moisture content, and degree of compaction. 6.3 Drilled and Underreamed Piers The proposed new store building, fuel center and retail buildings could be supported using a system of drilled and under -reamed piers. It is recommended these piers bear in the clayey soils at a depth of about 17 ft below final grade. Please note, some adjustments in the depths of the piers may be required in some areas to maintain the bottom of the piers above the limestone. This is more likely to occur in the vicinity of Boring 21 where cuts on the order of 7 ft are required to achieve the proposed final grade. The top of the bell for the pier should be below the subgrade improvement depth. Our office should be contacted for further review and evaluation if limestone is encountered at depths shallower than 14 ft below final grade or foundation designs indicate it is expected that the top of the bell will be cut into moisture - conditioned soils. ALPHA should review the proposed pier/bell size and depth prior to beginning construction. 6 ALPHA ReportNo. G161400 #X Based on the existing topo and expected final grade, up to 12 ft of cut to achieve proposed final grade could occur for the retail building in the vicinity of Boring 7. An alternate foundation system, such as drilled straight shaft piers or slab foundation, could be considered for this building. Our office should be contacted once the final grades and building plans are finalized. Additional borings will be needed to provide straight shaft pier recommendations in this area. Piers can be dimensioned using a net allowable end bearing pressure of 5 kips per sq ft and no skin friction component of resistance. The above bearing capacity contains a factor of safety of at least 3 considering a general bearing capacity failure. Normal elastic settlement of piers under loading is estimated to be less than about 1 inch. Each pier shaft should be reinforced with suitable tension steel over its entire length to adequately resist potential uplift (tensile) forces due to potential soil swell (soil -to -pier adhesion) along the shaft, from post construction heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual in -place moisture content of the soils during construction. It is estimated this uplift adhesion will not exceed about 2.2 kips per sq ft. This soil adhesion is approximated to act uniformly over the upper 12 ft of the pier shaft in contact with clayey soils. If subgrade soils are improved as recommended in Section 6.2 to reduce potential floor slab movements to 1 inch or less, this uplift adhesion will not exceed about 1.2 kips per sq ft to a depth of 12 ft. Uplift adhesion due to soil heave can be neglected over the portion of the pier shaft in contact with any non -expansive material used to grade and/or reduce potential movement in the building pad area. The uplift force due to swelling of active clays should be resisted by the underreamed portion of the pier. The underreamed portion should be at least two (2) and not exceeding three (3) times the diameter of the shaft. The minimum clear spacing between edges of adjacent piers should be at least one (1) underream diameter, based on the larger underream. All grade beams connecting piers should be formed and not cast in earthen trenches. Grade beams should be formed with a nominal 12-inch void at the bottom. Commercially available cardboard box forms (cartons) are made for this purpose. The cardboard cartons should extend the full length and width of the grade beams. Prior to concrete placement, the cartons should be inspected to verify they are firm, properly placed, and capable of supporting wet concrete. Some type of permanent soil retainer, such as pre -cast concrete panels, must be provided to prevent soils adjacent to grade beams from sloughing into the void space at the bottom of the grade beams. Additionally, backfill soils placed adjacent to grade beams must be compacted as outlined in Section 7.3 of this report. 6.4 Interior Floor Slabs Interior floor slabs may be used for the structures provided the subgrade improvement recommendations in Section 6.2 are followed. 7 ALPHA ReportNo. G161400 If a soil -supported floor slab is utilized for the planned building, consideration should be given to a "floating" (fully ground supported, and not structurally connected to walls or foundations) floor slab. This can reduce the risk of cracking and displacement of the floor slab due to differential movements between the slab and foundations. A floor slab doweled into perimeter grade beams can develop a plastic hinge (crack) parallel to and approximately 5 to 10 ft inside the building perimeter. Differential movements can still occur between the grade beam and a "floating" floor slab. The structural engineer should determine the need for connections between the slab and structural elements and determine if control joints to limit cracking are needed. A properly designed and constructed moisture barrier should be placed between the slab and subgrade soils to retard moisture migration through the slab. 6.5 Slab -on -Grade Foundation for Fuel Center Kiosk and Retail Buildings (Alternate) As an alternate, slab on grade foundations could be used for the fuel center kiosk and smaller retail buildings provided subgrade improvement methods described in Section 6.2 are used to reduce the PVR at this site. Slab foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable soil bearing pressure of 1.5 kips per sq ft may be used for design of all grade beams bearing on improved subgrade soils placed as recommended in Section 6.2 of this report. Grade beams should bear a minimum depth of 18 inches below final grade and should have a minimum width of 10 inches based on the referenced net allowable soil bearing pressure. To reduce cracking as normal movements occur in foundation soils, all grade beams and floor slabs should be adequately reinforced with steel (conventional reinforcing steel and/or post -tension reinforcement). It is common to experience some minor cosmetic distress to structures with slab -on -grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slab and subgrade soils to retard moisture migration through the slabs. 6.6 Post-Tensioninu institute Design of Post -Tensioned Slabs -on -Ground Provided below is information for the design of post -tensioned, slab -on -grade foundations. Design parameters provided below were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). ALPHA ReportNo. G161400 TABLE B Potential Seasonal Movement of 1 inch Following Subgrade Improvement as Outlined in Section 6.2 EDGE LIFT CENTER LIFT Edge Moisture Distance, ft (em) 4.3 9.0 Differential Soil Movement, 1.3 1.0 inches (ym) 6.7 Flatwork Exterior flatwork supported on grade could be subjected to potential seasonal movements of 4 to 5 inches or more as described in Section 6.2 of this report. In areas where flatwork movement is critical (such as, but not limited to, main entrances), subgrade improvement discussed in Section 6.2 can be considered to reduce the potential soil movement. 6.8 Seismic Considerations The Site Class for seismic design is based on several factors that include soil profile (soil or rock), shear wave velocity, and strength, averaged over a depth of 100 ft. Since our borings did not extend to 100-foot depths, we based our determinations on the assumption that the subsurface materials below the bottom of the borings were similar to those encountered at the termination depths of the deepest borings. Based on Section 1613.3.2 of the 2012 International Building Code and Table 20.3-1 in the 2010 ASCE-7, we recommend using Site Class C (very dense soil and soft rock) for seismic design at this site. 6.9 Underground Fuel Storage Tanks Near Borings 15 and 16) Based on the present plans, the underground fuel storage tanks are planned near Borings 15 and 16. It is anticipated the bottom of the fuel tanks will be about 10 to 15 ft below existing grade. Considering assumed grading as described in Section 2.0, clay and shaly clay soil is anticipated at these depths. Shallower groundwater may be present, particularly after wet weather periods. Groundwater should be controlled during tank excavations (see Section 7.4 below). The fuel tanks are anticipated to hold 8,000 gallons to 20,000 gallons of fuel. Also, we understand that the tanks will be manufactured offsite and will be installed by a specialty contractor. Due to the depth of the foundation below final grade, potential for water seepage and the assumed lack of perimeter drainage, the foundation used for the tanks should be designed for full buoyancy. The buoyant forces will be resisted primarily by the weight of the new structure and foundation. If additional uplift resistance is required, the base of the foundations may be thickened and/or widened, to increase the weight of the foundation structure and backfill above it, or tie -down anchors may be considered. These foundations are generally designed by specialty contractors; if additional design ALPHA ReportNo. G161400 #It information is required our office should be contacted. All excavations must be sloped, shored, or braced in accordance with OSHA requirements. 6.10 New Area Pavement Clayey soils encountered at the borings, or similar materials used as engineered fill for grading the site could be encountered as subgrade material for the parking and drive areas. These materials should be improved and prepared prior to construction of pavements as recommended below in Sections 7.1 and 6.10.1. To permit correlation between information from test borings and actual subgrade conditions exposed during construction, a qualified Geotechnical Engineer should be retained to provide subgrade monitoring and testing during construction. If there is any change in project criteria, the recommendations contained in this report should be reviewed by our office. Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Pavement joining the buildings should be constructed with a curb and the joint between the building and curb should be sealed. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, reinforcing steel, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications, but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Please note, the recommended pavement sections provided below are considered the minimum necessary to provide satisfactory performance based on the expected traffic loading. In some cases, City minimum standards for pavement section construction may exceed those provided below. 6.10.1 Pavement Subgrade Preparation After final subgrade elevation is achieved, the exposed surface of the pavement subgrade soil should be scarified to a depth of 6 inches and mixed with a minimum 8 percent hydrated lime (by dry soil weight) in conformance with TxDOT Item 260. Assuming an in -place unit weight of 100 pcf for the pavement subgrade soils, this percentage of lime equates to about 36 lbs of lime per sq yard of treated subgrade. The actual amount of lime required should be confirmed by additional laboratory tests (ASTM C 977 Appendix XI) prior to construction. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at/or below 15. 10 ALPHA ReportNo. G161400 #X It is recommended lime stabilization extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. Lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork will have the same potential for movement as slabs constructed directly on the existing undisturbed soils as discussed in Section 6.2. Therefore, good perimeter surface drainage with a minimum slope of 2 percent away from the pavement is recommended. The use of sand as a leveling course below pavement supported on expansive clays should be avoided. Normal maintenance of pavement should be expected over the life of the structures. 6.10.2 Portland -Cement Concrete (PCC) Pavement Following subgrade improvement as recommended in Section 6.10.1 above, the following PCC (reinforced) pavement sections are recommended. TABLE C RECOMMENDED PCC PAVEMENT SECTIONS PCC Thickness, Paving Areas and/or Type Inches Parking Areas Subjected Exclusively to 5 Passenger Vehicle Traffic* Kroger Fuel Center, Drive Lanes, Fire Lanes, Areas Subject to Light Volume Truck 6 Traffic Dum ster Traffic Areas 1 7 For the fuel center area, we understand up to two (2) fuel trucks will be at the site per day for a total design life of 20 years. *Note: Lime treatment of the pavement subgrade is not necessary for pavements subjected exclusively to passenger vehicle traffic, although lime treatment in these areas would be generally beneficial to the long-term performance of the pavement and improve constructability. Prior to construction of pavement on untreated clay subgrade soil, the exposed subgrade should be scarified to a depth of at least 6 inches and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Portland -cement concrete should have a minimum compressive strength of 3,000 lbs per sq inch (psi) at 28 days in parking areas subjected exclusively to passenger vehicle traffic. We recommend a minimum compressive strength of 3,500 per sq inch (psi) at 28 days for the Fuel Center area, drive lanes, fire lanes, and truck areas. Concrete should be designed with 5 + 1 percent entrained air. Joints in concrete paving should not exceed 15 ft. Reinforcing steel should consist of No. 3 bars placed at 18 inches on -center in two directions. 11 ALPHA ReportNo. G161400 Alternately, mechanical lime stabilization of the pavement subgrade could be ' eliminated by increasing the PCC thickness in the pavement sections presented above by 1 inch. Prior to construction of pavement on untreated clay subgrade soil, the exposed subgrade should be scarified to a depth of at least 6 inches and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. 6.11 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the structures should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In order to enhance performance of the slab underlain by select non -expansive material at this site, every reasonable precaution must be taken to inhibit infiltration of groundwater and surface water into select material. Past problems have occurred with slabs underlain by even extensive select material thicknesses when poor drainage causes saturation of the select material. In this instance, the select material can act as a reservoir for water, and cause swelling beyond normally assumed amounts in the underlying clays. Therefore, it is recommended all backfill soils immediately adjacent to exterior grade beams consist of native clay soils compacted as outlined in Section 7.3 of this report. Non -expansive material should preferably not extend beyond building lines. In areas with pavement, sidewalks or other flatwork adjacent to the new structures, a positive seal must be maintained between the structures and the flatwork to minimize seepage of water into the underlying supporting soils. Post -construction movement of pavement and other flatwork is common. Normal maintenance should include examination of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems: 1. Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 feet from the completed structures. 2. Large trees and shrubs should not be allowed closer to the foundations than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. 3. Moisture conditions should be maintained "constant" around the edge of the slabs. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. 12 ALPHA ReportNo. G161400 #X 4. Planter box structures placed adjacent to buildings should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. 5. Architectural design of the slab foundations should avoid additional features such as wing walls as extensions of the slabs. 6. The root systems from existing trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near -maximum swell potential. Clay soils surrounding tree root mats in building pad, flatwork, and paving areas should be removed to a minimum depth of 3 ft and compacted in -place with moisture and density control as described in Section 7.3 of this report, below. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.3 of this report and in accordance with requirements of local municipal standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structures. 7.0 GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading Building floor slab areas should be prepared as recommended in Section 6.2. All other areas supporting the pavement, flatwork, and areas to receive new fill should be properly prepared. After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed soil subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. 13 ALPHA ReportNo. G161400 tX The exposed soil subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 20 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof -rolling procedures should be observed routinely by a Professional Engineer, or the Professional Engineer's designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed during the proofroll should be removed and replaced with well -compacted material as outlined in Section 7.3. Prior to placement of any fill, the exposed soil subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) feet. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavements and/or wall backfill. Slope stability analysis of embankments (natural or constructed) was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be placed well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clayey soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general 14 ALPHA ReportNo. G161400 deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. Drilled piers should be excavated and concrete placed the same day. Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, underreamed pier excavations should be cleaned and slightly enlarged in order to provide a fresh bearing surface. Grade beams for slab foundations or mat foundation excavations for fuel tanks should be slightly deepened and cleaned to provide a fresh bearing surface. All pier shafts should be at least 1.5 ft in diameter to facilitate clean -out of the base and proper monitoring. Concrete placed in pier holes should be directed through a tremie, hopper, or equivalent. Placement of concrete should be vertical through the center of the shaft without hitting the sides of the pier or reinforcement to reduce the possibility of segregation of aggregates. Concrete placed in piers should have a minimum slump of 5 inches (but not greater than 7 inches) to avoid potential honey -combing. Observations during pier drilling should include, but not necessarily be limited to, the following items: Verification of proper bearing strata and consistency of subsurface stratification with regard to boring logs, Confirmation the minimum required penetration into the bearing strata is achieved, Complete removal of cuttings from bottom of pier holes, Proper handling of any observed water seepage and sloughing of subsurface materials, No more than 2 inches of standing water should be permitted in the bottom of pier holes prior to placing concrete, and Verification of pier diameter, underream size and steel reinforcement. Groundwater was not encountered in the borings during the current field exploration. However, groundwater seepage could be encountered during pier installation, and the risk of encountering this seepage is increased during or after periods of precipitation. 15 ALPHA ReportNo. G161400 #X Some field adjustments in the depth of the piers may be required in some areas to maintain the bottom of the piers on top of limestone and/or above groundwater seepage. Adjustments in the depths of the piers should be observed in the field by ALPHA personnel. Immediate placement of concrete after constructing the underream and/or the use of submersible pumps may be adequate to control underream collapse and/or seepage. Temporary casing may be useful for controlling groundwater seepage that could occur in the clayey soils. As casing is extracted, care should be taken to maintain a positive head of plastic concrete and minimize the potential for intrusion of water seepage. It is recommended a separate bid item be provided for casing on the contractors' bid schedule. We should be contacted for further review and evaluation if groundwater seepage and/or underream collapse occurs during pier installation. 7.3 Fill Compaction Select Fill: Materials used as select, non -expansive material should have a liquid limit less than 35, a plasticity index (PI) not less than about 4 nor greater than 15 and contain no more than 0.5 percent fibrous organic materials, by weight. All select material should contain no deleterious material and should be compacted to a dry density of at least 95 percent standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Note: The plasticity index and liquid limit of material used as select, non - expansive material should be routinely verified during placement using laboratory tests. Visual observation and classification should not be relied upon to confirm the material to be used as select, non -expansive material satisfies the above Atterberg-limit criteria. Flexible Base: Flexible base material used as non -expansive select fill or cap above the moisture improved soils, should meet the requirements of TxDOT Standard Specifications Item 247, Type A, B, C, or D, Grade 1 or 2. The material should be compacted to a minimum 95 percent of standard Proctor maximum dry density (ASTM D 698) and within two percentage points of the material's optimum moisture content. The following recommendations pertain to fill soils placed for general site grading outside the building pad areas. Soils placed within the building pads should conform to the requirements in Section 6.2. Clay soils with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 5 percentage points above optimum. Calcareous clay materials with a plasticity index below 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey soil materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. 16 ALPHA ReportNo. G161400 #X Processed limestone or other rock -like materials used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of limestone or other rock -like materials used as fill is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 4 inches in dimension should not be used as fill. However, if rock fill is utilized within 2 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 2 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. As a guide, one test per 2,500 sq ft per lift is recommended in building areas. In larger site areas, a test frequency of one test per 5,000 sq ft or greater per lift may be used. Utility trench backfill should be tested at a rate of one test per lift per each 300 lineal feet of trench. In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 98 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined above. In general site grading areas where final fill slopes will be four horizontal to one vertical (4:1) or steeper and greater than 5 ft in height, field density and moisture content tests should be performed on each lift. As a guide, one test per 5,000 sq ft per lift is recommended in these areas. 7.4 Groundwater Groundwater was not encountered in the borings during drilling. From our experience, however, shallower groundwater seepage may be encountered during excavation at this site for utilities, foundations, and other general excavations. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. Where sump pits and pumping are not capable of controlling seepage, supplemental dewatering measures (such as, but not limited to, submersible pump in slotted casings and wellpoints) may be required. In any areas where significant cuts are made to establish final grades at the site, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. Also, seasonal groundwater seepage could occur where limestone is at or near the final site grade and where it is exposed in slopes and cuts. Subsurface drains may be required in these areas to intercept seasonal groundwater seepage. The need for these or other de -watering devices should 17 ALPHA ReportNo. G161400 #t\ be carefully addressed during construction. Our office could be contacted to visually observe the final grade to evaluate the need for such drains. 8.0 LIMITATIONS .r Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical f engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA TESTING, INC. is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA TESTING, INC. is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 18 APPENDIX ALPHA ReportNo. G161400 A-1 METHODS OF FIELD EXPLORATION Using standard rotary drilling equipment, a total of 39 test borings were performed for this geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure 1. The test boring locations were staked by either pacing or taping and estimating right angles from landmarks which could be identified in the field and as shown on the site plan provided during this study. The locations of the test borings shown on the Boring Location Plan are considered accurate only to the degree implied by the method used to locate the borings. Relatively undisturbed samples of the cohesive subsurface materials were obtained by hydraulically pressing 3-inch O.D. thin -wall sampling tubes into the underlying soils at selected depths (ASTM D 1587). These samples were removed from the sampling tubes in the field and examined visually. A representative portion of each sample was sealed in a plastic bag for use in • future visual examinations and possible testing in the laboratory. A modified version of the Texas Cone Penetration (TCP) test was used to assess the apparent in - place strength characteristics of the rock type materials (TxDOT Test Method TEX-132-E). A 3-inch diameter steel cone driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy) is the basis for TxDOT strength correlations. The modified version of the TCP test consisted of using a 140-pound hammer dropping 30-inches (350 ft-pounds of energy) for completion of the field test at some of the boring locations. Depending on the resistance (strength) of the materials, either the number of blows of the hammer required to provide 12 inches of penetration, or the inches of penetration of the cone due to 100 blows of the hammer are recorded on the field logs and are shown on the Log of Boring sheets as "TX Cone" (reference: TxDOT Test Method TEX 132-E). Logs of all borings are included in the Appendix of this report. The logs show visual descriptions of subsurface strata encountered in the borings using the Unified Soil Classification System. Sampling information, pertinent field data, and field observations are also included. Samples not consumed by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client requests otherwise. �- ' OB-za` - p SPINK5AIRPORTPROPERN e•� ' B-2&- B4flB.1 y B•12 � ar18 8-19'j`.� 9-28 6-�5• r.5 B3U Ij , I 6!•x7 1 �x$-x7 l JRGr' J �-za�e•xs r r a23� I 1 r LL i�j EI;2 13-33 r � 9.6 �7 1. 1.35W - 34 ri z 0 300 Graphic Scale In Rt. Gcotechnical Elploralion x Kroger Fuel Center Boring Location ffiogcr Store SW690/Retail Center ALPHA # TESTING Boring Location Ylnn ICro cr Pavement florin Locations Offl-35W and P.M. 1187 rs�.r„Frr Figure I a Retail Building Boring Locations . g' g g dm Icson, "Fcxas M Kroger Building 13oi-ing Locations 0 Driveway / Pond Boring Locations Alpha Projeet No, 6161400 ALPHA Report No. G 161400 •r B-1 METHODS OF LABORATORY TESTING Representative samples were examined and classified by a qualified member of the Geotechnical Division and the boring logs were edited as necessary. To aid in classifying the subsurface materials and to determine the general engineering characteristics, natural moisture content tests (ASTM D 2216) Atterberg-limit tests (ASTM D 4318), and dry unit weight determinations were performed on selected samples. In addition, unconfined compression (ASTM D 2166) and pocket -penetrometer tests were conducted on selected soil samples to evaluate the soil shear strength. Results of all laboratory tests described above are provided on either the accompanying Log of Boring sheets or on summary data sheets as noted. In addition to the Atterberg-limit tests, the expansive properties of the clay soils were further analyzed by free swell tests (ASTM D 4546). The swell test is performed by placing a selected sample in a consolidation machine and applying either the approximate current or expected overburden pressure and then allowing the sample to absorb water. When the sample exhibits very little tendency for further expansion, the height increase is recorded and the percent free swell and total moisture gain calculated. Results of the absorption swell test are provided on the Swell Test Data sheet, Figure 2 included in this appendix. W1 SWELL TEST DATA Boring No. 1 3 5 6 7 8 11 Average Depth, ft 5 9 7 9 7 9 7 Dry Unit Weight, pcf 117 116 114 110 103 112 108 Liquid Limit 42 41 59 -- 75 66 64 Plastic Limit 16 15 22 28 22 24 Plasticity Index 26 26 37 -- 47 44 40 Initial Moisture Content 14% 12% 18% 20% 18% 19% 19% Final Moisture Content 16% 16% 22% 26% 26% 24% 21% Free Swell 0.3% 0.7% 4.3% 3.2% 5.3% 2.9% 1.3% Boring No. 12 15 18 19 20 21 Average Depth, ft 9 5 5 9 9 7 Dry Unit Weight, pcf 107 116 109 111 116 116 Liquid Limit 60 40 57 51 43 62 Plastic Limit 21 16 21 19 17 24 Plasticity Index 39 24 36 32 26 38 Initial Moisture Content 19% 13% 21% 16% 14% 17% Final Moisture Content 24% 15% 24% 19% 18% 21% Free Swell 3.2% 0.4% 0.5% 0.9% 0.3% 1.5% Geotechnical Exploration Kroger Store SW690 /Retail Center ALPHA T E S T I M Swell Test Data Off I-35W and F.M. 1187 WHERE ,T ALL BEGINS Figure 2 Burleson, Texas Alpha Project No. G161400 2209 Wisconsin Street ALPHA TESTING Suite 100 LOG OF BORING NO.: 1 Dallas, Texas Sheet 1 of 1 # 75229 Phone:972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 www.alphatesting.com Client; Cercor Acquisition Co.. Inc _ Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/8/2016 End Date: 7/8/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS E o Q On Rods (ft): NONE o �= m N W ;, ; _ _ t r 1 After Drilling (ft): DRY > o o cc o f m o a o �_ w mCL o After Hours (ft): E Oof a.° 2 oN o_v U U a a c m z° 3: J o a MATERIAL DESCRIPTION Brown CLAY with a trace of sand 3.25 2.0 Tannish Brown CLAY with a trace of sand 2.75 21 4.0 5 Tannish Brown and Gray CLAY with traces of sand and calcareous nodules 4.5+ 15 42 16 26 4.5+ 17 4.5+ 14 37 15 22 TO 11.0 Tan and Gray SHALY CLAY 4.5+ 16 15 4.25 4.4 107 20 20 -tan with silt seams below 23' - 4.5+ 25 25.0 TEST BORING TERMINATED AT 25 FT 30 _35_ 40 2209 Wisconsin Street A L P N A TEST ! M G Suite 100 LOG OF BORING NO.: 2 Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE 1 T ALL BEGINS Fax: 972-620-1302 www.alphatesting.com Client. Cencor�uisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/5/2016 End Date: 7/5/2016 West: Grilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I in): 140 / 30 GROUND WATER OBSERVATIONSCL SZ On Rods (ft): NONE m F � c o , E m c 'd X t 1 After Drilling (ft): DRY > d M o d m o n o in n o n After Hours (ft): a 0� o: U no o ,� a N o d O a� cn X m F a j Z J a a MATERIAL DESCRIPTION Brown CLAY with sand 4.5+ 17 46 16 30 2.0 _ Tannish Brown and Gray CLAY with sand 4.5+ 15 4.0 Tan and Gray CLAY with some calcareous deposits 5 and a trace of sand 4.5+ 14 -trace of gravel 6-8' 4,5+ 4.5+ 10 10.0 TEST BORING TERMINATED AT 10 FT 15 20 25l 30 35 40 dL 2209 Wiscoavin Streel ALPHA TESTING suite 10o LOG OF BORING NO.: 3 Dallas, Texas Sheet 1 of f �� Phaim. 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax; 972-620-1302 www. alphalesting. coon Client: CencorAC uisition Co. Inc. Location: Burleson, Texas Project: Kroger Store SW690 I Retail Center Surface Elevation: Start Date: 7/8/2016 End Date: 7/8/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140130 GROUND WATER OBSERVATIONS N ° SZ On Rods (ft): NONE a `o N ;, y E E c r t a After Drilling (f): DRY > o L)r o a 0 E °o o, �oa �1 .a oa After Hours (ft): o U d 62z _ n ❑— u 5NF JJ Cn �� a m a m aN MATERIAL DESCRIPTION Brown CLAY - 3.5 3.5 17 4.0 5 Tannish Brown CLAY with a trace of sand 4.5+ 15 -calcareous deposits 6-8' 4.5+ 12 -silt below 8' 4.5+ 11 41 15 26 10 _ 12.0 Tan and Gray SHALY CLAY 4.5+ 15 15 4.5+ 4.9 113 17 20 - 4.5+ 25 25.0 TEST BORING TERMINATED AT 25 FT 3Q 35 40 2209 Wisconsin Sit -eel suite 100 LOG OF BORING NO.: 4 ALPHA f'XTESTING Dallac, Tems Sheet 1 or 1 Phony PROJECT NO.: G161400 WHERE IT ALL BEGINS Fax: .972-620-130 Fes: v7a-hao-rsna www ulphalesling cnm cliei,t Cencor Acquisition Co., Inc. Location: Burleson. Texas _ Project: Kroger Store SW690 r Retail Center Surface Elenatlon: Start Date: 718/2016 End Date: 7/812016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North -- Hammer Drop (Ibs I in): 140 130 GROUND WATER OBSERVATIONS y ctm n rn o SZ On Rods (ft): NONE ~ w N 0 �, Y d ci �' ° y in 3: r E J E J Y n U t 1 After Drilling (ft): DRY 2 a N > Cyd o W 3 o a 7 E o L a� m; o C o d o After Hours (ft): E , ao d c o„ o u c J m y C7 cn Ha a ju► Z a a MATERIAL DESCRIPTION Brown CLAY - 4.5+ 4.5+ 17 58 23 35 4.0 5 Tan and Gray CLAY 3.0 18 -calcareous deposits 4-6' -trace of sand below 6' 4.5+ 23 4.5+ 24 10 11.0 Tan and Gray SHALY CLAY 4.5+ 17 15 4.5+ 5.6 107 20 20 21.0 Tan LIMESTONE with clay seams - 100/0.75" 25 25.0 TEST BORING TERMINATED AT 25 FT 30 35 40 -r _1 2209 Wisconsin Stow smile 100 LOG OF BORING NO.: 5 ALPHA #XTESTIN 1Jallas, Texas Sheet t or 75229 Phone: 972-620-8911 PROJECT NO.: G151400 WHERE IT ALL BEGINS Fax.- 972-620-1302 wMV. alpharesring, cam Client: Cencor Acquisition Co. Inc. Location: Burleson, Texas Project: Kroger Stare SW6901 Retail Center Surface Elevation: Start Date: 7/12/2016 End Date: 7/12/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop jibs 1 in): 140 / 30 GROUND WATER OBSERVATIONS ESL c z n E� o x w J On Rods (ft): NONE a a o (n w 0.4 �'> m E E c t r 1 After Drilling (ft): DRY > a 0 o L) E m o a o U _� Z ani o m After Hours (ft): E 0of ° °: a° ° �, o . 0- o 6inCn �v 0 N MATERIAL DESCRIPTION Dark Brown CLAY 1.25 1.0 30 _ 4.0 5 Tannish Brown and Gray CLAY 4.5+ 23 6.0 Tannish Brown and Gray SHALY CLAY 4.5+ 18 59 22 37 4.5+ 15 10 4.5+ 17 15 - 4.5+ 8.2 117 16 20 4.5+ 25 25,0 TEST BORING TERMINATED AT 25 FT 30 35 4o 1J Suite Wisconsin Street suite 1(10 LOG OF BORING NO.: 6 a L P N T E S T N G Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620.8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax., 972.420-1302 www.alphatestitig.com Client. Cencor Acquisition Co.. Inc. _ _ Location: Burleson Texas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date: 7/1212016 End Date: 7112i2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140130 FT GROUND WATER OBSERVATIONS v S N E U SZ On Rods (ft): NONE `0 3 Y a � ��' iD a a 1 After Drilling (ft): DRY a> iv 0 o Eo ( m ; g a o After Hours (ft): � 0= a 6 o 2 .1-6 o u J a �a a 0 V) Z MATERIAL DESCRIPT[ON Brown CLAY 3.75 _ 2-0 .. Tannish Brown and Gray CLAY 1.5 22 61 21 40 5 4.5+ 20 6.0 Tannish Brown and Gray SHALY CLAY 4.5+ 16 4.5+ 19 10 4.5+ 19 15 - 4.5+ 4.8 106 19 20 4.5+ 25 25.0 TEST BORING TERMINATED AT 25 FT 30 35 40 a 2209 Wisconsin Slreei guile !00 LOG OF BORING NO.: 7 ALPHA #'XTESTING Dallas, Texas Sheet 1 d 1 P5229 hone I PROJECT NO.: G161406 Phase: 972-629-1302 I WHERE IT ALL BEGINS Fax: 971�14-13i72 www alphalexling. coin Client- CencorAcauisition Co.. Inc. Location: Burleson, Texas_ ^ Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 717/2016 End Date: 7/7/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS a wtoa Q On Rods (ft): NONE v 5 y a `im E O Ga � U td 1 Drilling (ft): DRY A > a oEAfter o2 o Zx Hours (ft): EAfter O aa o cd d UG U Ha j�o j Z D a MATERIAL DESCRIPTION Tannish Brown and Gray CLAY with some calcareous nodules 1.5 -possible fill -tannish brown clay with sand and gravel below 2' 4.5+ 19 4.0 Tannish Brown and Gray SHALY CLAY 5 4,5+ 18 4.5+ 20 75 28 47 4.5+ 18 10 4.5+ 18 15 4.5+ 9,5 115 17 24 21.0 Gray LIMESTONE 25 25 0 100/ TEST BORING TERMINATED AT 25 FT 30 35 40 2209 Wisconsin 5r+err Suite 100 LOG OF BORING NO.: 8 A L P H A /#\ T E S T I N G Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 www.. alphalesfilw. con; Client: Cencor Acquisition Co. Inc. Location: Burleson. Texas _ Project: Kroger Store SW690 / Retail Center _ Surface Elevation: Start Date: 7/12/2016 End Date: 7/12/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in),. 140 / 30 GROUND WATER OBSERVATIONS mCn 5 o_ E d L e w m On Rods (ft): NONE F m y CO)� c._ .�'� rn :? E E J Fo t mc 1 After Drilling (ft): DRY > o o o f m o? : a `o U a o - After Hours (ft): E m cei� U o� U a° 2 6 W- aw ❑ m o o a _ MATERIAL DESCRIPTION Tannish Brown and Gray CLAY - 3.0 2.5 21 4.0 5 Tannish Brown and Gray SHALY CLAY 4.5+ 14 49 19 30 4.5+ 17 - 4.5+ 18 66 22 44 10 4.5+ 17 15 - 4.5+ 7.9 108 18 20 4,5+ 25 25.0 _ TEST BORING TERMINATED AT 25 FT 30 35 40 2209 I0scvnsar 5►reer Suite 100 LOG OF BORING NO.: 9 A L P N A #\TESTING Dallas, TBx as Sheet 1 of 1 75229 Phone: 972-620.8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 wwwalphafesfrng.cam Client: Cencor Acquisition Co. inc. Location: Burleson, Texas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date: 7/512016 End Date: 7/5/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ihs 1 in): 140130 GROUND WATER OBSERVATIONS E d L o x SZ On Rods (ft): NONE F 2` w 00 �, .. 0 4 in u c E E J y L 0.IL t After Drilling (ft) DRY > a d o E m m C a v o a N o After Hours (ft): a (n x C ' z6 � o 3 J a a MATERIAL DESCRIPTION Brown CLAY with sand 2.25 26 56 20 36 2. Tannish Brown and Gray CLAY with sand _ 4.5+ 5.2 111 18 5 4.0 15 4.25 16 2.75 10 _ 11.0 Tan and Gray SHALY CLAY with sand laminations 4.5+ 15 15.0 TEST BORING TERMINATED AT 15 FT zn as 3fl 35 40 2269 Wisconsin S►rein ALPHA TESTING suite 100 LOG OF BORING NO.: 10 Dallas, Texas Sheet 1 pF 1 75229 Phone:972-62"911 PROJECTNO.: G161400 WHERE IT ALL BEGINS Fax: 972-620-1302 wow. alphatesl ing. cam Client: CencorAcouisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date: 7/512016 End Date: 71512016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS E r _ x d Q On Rods (ft): NONE C o N P? i".L .� y E E c t t 1 After Drilling (ft): DRY ? CL o a � —3° o f m g z n o o 2After Hours (ft): d a o° a s ° N c9 � H a a 0 rn z a ii MATERIAL DESCRIPTION Dark Brown and Brown CLAY with sand and gravel - -possible fill 4.5+ 21 2.0 Tannish Brown CLAY with calcareous deposits 4.5+ 15 44 16 28 4.0 5 Tan and Gray CLAY 3.75 19 -trace of calcareous deposits 4-0 4.5 8.0 Tan and Gray SHALY CLAY - 4.5+ 10 4.5+ 15.0 _15 TEST BORING TERMINATED AT 15 FT 20 25 30 35 40 2209 isrrconsin Sfreel ALPHA TESTING suite 100 LOG OF BORING NO.: 11 (Dallas, Texas Sheet 1 of 1 # 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 WWW alphatesung.cars Client: CencorAc uisition Co. Inc. Location: Burleson, Texas Project: Kra er Store SW6901 Retail Center Surface Elevation: Start Date: 7/8/2016 End Date. 7/8/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lhs 1 in); 140130 j GROUND WATER OBSERVATIONS y E o � V On Rods (ft): NONE o ; �' E E Y t 1 After Drilling (ft): DRY > d o o E m g z n o n 0 a 9 After Hours (ft): n U X O- o o ;, -- c o y D_ N o °? N N c9 I Fa a j� Z ? a a MATERIAL DESCRIPTION Brown CLAY 3.5 4.5+ 18 4-0 5 Tan and Gray CLAY 3.5 16 -calcareous deposits 4-6' 4.0 19 64 24 40 8,0 Tan and Gray SHALY CLAY 3.25 21 10 4.5+ 16 15 4.5+ 9,3 113 19 20 21.0 Gray LIMESTONE 25 100/ 1.25" 30 100/ 375 100/ 35 35, 0 Q.25". TEST BORING TERMINATED AT 35 FT 40 2209 Wisconsin 9freer A L P H A /#N T E S T ING swre 100 LOG OF BORING NO.: 12 Dallas, Tax= Shoe, 1 a( 1 75229 WHERE I T ALL BEGINS Phone: 972-620-8971 PROJECT NO.: G161400 Fox. 972-620-1302 www, alphatLsiing.com Client: _ Cencor Acouisition Co.. Inc. Location: Burleson, Texas Project: _ Kroger Store SW690 I Retail Center Surface Elevation: Start Date: 7/8/2016 End Date: 7/8/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 1401 30 t 0 L 0 GROUND WATER OBSERVATIONS V On Rods (ft): NONE 1 After Drilling (ft): DRY After Hours (ft): m F d z o d ; o y o c P? o f a a Ew ci o, o d ° g a N t z a o o a E Q .E o u N MATERIAL DESCRIPTION Tannish Brown CLAY w th a trace of calcareous nodules 4.5+ 2.0 Tan and Gray CLAY 4.5+ 13 46 16 30 5 3.5 14 4.0 14 8.0 Tan and Gray SHALY CLAY 4.5 22 60 21 39 10 4.5+ 19 15^ ' 4.5+ 7.6 114 20 20 20.0 _ Gray LIMESTONE 100/ 25 0.25" 100/ 30 0.25" 35 35,0 100/0.25"- TEST BORING TERMINATED AT 35 FT 40 CM [ J 101 2209 Ksconsin Sit -eel Sidle 100 LOG OF BORING NO.: 13 ALPHA #XTESTING Dallay. Texas Sheet 1 of 1 75229 Phone: 972-620-89.11 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-624-1302 www. alphatesitng. corn Client: CencorAeauisition Co.., Inc. Location: Burleson, Texas Project: Kroner State _SW690I Retail Center Surface Elevation: Start Date: 7/5/2016 End Date: 7/6/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140130 GROUND WATER OBSERVATIONS t o 16 0rn SZ On Rods (ft): NONE a F w N `o i, d. ci �? G.2 �' ° �� E J E J y e t 1 After Drilling (ft): DRY (U > o d o c— d m c o a o , a C o .� .y 0 9 SL After Hours (ft): E a ;`, o o N o- Q N D MATERIAL DESCRIPTION Brown CLAY with some sand and silt 3.5 27 61 22 39 2.0 Tannish Brown and Gray with sand 4.5 18 _5 4.5+ 15 6.0 Tan and Gray CLAY with traces of calcareous nodules and sand 3.25 -sand and a trace of gravel below 8' 2.0 1.8 113 18 10 4.5+ 15 15.0 TEST BORING TERMINATED AT 15 FT 20 25 30 35 9 _1 Wisconsin Street &ite ,rutty 1fJ0 LOG OF BORING NO.: 14 A L P H A T E S T 1 N ■ �� Dallas. Texas Sheet 1 of 1 75229 Phone: 972-62M911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 w ww. alph ales ti ng. cram Client. Cencer Acouisition Co., Inc. Location: Burleson, Texas ^� Project: Kroger Store SWS90 / Retail Center Surface Elevation: Start Date: 7/11/2016 End Date. 7111/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140130 GROUND WATER OBSERVATIONS c a o w nos(): o i ' Yn a Drilling (ft): DRY > aAfter 0 W o o�m a ` U aL o After Hours (ft): E a � o N o o � .� -J w �a a j Z a a MATERIAL DESCRIPTION Dark Brown CLAY 2.5 0.75 27 4.0 ^ 5 Brown CLAY 2.0 26 61 24 37 6,0 Tannish Brown CLAY - 2.5 24 8.0 _ Tannish Brown and Gray CLAY - 4.5+ 15 10 11. Tannish Brown and Gray SHALY CLAY 4.5+ 20 15 - 4.5+ 5.1 107 20 20 21.0 Tan LIMESTONE with clay seams 100/ _ 25 25.0 .625 TEST BORING TERMINATED AT 25 FT 30 35 4p 2200 Kwonsin Sneer suite 100 LOG OF BORING NO.: 15 ALPHA #kTESTING Dallas. Texas Sheet 1 of 1 79 WHERE IT ALL BEGINS Phone: 972-6 PROJECT NO.: G161400 Fax: v72-620-U-130213oz www.alphatesting.com Client: Cencor_Acguisition Co., Inc. Location: Burleson, Texas Project: Kroger Store SW6901 Retail_Center Surface Elevation: Start Date: 7/7/2016 End Date: 7/712016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140130 t m ❑ GROUND WATER OBSERVATIONS On Rods (ft): NONE t 1 After Drilling (ft): DRY m After Hours (ft): C7 F m C > o $� tY o y, v o o� Ha E a ;, ) E w a m w a�i o . c� o aN o z L p a j o m o U E '9 '� a x c y a MATERIAL DESCRIPTION Reddish Brown CLAY 4.25 2.0 Reddish Brown and Tannish Brown CLAY with a trace of sand 4.5+ 15 5 4.5+ 14 40 16 24 -some sand below 6 - 3.75 14 4.5 16 1D 12.0 Tan and Gray SHALY CLAY 4.5+ 23 77 27 50 15 4,5+ 1.8 0 19 20 22.0 Tan LIMESTONE with clay seams -25 100/ 2.375 26.0 Gray LIMESTONE 30 100/ 0.25" 35 35,0 ) 100/ 125 TEST BORING TERMINATED AT 35 FT 40 2209 Wisconsin Street Fite 160 LOG OF BORING NO.: 16 ALPHA fXTESTING Dallas, Texas Sheet 1 of 1 75229 Phone: PROJECT NO.: G161400 Fhane:972-620-1302 WHERE IT ALL BEGINS Fax: 972-b2Q-1302 www. alpharesting. cwn Client: CencorAcauisition Co-, Inc. Location:_ Burleson, Texas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date: 7/812016 End [late: 702016 West: Drilling 1Nethvd! CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 140130 GROUND WATER OBSERVATIONS y v E m rn o rn SZ On Rods (ft): NONE F o y ;, ci Y E J t U t 1 After Drilling (ft): DRY a 10 i; a 3 Y d c o o E 'O L m y ; g 3: z a C o J o e U o After Hours (ft): M d � a .o ° a N v 6 � ° N m X a�i �a a U cn z° C m 3 d a MATERIAL DESCRIPTION Brown CLAY with a trace of sand 4.5+ 22 54 22 32 2.0 Tannish Brown and Gray CLAY with a trace of sand - - 4.5+ 2.3 115 13 5 4.5+ 13 4.5+ 11 4.5+ 10 11,0 Tan and Gray SHALY CLAY 4.5+ 15.0 _15 TEST BORING TERMINATED AT 15 FT 20 25 30 . 35 40 .A 2209 Wisconsin Street ALPHA TESTING Suite 100 LOG OF BORING NO.: 17 Dallas, Texas Sheet 1 of 1 # 75229 Phone:972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 www.alphatesling.com Client: Cencor Aca uisition Co.. Inc. _ Location: Burleson. Texas project Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/5/2016 End Date: 7/5/2016 West. Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 m o GROUND WATER OBSERVATIONS V On Rods (ft): NONE a > o 5 toy 0 m Y a E U� m �° N(n L 3 '_ J _ E J x c t 1 After Drilling (ft): DRY °' > O 3 o N o E TJL rn a g �` C 0� 0,7 o -c o After_ Hours (ft): E oa ;, o y o J C �m Z C 3 a ig MATERIAL DESCRIPTION Tannish Brown CLAY with calcareous deposits 4.5+ 15 2.0 Tan and Gray CLAY 3.25 2.2 115 15 52 19 33 _ -calcareous deposits 2-4' 5 -trace of sand below 4' 4.5+ 18 4.5+ 3.25 10 11.0 Tan and Gray SHALY CLAY with bentonite deposits 4.5+ 15 15.0 TEST BORING TERMINATED AT 15 FT 2U 25 30 35 40 . -A >oscansi+r St"et spite Too LOG OF BORING NO.: 18 A L P H A T E S T I N A &ite 1]allav, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax. 972-620.130_ wmti w.awratesting.corrr Client: Cen cor Acouisition Co.. Inc. Location: Burleson, Texas Project: Kroner Store SW6901 Retail Center_ Surface Elevation: Start Date: 716/2016 End Date: 7/6/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 130 GROUND WATER OBSERVATIONS c a o x Q On Rods (ft): NONE F z o N �, 0 �' 'a u E J t After Drilling (ft): DRY > d �� a) o L) E o 0 0 a a u N After Hours (ft): E o- a. 0 6 Q t"o rn X m o C z rL ri MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules 3.0 1.75 21 5 3.0 21 57 21 36 3.25 22 8.0 Tan and Gray CLAY 4.5+ 14 10 11.0 Tan and Gray SHALY CLAY - 4.5+ 16 15 4.5+ 4.8 113 19 20 22.0 Gray LIMESTONE 100/ 25 0.5" 100/ 30 1.375' 100/ _ 35 _ 35�0 0.25" TEST BORING TERMINATED AT 35 FT 40 2249 /0sraasin Street �►rte r44 LOG OF BORING NO.: 19 A L P N A /OX T E S T IN Dallas, Texas Sheet 1 of 1 7522 FlePROJECT NO.: G161400 hon9 972-620- WHERE IT ALL BEGINS Faxx;: 972-620-13021341 www.alpkatesling r.•onr Client: Cencer ACpuisition Co.. Inc. Location: Burleson, Texas Project: Krager Store SW6901 Retail Center Surface Elevation: Start Date: 7/11/2016 End Date: 7/1112016 west. Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140130 GROUND WATER OBSERVATIONS E i d SZ On Rods (ft): NONE F z o y c i „ r �'-� � E _ .9 X c d t n 1 After Drilling (ft): DRY - d > a U of o 1 E CO 0 o m C a o d C, n o V _0 'j 0 'y cJ o After Hours (ft): ,E, a U O� a a ? Z 0- MATERIAL DESCRIPTION Dark Brown CLAY 1.5 2.0 Brown CLAY .5 26 5 2.0 24 6.0 Tannish Brown CLAY 4,0 23 4.5+ 14 51 19 32 10 11.0 Tannish Brown and Gray SHALY CLAY 4.5+ 20 15 4.5+ 4.5 112 20 20 21.0 Tan LIMESTONE with clay seams 25 25.0 100/2" TEST BORING TERMINATED AT 25 FT 30 35 40 2209 Wisconsin Street ALPHA J TESTING Suite 100 LOG OF BORING NO.: 20 Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 www.alphatesting.com Client: Cencor Accuisition Co. lnc. Location: Burleson, Texas - Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/5/2016 End Date: 7/5/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140130 GROUND WATER OBSERVATIONS E� d L USZ On Rods (ft): NONE F 0 2 L ,� t 1 After Drilling (ft): DRY > d 3 m o Y o f d m "m o `o n o a 2 7 After Hours (ft): a E �� p� a° a � L' aN 2— U � m 0 (7 in X a�i a in Z 3 o L MATERIAL DESCRIPTION Dark Brown CLAY with sand 4.5+ 2.0 Brown CLAY 3.25 16 46 18 28 4.0 5 Tannish Brown and Gray CLAY with traces of sand and calcareous nodules 2.5 17 3.0 19 8.0 Tan and Gray CLAY with calcareous deposits - 4.5+ 3.8 112 14 43 17 26 10 11.0 Tan and Gray SHALY CLAY - 2.75 23 15 4.5+ 19 20 4.5+ 25 25.0 _ TEST BORING TERMINATED AT 25 FT 30 35 40 .J W1 2209 Wisconsin Sireel A L P H A TESTING '"'re 100 LOG OF BORING NO.: 21 IJan=, Texas Sheet 1 & # 75229 Phone.- 972-620-8911 PROJECT NO.: G161400 WHERE T ALL BEGINS Fax. 972-620-1302 ' www.alpharesding.com i Client:_ CencorAcguisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/6/2016 End Date: 7/612016 West. Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140,13D GROUND WATER OBSERVATIONS E o SZ nos(): wNONE v ° ° a _ r m E _ E x c t n t 1 After Drilling (ft): DRY o_ > a o� d o ca U E o m m c m 2`n o v .� 2 'N 0 a 0 SL After Hours (ft): m a o a �, c o f ao o N v U �, Q T y c9 F- a j� Z j a a MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules 2.5 2.5 19 4.0 5 Tannish Brown CLAY with a trace of calcareous nodules 4.5+ 17 6.0 Tan and Gray CLAY 4.25 20 62 24 38 -trace of calcareous nodules 6-8' -slickensided below 6' 4.5+ 21 10 12.0 Tan and Gray SHALY CLAY 4.5+ 18 15 4.5+ 8.8 109 19 20 21.0 Gray LIMESTONE 100/ 25 25.0 0.25" TEST BORING TERMINATED AT 25 FT 3D a 35 40 2209 Wisconsin Street A L P H A T E S T I Suile 100 LOG OF BORING NO.: 22 Dallas, Texas Sheet 1 of 1 75229 WHERE I T ALL BEGINS Phone:972-620-8911 PROJECT NO.: G161400 Fax: 972-620-1302 www.alphatesling.com Client: Cencor Acouisitien Co.. Inc. Location: Burleson, Texas Project: Kroner Store SW690 / Retail Center Surface Elevation: Start Date: 7/6/2016 End Date: 7/6/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 Y n t n GROUND WATER OBSERVATIONS SZ On Rods (ft): NONE 1 After Drilling (ft): DRY After Hours (ft): F a ,E, > d �� a m`o y o o� L) Y E a o ;, E ci �, ,� c o �m _ ° o aN o Z O n o U E .9 J E o .N 10 N a a MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules - 2.25 3.0 19 55 19 36 4.0 4.5 18 5 Tannish Brown CLAY with a trace of calcareous nodules and gravel 6.0 4.5+ 16 - Tan and Gray CLAY 4.5+ 18 10 11.0 Tan and Gray SHALY CLAY - 4.5+ 20 15 4.5+ 2.6 117 18 20 22.0 Gray LIMESTONE 100/ 25 1" 100/ 30 11111116 .375 100/ 35 35.0 575� TEST BORING TERMINATED AT 35 FT 4D ii .J J Z209 10scnnxr�a 3[rref Suite 100 LOG OF BORING NO.: 23 ALPHA T E S T I N G Dallas, Texas sheet 1 of 1 75229. Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 tiwvw, alphalest ing. cant Client:_ Cencor Acquisition Cm, Inc. Location: Burleson, Texas Project:_ Kroger Store SW6901 RetalI Center Surface Elevation: Start Date: 7/11/2016 End Date: 7/11/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North, Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS S C, d E m r o x d � V On Rods (ft): NONE a ~ ° ;, ci " �' �'� a E _ E C J t U t 1 After Drilling (ft): DRY N� > d >i o Y 07 o f "°L c) m Omo C J a o 2SL After Hours (ft): E [Y o o ; o 2 o U w Ha° a 000 Z J a a MATERIAL DESCRIPTION Tannish Brown CLAY with some calcareous nodules 4.5+ 16 2.0 Tannish Brown and Gray CLAY with a trace of calcareous nodules 2.0 1.5 102 23 76 24 52 5 4.5+ 24 -calcareous deposits below 6' 4.5+ 17 4.5+ i0 13.0 Tannish Brown and Gray SHALY CLAY 4.5+ 15 15.0 TEST BORING TERMINATED AT 15 FT 20 25 30 33 J 2209 Wisconsin street suite 1t70 LOG OF BORING NO.: 24 L P N A TESTING Dallas. Texas Sheet 1 of 1 7 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-6204302 www. alphatesting.com Client:_ Cencor Acquisition Co., Inc. Location: Burteson, Texas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date: 7/11/2016 End Date: 7/11/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 140130 GROUND WATER OBSERVATIONS a c c Y n E m .c axi SZ On Rods (ft): NONE o N, ci " _.� E E t G t d 1 After Drilling (ft): DRY 2 G > o 0 W d o Cp a - E O a m w C o D_ K Q a o �! � .ma y U o After Hours (ft): m � CL ;, o r NO o u, � -° i c9 �a a j� z? 3 o a MATERIAL DESCRIPTION Reddish Brown and Brown CLAY 4.5 2.0 Tannish Brown CLAY with calcareous deposits - 4.5+ 14 5 2.5 18 6.0 Tannish Brown and Gray CLAY 4.5+ 20 - 4.5+ 82 18 58 20 38 10 _ 11.0 Tannish Brown and Gray SHALY CLAY 15.0 _15_ TEST BORING TERMINATED AT 15 FT 20 25 30 35 40 .J m ., 2209 1Yistn+ui+a .Sr+'c E a Sarin 1QQ LOG OF BORING NO.: 25 ALPHA #\TESTING Dallas. Texas Sneel t or t 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620.1302 www alphata sting.ovne Client:_ Can cor Acquisition Co., Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Eleva"an: Start Date: 7/11/2016 End Date: 7/11/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I in): 140 / 30 GROUND WATER OBSERVATIONS N a o ° On Rods (ft): NONE m _J a Z rn w v m L) O a) c y E E c Y " 1 After Drilling (ft): DRY a > o C o 0 E 6 00 ra" 'y LD o After Hours (ft): a m � d 'N = Uo .� a o o Z aaiai MATERIAL DESCRIPTION Reddish Brown and Brown CLAY 4.5+ 24 65 24 41 -sand below 2' 4,5+ 15 4.0 5 Tannish Brown and Gray CLAY 3.5 1.9 106 19 -slickensided below 4' 4.5 .5+ 4 10 10.0 TEST BORING TERMINATED AT 10 FT 15 20 25• 3fl 35 40 asp Suite Wisconsin Street Suite 100 LOG OF BORING NO.: 26 ALPHA #\TESTING Dallas, Texas Sheet 1 of 1 75229 Phone:972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Far: 972-620-1302 www.alphatesting.com Client: CencorAcnuisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/7/2016 End Date: 7/7/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 140 / 30 GROUND WATER OBSERVATIONS d 0 Q On Rods (ft): NONE T ~ yO m N ;, 0 y N 0 4 "OL m° y� �w d C E J E J 0 r U L 1 After Drilling (ft): DRY a o a 3 0 o o f 0 rn 0 o z a a o After Hours (ft): ci - o c U a NCL o Q y m Cl- a j Z J o a MATERIAL DESCRIPTION Dark Brown and Brown CLAY -possible fill 1.5 27 53 22 31 _ z:o Brown CLAY with a trace of calcareous nodules 2.0 106 24 4.0 5 Tannish Brown CLAY 2.0 22 4.5+ B:0 Tan CALCAREOUS CLAY 4.5+ 10 10.0 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 40 Wi 2209 Wisconsin Street ALPHA /# TESTING Suite 100 LOG OF BORING NO.: 27 Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T All BEGINS Fax: 972-620-1302 www.alphatesting.com Client: Cencor Acq uisition Co. Inc. Location: Burleson, Texas Project Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/6/2016 End Date: 7/6/2016 West, Drilling Method- CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140 / 30 GROUND WATER OBSERVATIONS Q On Rods (ft): NONE r t- it Coy `o `tM m m ci d E E t L 1 After Drilling (ft): DRY Cy > a d 0 c� U E N'L" rn N O T V �n O J o After Hours (ft): a E �� d p o 2 o ;, S c o� o_o o N v U ;, � sU. w N c9 Ha U cm z� ? a MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules 4.5+ _ 2.0 Tannish Brown CLAY with a trace of calcareous - nodules 4.5+ 14 50 18 32 _ 4.0 5 Tan and Gray CLAY 3.0 2.5 114 17 -traces of calcareous nodules 4-8' 4.5+ 15 4.5+ 10 11.0 Tan and Gray SHALY CLAY 3.75 15 15.0 TEST BORING TERMINATED AT 15 FT _ 20 25 30 35 40 2209 Wisconsin Street Suite loo LOG OF BORING NO.: 28 A L PH A +NTESTING Dallas, Texas Sheet 1 of 1 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 www.alphatesting.com Client: Cencor Acquisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/11/2016 End Date: 7/11/2016 West: Drilling Method7 CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I in): 140 / 30 GROUND WATER OBSERVATIONS d ° SZ On Rods (ft): NONE F Z'� `o N O �, N a. ci S.° 'y V1 uci E E J c y t 1 After Drilling (ft): DRY 2 o_ > o o E d m 0 o z o U J v '� 2 'y o. o a 2 After Hours (ft): o_' d a s U no o �, c o y 0_ N o ... u q- 10 5 m Ha a �m Z J o 0 MATERIAL DESCRIPTION Brown CLAY - - 3.5 20 55 21 34 2.0 Tannish Brown CLAY 3.75 2.6 117 19 4.0 5 Tannish Brown and Gray SHALY CLAY - 4.5+ 19 4.5+ 4.5+ 10 . 4.5+ 15 15.0 TEST BORING TERMINATED AT 15 FT 20 25 30 35 40 r 4 ME suite Wiscwrsrn street wire 100 LOG OF BORING NO.: 29 A L P If A #\TESTING Taal/as, Terns Shee: i of 1 75229 Phone: 972-62OL8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax. 972-620-1302 www alplmlesa%com Client: Cencor Acquisition Co. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 701/2016 End Date: 7/11/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 1 30 GROUND WATER OBSERVATIONS E E c a d E a� t o x u0 SZ On Rods (ft): NONE Z' w q� N O ;3 d 6 00 _.° CD .D d C E J _ E J 1 After Drilling (ft): DRY E a o 0 a o a g r� Q n a ❑ After Hours (ft): o . o , �, J N (7 Cn Fa 0 z j a 0- ac MATERIAL DESCRIPTION Tannish Brown and Gray CLAY 3.5 18 4.5+ 15 58 20 38 4.0 5 Tannish Brown and Gray SHALY CLAY 4.5+ 19 4.5+ 18 4.5+ 10 4.5+ TEST BORING TERMINATED AT 15 FT zo zs 3a 35 40 2209 Wisconsin Streei Suite 100 LOG OF BORING NO.: 30 ALPHA #NtTESTIN (?alias, Texas sneer s of s 75229 Phone-972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 www. atphatesring. cum Client: Cencor Acquisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date: 7/612016 End Date: 71612016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 140130 GROUND WATER OBSERVATIONS E a E m r o axi w SZ On Rods (ft): NONE a ~ w N >i �, Y N 8 y 'aX- m i? N d C E J E J t U t CL 1 After Drilling (ft): DRY N❑ > o U� d o o f d° o 6 M o dN w p a o U ❑ After Hours (ft): E M S� C C y o 0 0 y m IL a IL CL MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules 3.5 22 56 23 33 4.5+ 14 4 :0 iTan _ 5 and Gray CLAY with a trace of calcareous nodules 3.0 17 4.5+ traces of gravel below 8' 4.5+ 10 _10.0 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 40 2209 Wisconsin Street A L P H A T EST I N 6 Suite 100 LOG OF BORING NO.: 31 Dallas, Texas Sheet 1 of 1 ,O 75229 Phone:972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 www.alphatesting.com Client, Cencor Acquisition Co., Inc. Location: Burleson, Texas Project: ___KroLger Store SW690 / Retail Center Surface Elevation: Start Date: 7/7/2016 End Date: 7/7/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I in): 140 / 30 GROUND WATER OBSERVATIONS o e � On Rods (ft): NONE a m �-0 ;, E ci �' �.°'� L E _ E x t 1 After Drilling (ft): DRY > d C o 0 E d o 0 o o. `o n o r� After Hours (ft): a M o� a oa � o o o ;, S C p_ 2 aN 0 J a l[ d C U 8 Z C m a MATERIAL DESCRIPTION Dark Brown CLAY 3.25 21 51 21 30 2.0 Brown CLAY 1.5 1.4 106 20 5 3.5 20 6.0 Tannish Brown CLAY 2.5 22 8.0 Tan and Gray CLAY 4.5 10 10.0 TEST BORING TERMINATED AT 10 FT 15 20 25 30 a5. 40 suite Wisconsin5rreer suite 100 LOG OF BORING NO.: 32 ALPHA \ T E S T I N G nallav, Texas Sheet 1 of 1 73229 one PROJECT NO.: G161400 -620-8911 .972 WHERE IT ALL BEGINS Fax: ax: 972-f.20.1302 F www. alpliaresring. con= Client: Cenccr Acauisition Co., Ina. Location: _ Burleson, 'rxas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date: 7/712016 End Date: 7/712016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140130 GROUND WATER OBSERVATIONS c E m L y SZ On Rods (ft): NONE F z o N , 0 z y L 1 After Drilling (ft): DRY c o d 0) o o E m g a o U a 0 n 10 After Hours (ft): �a N p� � a o ;, w - —2 aN o p� � Q N (7 rn Ha a j� Z 3 J a a MATERIAL DESCRIPTION Dark Brown CLAY - 1.5 26 64 24 40 2.0 Tannish Brown and Gray CLAY 3.0 26 4.0 5 Tannish Brown and Gray SHALY CLAY 4.5+ 20 4.5+ 4.5+ 10 1 .0 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 40 M ni �A .I Suite Wisconsin Street Suite 100 LOG OF BORING NO.: 33 ALPHA /41, T E S T I N G Dallas, Texas Sheet 1 of 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE T ALL BEGINS Fax: 972-620-1302 www.alphatesting.com Client: CencorAcguisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/7/2016 End Date: 7/7/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONSCL 0 SZ On Rods (ft): NONE T F Z❑ 6 ` °m co E J CL 1 After Drilling DRYrft) > o o�°eu ca r ;o NUt O o U� J m ❑7 urs (ft): After Ho E m d o J NU � aD za d a MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules 4.5+ 21 - 4.0 17 52 21 31 4.0 5 Tannish Brown CLAY with a trace of calcareous nodules 4.5+ 18 6.0 _ Tan CLAY with some calcareous deposits and sand 4.5+ 4.5+ _ 10 10.0 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 40 2209 ;Vtswnsin Street ALPHA TESTING sidle 100 I LOG OF BORING NO.: 34 I3allar, Texas Sheel , of , p 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1302 Mum alphatesfing. coal Client: CencorAcouisitiort Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation- Start Date: 7/7/2016 End Date: 71712016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONS C E U7 L SZ On Rods (ft): NONE 0 y c J N tod a" -After Drilling (ft): DRY o a o ma ; a dN a Uo A wWM Hours (ft): nUo a oAfter LY Of Hr ao aE 0 U) Z a MATERIAL DESCRIPTION Tannish Brown CLAY 0.75 24 60 23 37 2.0 Tannish Brown and Gray CLAY 3, 0 22 4.0 5 Tannish Brown and Gray SHALY CLAY 4.25 24 4.5+ 4.5+ _10 10.0 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 40 suite ]f ►scnrsr„ Streetsutra 100 LOG OF BORING NO.: 35 ALPHA #'%TESTING L)d1lav, Texas 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax. 972-620-1302 www, alphatesfing. cam Cllert: CencorAcauisition Go., Inc. Location: Burleson, Texas Project: Kroger Store SW6901 Retail Center Surface Elevation: Start Date. 716/2016 End Date: 7/6/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 140130 GROUND WATER OBSERVATIONS m 2 � Q. t _ x Q On Rods (ft): NONE T ~ y0 "' y 0 1 Y 6 -0L .F �iC E E a U a Z After Drilling (ft): DRY a U Of 3 g a s =_ m y' a cD N o a N o SL After Hours (ft): N of�a 0 ;, `= L' o z - ;, ty J m a N U3 a �in 3 0- MATERIAL DESCRIPTION Tannish Brown CLAY with a trace of calcareous - nodules 4.0 18 2.0 Tan and Gray CLAY 4.0 16 44 19 25 - with calcareous deposits 2-6' 5 4.5 14 -trace of ca+careous nodules and calcareous deposits 6-8' 3.25 3.0 10 10.0 TEST BORING TERMINATED AT 10 FT _ 15 P0 25- 30 35 as 2209 Wisconsin Street ALPHA TEST 1 N G Suite 100 LOG OF BORING NO.: 36 Dallas, Texas Sheet 1 of 1 75229 Phone:972-620-8911 PROJECT NO.: G161400 WHERE I T All BEGINS Fax: 972-620-1302 www.alphalesting.com Client: CencorAcouisition Co.. Inc. Location: Burleson, Texas Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date: 7/6/2016 End Date: 7/6/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs / in): 140 / 30 GROUND WATER OBSERVATIONSCL N E o SZ On Rods (ft): NONE ~ `o N 0 ;, m 9 Y 'D 'N. �' u C E J E J t U t 1 After Drilling (ft): DRY d Q o d 3 o N o f � m g a z a ' 0 o o After Hours (ft): c� a o 6 0, a� ° 0 ca (n Fa a? Z D a a MATERIAL DESCRIPTION Tannish Brown CLAY with some calcareous nodules 2.5 19 50 21 29 2.0 Tannish Brown and Gray CLAY with a trace of calcareous nodules 1.75 1.5 106 21 5 3.0 20 6.0 Tan and Gray CLAY 4.5 8.0 Tan and Gray SHALY CLAY - 4,25 10 10.0 TEST BORING TERMINATED AT 10 FT 15 20 25 30 35 40 9C . 4 W 7249 Wtscorrsi+r street suite 100 LOG OF BORING NO.: 37 ALPHA T E S T H 6 �� Dallas. Texas sneel sat h 75229 Phone: 972-620-8911 PROJECT NO.: G161400 WHERE I T ALL BEGINS Fax: 972-620-1.302 www alpharesting.com Client: Cencor Acquisition Co. Inc. Location: Burleson, Texas ^ Project: Kroger Store SW690 / Retail Center Surface Elevation: Start Date. 7/6/2016 End Date: 7/6/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 140130 GROUND WATER OBSERVATIONS E o 0 SZ On Rods (ft): NONE F Z` ❑ O N y v y u ° " U" O' a C = O E io E J t t 1 After Drilling (ft): DRY d > a $rr o Q)a - °o a o v a y ❑c9 After Hours (ft):E oa ❑? ; N a H aE ?�gs Z aa a MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules 0.75 27 2.0 Tannish Brown CLAY with a trace of calcareous nodules 4.0 24 4.0 5 Tan and Gray SHALY CLAY 4.5+ 19 4.5+ 4.5+ 10 10.0 TEST BORING TERMINATED AT 10 FT 15 x0 25 3.0 ss 4a _A 2209 Wisconsin Streel ALPHA T E g T I N G suite 100 LOG OF BORING NO.: 38 Dallas Texas Sheet 1 of 1 75229 Phone PROJECT NO.: G161400 972-520-4911 WHERE IT ALL BEGINS Fax: 972-6204302 Fax: www.alphatesling.com Client: CencorAcauisit!on Co.. Inc. Location: Burleson, Texas Project: Kroner Store SW6901 Retail Center Surface Elevation: Start Date: 7/6/2016 End Date: 71612016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (Ibs I in): 140130 GROUND WATER OBSERVATIONS i2.9 Y n E °' r o Q On Rods (ft): NONE H Z m N `o m iu ci ° ; E E c Y t `-' 1 After Drilling (ft): DRY Q a o o o E m o a `o o After Hours (ft): E, m a o° a a MATERIAL DESCRIPTION Brown CLAY with a trace of calcareous nodules - 4.5+ 19 72 26 46 2.0 Tannish Brown and Gray CLAY with a trace of calcareous nodules 4.5+ 21 4.0 5 Tannish Brown and Gray SHALY CLAY 4.0 22 _ -sand layer 4-6' -slickensided below 6' 4.5+ 4.5+ 10 10.0 TEST BORING TERMINATED AT 10 FT _ 15 20 25 30 35 40 M 2209 Wisconsin Street Suite 100 LOG OF BORING NO.: 39 ALPHA #kTESTING Dallas. Texue Sheet 1 of 1 75229 Phone'972-620-89If PROJECTNO.: G161400 WHERE IT ALL BEGINS Fax: 972-620.1302 %Vsvw. ulpltatesr&ag.cwm Client: CenccrAcguisition Go- Inc_ Location: Burleson, Texas Project: Krn er Store SW690 1 Retail Center Surface Elevation: Start Date: 7/7/2016 End Date: 7/7/2016 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs I In): 140130 CM GROUND WATER OBSERVATIONS c 41 d E m L o _ x d J �7 On Rods (ft): NONE o w U Y �A? (U _ 'E a r a E a 1 After Drilling (ft): DRY G > d U� � o - E O p m C o d N o o 'N U o After Hours (ft): X a t- a s j 6) z6 3 J a ii MATERIAL DESCRIPTION Tannish Brown CLAY 1.25 23 66 25 41 2.0 Tannish Brown and Gray CLAY 4.5+ 27 _ 4 .0 5 Tannish Brown and Gray SHALY CLAY 4.5+ 20 4.5+ 4.5+ 1p 10.0 TEST BORING TERMINATED AT 10 FT 15 xo 2s n 35 40 ALPHA #\TESTING KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS ows/ft ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS is (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 ® (ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 200 TO 4.00 HARD OVER 4.00 ® LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 �. (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTION5 °Ia (GM), SILTY GRAVEL (OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 30 14 SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" ®SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" TAUGER SAMPLE COURSE SAND 2.0 mm TO 5 0 mm TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ROCK CORE (2" ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 (Private) DAP - am PROPOSAL Page 1 oF2 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Total Unit Price I Bid Value DEVELOPER WATER ITFJIAS 3311.0161 101 li" C900 PVC DR-18) PIPE LF 54 $ - $ - 3311.0261 102 8" C900 PVC (DR-18) PIPE LF 33 S $ - 3311.0461 103 12" C900 PVC (DR-14) PIPE LF 1,228 5 5 - 3311.0561 104 16" C900 PVC (DR-18) PIPE LF 868 $ $ 105 2" COPPER PIPE LF 80 $ - $ - 3311 0451 106 12" DUCTILE IRON PIPE LF 161 $ $ - 3311-0551 107 16' DUCTILE IRON PIPE LF 1006 S 3311 0001 108 DUCTILE IRON WATER FITTINGS W/ RESTRAINT TON $ - 109 2" GATE VALVE EA 1 $ $ 3312.3002 110 16" GATE VALVE EA 2 $ $ 3312.3003 111 IB" GATE VALVE EA 1 $ - $ - 3312.3005 112 12" GATE VALVE EA 1 S - S - 3312.3006 113 16" GATE VALVE EA 4 S 5 114 16"X2" TAP EA 4 $ $ 3312.4111 115 16"X6" TAP EA 2 S - $ - 331P.1002 116 2" COMBINATION RELEASE VALVE EA 3 $ $ - 3312.0001 117 STANDARD FIRE HYDRANT EA 2 $ $ - 3305.1104 118 :24" THICK STEEL ENCASEMENT 3/8 WALL THICKNESS LF 160 S - $ - 3305.1105 119 :30" THICK STEEL ENCASEMENT 3/8 WALL THICKNESS LF 727 $ $ 3305.0116 120 CONCRETE ENCASEMENT LF 10 S 5 - 121 STANDARD CLEANING WYES 12" AND SMALLER EA 2 $ $ 122 :STANDARD CLEANING WYES (16" AND LARGER EA 6 $ - $ - 123 PLASTIC METER BOX EA 1 $ $ - 124 CONCRETE METER BOX EA 1 $ $ 125 CASED CROSSING TEST STATION EA 10 S $ - 126 FLUSH MOUNTED FOREIGN TEST STATION EA 1 S - $ - 3312 0106 127 CONNECTION TO EXISTING MAIN EA 16 S 5 128 1=LOWABLE FILL SF 115 $ $ 129 16"X8" MECHANICAL JOINT SLEEVE EA 2 $ - $ - 130 TRENCH SAFETY LF 2539 $ $ 3304-0101 131 TEMPORARY WATER LINE LF 710 $ $ 132 SILT FENCE LF 1460 $ - $ - 133 INLET PROTECTION EA 9 $ - $ - 134 ROCK CHECK DAM EA 1 $ 5 135 .SAFETY FENCE LF 60 5 5 136 .REMOVE TREE EA 6 $ - $ - 137 :REMOVE AND REPLACE TREE EA 1 $ $ 3471.0001 138 'TRAFFIC CONTROL LS 1 $ - $ 3125.0101 139 .SWPPP LS 1 $ $ - CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Farm Version Seplc ber I, 2015 00 42 43_Bid Proposal_DAP Addl SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 (Private) DAP - BID PROPOSAL Page 2 a12 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification No Unit of Measure BidSection Quantity Total Unit Price Bid Value 3441 3502 140 (REMOVE AND REPLACE LIGHT POLE EA 1 $ - $ - 141 IHYDROMULCH LF 908 $ $ 142 IRESTRIPING PAVEMENT LF 302 $ - $ - 0241.1013 143 (REMOVE EXISTING 8" WATER MAIN LF 575 $ - $ 0171.0100 1 144 11MOBILIZATION. BONDS. & INSURANCE (max 5%) LS 1 $ 151 (RAILROAD FLAGGER AND COORDINATION ALLOWANCE) LS 1 152 1CATHODIC PROTECTION STUDY AND INSTALL ALLOWANCE LS 1 153 TEMPORARY ASPHALT PAVING REPAIR (ALLOWANCE) LF 500 $ 3213.0101 145 16" CONCRETE INTEGRAL CURB AND GUTTER LF 234 5 $ 3213.0401 146 16" THICK REINFORCED CONCRETE DRIVE APPROACH SY 93 5 - $ - 3214.0401 147 REINFORCED CONCRETE PARKING LOT PAVING BY 226 $ - $ 3213.0106 148 11"THICK REINFORCED CONCRETE STREET PAVING SY 478 $ $ 3213 0311 149 4" CONCRETE SIDEWALK BY 138 $ $ 3214,0311 150 REMOVE AND REPLACE CONCRETE BARRIER FREE RAMP EA 3 $ $ $ Blc Summary DEVELOPER WATER ITEMS $ - UNIT IV: PAVING IMPROVEMENTS $ Total Construction Bid S - Contractor agrees to complete WORK for FINAL ACCEPTANCE within 240 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September I, 2015 00 42 43_Bid Proposal_DAP Add UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 (Public) DAP - BID PROPOSAL Page 1 ar2 ADDENDUM N I Bidder's Application Bidder's Proposal 81d Description Unit of Quantity Unit Price Bid Value Measure Total PUBLIC WATER LTEMS 1 6" C900 PVC (DR-18)PIPE LF 11 $ $ - 2 12" C900 PVC (DR-14) PIPE LF 22 $ - $ - 3 16" C900 PVC (DR-18) PIPE LF 1,933 $ $ - 4 24" C900 PVC (DR-18) PIPE LF 6,720 $ $ 5 2" COPPER PIPE LF 10 $ - $ - 7 16" DUCTILE IRON PIPE LF 284 $ $ 8 24" DUCTILE IRON PIPE LF 272 $ $ 9 DUCTILE IRON WATER FITTINGS W/ RESTRAINT TON $ - $ 10 6" GATE VALVE EA 1 $ $ 14 12" GATE VALVE EA 1 $ $ 11 16" GATE VALVE EA 1 $ $ 12 24" GATE VALVE EA 8 $ $ 13 116"X2" TAP EA 1 $ $ 14 B" BLOW OFF VALVE EA 3 $ $ 15 3" COMBINATION RELEASE VALVE EA 1 $ $ 16 STANDARD FIRE HYDRANT EA 1 $ $ 17 :30" THICK STEEL ENCASEMENT (3/8 WALL THICKNESS) LF 225 $ $ 18 42" THICK STEEL ENCASEMENT (112 WALL THICKNESS) LF 316 $ $ 19 STANDARD CLEANING WYES (16" AND LARGER) EA 8 $ $ 20 CASED CROSSING TEST STATION EA 8 $ - $ 21 FLUSH MOUNTED FOREIGN TEST STATION EA 2 $ $ 22 CONNECTION TO EXISTING MAIN EA 3 $ $ 23 FLOWABLE FILL SF 105 $ $ 25 TRENCH SAFETY LF 8,711 $ $ 26 SILT FENCE LF 8,845 $ $ 27 CONSTRUCTION ENTRANCE EA 1 $ $ 28 INLET PROTECTION EA 5 $ $ 29 ROCK CHECK DAM EA 8 $ $ 30 SAFETY FENCE LF 72 $ $ 31 REMOVE TREE EA 1 $ $ 32 REMOVE AND REPLACE TREE EA 14 $ $ 33 TRAFFIC CONTROL LS 1 $ Is 34 SWPPP LS 1 $ - $ +i . A CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September I, 2015 00 42 43_Bid Proposal DAP Add] — 1, SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 (Public) DAP - BID PROPOSAL Page 2 oF2 ADDENDUM M Bidder's Application Project Item Information Bidder's Proposal Description Unit of Measure BA Quantity Total Unit Price Bid Value 35 REMOVE AND REPLACE 4' BARBED WIRE FENCE LF 129 $ $ 36 REMOVE AND REPLACE 6' WROUGHT IRON FENCE LF 24 $ $ 37 REMOVE AND REPLACE 6' CHAIN LINK FENCE LF 70 $ $ - 38 HYDROMULCH SY 4,139 $ $ 39 MOBILIZATION, BONDS, & INSURANCE (max 5%) LS 1 $ $ 44 RAILROAD FLAGGER AND COORDINATION (ALLOWANCE) LS 1 $ $ 45 CATHODIC PROTECTION STUDY AND INSTALL (ALLOWANCE) LS 1 $ $ 46 'TEMPORARY ASPHALT PAVING REPAIR (ALLOWANCE) LF 1 500 $ $ 5 - PUBLIC WATER ITEMS ALTERNATE BID 42 24" DUCTILE IRON PIPE LF 1 6,742 $ - $ 43 24'' CONCRETE PIPE J LF 1 6,962 $ - I $ TOTAL_ UNIT IV- PUBLIC PAWNG IMPROVEMENTS 40 IGRAVEL ROAD I SF 1 125 $ $ 41 6" THICK REINFORCED CONCRETE DRIVE APPROACH I SY 1 47 $ - I $ Total Base Bid Summary PUBLIC WATER ITEMS BASE PUBLIC PAVING IMPROVEMENTS BASE $ Total Construction Base Bid $ Alternate A (DUCTILE IRON PIPE) PUBLIC WATER ITEMS BASE $ DEDUCT ITEM 5 (24" C900 PVC (DR-18) PIPE) ILF 6,720 $ is ADD 24" DUCTILE IRON PIPE ILF 1 6,742 $ $ TOTAL WATER ITEMS $ PAVING IMPROVEMENTS BASE $ Total Construction Bid Alternate A $ Alternate B (CONCRETE PIPE) PUBLIC WATER ITEMS BASE $ DEDUCT ITEM 5 (24" C900 PVC (DR-18) PIPE) LF 6720 $ $ DEDUCT ITEM 9 (24" DUCTILE IRON PIPE) LF 272 $ ADD 24" CONCRETE PIPE LF 6962 $ $ TOTAL WATER ITEMS $ PAVING IMPROVEMENTS BASE $ Total Construction Bid Alternate B $ Contractor agrees to complete WORK for FINAL ACCEPTANCE 240 CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 calendar days after the date when the 00 42 43 Bid Proposal DAP Addl �J .J �J 0041 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 3 SECTION 00 4100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: Colton Wright Vista Property Company 8350 N. Central Expressway, Ste 1750 Dallas, Texas 75206 FOR: Southgate Development — 16 /24" Diameter Water Mains City Project 101541 No.: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer 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 in the construction contract. 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 anything 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 Developer (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM— DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 Southgate Development—16"124" Diameter Water Main 00 4100 Bid Form — DAP docx 101541 .I 0041 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Installation of water main by open cut (24" and under) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 240 calendar days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, 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. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre -qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is 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. The Developer may choose to separately contract for the Developer Water Items. 6.4. Evaluation of Alternate Bid Items CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 4100 Bid Form— DAP docz Form Revised April 2, 2014 101541 I .3 I .4 —j 0041 00 DAP AID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 3 Total Base Bid (PVC Pipe) Total Alternate Bid #1 (Ductile Iron in place of PVC for all 24" Mains Total Alternate Bid #2 (Bar -Wrapped Concrete Steel Cylinder in lace of PVC for all 24" Mains) 7. Bid Submittal This Bid is submitted on Respectfully submitted, L*-A (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: by the entity named below Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM— DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 Southgate Development —16%24" Diameter Water Main 00 4100 Bid Form — DAP.docx 101541 W 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using Magnesium Anodes 2. The Cathodic Protection System shall include, but not be limited to the following: a. Materials and installation b. Post -installation survey c. Final Report to include recommendations B. Deviations from this City of Fort Worth Standard Specification 1. Modified section 1.6 to require Contractor to acquire and submit for review a cathodic protection study. 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 — General Requirements 3. Section 33 05 26 —Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by lump sum. 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. 3. The price bid shall include: a. Cathodic Protection Study b. Mobilization c. Anode groundbeds d. Anode test stations e. Excavation f. Furnishing, placement, and compaction ofbackfill g. Field welding h. Connections i. Adjustments j. Testing k. Clean-up I. Start-up/Commissioning 1.3 REFERENCES A. Abbreviations and Acronyms CITY OF FORT WORTH Southgate Development —16724"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 _j M m 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1. AWG: American Wire Gauge 2. CSE: Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of asystem under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (NACE). CITY OF FORT WORTH Southgate Development—16'Y24"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 W 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Cathodic Protection Study 1. Contractor shall have a cathodic protection study performed for the project to determine the protection measures necessary to protect the pipeline. This study shall be performed and submitted for review and approval prior to cathodic protection shop drawing submittal. Study shall contain the following information: a. Soil analysis b. Determination of soil resistivity c. Recommendation of cathodic protection necessary to protect pipeline integrity 2. Study shall be submitted for approval by City prior to beginning of construction B. Product Data Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe -to -soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests 5. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. CITY OF FORT WORTH Southgate Development—16'Y24 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 3304 12 - 4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 B. Certifications 1. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content (%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 Maximum (Total) Ma nesium Remainder 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfill material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. CITY OF FORT WORTH Southgate Development —16 "/24"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 oft 0 c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: Anode Weight Pounds Backfill Weight Pounds Total Weight Pounds 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 1 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver -solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be #10 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal box shall be a 7 terminal NM-7 with cast iron lockable lid as manufactured by CP Test Services, or approved equal. 3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. 4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6- inch square concrete pad. CITY OF FORT WORTH Southgate Development—16724" Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 -, -1 0 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 5. Install a marker sign adjacent to all flush -mounted test stations. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by Holloway, or approved equal. 2. There shall be at least 1 shunt in each Magnesium Anode test station. G. Test Lead Wire 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation, black in color. H. Permanent Reference Electrode 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc., or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter by 10 foot deep hole or by trench maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the pipeline right-of-way. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. 3. Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a #10 AWG/HMWPE header cable which shall be routed into a flush -to -grade test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b. Each connection shall be taped using rubber tape, vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode -to -Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non -detectable warning tape labeled "Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test lead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. CITY OF FORT WORTH Southgate Development —16724"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 3. A grinding wheel shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 6. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder overthe charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks, repeat the procedure. 14. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tape, or approved equal. E. Flush -to -Grade Anode Test Stations 1. Flush -to -grade anode test stations shall be installed as shown on the Drawings. 2. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 3. Sufficient slack shall be coiled beneath the test station to allow for soilsettlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left to allow for withdrawal of the terminal boarda minimum of 12 inches above the top of the concrete pad for test purposes. F. Post Installation Backfilling of Cables 1. General a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.5 REPAIR A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration by the use of rubber tape, vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. CITY OF FORT WORTH Southgate Development —16"/24"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A. General 1. The Cathodic Protection System shall be inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure -to -soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 3. Record each anode groundbed current using the shunt. 4. Allow sufficient time for the pipeline to polarize. 5. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100-mV polarization shift criterion or the -850 millivolts-CSE polarized potential criterion as established by NACE International standards. 6. Record all final current outputs measured at each test station. 7. Verify that all electrical isolation devices are operating properly includingflange isolators and casing spacers. 8. Verify that interference does not exist with foreign structures. 9. Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. 10. If necessary, install resistance bonds to mitigate interference. 11. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials orinstallation procedures discovered during the post -installation inspection. CITY OF FORT WORTH Southgate Development—16"/24 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 1 3304 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 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 2/14 CAB Added requirement for contractor to obtain a cathodic protection study CITY OF FORT WORTH Southgate Development —16 "124" Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised October 22, 2019 pj� - -- ....,. s .• .. •FCRr wrnrE f 1—. r .... E ,1 f� 6` I a 'r v� ,s a °:'a,,ut- -i j e IT. _ i I ,! — rs.."J...' •:.Mr •M • ::: - +�,:.. m Lu Pa KEY MAP checo Koch _ i [I1�4IRLTiIUN TORS r )2° \ dwt • i• •' Fy Y• •" )y° rY x.sje„j�im°e " ns 105 • �' Iwo 2,.. ,��nrx� a 695 = IfS i -1 - Y595 'mar w %xrvmrr�x.vm,i.».a. wsm ro iiz- F ' rAn CITVOF FORT WORTH, TEXAS y � 6fC4 SOUTHGATE ' �eL�uvc Iy OFFSITE WATER LINE IMPROVEMENTS � `� - #.' $ S i �• "f f W-7 STA 6+50 TO END x i�• 99J i! � .I = � � rr� 55 4131-19,297 Southgate Development 10/24" water Main ADDFNDA #2 Page I of 2 ADDENDUM NO. 2-OCTOBER 29, 2019 CITY OF FORT WORTH SOUTHGATE DEVELOPMENT 16/24" WATER MAINS CITY PROJECT NO. 101541 WATER FUNDING PROJECT NO. 56008-0600430-101541-001480 FILE# X-26178 TI is addendum_applicable to the work referenced above is an amendment to the biddln documents and as such will be a part of and included l the Conlract Documents. Acknowleti e receipt of this addendum by entering the ad endutn num a and issue date in the space provided in submitted conies of the proposal. GENERAL/CLARIFICATIONSIPRE-BID MEETING QUESTIONS • Clarification: The excel version of bid proposal form 00 42 43 will be included as an attachment for the use by all bidders CONTRACT DOCUMENTS 1. Specification Section 00 42 43 Bid Proposal- This section is hereby Deleted in its entirety and Replaced with the attached Specification 00 42 43 Bid proposal, which has been modified to include the following items: a. Added quantity of 5 Tons to bid item number 108 Ductile Iron Water Fittings w/ Restraint (Private) b. Added quantity of 9 Tons to bid item number 9 Ductile Iron Water Fittings w/ Restraint (Public) c. Added unit price and bid value to bid item number 151 Railroad Flagger and Coordination (Allowance) (Private) of $10,000. d. Added unit price and bid value to bid item number 152 Cathodic Protection Study and Install (Allowance) (Private) of $25,000. e. Added unit price and bid value to bid item number 44 Railroad Flagger and Coordination (Allowance) (Public) of$10,000. f. Added unit price and bid value to bid item number 45 Cathodic Protection Study and Install (Allowance) (Public) of $75,000. CONSTRUCTION PLANS N/A All other provisions of the plans, specifications and contract documents for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the proposal shall be grounds for rendering the bid non -responsive. The contractor shall acknowledge receipt of this Addendum No. I on the face of the sealed envelope in which they submit their bid and by signing this Addendum No, l and attaching it to their bid proposal. -A .a RECEIPT ACKNOWLEDGED: Company: ihh 4bB.'i 4 Name: Date END OF SECTION 4131-18.297 Southgate Development 16/24" Water Main ADDENDA #2 5�... IL OF . r... ,,r'��, fr DEAN E. VRLA 116127 10/29/2019 Page 2 of 2 C SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 004243(PH ate) DAP - BID PROPOSAL Page 1 0l 2 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No Description Specification Section No. Unit of Measure Bid Quantity Total Unit Price Bid Value DEVELOPER WATERITEMS 3311.0161 101 I"o" C900 PVC DR-1 B PIPE LF 54 3311.0261 102 I8" C900 PVC DR-18) PIPE LF 33 3311/0461 103 12" C900 PVC DR-14 PIPE LF 1,226 331190561 104 16" C900 PVC DR-18) PIPE LF 866 105 Z' COPPER PIPE LF 80 3311.0451 106 12" DUCTILE IRON PIPE LF 161 3311.0551 107 16"➢UCTILEIRON PIPE LF 1G06 3311.0001 108 DUCTILE IRON WATER FITTINGS W/ RESTRAINT TON 5 109 :2" GATE VALVE EA 1 331293002 110 15" GATE VALVE EA 2 3312 3003 111 13" GATE VALVE EA 1 3312.3005 112 12" GATE VALVE EA 1 3312.3006 113 16" GATE VALVE EA 4 114 •16"X2" TAP EA 4 3312.4111 115 •16"X6" TAP EA 2 3312.1002 116 2" COMBINATION RELEASE VALVE EA 3 3312.0001 117 1TANDARD FIRE HYDRANT EA 2 3305-1104 118 :24" THICK STEEL ENCASEMENT 3/8 WALL THICKNESS LF 160 3305.1105 119 :30" THICK STEEL ENCASEMENT 3/8 WALL THICKNESS LF 727 3305,0116 120 CONCRETE ENCASEMENT LF 10 121 STANDARD CLEANING WYES 12" AND SMALLER) EA 2 122 STANDARD CLEANING WYES (16" AND LARGER) EA 8 123 PLASTIC METER BOX EA 1 124 CONCRETE METER BOX EA 1 125 CASED CROSSING TEST STATION EA 10 126 FLUSH MOUNTED FOREIGN TEST STATION EA 1 3312 0106 127 CONNECTION TO EXISTING MAIN EA 16 128 FLOWABLE FILL SF 115 129 16"X8" MECHANICAL JOINT SLEEVE EA 2 130 TRENCH SAFETY LF 2539 3304 0101 131 TEMPORARY WATER LINE LF 710 132 SILT FENCE LF 1460 133 iINLET PROTECTION EA 9 134 IROCK CHECK DAM EA 1 135 .SAFETY FENCE LF 60 136 (REMOVE TREE EA 6 137 11REMOVE AND REPLACE TREE EA 1 3471,0001 138 1 TRAFFIC CONTROL LS 1 3125.0101 139 ;SWPPP LS 1 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS- DEVELOPER AWARDED PROJECTS F.- YC.I.. YKprpnt y 1, lot$ 00 42 43_Bid Proposal_DAP Add2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 (Pirate) DAP -BID PROPOSAL Page 2 .12 Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Total Unit Price Bid Value 3441 3502 140 (REMOVE AND REPLACE LIGHT POLE EA 1 141 IHYDROMULCH LF 908 142 IRESTRIPING PAVEMENT LF 302 0241-1013 143 (REMOVE EXISTING 8" WATER MAIN LF 575 0171.0100 144 11MOBILIZATION, BONDS. BINSURANCE max5% LS 1 1 151 IRAILROA0 FLAGGER AND COORDINATION (ALLOWANCE) LS 1 1 $ 10.000001 $10.000.00 162 11CATHODIC PROTECTION STUDY AND INSTALL ALLOWANCE LS 1 S 25.000.001 $25.000.00 153 TEMPORARY ASPHALT PAVING REPAIR ALLOWANCE LF 500 TOTAL UNIT Wi DEVELOPER PAYING IMPROVEMENTS 3213.0101 145 15" CONCRETE INTEGRAL CURB AND GUTTER LF 234 3213.0401 146 16" THICK REINFORCED CONCRETE DRIVE APPROACH SY 93 3214-0401 147 REINFORCED CONCRETE PARKING LOT PAVING SY 226 3213.0106 148 11" THICK REINFORCED CONCRETE STREET PAVING SY 478 3213.0311 149 4" CONCRETE SIDEWALK SY 136 3214.0311 150 (REMOVE AND REPLACE CONCRETE BARRIER FREE RAMP EA 3 Bid UNIT IV: PAVING IMPROVEMENTS Total Construction Bid Contractor agrees to complete WORK Tor FINAL ACCEPTANCE within 240 calendar days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Forth Version Sepw.b., I, 2015 004243_Bid Proposal_DAP Add2 -4 .4 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 (Public) DAP - AID PROPOSAL Page 1 or2 ADDENDUM 41 Bidder's Application Project Item Information Bidder's Proposal Description Unit of Measure Bid Quantity Total Unit Price Bid Value PUBLIC WATER ITEMS 1 6" C900 PVC (DR-18) PIPE LF 11 2 12" C900 PVC (DR-14) PIPE LF 22 3 16" C900 PVC (DR-18) PIPE LF 1,933 4 :24" C900 PVC (DR-18) PIPE LF 6,720 5 2" COPPER PIPE LF 10 7 16" DUCTILE IRON PIPE LF 284 8 24" DUCTILE IRON PIPE LF 272 9 DUCTILE IRON WATER FITTINGS W/ RESTRAINT TON 9 10 6" GATE VALVE EA 1 14 12" GATE VALVE EA 1 11 16" GATE VALVE EA 1 12 24" GATE VALVE EA 8 13 16"X2" TAP EA 1 14 8" BLOW OFF VALVE EA 3 15 3" COMBINATION RELEASE VALVE EA 1 16 STANDARD FIRE HYDRANT EA 1 17 30" THICK STEEL ENCASEMENT (3/8 WALL THICKNESS) LF 225 18 42" THICK STEEL ENCASEMENT (1/2 WALL THICKNESS) LF 316 19 STANDARD CLEANING WYES (16" AND LARGER) EA 8 20 CASED CROSSING TEST STATION EA 8 21 FLUSH MOUNTED FOREIGN TEST STATION EA 2 22 CONNECTION TO EXISTING MAIN EA 3 23 FLOWABLE FILL SF 105 25 TRENCH SAFETY LF 8,711 26 SILT FENCE LF 8,845 27 CONSTRUCTION ENTRANCE EA 1 28 INLET PROTECTION EA 5 29 ROCK CHECK DAM EA 8 30 SAFETY FENCE LF 72 31 REMOVE TREE EA 1 32 REMOVE AND REPLACE TREE EA 14 33 TRAFFIC CONTROL LS 1 34 SWPPP LS 1 35 REMOVE AND REPLACE 4' BARBED WIRE FENCE LF 129 36 REMOVE AND REPLACE & WROUGHT IRON FENCE LF 24 37 REMOVE AND REPLACE 6' CHAIN LINK FENCE LF 70 38 !HYDROMULCH SY 4.139 39 MOBILIZATION, BONDS, & INSURANCE (max 5%) LS 1 44 RAILROAD FLAGGER AND COORDINATION (ALLOWANCE) LS 1 $ 10,000.00 $ 10,000.00 45 CATHODIC PROTECTION STUDY AND INSTALL (ALLOWANCE) LS 1 $ 75,000.00 $ 75,000.00 46 TEMPORARY ASPHALT PAVING REPAIR (ALLOWANCE) LF 500 PUBLIC WATER ITEMS ALTERNATE BID 42 24" DUCTILE IRON PIPE I LF 1 6,742 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS } Form Version September I, 2015 00 42 43_13id Proposal DAP Add2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 (Public) DAP - BID PROPOSAL Page 2 or2 ADDENDUM N I Bidder's Application Project Item Information Bidder's Proposal Description Unit of Measure Bid Quantity Total Unit Price Bid Value 43 24" CONCRETE PIPE LF 6,962 TOTAL UNIT IV' PUBLIC PAVING IMPROVEMENTS 40 IGRAVEL ROAD I SF 125 41 6" THICK REINFORCED CONCRETE DRIVE APPROACH I SY I A7 Total Base Bid PUBLIC WATER ITEMS BASE PUBLIC PAVING IMPROVEMENTS BASE Total Construction Base Bid Alternate A (DUCTILE IRON PIPE) PUBLIC WATER ITEMS BASE DEDUCT ITEM 5 (24" C900 PVC (DR-18) PIPE) LF 6,720 .ADD 24" DUCTILE IRON PIPE ILF 1 6,742 TOTAL WATER ITEMS PAVING IMPROVEMENTS BASE Total Construction Bid Alternate A Alternate B (CONCRETE PIPE) PUBLIC WATER ITEMS BASE DEDUCT ITEM 5 (24" C900 PVC (DR-18) PIPE) LF 6720 DEDUCT ITEM 9 (24" DUCTILE IRON PIPE) LF 272 ADD 24" CONCRETE PIPE LF 6962 TOTAL WATER ITEMS PAVING IMPROVEMENTS BASE Total Construction Bid Alternate B Contractor agrees to complete WORK for FINAL ACCEPTANCE 240 CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 calendar days after the date when the 00 42 43 Bid Proposal DAP Add2 W1 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 00 11 13- 1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS DEVELOPER AWARDED CONTRACTS FOR PUBLICLY BID PROJECTS ONLY RECEIPT OF BIDS Sealed bids for the construction of Southgate Development Offsite 16"124" Water Mains will be received by the City of Fort Worth Transportation & Public Works Department; IPRC: City of Fort Worth Transportation & Public Works Department; IPRC 200 Texas Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Wednesday, October 30, 2019, and bids will be publicly read aloud at 2:00 P.M. CST, Wednesday, October 30, 2019 in the TPWAPRC Conference Room 270. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 7, 000 linear feet of 24 " PVC & DI water main, 4,100 linear feet of 16" PVC & DI water main, 1,400 linear feet of 12 PVC & DI water main, 160 linear feet of 12 " PVC water main by means other than open cut, 950 linear feet o1'16 " PVC water main by means other than opera cut, 300 lineal• feet of'24" PVC rater main by means other than open cut, installation ofpressure plane isolation valves and asphalt and concrete pavement repair. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or may be purchased from Pacheco Koch, Attn: Dean Vrla, P.E., 4060 Bryant Irvin Road, Fort Worth, Texas 76109 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100 Set of Bidding and Contract Documents with half size (if available) drawings: $50 Set of Bidding and Contract Documents electronically: $0 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: October 17, 2019 TIME: 2: 00pm — 3: 06pm PLACE: City Hall, 200 Texas Street Fort Worth, Texas 76102 CITY OF FORT WORTH Southgate Development—16"124"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised December 23, 2015 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 0011 13 - 2 INVITATION TO BIDDERS Page 2 of 2 LOCATION: TPW Coi? erence Room 270 DEVELOPER/CITY'S RIGHT TO ACCEPT OR REJECT BIDS Developer and City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Dean Vrla, PKCE Email: dvrlaQpkce.com Phone: 972-235-3031 AND/OR Attn: Vishal Sood, City of Fort Worth Email: vishal.sood@forthworthtexas.gov Phone: 817.392.8055 ADVERTISEMENT DATES October 10, 2019 October 17, 2019 END OF SECTION CITY OF FORT WORTH Southgate Development - 16-124 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 101541 Revised December 23, 2015 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 SECTION 00 2113 INSTRUCTIONS TO BIDDERS DEVELOPER AWARDED CONTRACTS FOR PUBLICLY BID PROJECTS ONLY 1. Defined Terms 0021 13- 1 INSTRUCTIONS TO BIDDERS Pagel of 8 1.1. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof, 1.1.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.1.2. Successful Bidder: The lowest responsible and responsive Bidder to whom Developer/City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither Developer/City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. Developer/City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; https : //pro j ectpoi n t.buzz.i aw_ com/fortworthgov/Res ources/02°/o20- %20Construction%2ODocuments/Conti-actorl/2OPre u lifi ation/TPW°/20E in °/g2UContractoi4'/o20Pregtialificatioti%20Prograni/PREQ JALIF[�ATION'/a20REQ UIREMENTS°/20FOR''/a2OPAVING%2000NTRACTORS.PDF'I ublic 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; h ttps://pro' cetpoin t.buz7.saw.com/fortwortlWov/Resources/02%20- %20Construction%2ODocuments/Contractor/ 2OPrc ualification/TPW°/ 2OPavin ■ o2O]Contractor°/„20 Prequal i ficatioii%20PragramlPR EQUALIFICATI-OXO!g20RE0 UIR EMENTS%20FOR%20PA VING%2000NTRAC`--TORS. P DF ?Vubl is 3.1.3. Water and Sanitary Sewer — Requirements document located at; CITY OF FORT WORTH Southgate Development-16'Y24" Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 101541 Revised April 4, 2014 -J 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 8 1 lzttps:6l2ro jeetpoint.buzzsaw.coin/fortworthWvlResources/02%a20- 2 %20Cozistjuction%2ODocuinents/Contractor-%2OPrequalific ition/Watcr%2Oand%2 3 OSan itaKy%20Scwcr%20Con_tractoe/42Q,Prcquali flcation%20Program/WSS%20prc 4 it ual�ii? UrL'q Ull'CIrlClttS.11l3C'?public 5 6 7 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 8 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 9 45 11, BIDDERS PREQUALIFICATIONS. 10 11 3.2.1. Submission of and/or questions related to prequalification should be addressed to 12 the City contact as provided in Paragraph 6.1. 13 14 15 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 16 bidder(s) for a project to submit such additional information as the City, in its sole 17 discretion may require, including but not limited to manpower and equipment records, 18 information about key personnel to be assigned to the project, and construction schedule, 19 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 20 deliver a quality product and successfully complete projects for the amount bid within 21 the stipulated time frame. Failure to submit the additional information, if requested, 22 may be grounds for rejecting the apparent low bidder as non -responsive. 23 24 3.4. In addition to prequalification, additional requirements for qualification may be required 25 within various sections of the Contract Documents. 26 27 3.5. Special qualifications required for this project include the following: N/A 28 29 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 30 31 4.1. Before submitting a Bid, each Bidder shall: 32 33 4.1.1. Examine and carefully study the Contract Documents and other related data 34 identified in the Bidding Documents (including "technical data" referred to in 35 Paragraph 4.2. below). No information given by Developer/City or any 36 representative of the Developer/City other than that contained in the Contract 37 Documents and officially promulgated addenda thereto, shall be binding upon the 38 Developer/City. 39 40 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 41 site conditions that may affect cost, progress, performance or furnishing of the 42 Work. 43 44 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 45 progress, performance or furnishing of the Work. 46 47 48 CITY OF FORT WORTH Southgate Development —16" /24 "Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 4, 2014 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 8 1 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.6. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. Bidder must fill all holes and 21 clean up and restore the site to its former conditions upon completion of such 22 explorations, investigations, tests and studies. 23 24 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 25 cost of doing the Work, time required for its completion, and obtain all information 26 required to make a proposal. Bidders shall rely exclusively and solely upon their 27 own estimates, investigation, research, tests, explorations, and other data which are 28 necessary for full and complete information upon which the proposal is to be based. 29 It is understood that the submission of a proposal is prima -facie evidence that the 30 Bidder has made the investigation, examinations and tests herein required. Claims 31 for additional compensation due to variations between conditions actually 32 encountered in construction and as indicated in the Contract Documents will not be 33 allowed. 34 35 4.1.8.Promptly notify Developer of all conflicts, errors, ambiguities or discrepancies in or 36 between the Contract Documents and such other related documents. The Contractor 37 shall not take advantage of any gross error or omission in the Contract Documents, 38 and the Developer shall be permitted to make such corrections or interpretations as 39 may be deemed necessary for fulfillment of the intent of the Contract Documents. 40 41 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 42 43 4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to 44 the site which have been utilized by Developer in preparation of the Contract 45 Documents. The logs of Soil Borings, if any, on the plans are for general 46 information only. Neither the Developer nor the Engineer guarantee that the data 47 shown is representative of conditions which actually exist. 48 CITY OF FORT WORTH Southgate Development—16-124 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 . ! Revised April 4, 2014 ..J 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 8 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by Developer in preparation of the Contract 4 Documents. 6 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 7 on request. Bidder is responsible for any interpretation or conclusion drawn from 8 any "technical data" or any other data, interpretations, opinions or information. 9 10 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) I l that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 12 exception the Bid is premised upon performing and furnishing the Work required by the 13 Contract Documents and applying the specific means, methods, techniques, sequences or 14 procedures of construction (if any) that may be shown or indicated or expressly required 15 by the Contract Documents, (iii) that Bidder has given Developer written notice of all 16 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 17 written resolutions thereof by Developer are acceptable to Bidder, and when said 18 conflicts, etc., have not been resolved through the interpretations by Developer as 19 described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient 20 to indicate and convey understanding of all terms and conditions for performing and 21 furnishing the Work. 22 23 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 24 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material, unless 25 specifically identified in the Contract Documents. 26 27 5. Availability of Lands for Work, Etc. 28 29 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by Developer. 36 37 6. Interpretations and Addenda 38 39 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 40 Developer's/City's representative. Interpretations or clarifications considered necessary 41 by Developer in response to such questions will be issued by Addenda delivered to all 42 parties recorded by Developer as having received the Bidding Documents. Only 43 questions answered by formal written Addenda will be binding Oral and other 44 interpretations or clarifications will be without legal effect 45 46 Address questions to: 47 48 49 Attn: Dean Vrla, PKCE 50 Email: dvrla@pkce.com 51 Phone:214-451-2765 CITY OF FORT WORTH Southgate Development — 16-124 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 4, 2014 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 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 8 AND/OR Attn: Vishal Sood, City of Fort Worth Email: vishal.sood@fortworthtexas.gov Phone: 817-392-8055 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Developer/City. 6.3. Addenda or clarifications may be posted via Acela at <Insert Link to Documents>_ 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of Developer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Developer's representative will transmit to all prospective Bidders of record such Addenda as Developer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to Developer in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements as listed in the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, Developer may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be Developer's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom Developer believes to have a reasonable chance of receiving the award will be retained by Developer until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. CITY OF FORT WORTH Southgate Development —16724"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 4, 2014 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 8 1 10. Substitute and "Or -Equal" Items 2 The Contract, if awarded, will be on the basis of materials and equipment described in the 3 Bidding Documents without consideration of possible substitute or "or -equal" items. 4 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 5 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 6 City, application for such acceptance will not be considered by City until after the Effective 7 Date of the Agreement. The procedure for submission of any such application by Contractor 8 and consideration by City is set forth in Section 01 25 00 of the General Requirements. 9 10 11 11. Bid Form 12 13 14 11.1. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 15 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 16 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 17 price item listed therein. In the case of optional alternatives, the words "No Bid," 18 "No Change," or "Not Applicable" may be entered legibly, in ink or type, for which 19 the Bidder proposes to do the work contemplated or furnish materials required. 20 21 11.2. Bids by corporations shall be executed in the corporate name by the president or a 22 vice-president or other corporate officer accompanied by evidence of authority to 23 sign. The corporate seal shall be affixed. The corporate name, address and state of 24 incorporation shall be shown below the signature. 25 26 11.3. Bids by partnerships shall be executed in the partnership name and signed by a 27 partner, whose title must appear under the signature accompanied by evidence of 28 authority to sign. The official name and address of the partnership shall be shown 29 below the signature. 30 31 11.4. Bids by limited liability companies shall be executed in the name of the firm by a 32 member and accompanied by evidence of authority to sign. The name and state of 33 formation of the firm and the official address of the firm shall be shown. 34 35 11.5. Bids by individuals shall show the Bidder's name and official address. 36 37 11.6. Bids by joint ventures shall be executed by each joint venturer in the manner 38 indicated on the Bid Form. The official address of the joint venture shall be shown. 39 40 11.7. All names shall be typed or printed in ink below the signature. 41 42 11.8. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 43 which shall be filled in on the Bid Form. 44 45 11.9. Postal and e-mail addresses and telephone number for communications regarding the 46 Bid shall be shown. 47 48 11.10. Evidence of authority to conduct business as a Nonresident Bidder in the state of 49 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 50 to State Law Non Resident Bidder. 51 CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 4, 2014 _J 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 8 1 12. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the 3 Bidding Documents, at the time and place indicated in the Advertisement or INVITATION 4 TO BIDDERS, addressed to City of Fort Worth Project Manager, and shall be enclosed in an 5 opaque sealed envelope, marked with the City Project Number, Project title, the name and 6 address of Bidder, and accompanied by the Bid security, if required, and other required 7 documents. 9 13. Modification and Withdrawal of Bids 10 11 13.1. Bids cannot be withdrawn prior to the time set for bid opening. A request for 12 withdrawal must be made in writing by an appropriate document duly executed in the 13 manner that a Bid must be executed and delivered to the place where Bids are to be 14 submitted at any time prior to the opening of Bids. After all Bids not requested for 15 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal 16 request has been properly filed may, at the option of the Developer/City, be returned 17 unopened. 18 19 13.2 Bidders may modify their Bid by electronic communication at any time prior to the 20 time set for the closing of Bid receipt. 21 22 14. Opening of Bids 23 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 24 abstract of the amounts of the base Bids and major alternates (if any) will be made available 25 to Bidders after the opening of Bids. 26 27 15. Bids to Remain Subject to Acceptance 28 All Bids will remain subject to acceptance for the time period specified for Notice of Award 29 and execution and delivery of a complete Agreement by Successful Bidder. Developer/City 30 may, at their sole discretion, release any Bid and nullify the Bid security, if required, prior to 31 that date. 32 33 16. Evaluation of Bids and Award of Contract 34 35 16.1. Developer/City reserves the right to reject any or all Bids, including without 36 limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or 37 conditional Bids and to reject the Bid of any Bidder if Developer/City believes that it 38 would not be in the best interest of the Project to make an award to that Bidder, 39 whether because the Bid is not responsive or the Bidder is unqualified or of doubtful 40 financial ability or fails to meet any other pertinent standard or criteria established by 41 City. Developer/City also reserves the right to waive informalities not involving 42 price, contract time or changes in the Work with the Successful Bidder. 43 Discrepancies between the multiplication of units of Work and unit prices will be 44 resolved in favor of the unit prices. Discrepancies between the indicated sum of any 45 column of figures and the correct sum thereof will be resolved in favor of the correct 46 sum. 47 CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 4, 2014 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 8 1 16.1.1. Any or all bids will be rejected if Developer/City has reason to believe that 2 collusion exists among the Bidders, Bidder is an interested party to any litigation 3 against Developer/City, Developer/City or Bidder may have a claim against the 4 other or be engaged in litigation, Bidder is in arrears on any existing contract or 5 has defaulted on a previous contract, Bidder has performed a prior contract in an 6 unsatisfactory manner, or Bidder has uncompleted work which in the judgment 7 of the Developer/City will prevent or hinder the prompt completion of additional 8 work if awarded. 10 16.2. Developer/City may consider the qualifications and experience of Subcontractors, 11 Suppliers, and other persons and organizations proposed for those portions of the 12 Work as to which the identity of Subcontractors, Suppliers, and other persons and 13 organizations must be submitted as provided in the Contract Documents or upon the 14 request of the Developer/City. Developer/City also may consider the operating costs, 15 maintenance requirements, performance data and guarantees of major items of 16 materials and equipment proposed for incorporation in the Work when such data is 17 required to be submitted prior to the Notice of Award. 18 19 16.3. Developer/City may conduct such investigations as Developer/City deems necessary 20 to assist in the evaluation of any Bid and to establish the responsibility, 21 qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers 22 and other persons and organizations to perform and furnish the Work in accordance 23 with the Contract Documents to Developer's/City's satisfaction within the prescribed 24 time. 25 26 16.4. If the Contract is to be awarded, it will be awarded to lowest responsible and 27 responsive Bidder whose evaluation by Developer/City indicates that the award will 28 be in the best interests of the Developer/City. 29 30 16.5. Failure or refusal to comply with the requirements may result in rejection of Bid. 31 32 17. Signing of Agreement 33 When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied 34 by the required number of unsigned counterparts of the Agreement. The Contractor shall sign 35 and deliver the required number of counterparts of the Agreement to Developer's 36 representative with the required Bonds, Certificates of Insurance, and all other required 37 documentation. 38 39 40 41 END OF SECTION CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 4,2014 Mi .A _A .i _1 _A 00 41 00 D.4P HID FORN1 FOR Pt IIH WLY HID PROJ F.(: I'S ONI Y' Page 1 43 SECTION 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: Colton Wright Vista Property Company 8350 N. Central Expressway, Ste 1750 Dallas, Texas 75206 FOR: Southgate Development - 16" 124" Diameter Water Mains City Project 101541 No.: I. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer 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 in the construction contract. 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 confornity with any collusive agreement or riles 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 anything 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 Developer (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS Form Revised April 2, 2014 Southgate Development—16%24" Diameter Water Main 00 4100 Bid Form — DAP dock 101S41 0041 00 DAP HID FORM FOR PURL ICI.Y HID I'ROJI..CTS ONLY Pago 2 of J c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be perfonned only by prequalified contractors and subcontractors: Installation of water main by open cut (24" and under) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 240 calendar days after the date when the Contract Time commences to rein as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work f 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. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Fonns (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre -qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is 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. The Developer may choose to separately contract for the Developer Water Items. 6.4. Evaluation of Alternate Bid Items CITY OF FORT WORTH Southgate Development-16'%24" Diameter Water Main STANDARD CONSTRUCTION RID FORM — DEVELOPER AWARDED PROJECTS 00 4100 Rid Form— DAP docx Form Revised April 2, 2014 101541 0041 00 DAP BID FORM FOR PIIHI.ICLY DID PROJECTS ONLY Page 3 OF3 Total Base Bid (PVC Pipe) _ _ _ Total Alternate Bid #1 (Ductile Iron in place of PVC for all 24" Y Mains) 7, G 3`7, N G 7. °p Total Alternate Bid #2 (Bar -Wrapped Concrete Steel Cylinder in jn lace of PVC for all 24" Mains) d1 -?It,, Sq -7 "V 7. Bid Submittal This Bid is submitted on _ 66�Clo IA$� r � by the entity named below r� Respectfully submitted, By: (Signature) {Printed Name) Title: IYT f SI±0AWT—.,_ Company: IUUWr+ ksCAv ..o( l�-x4-S, (LC Address: ( f"7tA 9F"r FM q(-7 11t VA'eM0 I r —71oC q State of Incorporation: �Gar,4S Email: jo.sc�&jw&p Gtou+rl��n[.tzCrt��.C�.�t Phone: 617-783 Receipt is acknowledged of the following Addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No, 4 END OF SECTION Initial 4.4 CITY OF FORT WORTH Southgate Development — 16"124" Diameter Water Main STANDARD CONSTRUCTION BID FORM - DEVELOPER AWARDED PROJECTS 00 4100 Bid Form- DAP.doa Form Revised April 2, 2014 101541 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual twho signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validit of that document. State of California County of San Francisco On &rO&P- ZZ, 2-01 _ before me, S. Nicole Evans, Notary Public (insert name and title of the officer) personally appeared Carolyne Emery ---------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(*) whose names) iskapi subscribed to the within instrument and acknowledged to me that ker/she/they executed the same in Iialher/thwixauthorized capacity, and that by NWher1ftW signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature s __ (Seal) - This Power of Attorney limits the acts of those named herein, and they have no authority to _ t bind the Company except in the manner and to the extent herein stated. bert�r Liberty Mutual Insurance Company �� jLlr1 The Ohio Casualty Insurance Company Certificale No:8196953 - 395022 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Carolyne Emery, S. Nicene Evans. Frances M. Mur�rhy, Bradley N. Wright all of the city of San Francisco state of California each individually if there be more than one named• its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 5t11 day of October 2018 Liberty Mutual Insurance Company 11 gv°roR}O .z 4Pa1"Smb The Ohio Casualty Insurance d oan� �¢rt West American nstinii Company �y r b 1912 C n 1919 41 n s 1991 n y •' 4 E {[ �gdRLMu+4 +a �hAA7�' db� 1� 17 rf✓�'%�.' f.L• szy 1�► NHL t:. �� *� By: David M. Carey, Assistant Secretary State of PENNSYLVANIA County ofMONTGOMERY ss Lm L) a) On this 5th day of October , 2018 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0-N Company, The Ohio Casually Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing Instrument for the purposes v > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. N :,:a, IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above writer. -a — cto N 0 N RglMMOHW_EALTH OF PENNSYLVANIA r Nolanal Seal L J f�<ZN a;O r 1 Teresa Paslella Notary Public �C p N � • I Upper hlerionTwp Montgomery County 8y: C (e My Comrnission Expires March 28. 2021 Ptels, Notary Public •Memhec Pennsylvania Association of Nolanes eTe$a as CP ?? This Power till Allomey Is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance o Company, and West American Insurant a Company which resolutions are now in full force and effect reading as follows: E ARTICLE IV- OFFICERS: Section 12. Power of Attorney. @ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President �^ may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all > N undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers ofattorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall Zbe as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forlh in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 22nd day of October 2019 , 4 1N34q SY IHyy� p %NIOR C�'°ow44� J � �o fi Y •; a C+ � 34 Ra nF 1912 c+ " 1919 `�C�r•� w v 6 1991 n Y¢�q�'c""'�„c+a �� ��*"�r'�a+b� wSay `"01•"' �aa By Renee C Llewellyn, Assislant Secretary 7 ,v >• HL ,r >, M • 1• LMS-12873 LMIC OCIC WAIC Multi Co 062018 71 7 C j Li b erty Autua'l Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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: 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 or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company 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. LMIC-3500 Page 1 of 2 Rev 7.1 07 L berty N1Llt LtAl NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direcci6n: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccibn. P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: htt :lam lwww.idi.state tx,tls E-mail: ConsumerProtection(tdi.state,tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informaci6n y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 ai 2 Rev. 7.1.07 NOTIFICACION IMRORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companlas, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: h1tp /iwwwjdi.state fx.us E-mail: ConsurnerProtection�tdi.state.tx,us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al terra de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o • } condiciona de manera alguna el documento adjunto. J LMIC-3500 Paae 2 of 2 Rev 7,1.07 10�Libertil- ��' Uttt'I Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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: P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http;llwww.ldi.state. lx.us E-mail: ConsumerProtectionatdi.state- tx_us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company 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 oniy and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev 7.1.07 uD 42 J] (Pu,mcl nAP UIDI'ROPOYAL Paae 1 nr2 �I .1 �r -J a SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Itern Information Bidder's Proposal S ecilicelic Unit of Bid Description p poanlily Bidlisf ItemHEI�[- Unit Pnce Bid Value Section No, Measure Total DEVELOPER 3311,0161 101IPE LF 54 S 33.00 $ 1,782.00 3311.0261 102 .8'' C900 PVC (DR-18) PIPE LF 33 $ 4300 5 1.41900 3311-0461 103 12" C900 PVC (DR-14) PIPE LF 1 225 A `'� 4316 3311.0561 104 16" C900 PVC (DR-18) PIPE LF 86611 / ,27.00 /SS. 105 2" COPPER PIPE LF 80 $ $ 2.160.00 3311,0451 106 12" DUCTILE IRON PIPE LF 161 $ 5000 $ 8,050,00 331 T,0551 107 1W DtJCTILE IRON PIPE LF 1006 S 97 00 $ 97.582.00 3311.W01 108 DUCTILE IRON WATER FITTINGSWI RESTRAINT TON 5 $ 7,10000 $ 35,50000 109 2" GATE VALVE EA 1 $ 1.380.00 5 1,380.00 3312.3002 110 W GATE VALVE EA 2 $ 2.286,00 72 $ 4,5.00 3312.3003 111 8" GATE VALVE EA 1 $ 2,252.00 $ 2,25200 3312.3005 112 12" GATE VALVE EA 1 $ 3.735.00 $ 3,73500 33123006 113 16 GATE VALVE EA 4 $ 19.757.00 $ 79,028.00 1116"X2"TAP EA 4 $ 1,060.00 $ 4,240,00 3312.4111 115 16"X6" TAP EA 2 $ 4,55600 $ 9,11200 3312.1002 116 2" COMBINATION RELEASE VALVE EA 3 $ 10,778.00 $ 32,334.00 3312.0001 117 STANDARD FIRE HYDRANT EA 2 $ 6,000.00 $ 12,000.00 3305 1104 118 247THICK STEEL ENCASEMENT (3/8 WALL THICKNESS) LF 160 $ 471.00 $ 75,360.00 3305.1105 119 30" THICK STEEL ENCASEMENT (318 WALL THICKNESS) LF 727 fm 740. 1115f fop, 33050116 120 CONCRETE ENCASEMENT LF 10 $ a9.00 $ 890,00 121 STANDARD CLEANING WYES 12" AND SMALLER) EA 2 $ 1,248.00 $ 2.496.00 122 STANDARD CLEANING WYES (16" AND LARGER) EA 6 $ 2.553.00 $ 15,318.00 123 PLASTIC METER BOX EA 1 $ 449.00 $ 449,00 124 CONCRETE METER BOX EA 1 $ 76200 $ 762.00 125 CASED CROSSING TEST STATION EA 10 $ 1,745,00 $ 17,450-00 126 FLUSH MOUNTED FOREIGN TEST STATION EA 1 $ 1,806.00 $ 1.806,00 3312-0106 127� CONNECTION TO EXISTING MAIN EA 16 $ 7,387,00 $ 118,192.00 128 PLOWABLE FILL SF 115 $ 13.00 $r 1.495.00 129 16"X8" ME HANICAL JOINT SLEEVE EA 2 $ 1.500,00 $ 3.000.00 130 TRENCH SAFETY LF 2539 $ 1.00 $ 2,530.00 3304-0101 131 TEMPORARY WATER LINE LF 710 $ 20.00 § 14,200.00 132 SILT FENCE LF 1460 $ 1.50 $ 2,190.00 133 INLET PROTECTION EA 9 $ 84.00 $ 75600 134 ROCK CHECK DAM EA 1 $ 500.00 $ 500.00 135 SAFETY FENCE LF 60 $ 1.50 $ 90 00 136 REMOVE TREE EA 6 $ 950.00 $ 5,700.00 137 REMOVE AND REPLACE TREE EA _ 1 $ 2,700.00 $ 2,700,00 3471,0001 138 TRAFFIC CONTROL LS 1 $ 12,000 00 $ 12.000 00 3125,0101 139 SWPPP LS 1 $ 84000 $ 840.00 CITY OFFORT WOKI11 STANDARD CONSTRUCTION SPECIN CATION DOCONIFNTS• DEVELOPER AWARDED PROIFCE3 F„,. V.,i- 9gi—be, 1- NI13 1104211 Rid P,,1f.-1_DAPAdd2 1 UNIT PRICE BID Bidlist Item No 344103502 0241.1013 0171.0100 3213.0101 3213.0401 3214.0401 3213.0109 3213.0311 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information Description 140 REMOVE AND REPLACE LIGHTPd.E 141 HYDROMULC1•t 142 1145TRIPING PAVEMIENT 143 REMOVE EXISTING 8" WATER MAIN 144 M.OBI1,12)610N, BONDS, 3 INSURANCE (max 5%) 151 RAILROAD FLAGGER AND COORDINATION {ALLOWANCE} 152 CATHODIC PROTECTION STUDY AND INSTALL (AUCIWANi 153 TEMPORARY ASPHALT PAVING REPAIR IALLowANrFE 140 6- CONCRETE INTEGRAL CURB AND GUTTER 146� .... 8' THICK REINFORCED CONCRETE DRIVE APPROACH 147 REINFORCED CONCRETE PARKING LOT PAVING 148 11 THICK REINFORCED CONCRETE STREET PAVING 149 4- CONCRETE SIDEWALK 150 HEA60VE AND REPLACE CONCR ETE BARRIER FREE RAMP 00 J' a] (PPiv:na DAr RID PROPOSAL ("—_on Bidder's Application Bidders Proposal Specification Unitof Section No Measure Bid QuantityaPncePriceBid Total Value EA 1 S 00.LF 9D8 S 908 00 LF 302 $ 1,510.00 LF 575 .$ 2,300,00 _. LS 1 ye, Ip 40,-- LS 1 $ 10,000.00 $10.000.00 LS 1 $ 25.000.OG $25,000.00 LE 500 $ 15-00 $ 7,5g0 00 _ LF1 234 $ 40.00 1 $ 4,360.00 SY SY SY SY EA _ 93 226 478 138 3 $7 122.00 $ 14000 S 660,00 S 80.00 $ 2.925.00 $ 11.346,00 $ 31.640.00 $ 76,480.00 g 1o,asa.n0 $ a.775 00 Bid Summary DEVEiOPER WATER IT EM5 JV / y UNIT IV PAVING IMPROVEMENTS Total Conallvl:tlpll Old l 3 Contractor aggrees to congdete WORK for FINAL .ACCEPTANCE within 240 calendar days after the date when the CONTRACT commences to run as provided in the Central Conditions. G:ND OF SECTION CI I Y 01' FORT WORTH 3"rANOARD CONSTRUCTION SPFCIFIC.ATION DOCUMENTS • M.M.OPER AIVARDFD PROIFCTS LrPm Vcnion Seplamtei I, 2015 00 4243 Bid Proi—q DAI'Add2 UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Information 00 42 43 (Public) DAP - BID PROPOSAL. Page I or2 ADDENDUM Ill Bidder's Application 7Bidder's Proposal Unit of Bid Description Quantity Unit Price Bid Value Measure Total PUBLIC WATER ITEMS 1 6" C900 PVC (DR-18) PIPE LF 11 $ 33.00 $ 363.00 2 12" C900 PVC (DR-14) PIPE LF 22 $ 86-00 $ 1,892M0 3 16" C900 PVC (DR-18)PIPE LF 1,933 h p,-0 111, /?3 9M.- 4 24" C900 PVC (DR-18) PIPE LF 6.720 11 /-u. 40 11 Q-7 3, 1. IV- 5 5 2" COPPER PIPE LF 10 $ 27.00 $ 270.00 7 16" DUCTILE IRON PIPE LF 284 $ 77.00 $ 21,868.00 8 24" DUCTILE IRON PIPE LF 272 $ 188.00 $ 51,136.00 9 DUCTILE IRON WATER FITTINGS W/ RESTRAINT TON 9 $ 9.450.00 $ 85,050.00 10 6" GATE VALVE EA 1 $ 2.263.00 $ 2,263.00 14 12" GATE VALVE EA 1 $ 3,570.00 $ 3,570,00 11 16" GATE VALVE EA 1 $ 20,474,00 $ 20,474.00 12 24" GATE VALVE EA 8 $ 34,000.00 $ 272,000.00 13 16"X2" TAP EA 1 $ 900-00 $ 900.00 14 8" BLOW OFF VALVE EA 3 $ 16,000-00 $ 48,000.00 f 15 3" COMBINATION RELEASE VALVE EA 1 $ 18,000.00 $ 18,000,00 16 STANDARD FIRE HYDRANT EA 1 $ 4,300.00 $ 4,300.00 17 30" THICK STEEL ENCASEMENT (3/8 WALL THICKNESS) LF 225 $ 736.00 $ 165,600.00 18 42" THICK STEEL ENCASEMENT (1/2 WALL THICKNESS) LF 316 1 / /70. 8 3G4 7 19 STANDARD CLEANING WYES (16" AND LARGER) EA 8 $ 5,000.00 $ 40,000.00 20 CASED CROSSING TEST STATION EA 8 $ 1,745.00 $ 13,960.00 21 FLUSH MOUNTED FOREIGN TEST STATION EA 2 $ 1,806.00 $ 3,612.00 22 CONNECTION TO EXISTING MAIN EA 3 $ 8,130.00 $ 24.390.00 23 FLOWABLE FILL SF 105 $ 13-00 $ 1,365.00 25 TRENCH SAFETY LF 8,711 $ 1.00 $ 8,711.00 26 SILT FENCE LF 8,845 $ 1.50 $ 13,267.50 27 CONSTRUCTION ENTRANCE EA 1 $ 1,500.00 $ 1,500.00 28 INLET PROTECTION EA 5 $ 80.00 $ 400.00 29 ROCK CHECK DAM EA 8 $ 500.00 $ 4,000.00 30 SAFETY FENCE LF 72 $ 1.50 $ 108.00 31 REMOVE TREE EA 1 $ 950.00 $ 950.00 32 REMOVE AND REPLACE TREE EA 14 $ 2.600.00 $ 36,400.00 33 TRAFFIC CONTROL LS 1 $ 7,330.50 $ 7,330.50 34 SWPPP LS 1 $ 840.00 $ 840.00 35 REMOVE AND REPLACE 4' BARBED WIRE FENCE LF 129 $ 8.00 $ 1,032.00 36 REMOVE AND REPLACE 6' WROUGHT IRON FENCE LF 24 $ 84.00 $ 2,016.00 37 REMOVE AND REPLACE 6' CHAIN LINK FENCE LF 70 $ 30.00 $ 2,100.00 38 HYDROMULCH SY 4,139 $ 1.00 $ 4,139.00 39 MOBILIZATION, BONDS, & INSURANCE (max 5%) LS 1 III &6, ax. IV A « 44 RAILROAD FLAGGER AND COORDINATION (ALLOWANCE) LS 1 $ 10,000.00 $ 10,000.00 45 CATHODIC PROTECTION STUDY AND INSTALL (ALLOWANCE LS 1 $ 75.000.00 $ 75,000.00 46 TEMPORARY ASPHALT PAVING REPAIR (ALLOWANCE) I LF 500 $ 15-00 $ 7,500.00 1 42 124" DUCTILE IRON PIPE I LF 1 6,7421 ' /5'g-0 1 /, OGry,;,S4..j R—w� CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICXHON DOCUMENTS - DEVELOPER AWARDED PROTECTS Form Version Seplcmbcr I, 2015 00 42 43 Hid Proposal DAP Add2 1 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID 00 42 43 (Public) DAI' - HID PROPOSAL P.sz 2 F2 ADDENDUM #I Bidder's Application Project Item Information Bidder's Proposal Description Unit of Measure Bid Quantity Total Unit Price Bid Value 43 24" CONCRETE PIPE LF 6,962 /7/, • I /qp gaa TOTAL l IV: PUBLIC PAVING IMPROVEMENTS 40 GRAVEL ROAD SF1 125 $ 4.00 $ 500.00 41 6" THICK REINFORCED CONCRETE DRIVE APPROACH SY 4-1 $ 122.00 $ 5,734.00 5 6,234.00 Total Base Bid Summary PUBLIC WATER ITEMS BASE .0 1 4 4 SV.7 .» PUBLIC PAVING IMPROVEMENTS BASE y 31/w Total Construction Base Bid V.yys 3 / ao Alternate A (DUCTILE IRON PIPE) PUBLIC WATER ITEMS BASE DEDUCT ITEM 5 (24" C900 PVC (DR-18) PIPE) LF 6,720 ADD 24" DUCTILE IRON PIPE ILF 6,742 TOTAL WATER ITEMS y PAVING IMPROVEMENTS BASE r► all Total Construction Bid Alternate A tl .7 Alternate B (CONCRETE PIPE1 PUBLIC WATER ITEMS BASE t/ vp, 5* ar DEDUCT ITEM 5 (24" C900 PVC (DR-18) PIPE) ILF 6720 DEDUCT ITEM 9 (24" DUCTILE IRON PIPE) ILF 272 — / 0' - J/ / 3% ADD 24" CONCRETE PIPE LF 69fi2 /i /!O g TOTAL WATER ITEMS iOS PAVING IMPROVEMENTS BASE s I 3y /� Total Construction Bid Alternate B ■ 7 t I � T 1s Contractor agrees to complete WORK for FINAL ACCEPTANCE 240 CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version Seplemher I, 2015 calendar days after the date when the 00 42 43 Hid Propo.wl DAP Add2 ,y ' 1 00 4T 11 DAP BID BOND 1 ORM FOR PUBLICI.V BID PROXCI S ONLY Pig, I of 1 .y I SECTION 00 43 13 DAP - BID BOND t BY THESE PRESENTS: Mountain Cascade of LibertyMutual Insurance Company That we, Texas LLC _ called the Principal, and p y a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the suns of Five Percent of the Total Amount of the Bid (5%) and No/ 100 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents, WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: Southgate Offsite 16"/24" Diameter Watermain Improvements NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such ' proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance With the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surely, not to exceed the penalty hereof, and shall be I used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. 22nd October 19 SIGNED this day of _ , 20^ d By: Mountain Cascade of Texas LLC (kidding Company) i l -- _ ✓1�.� PIr.Es�n�tJr J ^(SIgnalure and Title of Principal) By: Liberty Nu ulual Insurance Company I. Surety Name Here) Carolyne Emery (Signature 1f'Attorney-of-Fact) Attorney -in -Fact �4 *Attach Power of Attorney (Surely) for Attorney -in -Fact Impressed Surety Seal .s Only END OF SECTION ..1 CITY OF FORT WORTH STANDARD CONSTRUCTION BID BOND FORM - DEVELOPER AWARDED PROJECTS Form Version April 2, 2014 r I 0043 121Rid Bond DAP 101541 —1 1 2 3 4 5 6 7 8 Vol 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised April 2, 2014 .J 0045 12 DAP PREQUALIFICATION STATEMENT Pave I of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder 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. In tht '•Major 1WoIrkk T 0" box ]rovide [he ci�fn z[ete Giza �sr wort; t le alit] "Nual descri 7tion as ruvided�b Elie Water 1 M1:u•�In�nt. liar wafer ant] sexvi:r.tlid 3'PViI far cavil: major Work Type /.ur>r+�Lt.4f1 vF Ads wz- .Lr oyf� eA"r- Contractor/Subcontractor Company Name Prequalification Expiration Date //,'I/?-, 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER (Company Name/Address): +�iii� t 401c O04 )ZC;'t" I a-C? //72_q 6-0sT FA qi 7 rk- g"dcq rX 71,00q BY: GkF�1 G, �G%CrU �caC� [ ignature) TITLE: 1/j +p,,0AS#jT— DATE: to%llq END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS Southgate Development—16%24" Diameter Water Mains Form Version 5eptember 1, 2015 00 45 12_Prequalification Statement 2015 DAP 101541 A 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 101541 Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 /VIULns�4+i� �A3C.¢1lE dtl Ae4S Ite By:4I&AJ L. cGodl�OGft 12 Company 13 14 _!r f&r Xi -( AZ 15 Address 16 17 AumzAa� 18 City/State/Zip 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 (Please Print) Signature: Title: /& I & (Please Print) 25 BEFORE ME, the unde signed authority, on this day personally appeared 26 � SOI [7 Cl known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowled ed to me that a/she executed the 28 same as the act and deed ofVP nllM5]vt i o(6,0 the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 EN UNDER MY HAND AND SE OF OFFICE this day of 32 _���]"'1�M�E7�(" .20A 33 34 < WANDA SUE JARRELL 35 ���w� ,'??�+ public, State of Texas UAJAk Notary Y 36 � E Comm Expires 06-29-2020 Not ry lic in and for the State of Texas '��� ' e rP'�i'ti�;•= NUiq►y ID l 1952407 a«rnnr CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised April 2, 2014 00 4S 26 - 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 END OF SECTION CITY OF FORT WORTH Southgate Development—16%24" Diameter Water Mains STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised April 2, 2014 005243-1 Developer Awarded Project Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on is made by and between the Developer, 4 (Insert Full Legal Name of Developer), authorized to do business in Texas ("Developer") , and 5 Mountain Cascade of Texas LLC, authorized to do business in Texas, acting by and through its 6 duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree 8 as follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 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 14 is generally described as follows: 15 Southgate Develo meet —16" 24" Diameter Water Mains 16 Protect Number 101541 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. Contractor shall reach Substantial 21 Completion by July 15, 2020. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within (2401 calendar days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the 25 Standard City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 30 of the Standard City Conditions of the Construction Contract for Developer Awarded CITY OF FORT WORTH Southgate Development — 16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 5 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer One thousand Dollars ($1000.00) for each day that expires after the time 36 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 37 Acceptance. 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the 40 Contract Documents an amount in current funds of Four Million Thirty Six Thousand Six Hundred 41 Twenty Five Dollars ($4,036,625.00). 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer 45 and Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 2. Attachments to this Agreement: 48 a. Bid Form (As provided by Developer) 49 1) Proposal Form (DAP Version) 50 2) Prequalification Statement 51 3) State and Federal documents (project specific) 52 b. Insurance ACORD Form(s) 53 c. Payment Bond (DAP Version) 54 d. Performance Bond (DAP Version) 55 e. Maintenance Bond (DAP Version) 56 f. Power of Attorney for the Bonds 57 g. Worker's Compensation Affidavit 58 h. MBE and/or SBE Commitment Form (If required) 59 3. Standard City General Conditions of the Construction Contract for Developer 60 Awarded Projects. CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 5 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract 70 Documents: 71 a. Notice to Proceed. 72 b. Field Orders. 73 c. Change Orders. 74 d. Letter of Final Acceptance. 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed by 79 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under 80 this contract. This indemnification provision is specifically intended to operate and be 81 effective even if it is alleged or proven that all or some of the damages being sought 82 were caused in whole or in part, by any act omission or negligence of the city. This 83 indemnity provision is intended to include, without limitation, indemnity for costs, 84 expenses and legal fees incurred by the city in defending against such claims and causes 85 of actions. M. 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification provision 92 is specificaft intended tooperate and be effective even if it is alle gd or proven that all CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS 101541 Revised June 16, 2016 005243-4 Developer Awarded Project Agreement Page 4of5 93 or some of the damages being sought were caused, in whole or in part, by any act, 94 omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 119 authorized signatory of the Contractor. 120 CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised June 16, 2016 POLICY NUMBER: AlCG06911806 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) __ Or Organization(s) I Location(s) Of Covered Operations As Required by Written Contract As Required by Written Contract Subject to policy terms and conditions Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" This insurance does not apply to "bodily injury" or "property caused, in whole or in part, by: damage" occurring after: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement applicable Limits of Declarations. shall not increase the Insurance shown in the Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: AlCG06911806 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required by Written Contract. Subject to policy terms and conditions. As Required by Written Contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract" or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or Organization(s): As required by written contract. Subject to policy terms and conditions Location(s) of Covered Operations As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV — Commercial General liability Conditions. All otherterms and conditions remain unchanged. Named Insured Mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Policy Number %AlCG06911806 Endorsement No. Policy Period 10/01 /19 to 10/01 /20 Endorsement Effective Date: 10/01 /19 Producer's Name: Alliant Insurance Services, Inc. Producer Number: VUTORIZED REP ESENTATIVE CG EN GN 0029 09 06 10/01/19 DATE POLICY NUMBER: Al CG06911806 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV -- Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER: Al CA06911806 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided In the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: 10/01 /19 CountersI ned By: Named Insured: Mountain Cascade, Inc. dba Mountain Cascade of Texas LLC `� Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable to the endorsement.) Each person or organization shorn in the Schedule Is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an insured" under the Who Is An insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 11 0 POLICY NUMBER: Al CA06911806 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Mountain Cascade, Inc. dba Mountain Cascade of Texas LLC Endorsement Effective Date: 10/01/19 SCHEDULE Name(s) Of Person(s) Or Ogganization(s): WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above will be shown in the Declarations, The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the 'loss" under a contract with that person or organization. CA 04 44 0310 © Insurance Services Office, Inc., 2009 Page 1 of 1 0 OLD REPUBLIC GENERAL INSURANCE CORPORATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE 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. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. WHEN REQUIRED BY WRITTEN CONTRACT. Named Insured Policy Number Policy Period Producer's Name: Producer Number: Schedule dba Mountain Cascade of Texas LLC Al CW06911806 IEndorsement No. 10/01 /19 to 10/01 /20 I Endorsement Effective Date: 1. Alliant Insurance Services, Inc. 1 1 THORIZED RePRIESENTATIVE 10/01 /19 000 10/01 /2019 DATE WC 99 0316 (09106) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 THE STATE OF TEXAS § Bond No. 070209761 006213-1 PERFORMANCE BOND Page 1 of 4 SECTION 00 6213 PERFORMANCE BOND § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Mountain known as "Principal" herein and Liberty Mutual Insurance Co pane a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Vista Property Company, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Four Million Thirty Six Thousand Six Hundred Tvnty Five and OOI IQIL,_. _ Dollars ($ 4 036 625.0 7 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 18th day of December , 201g, which Contract is hereby referred to and made a 23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as NorthStar Development-16" Diameter 26 Water Main. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 28 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 29 perform the Work, including Change Orders, under the Contract, according to the plans, CITY OF FORT WORTH Southgate Development — 16"124" Diameter Water Main STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101541 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 4 1 specifications, and contract documents therein referred to, and as well during any period of 2 extension of the Contract that may be granted on the part of the Developer and/or City, then 3 this obligation shall be and become null and void, otherwise to remain in full force and effect. 4 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 5 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 6 Worth Division. 7 This bond is made and executed In compliance with the provisions of Chapter 2253 of 8 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 9 accordance with the provisions of said statue. 10 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 11 instrument by duly authorized agents and officers on this the 18th day of December 12 .2019 . 13 PRINCIPAL: 14 15 Moue in Cascade of Texas, LLC 16 17 18 19 20 21 22 ATTEST: r. 23 z 25 26 (Principal) Secretary 27 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 BY: -99! Signature Z Ad A2", 0/10j- Name and Title Southgate Development—16"124" Diameter Water Main 101541 1 2 3 4 5 6 7 8 Witness as to Principal 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Janee Wright 30 Witness as to Surety 31 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 4 Address: 11729 East FM 917 _ Alvarado, TX 76009 SURETY: LIIL87TIVS ►1 Mon... - .��... Signature Joshua Sanford. Attorne-in-E'act Name and Title Address: 175 Berkeley Street Boston AAA 02116 Telephone Number: 617-357-950❑ Southgate Development—16"124" Diameter Water Main 101541 006213-4 PERFORMANCE BOND Page 4 of 4 2 4 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 5 from the by-laws showing that this person has authority to sign such obligation. If 6 Surety's physical address is different from its mailing address, both must be provided. 8 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS 101S4J Revised January 31, 2012 NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 18th day of December , 2019 , before me, Danielle D. Johnson, the undersigned officer, personally appeared. Joshua Sanford , known to me (or satisfactorily proven) to be the person whose name is subscribed as Attorney -In -Fact for Liberty Mutual Insurance Company , and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. Signa=rni ary Public Daten Expires: January 31, 2023 Danielle D. Johnson Printed Name. of Notary DANIELLE D. JOHNSON NOTARY PUBLIC - CT 175556 My COMMISSION Ekf InES JAO. 31.2023 a This Power of Attorney limits the acts of those named herein, and they have no authority to Liberty bind the Company except in the manner and to the extent herein stated. =� �1 Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No:8202409-985949 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aiza Anderson, Samuel E. Begun, Bryan M._Cancschi, Saykham Chanthasone, Lorina Monigm Garcia, Danielle D. Johnson, Michelle Anne McMahon. Tanya Nguyen, Aimee R. Perond_ine, Mercedes Phothirath, Jenny Rose B_elen Phothirath, Noah William Picrct, KYistvpher Pisano, Donna M. Planeta, Joshua Sanford, Bethany Stevenson, Rebecca M. Stevenson, Eric Strba, Jynell Marie Whitehead all of the city of Hartford state of Connecticut each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of October , 2019 _ Liberty Mutual Insurance Company _\1 INS UR9 pv11 this& 1NSU The Ohio Casualty Insurance Company A�lapo �_0� S 4oaPwyr��gyIn URA_ �Yn West American Insurance Company n 1991 C- ya*sr yNab By: C: David M. Carey, Assistant Secretary m State of PENNSYLVANIA a M County of MONTGOMERY ss N On this 23rd day of October 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 2? IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. _-a PA 0 N Q y�9el�C COMMONWEALTH OFAENNSYLVAN[A i lV ciF 1 S, NollSeal Qi O Teresa Paslelella, a, Notary Public OF A f l p� Upper MerlonTwp., Montgomery County sy; My Commission Expires March 28, 2021 L VPt Teresa Paslella. Notary Public Member, Pennsylvania Association of Notaries vra} �Ry 2 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 4? ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all U undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall v be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full Torre and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of Pv 1NS& �qY INS&. 1Nsu,p. J `Pa Q �Q �' $ 3' Ao tin y 1912 a c 1919 s 1991 0 �d¢$s�cstug°�da O� naMr}"rs �'mRN� da By. A Renee C. Llewellyn, Assistant Secretary ry • h S'1 • ha Sri! * �� In LMS-12673 LMIC OCIC WAIC Multi Co 062018 Bond No. 070209761 006214-1 PAYMENT BOND Page 1 of 3 1 SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mpuntai known as 8 "Principal" herein, and pang - a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the 11 Developer, Vista Property Company, LLC, authorized to do business in Texas "(Developer"), and 12 the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum Four Million Thirty Six Thousand 13 of Six Hundred T e,.r)ty-Eive-and-Q0L100-- _ Dollars ($_ 4-036 625.00 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number ;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 18th day of Qecember ., 20 19 which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as NorthStar Development -16" Diameter 26 Water Main. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 28 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 29 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, CITY OF FORT WORTH Southgate Development — 16"124" Diameter Water Main STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101541 Revised January 31, 2012 006214-2 PAYMENTBON❑ Page 2 of 3 1 then this obligation shall be and become null and void; otherwise to remain in full force and 2 effect. 3 This bond is made and executed in compliance with the provisions of Chapter 2253 of 4 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 5 accordance with the provisions of said statute. 6 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 7 instrument by duly authorized agents and officers on this the 18th day of 8 _D cet l2u , 20 19 . j] j I PRINCIPAL: Mountain Cascade of Texas LLC ATTEST: BY; Signat r (Principal) Secretary Witness as to Principal CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Name and Title Address: 11729 East FM 917 Alvarado X 76009 SURETY: Liberty Mutual Insurance Company Southgate Development-16%24" Diameter Water Main 101541 ATTEST: Janee Wright Witness s to Surety BY" 006214-3 PAYMENT BOND Page 3 of 3 Signature Joshua Sanford, Attorney -in -Fact Name and Title Address: 175 Berkeley Boston. MA 0211A Telephone Number: 617-357-2500 1 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical 4 address is different from its mailing address, both must be provided. 5 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 END OF SECTION 8 GIN OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS 101541 Revised January 31, 2012 W a I� j NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 18th day of December 2019 , before me, Danielle D. Johnson, the undersigned officer, personally appeared Joshua Sanford , known to me (or satisfactorily proven) to be the person whose name is subscribed as Attorney -In -Fact for Liberty Mutual Insurance Company , and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. Signet a Notary Public Date C&TmTfssion Expires: January 31, 2023 Danielle D. Johnson Printed Name of Notary DANIELLE D. JOHNSON NOTARYPUBLIC - CT 175556 MYt;OMMISSION EXPIRES JAN, 31, M23 j This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Libertx Liberty Mutual Insurance Company mut m. The Ohio Casualty Insurance Company Certificate No:8202409-985949 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aiza Anderson, Samuel E. Begun, Bryan M. Caneschi, Saykham Chanthasone, Lorina Monique Garcia, Danielle D. Johnson, Michelle Anne McMahon, Tanya Nguyen, Aimee R. Pcrondinc, Mercedes Pholhiralh, Jenny Rose Belen Phothirath, Noah William Pierce. Krimopher Pisano, Donna M. Plancte, Joshua Sanford, Acthany Stcvcnsun, Rcb_c_e_ca M. Stcvcason, Eric SIrba, JynclI Maric WhiEel tea d _ all of the city of Hartford state of Connecticut each individually if there be more than one named, its true and lawful attorney-in4act to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of October , 2019 . Liberty Mutual Insurance Company 4 tNsrr�, q4 tNsa d tN$uRq The Ohio Casualty Insurance Company •.J 4onp0 ���Sn yy po, ¢y4P nR4OR,e �n West American Insurance Company 'Cl srt r r �1912Po$ y�1919W a 1991 a Ul d�'PBACHU.�LNAMP� L Ys �'}'OMH� ,da{IRI'c'rl By. David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY � N O N > co c'Cn O N I � C On this 23rd day of October , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance CI Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �!� therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. y� pAsT �!p aH, F COMMONWEALTH OF PENNSYLVANIA v Y�y Notarial Seal OF Teresa Paslella, Notary Public v Upper MerionTwp„ Montgomery County By; M My Commission Expires March 28, 2021 eresa Paslella, Notary Public 1j MuriOec Penniytvpnix flSsmpNpn d NofaAell .0 m This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual Insurar v.5 Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: Ea; ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the Presid may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and cc C undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have opower to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments sl be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of i article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. j ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seats of said Companies this �{ day of �. 41NSt� 0 IHSU Wsu& a P n�o qF J3� �rFa C% c4� �LORra rRo w 3°c �r�a K 1912 1919 0 1991 0Gy..� da yr 'galas" 40 By. genes C. Llewellyn,Assistant Secretary $�7 + E Sy1 * F� ''tif t� L !i LMS-12873 LMIC OCIC WAIC Multi Co 062018 Bond No. 070209761 006219-1 MAINTENANCE BOND Page 1 of 4 1 SECTION 00 6219 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Mountain Cascade of Texas, LLC known as 8 "Principal" herein and Liberty Mutual Insurance Company a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Vista 11 Property Company, LLC, authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the sum Four Million Thirty Six Thousand 13 of�Six Hundmd Twenty Five and 00/100 Dollars ($ 4.03G.625.00 j 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees 16 and their successors, we bind ourselves, our heirs, executors, administrators, successors and 17 assigns, jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 21 CFA Number ;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the i8th day of December , 20 19 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish 25 all materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as NorthStar Development-16" 28 Diameter Water Main; and 29 CITY OF FORT WORTH Southgate Development—16%14" Diameter Water Main STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 101541 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 4 1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2 accordance with the plans, specifications and Contract Documents that the Work is and will 3 remain free from defects in materials or workmanship for and during the period of two (2) years 4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 5 6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 7 receiving notice from the Developer and/or City of the need thereof at any time within the 8 Maintenance Period. lr 10 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 11 any defective Work, for which timely notice was provided by Developer or City, to a completion 12 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 13 full force and effect. 14 15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 16 noticed defective Work, it is agreed that the Developer or City may cause any and all such 17 defective Work to be repaired and/or reconstructed with all associated costs thereof being 18 borne by the Principal and the Surety under this Maintenance Bond; and 19 20 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 21 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 22 Worth Division; and 23 24 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 25 recoveries may be had hereon for successive breaches. 26 CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS 103 541 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 4 1 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 18th day of December 3 20 19 . 4 5 6 7 8 9 10 11 12 13 14 ATTEST: 15 16 17 18 (Principal) Secretary 19 20 21 22 23 24 25 _ f 26 27 Witness as to Principal 28 29 30 CITY OF FORT WORTH STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS Revised January 31, 2012 PRINCIPAL: Mountain Cascade of Texas, LLC -r Signature -- '40-., 611 dry Name and Title Address: 11729 East FM 917 Alvarado, TX 76009 SURETY: Libea Mutual In-&jrance Company Southgate Development—1fi%24" Diameter Water Main 101541 NOTARY ACKNOWLEDGMENT OF SURETY: State of Connecticut County of Hartford ss. On this the 18th day of December 2019 , before me, Danielle D. Johnson, the undersigned officer, personally appeared Joshua Sanford , known to me (or satisfactorily proven) to be the person whose name is subscribed as Attorney -In -Fact for Liberty Mutual Insurance Company , and acknowledged that s/he executed the same as the act of his/her principal for the purposes therein contained. In witness whereof I hereunto set my hand. Sigina ure of Notary Public Date VciihNisslon Expires: January 31, 2023 Printed Name of Notary DANIELLI: D. JOHNSON NOTARY PUBLIC - CT 175556 My COMMISSION EXPIRES JAN. 31, 2023 _4 _4 Libert)I Mutual SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202409-985949 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aiza Anderson, Samuel E. Bcgljn. Bryan M. Caneschi, Saykham Chanlhasonc. Lorina fvfnnicluc Garcia. Danielle D. Johnsen. Michelle Anne McMahon. Tanva Neuven- Aimee R- Perondinc, Mercedes Nwthirath. Jenny Rose Bcicn Phothimlh, Noah William Piercc. Krisluphcr Pisano, Donna M. Planeta, Joshua Sanford, Bethany Stevmison. Rebecca M. Slevcllsmn. Eric S1rba. 3vncll Marie Whitchend all of the city of Hartford state of Connecticut each individually if there be more than one named, its true and lawful attorneyi"act to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd day of October , 2019 . vi N N c Slate of PENNSYLVANIA ss 3 County of MONTGOMERY Liberty Mutual Insurance Company V t su?, _,I,( lft& 10L 1NSUR The Ohio Casualty Insurance Company ��p`npran4 �Ir ��7pGenvnre4T— -P4oRra 4 - WestAmeriean Insurance Company 3 3 W 3 s 1912 n ❑ 1919a m o n W d 1991 0 dav'��4cHas,�'b yflyaHv+'�AD YS �NotaN► dD David M. Carey, Assistant Secretary N C 7 a> On this 23t d day of October , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0O Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes —� U) > !herein contained by signing on behalf of the corporations by himself as a duly authorized officer. 6 LLI IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. �'rn f, PAg O �y on{YR�q�T� COMMONWEALTH OF PENNSYLVANIA 44• , Notarial Seal �Q%� Q1 0 OF � Teresa Pastella, Notary Public pUpper MerionTwp., Montgomery County By- C tp My Commission Expires March 28, 2021 qj rL, WRY,1 M•mbw, Panneylvur�AsS00WkM of Notaries Bresa Pastella, Nnlary Pubtic U2 ni tf I ? This Power of Attorney is made and executed putsuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance oCompany, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President c>i may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full otZ power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall Z C) be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any mprosentative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the Pre6dent or by the officer or officers granting such POW. or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, 1. shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have herelmto set my hand and affixed the seals of said Companies this tq�" day or J� rev bcC P� INSt♦� Py�Y INSO 0 INSu Rvu J RPo Pqy 1* on .T v �'fFO Criv 4 3°0 �}Fn n r 3co Ord U lri 'Su,� r /�_ r s�191 o ❑ 1919 4 1991 y- L(yis/(��.� r��TS�CHLS as sN,aPgv' as r� 'l+am"� da B o Renee C. Llewellyn, Sevelary LMS-12873 LMIC OCIC WAIC Multi Co 062018 14 .A -• Liberty Mutual. SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 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 Consumer Protection (I I I-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: littp://w-ww.tdi-texas.gov E-mail: ConsumerProtection(c7tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department oi' 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. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar a] numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quej as al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I -I A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: littp://www.tdi.texas.gov E-mail: ConsumerProtection rr tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: S1 tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. -J NP70690901 LMS-15292 10/15 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 - Definitions and Terminology..........................................................................................................1 1.01 Defined Terms..............................................................................................................................1 1.02 Terminology..................................................................................................................... ...6 Article 2 - 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............................................................................................................................1 1 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 Article5 - Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers..................................................................... :............................ 16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance ................................................ .................. ............. ................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 - Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence.........................................................................................19 CITY OF FORT WORTH Southgate Development—16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment............................................................................................ 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................... ... 30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals...................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee.......................................................................... 32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site.................................................................................•................................. 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities...................................................:.................. 8.01 Communications to Contractor...................................................... 8.02 Furnish Data................................................................................... 8.03 Pay When Due............................................................................... 8.04 Lands and Easements; Reports and Tests ...................................... 8.05 Change Orders................................................................................ 8.06 Inspections, Tests, and Approvals ................................................. 8 07 Limitations on City's Responsibilities 8.08 Undisclosed Hazardous Environmental Condition ........................ 8.09 Compliance with Safety Program ................................................... ............................................. 36 ............................................ 36 ............................................ 36 ............................................. 36 ............................................ 36 ............................................. 36 ............................................ 36 .................. 37 37 ......................................... 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 Southgate Development -16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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.................................................................. 14.01 Schedule of Values................................................................................... 14.02 Progress Payments................................................................................... 14.03 Contractor's Warranty of Title................................................................. 14.04 Partial Utilization..................................................................................... 14.05 Final Inspection........................................................................................ 14.06 Final Acceptance...................................................................................... 14.07 Final Payment........................................................................................... 14.08 Final Completion Delayed and Partial Retainage Release ...................... 14.09 Waiver of Claims...................................................................................... 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.... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ............... 52 ................................... 52 .................................. 52 .................................. 54 ...............................- 55 .................................. 55 ...............................- 55 .................................. 56 .................................. 56 .................................. 57 57 ...................................................................... 57 ..................................................................... 58 ...................................................................... 60 ...................................................................... 61 .................................................................... . 61 Southgate Development-16%24" Diameter Water Main 101541 Article17 — Miscellaneous............................................................................................................... 17.01 Giving Notice............................................................................................................... 17.02 Computation of Times..............................................................-................................ 17.03 Cumulative Remedies.................................................................................................. 17.04 Survival of Obligations................................................................................................ 17.05 Headings....................................................................................................................... .62 CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 1 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. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award— Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - ] 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH Southgate Development —16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-] GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Southgate Development—16%24" Diameter Water Main 101541 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: l . 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). In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and -2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 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. 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. 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 Southgate Development —16 %24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH Southgate Development—16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items. a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH Southgate Development —16 %24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use ofsubstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 .1• 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 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 Southgate Development—16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 25 of 63 shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth 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 CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htlp://www.window.state.tx.us/taxinfo/taxfonns/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 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 Southgate Development—16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH Southgate Development —16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 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. 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: 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 Southgate Development —16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPF.C'IFIC'ALI.V INTENDED TO V PART. BY ANY ACT, QMISSUN OR NEGLI ENCE OF THE CIT . 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 Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFtCAL&I INTEN RD TO OPERATE AND BE EFFECTIVE -EVEN IF 1115 ALLEGED OF -PROVEN THAI ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSIUbI Q NEGLIGENCE OF 1.22 Delegation ofProfessional 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH Southgate Development—16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here >. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH Southgate Development—16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-I GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 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 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, 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 WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 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 Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order, B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l .A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 11.0l.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 11.0I.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 Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 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 Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 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. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH Southgate Development —16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 Southgate Development —16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 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. CITY OF FORT WORTH Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH Southgate Development —16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - ] GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH Southgate Development-16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-] GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 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 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. 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 Southgate Development-16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 7z 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. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH Southgate Development— 16 %24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 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 further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH Southgate Development —16%14" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH Southgate Development —16%24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 6 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 terns 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 [Month Day, Year this document was prepared]: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER <If there is none then write "None '5 TARGET DATE OF POSSESSION 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 line locations. CITY OF FORT WORTH Southgate Development — 16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised January 22, 2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 SC-4.01A.2, "Availability of Lands" 2 3 Utilities or obstructions to be removed, adjusted, and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 6 as of (Month Day, Year this document was prepared] 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 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: A [list any kind of Technical document. If none then write "None'] Report No. , dated prepared by [name of company preparing the report], [optional note when applicable] a sub - consultant of [name of the prime designer], a consultant of the City, providing additional information on [the subject the report is about] The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: [List each drawing applicable to this specific project: Sheet Title, Date, Firm prepared by. If none then write "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: Pacheco Koch Consulting Engineers Inc. (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 liabilio) $100,000 each accident/occurrence $100, 000 Disease - each employee CITY OF FORT WORTH Southgate Development — 16" /24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised January 22, 2016 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 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 $500, 000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.0413. 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 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 least: $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 owned and operated by Railroad company Union Pacific. 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 5.04D 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: $Con arm Limits wi 1 &i1road (2) Each Occurrence: $t'on u•m Limits with Ra lroar CITY OF FORT WORTH Southgate Development— 16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised January 22, 2016 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 6 Required for this Contract — Not required for this Contract <Provide an "X" nest to the appropriate selection above based on the Contract requirements> 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. 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 single 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 < 1, 2, 3, 4, or 5> 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: <List the prevailing wage rate table(s) applicable to the type of construction being provided in this contract> <Buzzsaw location, Resources/02-Construction Documents/Specifications/Div 00-General ConditionslCFW Wage Rate Table 20080708.pdf> 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: <If none then write "None". 1. <List all known permits or licenses that are being provided by the Contractor to TCEQ> 2. <List all other known permits or licenses that are being provided by the Contractor> CITY OF FORT WORTH Southgate Development—16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised January 22, 2016 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 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 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: </.f* none then write "None ". 3. <List all known permits or licenses that are being provided by the City to TxD0T- 4. <List all known permits or licenses that are being provided by the City to USA CL-�- 5. <List all known permits or licenses that are being provided by the City to TCEQ> 6. <List all known permits or licenses that are being provided by the City to Railroad> 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 [Month Day, Year this document was prepared]: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION <If there is none then write "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: <Povulale the table below with the required information. If none then write "None"> Vendor Scope of Work Coordination Authority <List fiill VendorName> <List services bein rovided> <List "CITY"> SC-8.01, "Communications to Contractor" <Identify any specific communicalion coordination requirement and/or list any Section that requires such .specific coordination requirement> SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Vishal Sood, or his/her successor pursuant to written notification from the Director of Water. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised January 22, 2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative' wording changed to City's Project Manager. .J _JI a R CITY OF FORT WORTH Southgate Development —16" 124" Diameter Water Main g STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101541 Revised January 22, 2016 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 w STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 — Definitions and Terminology............................................................... 1 ........................................... 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................5 Article2 — Preliminary Matters......................................................................................................................... 6 2.01 Before Starting Construction........................................................................................................6 2.02 Preconstruction Conference..........................................................................................................6 2.03 Public Meeting........................................................................................................................... 6 Article3 — Contract Documents and Amending............................................................................................... 6 3.01 Reference Standards..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents.................................................................. 6 Article 4 — Bonds and Insurance....................................................................................................................... 7 4.01 Licensed Sureties and Insurers..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7 4.03 Certificates of Insurance............................................................................................................... 7 4.04 Contractor's Insurance..................................................................................................................9 4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12 Article 5 — Contractor's Responsibilities........................................................................................................12 5.01 Supervision and Superintendent.................................................................................................12 5.02 Labor; Working Hours................................................................................................................13 5.03 Services, Materials, and Equipment ........................... 5.04 Project Schedule................................................................................................... ..........14 5.05 Substitutes and "Or-Equals".......................................................................................................14 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16 5.07 Concerning Subcontractors, Suppliers, and Others...................................................................16 5.08 Wage Rates..................................................................................................................................18 5.09 Patent Fees and Royalties...........................................................................................................19 5.10 Laws and Regulations..........................................................................................................19 5.11 Use of Site and Other Areas......................................................................................................19 5.12 Record Documents...................................................................................................................... 20 5.13 Safety and Protection.................................................................................................................. 21 5.14 Safety Representative.................................................................................................................21 5.15 Hazard Communication Programs.............................................................................................22 5.16 Submittals .......................................... ........... . 22 5.17 Contractor's General Warranty and Guarantee..........................................................................23 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services............................................................................- 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 - Other Work at the Site...................................................................................................................26 6.01 Related Work at Site................................................................................................................... 26 Article 7 - City's Responsibilities................................................................................................................... 26 7.01 Inspections, Tests, and Approvals.............................................................................................. 26 7.02 Limitations on City's Responsibilities....................................................................................... 26 7.03 Compliance with Safety Program............................................................................................... 27 Article 8 - City's Observation Status During Construction...........................................................................27 8.01 City's Project Representative.....................................................................................................27 8.02 Authorized Variations in Work.................................................................................................. 27 8.03 Rejecting Defective Work..........................................................................................................27 8.04 Determinations for Work Performed..........................................................................................28 Article9 - Changes in the Work..................................................................................................................... 28 9.01 Authorized Changes in the Work...............................................................................................28 9.02 Notification to Surety .................................................................................................... ....... 28 Article 10 - Change of Contract Price; Change of Contract Time................................................................ 28 10.01 Change of Contract Price............................................................................................................ 28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays..........................................................................................................................................28 Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects........................................................................................................................ 29 11.02 Access to Work...........................................................................................................................29 11.03 Tests and Inspections........................................:......................................................................... 29 11.04 Uncovering Work....................................................................................................................... 30 11.05 City May Stop the Work............................................................................................................. 30 11.06 Correction or Removal of Defective Work................................................................................ 30 11.07 Correction Period........................................................................................................................30 11.08 City May Correct Defective Work............................................................................................. 31 Article 12 - Completion............................................................ ................. 32 12.01 Contractor's Warranty of Title............................. ...................................................................... 32 12.02 Partial Utilization........................................................................................................................ 32 12.03 Final Inspection.........................................................................................................:.................32 12.04 Final Acceptance........................................................................................................................ 33 Article 13 - Suspension of Work.................................................................................................................... 33 13.01 City May Suspend Work ........................... 33 Article14 - Miscellaneous.............................................................................................................................. 34 14.01 Giving Notice ............................................. --............................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times .................. ... 34 14.03 Cumulative Remedies.................................................................................................................34 14.04 Survival of Obligations............................................................................................................... 35 14.05 Headings......................................................................................................................................35 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- I Standard City Conditions Of The Construction Contract For Developer Awarded Projects Pagel of 35 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. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. 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. 3. 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. 4. Buzzsaw — City's on-line, electronic document management and collaboration system. 5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. Contract —The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents —Those items that make up the contract and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non -Resident Bidder Ili. Prequalification Statement C. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions 1. Supplementary Conditions in. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents o. Drawings P. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor —The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer — An individual or entity that desires to make certain improvements within the City of Fort Worth 13. 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. 14. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 _J 0073 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements —A part of the Contract Documents between the Developer and a Contractor. 18. 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. 19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non -Participating Change Order —A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, 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. 22. Participating Change Order —A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, 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. 23. Plans — See definition of Drawings. 24. 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. 25. Project —The Work to be performed under the Contract Documents. 26. Project Representative —The authorized representative of the City who will be assigned to the Site. 27. Public Meeting — An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. 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. 31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or Developer 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 or Developer which are designated for the use of Contractor. 32. 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. 33. Standard City Conditions — That part of the Contract Documents setting forth requirements of the City. 34. 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. 35. 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. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. 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. 39. 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. 40. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. 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 Participating Change Order, Non -Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 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. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non - Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 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. ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING 3.01 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 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. 3.02 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 Participating Change Order or a Non -Participating 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; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 _4 0073 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4 — BONDS AND INSURANCE 4.01 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 coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, 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 the name of Developer and City 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 4.02.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 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 The certificate of insurance shall document the City, an as "Additional Insured" on all liability policies. 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 these Standard City Conditions. 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. 6. 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. 7. 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. 8. 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%. 9. 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 SE 0073 10-9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. 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. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. 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. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 4.04 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: 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. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10-10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit 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 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. 1. 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 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. 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. 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. 1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage 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 following requirements: 1. The Contractor's construction activities will require its employees, equipment, and material deliveries to cross railroad properties operated by: Union Pacific Railroad Write the name of the railroad company. (lf none, then write none) agents, subcontractors, and tracks owned and 2. 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. 3. The Contractual Liability coverage required by Paragraph 5.04D 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: a. General Aggregate: $2,000,000 Enter limits provided by Railroad Company (lf none, write none) b. Each Occurrence:: $1,000,000 Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. 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. b. 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 - CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- l2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. 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. d. 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 single 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. 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. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and 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 Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or 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 5 — CONTRACTOR'S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting j such attention thereto and applying such skills and expertise as may be necessary to perform the CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- l3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. 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. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 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. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 FM 0073 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 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. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 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 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 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. L "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 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 ` I 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 5.05.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: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; ii. 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; iii. 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: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 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 5.05.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 5.05.A and 5.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by 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 5.05.A.2 and 5.05.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. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre -qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- l7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 [� Required for this Contract. (Check this box if there is any City Participation) ❑ Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE 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 MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. 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. B. 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: 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. C. 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. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. 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 these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Eff Required for this Contract. ❑ Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. 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 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. .a 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 _1 0073 10- l9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 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. 5.09 Patent Fees and Royalties A. 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 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 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 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 3.01. 5.11 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 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. 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. 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 5.18, 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 or Developer, 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 shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. 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. 5.12 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 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. 5.13 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 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; 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 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 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. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 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 5.16.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 5.16.C. 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 f 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 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. 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. 5.17 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: 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 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 or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 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 INDEMNIFICATION PROVISION IS 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. 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 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 R_ IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 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. .l CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 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 5.19, 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 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. 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. C. 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 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. D. 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. 5.21 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6 — OTHER WORK AT THE SITE 6.01 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. ARTICLE 7 — CITY'S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 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 5.13. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 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 5.13. ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative 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 Representative'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 Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City's Project Representative 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 Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City's Project Representative 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 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative 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). ARTICLE 9 — CHANGES IN THE WORK 9.01 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 Participating 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 on a project with City participation, a Field Order may be issued by the City. 9.02 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. ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. 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. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 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. 11.02 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. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by 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 11.03 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance 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. 11.04 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. 11.05 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 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 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 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 11.07 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 3l Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 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 5.10.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 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. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, 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 and Developer should such additional warranty coverage be required. Contractor's obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 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 11.06.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 and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution 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 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 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. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 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. 12.04 Final Acceptance A. 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 upon the satisfaction of the following: All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. 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. 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. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 — SUSPENSION OF WORK 13.01 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 stop contract time on City participation projects. 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 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. ARTICLE 14 — MISCELLANEOUS 14.01 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: delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 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. 14.03 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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 0073 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 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. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 01 11 00- 1 DAP SUMMARY OF WORK Page 1 of 3 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 arc not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101541 Revised December 20, 2012 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Southgate Development — 16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101541 Revised December 20, 2012 01 11 00-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects 101541 Revised December 20, 2012 01 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 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. No 22 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 catalog 31 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 Southgate Development—16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 012500-2 DAP 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 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, if a reduction in cost or time results, it will 46 be documented by Change Order. .: CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 J Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 4 1 4. Substitution will be rejected if- 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the Developer's opinion, acceptance will require substantial revision of the 5 original design 6 d. In the City's or Developer's opinion, substitution will not perform adequately 7 the function consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which it 16 is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development-16-124' Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 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 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which 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 Recommended i Recommended _ Not recommended _Received late By Date Remarks Rejected Date CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 31 19 PRECONSTRUCTION MEETING 0131 19- 1 DAP PRECONSTRUCTION MEETING Pagel 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. No construction schedule required unless requested by the City. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the delivery of the 28 distribution package to the City. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Developer and Consultant 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 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 -4 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH Southgate Development — 16 724 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 —J Revised August 30, 2013 0131 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 013120-1 DAP PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH NorthStar Development — 16" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 01 31 20 - 2 DAP 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 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH NorthStar Development — 16" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 01 31 20 - 3 DAP PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL 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] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH NorthStar Development — 16" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 0132 16- 1 DAP CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 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 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 01 32 16-2 DAP CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Southgate Development —16 "124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 01 32 16-3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 0132 16 - 4 DAP CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. ..1 i CITY OF FORT WORTH Southgate Development—16"124 "Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 _i Revised July 1, 2011 013216-5 DAP CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 DAP SUBMITTALS 0133 00- 1 DAP SUBMITTALS Page 1 of S 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 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Southgate Development—16"/24 "Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 1/2 inches x 11 inches to 8 1/2 inches x 11inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 -A Revised August 30, 2013 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 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 013300-5 DAP SUBMITTALS Page 5 of 8 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. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 5 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non -conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the Developer at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Sufficient information shall be attached to permit a written response without further 21 information. 22 23 24 25 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] d CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 i Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 1 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.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Southgate Development —16" 124"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 • 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 013513-1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 SECTION 0135 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. North Central Texas Council of Governments Clean Construction Specification 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 3. Section 33 12 25 — Connection to Existing Water Mains 25 26 1.2 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination with the Texas Department of Transportation 37 1. When work in the right-of-way which is under the jurisdiction of the Texas 38 Department of Transportation (TxDOT): 39 a. Notify the Texas Department of Transportation prior to commencing any work 40 therein in accordance with the provisions of the permit CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 J Revised August, 30, 2013 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 01 35 13 -2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines 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. 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 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August, 30, 2013 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 1 2. Coordinate any event that will require connecting to or the operation of an existing 2 City water line system with the City's representative. 3 a. Coordination shall be in accordance with Section 33 12 25. 4 b. If needed, obtain a hydrant water meter from the Water Department for use 5 during the life of named project. 6 c. In the event that a water valve on an existing live system be turned off and on 7 to accommodate the construction of the project is required, coordinate this 8 activity through the appropriate City representative. 9 1) Do not operate water line valves of existing water system. 10 a) Failure to comply will render the Contractor in violation of Texas Penal 11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 12 will be prosecuted to the full extent of the law. 13 b) In addition, the Contractor will assume all liabilities and 14 responsibilities as a result of these actions. 15 F. Public Notification Prior to Beginning Construction 16 1. Prior to beginning construction on any block in the project, on a block by block 17 basis, prepare and deliver a notice or flyer of the pending construction to the front 18 door of each residence or business that will be impacted by construction. The notice 19 shall be prepared as follows: 20 a. Post notice or flyer 7 days prior to beginning any construction activity on each 21 block in the project area. 22 1) Prepare flyer on the Contractor's letterhead and include the following 23 information: 24 a) Name of Project 25 b) City Project No (CPN) 26 c) Scope of Project (i.e. type of construction activity) 27 d) Actual construction duration within the block 28 e) Name of the contractor's foreman and phone number 29 f) Name of the City's inspector and phone number 30 g) City's after-hours phone number 31 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 32 A. 33 3) Submit schedule showing the construction start and finish time for each 34 block of the project to the inspector. 35 4) Deliver flyer to the City Inspector for review prior to distribution. 36 b. No construction will be allowed to begin on any block until the flyer is 37 delivered to all residents of the block. 38 G. Public Notification of Temporary Water Service Interruption during Construction 39 1. In the event it becomes necessary to temporarily shut down water service to 40 residents or businesses during construction, prepare and deliver a notice or flyer of 41 the pending interruption to the front door of each affected resident. 42 2. Prepared notice as follows: 43 a. The notification or flyer shall be posted 24 hours prior to the temporary 44 interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following 46 information: 47 1) Name of the project 48 2) City Project Number CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August, 30, 2013 1 2 3 4 5 6 7 8 9 10 iL 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 013513-4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. Coordination within Railroad Permit Areas At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 32 J. Dust Control 33 1. Use acceptable measures to control dust at the Site. 34 a. If water is used to control dust, capture and properly dispose of waste water. 35 b. If wet saw cutting is performed, capture and properly dispose of slurry. 36 K. Employee Parking 37 1. Provide parking for employees at locations approved by the City. 38 L. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 39 Construction Specification 40 1. Comply with equipment, operational, reporting and enforcement requirements set 41 forth in NCTCOG's Clean Construction Specification. CITY OF FORT WORTH Southgate Development—16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August, 30, 2013 01 35 13 -5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 1 1.4 SUBMITTALS [NOT USED] 2 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.6 CLOSEOUT SUBMITTALS [NOT USED] 4 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.8 QUALITY ASSURANCE [NOT USED] 6 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.10 FIELD [SITE] CONDITIONS [NOT USED] 8 1.11 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 'd CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 _/ Revised August, 30, 2013 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 13-6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 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.> OR 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 Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August, 30, 2013 4 0135 13 -7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 EXHIBIT B FORT WORTH Daft: DOE NO. XXXX Project Il mw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August, 30, 2013 01 45 23 - 1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 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 form of distribution approved 38 by the City. CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 014523-2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 29 30 _S END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development — 16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised August 30, 2013 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Pagel of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 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 41 d. Contractor Payment for Construction Water CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised JULY 1, 2011 W �i 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 015000-2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control W CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Southgate Development—16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 7 8 I i . it END OF SECTION Revision Log DATE NAME F SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 ,� Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. 39 1) Allow a minimum of 5 working days for permit review. CITY OF FORT WORTH Southgate Development — 16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 N n 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) Contractor's responsibility to coordinate review of Traffic Control plans for 2 Street Use Permit, such that construction is not delayed. 3 C. Modification to Approved Traffic Control 4 1. Prior to installation traffic control: 5 a. Submit revised traffic control plans to City Department Transportation and 6 Public Works Department. 7 1) Revise Traffic Control plans in accordance with Section 34 71 13. 8 2) Allow minimum 5 working days for review of revised Traffic Control. 9 3) It is the Contractor's responsibility to coordinate review of Traffic Control 10 plans for Street Use Permit, such that construction is not delayed. 11 D. Removal of Street Sign 12 1. If it is determined that a street sign must be removed for construction, then contact 13 City Transportation and Public Works Department, Signs and Markings Division to 14 remove the sign. 15 E. Temporary Signage 16 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18 Devices (MUTCD). 19 2. Install temporary sign before the removal of permanent sign. 20 3. When construction is complete, to the extent that the permanent sign can be 21 reinstalled, contact the City Transportation and Public Works Department, Signs 22 and Markings Division, to reinstall the permanent sign. 23 F. Traffic Control Standards 24 1. Traffic Control Standards can be found on the City's Buzzsaw website. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 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] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION ' 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 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 01 57 13-2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, 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 Southgate Development — 16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 01 57 13 -3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log jj DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised July 1, 2011 0158 13- 1 DAP TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. 32 B. Materials CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 015813-2 DAP TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 1. Sign 2 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. General 11 1. Provide vertical installation at extents of project. 12 2. Relocate sign as needed, upon request of the City. 13 B. Mounting options 14 a. Skids 15 b. Posts 16 c. Barricade 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE - 26 A. General 27 1. Maintenance will include painting and repairs as needed or directed by the City. 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 •� Revised April 7, 2014 0158 13 -3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application CITY OF FORT WORTH Southgate Development — l6"124"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 DAP 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. Resources\02 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION 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 Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 016000-2 DAP 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Southgate Development-16-124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT 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 Southgate Development —16"124"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 .! 016600-2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [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 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION CITY OF FORT WORTH Southgate Development —16"124"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 I 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Southgate Development —16"124"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 2 3 PART1- GENERAL 4 1.1 SUMMARY 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 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION A. Section Includes: 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 location 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 FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 017000-2 DAP 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 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH Southgate Development — 16"124"Diameter Wafer Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 01 70 00 - 3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 j Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 _j .. . 0171 23- 1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 01 71 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 Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. —I CITY OF FORT WORTH Southgate Development—16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 017123-2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 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 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 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 Cs: 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] W CITY OF FORT WORTH Southgate Development — 16"124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 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 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Southgate Development— 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 n 01 74 23 - 1 DAP CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 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 017423-3 DAP CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 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] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Southgate Development — 16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 1 2 SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 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 Southgate Development —16" 124"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 _ Revised April 7, 2014 017719-2 DAP 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 Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 041 28 29 01 77 19 - 3 DAP 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 e. 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 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 017923-1 DAP OPERATION AND MAINTENANCE DATA Page i of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Southgate Development — 16 724 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 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 017823-2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Southgate Development—16"/24"Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 i Revised April 7, 2014 017823-3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Southgate Development —16 "/24 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 I 01 78 23 - 4 DAP 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 Southgate Development — 16 724 "Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 017823-5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Southgate Development — 16 "124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Southgate Development—16"/24" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Southgate Development — 16"124 " Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum clearly mark any deviations from Contract Documents 11 associated with installation of the infrastructure. 12 4. Making entries on Drawings 13 a. Record any deviations from Contract Documents. 14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15 change by graphic line and note as required. 16 c. Date all entries. 17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18 e. In the event of overlapping changes, use different colors for the overlapping 19 changes. 20 5. Conversion of schematic layouts 21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22 ducts, and similar items, are shown schematically and are not intended to 23 portray precise physical layout. 24 1) Final physical arrangement is determined by the Contractor, subject to the 25 City's approval. 26 2) However, design of future modifications of the facility may require 27 accurate information as to the final physical layout of items which are 28 shown only schematically on the Drawings. 29 b. Show on the job set of Record Drawings, by dimension accurate to within 1 30 inch, the centerline of each run of items. 31 1) Final physical arrangement is determined by the Contractor, subject to the 32 City's approval. 33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34 ceiling plenum", "exposed", and the like). 35 3) Make all identification sufficiently descriptive that it may be related 36 reliably to the Specifications. 37 c. The City may waive the requirements for conversion of schematic layouts 38 where, in the City's judgment, conversion serves no useful purpose. However, 39 do not rely upon waivers being issued except as specifically issued in writing 40 by the City. 41 B. Final Project Record Documents 42 1. Transfer of data to Drawings 43 a. Carefully transfer change data shown on the job set of Record Drawings to the 44 corresponding final documents, coordinating the changes as required. 45 b. Clearly indicate at each affected detail and other Drawing a full description of 46 changes made during construction, and the actual location of items. 47 c. Call attention to each entry by drawing a "cloud" around the area or areas 48 affected. CITY OF FORT WORTH Southgate Development —16" 124" Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly, consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents, other than Drawings, have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR / RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] PIPA 23 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH Southgate Development — 16 "124 "Diameter Water Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS 101541 Revised April 7, 2014 Approval Form Approval Form Online version 11/2005 To Walter Norwood City of Fort Worth 200 Texas Street Fort Worth, TX 76102 APPROVAL Date 10/7/2019 Application No. FTW20191001151954 District App. No. 220S-BC-FM1187-19 Highway FM 1187 Control Section 133001 Maintenance Section South Tarrant County Tarrant Page 1 of 2 TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20191001151954 (District Application No. 220S-BC-FM1187-19) dated 10/7/2019 and accompanying documentation, except as noted below. A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! Contractor is Required to contact TxDOT Traffic Operations group at 817-370-3664 prior to beginning and excavation work in the area of existing utilities. Utility Owner is to send a CONDUCT INSPECTION action and give the on -site contractor's contact information through the UIR 48 hours prior to commencing work. CONTRACTOR is to give a verbal notification and submit Traffic Control Plan from the latest edition of the TxDOT Standards TCPs* 48 hours prior to starting work to Ben Trevino at Cell 817-307-1617 The Utility SHALL NOT cut into the pavement or concrete riprap without WRITTEN APPROVAL from TXDOT. Below is the Link for the latest edition of the TxDOT Standards TCPs: http://www.dot.state.tx.us/insdtdot/orgchart/cmd/cserve/standard/toc.htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. By Texas Department of Transportation Ben Trevino http://apps.dot. state. tx.us/apps/TJIRPROv2/lib/NoticeApproval.asp?ApproverID=DOT20161020091023 &... 10/7/2019 Approval Form Title Utiltity Coordinator District Fort Worth Page 2 of 2 http://apps.dot. state.tx.us/apps/UIRPROv2llibINoticeApproval. asp?ApproverID=DOT20161020091023 &... 10/7/2019 FORT WORTH BETSY PRICE MAYOR DAV ID COOKE CITY MANAGER t)AVID V. MAGANA.P.E. CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Cl RUSTONITR F. HARDER. P.C. DIRECTOR, WATER DEPARTMENT WATER PROJECT NO. 5000E CITY PROJECT NO. 101541 THE CITY OF FORT WORTH, TEXAS PLANS FOR THE CONSTRUCTION OF SOUTHGATE OFFSITE 1611/2411 WATER LINE IMPROVEMENTS SEPTEMBER 2019 I VICINITYNAP +�rrca.n Wl 'w IµP COUNCIL DISTRICT S. OWNEDIDEVELOPED BY: PREPARED BY: VISTA j4Pochoco Koch IM VS [R�YOIWi�,rl nelzi�lzsFsus CourncT Cuxvreu Pe SHEETINDEX DAVID V, MAGANA, P,E DATE: CITY ENGINEER, TRANSPORTATION AND PUBLIC WORKS CHRISTOPHER P. HARDER, RE, DATE: DIRECTOR, WATER DEPARTM ENT VICTOR V TORNERO, P.E. DATE: IPRC PROGRAM MANAGER REVIEWED: KHAL JAAFARI, P,F DATE: IPRC PROJECT MANAGER X-26178 X-2617B 11W-W: "W-4; ALIGNME 1187 i. IV A. II��`3FL"R1 FT. "ORTH CITY LIMITS Walwall.mw W EwF RLEsoN CITY umrrs E F ALIGNMENT 1;• 7A1 E' 16- Wii£R ss- �, 'ss-s• MCALI$TER rL++1 wi+u JN .. w OLD HIGHWAY 7157 x W_7„ ALIGNMENT 7 fr xW_5„ ALIGNMENT "W_6n ALIGNMENT a� SPINKS AIRPORT "N 2S& a'r�i�ble�r�i. II011.[tl�fALl�Y.KiI[AL L'lL\'SiA]L . n Mum— rlw.1 o_ Y CITY OF PORT WORTH, TEXAS LL SOUTHGATE C OFFSITE WATER LRlE IMPROVEMENTS OVERALL WATER LAYOUT F °:�, — IN -- N _ •55_ Z• OLD Oil "W-5" "W-2" _ "W_4" ALIGNMENT ALIGNMENT ALIGNMENT ib i RENDON CROWLEY 12 ��FM RD 116729 ALIGNMENT 'ss•a' � ALIGNMENT } 1.77 Y i •M -W AL_IGNMENTi IG FT. WORTH CITY LIMITS - _ �r■dl.�o �n� _ we.:w..s'C� a.ruo ie�i� nsnn !R1 iALaiyltl R'Al.ff]hT1111L � CITY OF FORT WORTH, TP.XAS SOUTHGATE OFFSITE WATER LINE IMPROVEMENTS D S WATER SHEET INDEX v rtyq wie s e REVISIONS i°cnx='"rwx ll..l•xwu.'n• ub„ Wn.Hn.w[•..r _ I; ® •—� ttt.(L. m[s1x[ YNNr 1t � � s ••Y m.n.'iiMY ' IG ww..• a,+u , .1. Iw.ae.s[ .mow �1 Ri- o " r.l`ibn ipr"irn y �.�.. IZ W I ..rvu ltcrusml as sr w>..13� 'l'° r W y W is Sc,rF tifro . w. In l.. t'ww• np - ...I _ — m 1g :=.:a.�„ a„u "� ��� apa ,. }./ _ 1 - 1. _.—•. -�' _, -�-• - �� •w�. aiF,twLxMYC�'[na4 sl� OiYwa ..re. BLMWCA TER OIX' • I ns".r .�'.� • � RM - ' S � pU%MOIiION wyH.r � Ci AeK �'rlb Muni wx vie[ •' f �•� 4[sWnIP � "5 yy'a' I " x WMI J4Pachsco Koch X"MV ayssxLrrlox ronn ti - .y s'■■ I �m.�Ia s�,.. AIM, t�.o.�m.I �.s ..wa �„�, wwrR.—IMwirr it ]2p �[[ .]TB' I YIORI/O?ITALi• p' ns o n" _ "°"4 w:eLc ` '• o ns ImvM°".,Y:"a.nA :,��'�, m� �'�m"e>m. rp PROP. bucnlr:1 no 3g ul d ■ J I [wf 'F' [ l•N1-.1 Mc x CITY OF FORT WORTH, TEXAS v ]Oo . SOUTHGATE �c OFF51TEWATER LMEIMPROVEMENIS S e E i ?• _ '. ` $ W-I STA 16+00 TO STA 24+00 , 5 IB�BO I]/QO IBf00 19/00 ZO/OB TI+00 22i00 15f00 24f00 � i G a m e.w.�.M.ro uy N I F f MCALISTER -_ •;:� RD -� i I � _ i rroe i wr�nc�y�y Yu' A. `;•_ FyK�� 1 I i ..-wr ae•w�1iC SRlH _ �__.. 1 K�EY0 Mal mmmm=m =511,1119. MEMEME Im MEMEME ep� �A Nn tl�.Ys h ea.. µ �IW��. +1. • +Y eN WNNa Im acheco ILpcp rresr.u-Ixiee.nrss r wh,0..� „> !La 4' ww s.we.w•n le,�� � IIaRIR TFLR TlTC.4R PR TMA. � n . CITY OF FORT WORTI I, TEXAS SOUTHGATE OFFSITE WATER LINE IMPROVEMENTS W-1 STA 24+00 TO END F n:� lair. ter. dal. K �W W RENDON CROWLEY ROAD ` (F.M. NO. 1187) ry,AW,�[1Ww[�rt�•s•4 svLYm("�5' ••J•o —I x ErE x�n 5=1: U } 1EMPHILL qTLET al 1i— IBnr.w, aast.ryn ;gY � ' E•Ts�•.�i� 5[§i] KEY MAP .sR 9srt.R ���. ,a• BB ,� �BaB g. „ma Y�RRM' A CJ F AW P E XAIEO is I I i P W. 11' WA S WAIN E W/ _ V •a• - - c R[ii0 .WALL . PIPE 0. BORIC w r B B i k � ► i o+oB ,+oB z+oa s.BB �+Bo Ilmuaurrua.timcu.cvAT1I[R yp ry non oer nca ovr nau w mi der fyoaH� vnrnrn ��P CITYOFFORTWORTH,TEXAS SOUTHGATE OFFSITE WATERLINE IMPROVEMENTS C u W-J STA 0+00 TO ENO F LOTI q EVISIOn'S wrr 9J9�NOLM 1 ggfcAa.:'. aj q.� Tr �mj/ V � N Yr wnw,.r )� +�+�`•� s � r ns.olr s.r..ier:�` :iew _ � . _ � _ _ _ � r� «er � � if• lw" aw�i4 as � �.m�.`°;'aa ,. �__ � � �"" ��S iiNlrrYH wea •x .a. ni -- - Y Nw%tY�i•.Yn f�f • � � _ _ _ " '" _'' ', ry�M �ieH� i�i T� e..nnw v.N _.--.�•. _- ne�..w ...Mne.r viliY��'nwefi�a'e"ee$a`.n .lm n:.r $ m N•W I)v�xw _ I. .a �^ _ - rn R • - rrV_u"[ftawre wuw w�f i� CROWLEY "I y r,� �=141.1 ,..S.I,Leiv.rr•.. -ti cj wi;» at:,• _ ROAD d (F.M. a .wr wti": a w ]r '�. — : sco" :r NO. SvAw.Saa roRl 1187) Rom.-6-.An 7L �,K. iii4:ie i in:iH w,J ... .. rA � 4 f � w.o a}{' F ......... �^ old .w.i KEY YAP. ' N• y �Pa�heco Kccti -• n w w r n-n'tr)Ps )Ts >f y m• d m b : id Y"a�i•irw..e...W )T6 .w��:weaac.�nwn algr.Iak ii°�., nwrs man S S Ps c le»I mr-nrx 3 9Ni I� na 4 4 _. ? 3 4?y k W � I � .q run rxa�a.w le1onouio-�ms y n5 Ij Ira.,n5 INWL1XiiL 11 SIL'LLLMTAtlL 1 na � _ _ no }^ . w'Ln: ,w �^e�.)q gar ..�•�eY,,, m.�.. ras - ras ��; i�: eYY.fI ro rrs- ~ n10 V — � .)66 1 PPaP 1B WAIT PIPE �-150G1L I ly-YfA1EA w0i1l fins - 1] -- p� - i)RE _ ]sas C— Of PORT WORT] 4 TIEXAS SOUTHGATE OFFSITE WATER LNE ]NPROVEMENTS C S a. 111-4 STA 16+00 TO END 6a6 !� 9 !� i !i 1 !� ■ !� A ! 1f96 F 7 1a+66 I]+60 I6+66 9+06 T6+60 21+66 YI+66 2Sl66 Mrt O .ly.ef nl svrtYP11. rh �y'•�w��pa ` 1 / I1MIIonR a'n1• I I �.„w� I I- - '• i-.S1WSii W hPPn _[ •w5 ' .w ' '' ' .a,,,a nn 1%�alwy '4 i - -I{ r . huco Mr +i• wa'iiv� ../� j - ~ - -------- — rm --- f� E RENOQN CROw�Y R I L. a — M. NQ• 118y1,aaoE„Ew�M.o �_..a — _ _ • — �� , ® w KEMAP v.si;ill-IIOV RPPF.S ns ` E. ; xrrCi°[ru� ircx1'I�p we n aNa ti'[ • i aox W .w ]0.5 N. lt' WA -ilZ �••• 1 ]09 hi[fFY1R-If. �hTWL — - - - mo Im w i e &'p 695 � If99 E. .aaw 699 z J I 1499 y. 611' " �ci%�"tiiv=nm r �oxo ��s- • !� c �aaCITV OF FORT WORTH, T—S fifi5 Y y R E Ises SOUTHGATE � •v , OFFSITE WATER LODE IMPROVEMENTS ao9 S 8' yp- 5i R ; ¢r k � � � W' 1 [ 1 � ej [ •I •, � •j r. �. [ � �, ? • e Ise9 W-5 STA 0�00 TO STA 8+00 M00 1+99 1+99 hfNl HW 5+09 6+99 ]+9f1 9+99 ..w . » �.� ...„„ a �` •. �` n..� a^ a� —1 ww,x sR ixxI`�\LL�fj � s u T \i 11 � i, ' `_ � - . _ _ . _ . -�� Y^ - - - - - - - f�...7�` S� - ... � •� � • w[ Iw �p Imu�p•s wn. Nw�i ayu �y •th� nl.iie .Or Rawl \ a-' viG [wewn yew - - _..L _ fm_n_. ryc z� - _ _ _ u "awmwwaa[.tiiv�i., �w� - .w, °I a•e.iGufOs oillw'i!L- - -- ' a + Rai �. r � ice.' •w,i a' I. lk L Pacheco -u +I xerwp I.. •. ..I _Koch racrT,mrn�fs::. ns w• ..,,, �• „+.IM ram' a ZVI h5 1 W )IS RTIl02S4TAL11 ia:Ai[70.1TA[IL jjr _. - - _ - - :s..�hxu..ra �. xi,mia ��r•ore •.'J:'w'v — l05 Px ] 51 IaR. RON WA �il� AIEn r �P RPE W/ , i� lOv •+•n L=MIN, Lc r,u ,a ��i., u f. P k wnu M�Ib IW NRi�n�o['•R�•a ••�•raa .aiwiab .. Y "'" '°a N )W a„!% "� )00 zA• wAml'niPE R� CITY OF FORT WORTI I, TEXAS SOUTHGATE L OPFSITEWATERIII IMPROVEMENTS C STA 8+00 DI00 !•00 2+00 J+00 H00 5+00 6+00 )+00 w+W W a J-•1� rtiw. 1a� l REVISIOM \ r_. 1'atl JIY it +• � ��er Sao vcs v[ I _ I-- N•..�iI � y�»n. 4ar� K� y _ _ . � .• _ _^_ 1 Iz F.agN :a sza ias M aeheco KEY MAP C TiL'Cl10.YK1il55 � — k. n5 E�ve�>• ` \ \ ��w i i 3 •II� � �l�•�mapy��� „a ui�l mf»ia. ]!0 � ^ : � 7.Pw puew s W r w • IN anruo jeii� n ~ I. ryp:e•• Y11\ p rnnc vxuro.o leiao- d inii ie ]25 •.. T _ — IW )TS ,� ALl1'1aFn['_.e[m I{OL � �iol ua i � k °�fl wWI 24' ICJ �SS�• CITY OF FORT WORTI I, T-S ]os V ms SOUTHGATE yt OFFSITE WATER LME IMPROVEMENTS i 2: • C� ; f ' /: 1 11 ;r 1 2m W-7 STA R+pO PO STA 6+50 F cy ❑7 o+00 I+W Y+Op J+00 4l00 5+00 8+00 �h n �j M I /r ! -- rr s l` INTERSTATE ll m 35W OT LTM �0.5IRTO (INST.N4 02 rz . ni n vrcsiv�v isrl .Ip 1 I rvlw se..cr.s�v •� Egg W RENDON CROWLEY '„- ROAD A J ROAD PLO sowLgy NT- a ..:.°: E.�.m crua_� - 1 µ f . lr I — , POLLUTION CONTROL GENERAL NOTE! .. ; ertwwi n.MUN,A e[eTsr elan W.Y �w reFl enurr�vT•w...m wn. "co Koeh; iY ��slwu� FirlTllw4�YgfhYiRi wyuns»w �� �R. I.eee �fe gRa�Wy[rnP4 Yi[ n_m nwe MteL O'Yr.'� L e41 Ol�refN 0.1 1 w �;�z�0a4p�Tery'iyNf�.,��b�� _�sXp� ��[fwse� eef ri ewux5 wKn .e lr Mflywl(rRq•��'M.YyYp.�Y iWF �+.�y�LekK F'R�%R�%+�.•.�leKes ey,e �.��se .s'perlTN ra-zr�z. I�miz _ r[ Nf � � »o•..ePY� � ;w� �inYKM Ma ��IYq e�pe[ �e .EMI wO 11 wa n:;.rYm � w-eai �^ �.w - • wrwo �eii� n rnn +I•.+ r��l m`:iw.m, tneie „ K �. V.•ea•!e Y .pee♦I. ONLP wwL hl MyzfuO• � l`�F � rv¢ RY W • _. "� L'v.� R" rw .... e . Nm.';T.i µo �[w I.a..�w M ., sE .., w � sr a...ew �a o` i" a I o woyw • - w ob�c .".•;��'"�.'%[ y W .. ae�'"r ».« ...�. Y.r .oeµ a.•an�,,...e.nwwaiw.». rtleu�rrALA iRipc,M,l^.O.,ZROL p .»�Y:• .. .,� - �� 07�rip — e. _ N. w�.e .. [ww.�ew e» �w 'e''� �. r - •� � .. .� ° » ii i �i•kwrMiw[n• eeey .a vnRs swz [[ eia rs .rr h.rmar rua eron.� lex w•fkw .w.a nm r °:[:'Y",d � qe. �; : k�. . •w�wr� x ur„ �e ;—a,. I" ��� e�� .nu �.,.,. e'k�:.ne` ww .e. K .a .. n m . w e a,IL.�e1:� R .+ y vz4 +a• enure n�re +::'�'e°."Ga �":.w > aR I— Np a rc M" erin.ee' ev..c Nwl r� iq �xp.Ry{' lL � iY CITY OF FORT WO0.TI1, TIJ(AS „i e.0 t� ryMO�N� n nISAaJ I• rcwc>Ez w SOUTHGATG OFFSITE WATER LINE IMPROVEMENTS i ram. uxwLi w�x ee. ru e: v:°•tl1sn'c°Eon'wnnuirvoeo e. wozw cw OL smccnx[z Io cwmn s weiwwV�ki ern•.ss.. r• '>. C ea erTM n sew Y pesR IMee u 1w .en •0 W eYw .sere Y wa eRp 4ewe I•e Y e.ey wu N e[w[E PAVMG AND EROSION `J �wq w sz Nw[wXrs w wNVa rc.Pwe,raS wN.m.seew+meams•wnr.w. surea49 w w •� wam. I x ��. HEMPHILL ' yx � :u�; axI �a"oNI "" ° — ..¢L- H ...,, • STREET rj •R�,n�a J'L 3 w 1J ra—� - - IygylI r�•��nr[p• p�y�w e I � —� r' .oiT.T.•'.� ryl• .wN�w w w•- �is� ww�i l]•'�ii�i� �� � W RENDON CROWLEY ROAD lNPachrco Koeh%;�� _w -•w v IF.M. NO. 1187/ CITY DF FORT WORTH, TR S of SOUTHGATE 114, `' u• OFFSITE WATER LINE IMPROVEMENTS rNI�. •i�w.,rii =7 r� PAVTNG AND EROSION C rrhwa r' i fCi%'L%1` W RENDON CROWLEY ROAD (F.M. NO. 1187) (vuewe�,nmwor-�-rh L-=J wax wc*oN void ,c�TMwR o f I c sl W--------- ------ ' u� W RENDON CROWLEY ROAD iI IFYM. NO. 11871 f y'•;J;;;I f� - Qw i4ne eo 1[ach• �: w••.„ orb }%xvawN�it'E7lfR'AL fY1XPROL � T�i m �x�x�x• pia WM��.. miu Z c•/ice uc��rr' v i CITY OP PORT WO-1, TEXAS SOUTHGATE OFFSITE WATERLINE IMPROVEMENTS C 7 PAVING AND EROSION Yam* g G oam +....R 9..mwt.e.a nwo.e e...e, •_3._ _ ^'-o aax=,:_ p f I'W° , �Paehaso`Kacfi �Ta ^� 'W'• f y_ CROWLEY ROAD DON 1187) E REM Haum�ru s.rwncA�ca•�rnoc p wS. 19 CCf e�- ro t m�u OF PORT WORTH, TEXAS SOUTHGATE OFFSRE WATERLINE IMPROVEMENTS F � �5 ;nx z" PAVING AND EROSION O _ CDT 1.D ua 1 I COVENANT nmc vucc wDnrox DRIVE , xc�mzi•xxo•oziiwesssl1p /• vwuwc wow xroir-w-rx7 ' CA., - - - - - �-tea ��m� :-�_:�,� „p�- .•. - �.� -:, - e��- 1187 0-—f- Aftchoca I Otto jis KK,w r,o o x Ian d .Miwuq i (I k! 1I t! II ! ��:Y i I•CN�_ •A4µ wmm _.Y y. m.v In nw,.. v Lr t&w.w.. CITYO FORT WORTH, T—AS SOUTHGATE p�p OFFSITE WATER LINE IMPROVEMENTS F PAVING AND EROSION .w_ pvs i�Fr mwn a mi a r] } —Pre, j I fi •I A I I---- cl- --7) VI {V I I ,I I I 11 l y i f I II I I I c: .ew MYlno'ra�iooms S ImRIM TNEA. aTlcu rwrw� ' .r. =.per, •_ 3 n. cr nee ;, a CITY OF FORT WORTI I, TEXAS SOOTHGATE eac OFFSITE WATLR LINE I MPROVEMENTS e u PAVING AND EROSION Page 1 FORT WORTH DISTRICT UTILITY DIRECTORY 02 - FTW - 09/06/2019 FORT WORTH DISTRICT UTILITY OFFICE I I OFFICE PHONE Bill McCoy Right of Way Project Delivery Manager 817-370-6950 Doug Fain Utility Coordinator Douglas.Fain@txdot.gov 817-370-6542 Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot,eov 817-370-6681 Rebecca Booher Utility Coordinator -Permits Rebecca.Booher@txdot.go1 817-370-6534 Margaret Jasso Utility Coordinator -Permits Margaret.3asso@txdot.gov 817-370-6527 Aucensio (AJ) Mata Utility Coordinator Aucensio.Mata@txdot.gov 817-370-6865 Dustin Deaton Utility Coordinator Dustin.Deaton@txdot.gov 817-370-6588 UTILITY INSPECTORS Gavino Talamantez - North Gavino.Talamantez@txdot.sov Cell-817-240-9134 817-370-6668 Ben Trevino - South Ben.Trevino@txdot.eov Cell-817-307-1617 817-370-6523 (50) JOHNSON COUNTY AREA OFFICE: 817-202-2900 Paul Spraggins, P.E. - Area Engineer 817-202-2900 Peter Ross, P.E. - Asst. Area Engineer 817-202-2939 (51) WISE & JACK COUNTY AREA OFFICES: 940-626-3400 Edrean Cheng, P.E. - Area Engineer 940-626-3400 Oscar Chavez, P.E.- Asst. Area Engineer 940-626-3400 (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF I1-1-30) : 817-399-4302 Minh Tran, P.E. - Area Engineer 817-399-4302 Aureliano Flores, P.E. - Asst. Area Engineer 817-399-4302 (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF 1 H-30) : 817-370-6640 Randy Bowers, P.E. - Area Engineer 817-370-6640 Ram Gupta, P.E. - Asst. Area Engineer 817-370-6640 (56) ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES: 254-965-3511 David Fowler, P.E. Area Engineer 254-965-3511 Sarah Horner, P.E. Assistant Area Engineer 254-965-3511 (57) PARKER & PALO PINTO COUNTY AREA OFFICES: 682-229-2800 David Neeley, P.E. Area Engineer 682-229-2800 Janet Crawford, P.E. Assistant Area Engineer, 682-229-2800 DRIVEWAYS/STORM DRAINS/TEMPORARY ACCESS/OVERSIZE /OVERWEIGHT PERMITS Matt Evans, P.E. - District Maintenance Director 817-370-6521 Jennifer Giovando - Office Mgr. Vacant- Driveways, Access and Storm Drain Permits 817-370-6524 TBA Page 1 Page 2 Irene Dominguez - Oversize/Overweight Permits & Adopt a Highway 817-370-6672 ITRAFFIC SIGNALS, TRAFFIC MANAGEMENT, MESSAGE BOARDS - 817-370-3661 Vacant Supervisor 817-370-6942 Line Locations: Contact Control Room Office for Form 817-370-3661 Emergency Contact Number: Control Room - 24 Hours 817-370-3661 FORT WORTH DISTRICT MAINTENANCE OFFICES JOHNSON COUNTY MAINTENANCE Vacant Maintenance Supervisor 817-202-2900 Bryan Anderson Utility Permits Inspector Cell-817-291-0794 817-202-2900 Cody Kercheval Utility Permits Inspector Cell-817-666-9798 817-202-2900 WISE & JACK COUNTY MAINTENANCE Colt Wright Maintenance Supervisor 940-626-3400 Keith Prochnow Utility Permit Inspector - Wise Cell: 817-296-1956 940-626-3400 Jana Robinson Utility Permit Inspector - Jack Cell: 940-567-6611 940-626-3400 Wesley Harrison Utility Permit Inspector Cell: 817-709-6664 940-626-3400 NORTH TARRANT COUNTY MAINTENANCE Mike Sepeda Maintenance Supervisor 817-399-4350 Gavino Talamantez North Tarrant County Utilities Inspector Cell-817-240-9134 817-370-6668 SOUTH TARRANT COUNTY MAINTENANCE Ralph Garza Maintenance Supervisor 817-370-6903 Ben Trevino South Tarrant County Utilities Inspector Cell-817-307-1617 817-370-6523 ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE Jared Browder Maintenance Supervisor 254-965-3511 Michael Millsap Utility Permit Inspector Cell-254-413-5058 254-965-3511 PARKER & PALO PINTO COUNTY MAINTENANCE Tom Brown Maintenance Supervisor 682-229-2804 Charlie Neal Utility Permits Inspector 682-258-4656 EMERGENCY UTILITY CONTACT: Traffic Control Room - 24-Hours 817-370-3661 TXDOT'S MISSION STATEMENT The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. h t t p:j/f tp. d o t, sta te. tx,usjp Ojtxdot-infoltrfArnutcd12011- rev- 216.adf WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS-3 SAFETY VESTS AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. Page 2