Loading...
HomeMy WebLinkAboutContract 57045����c���� � °���� ��. _���. � � ��}R�' ���T� �� ������� �o� T]�IE C�IeTSTRiTC�IOI� �F ICAP COI��['lI�ACT P�i'T I �1V�e45�A� Cnfy ;�ro,��c� I�Toe IlOIl3�9 1Vlattie Parker 1i�ayor David Cooke City Manager �hris Harder, P.E. Director, Water I�epartment P�°�pared f�� '1��� Caty of lF'��i VV�r��n ��t�r �e�a�t�n�r�� J�ly ZiD21 PREPARED BY: B�E, Inc. 777 IVI�IN STREET, SUITE 1900 FQ1�T V6l�IZTH, TX 761 Q2 o �� T�FE Registratian No. F-1046 W � - ���;�i��i� ����,���,� � :�����'��1�� �+� ��� , �� 07/D7/202� �GE, lnc. F-10�45 ��� y ���� .I r � �t o � F � �� V�i� �°t�1 � Standard Constr°uct�on Specification Docun�.ents Adapted September 2011 ao oa o0 STANDARD CONS'CRUCTION 3PECIFiCATION DOCUME�17'S s�c�i�r� o0 00 00 TABLE QF CONTENTS Divisian 00 - General Conditions Pagc 1 of S i.act Revicerl 00 QS l 0 Ma or and Couneil Com�nunication 0710112� 11 00 OS l5 Addenda 07/U1/2011 Op 11 13 Invitation to Bidders 03/09/2fl20 00 21 13 Instructions to Bidders p1/0512021 nn� n� r��zv 00 32 15 Constructian Pro'ect ScheduIe 07/20/201$ p0 35 13 Cantlici af Interest Statement 02/2�I2020 00 41 00 Bid Form Q3/09/2020 00 42 43 Pro osal Farm ilnit Price D1/2d/2012 00 43 13 Bid Bond 09/11I2017 00 43 37 Vendor Com liance to State Law Nonresident Sidder 06/27/2011 00 45 l 1 Bidders Pre ualificatians 07/01/2011 Od �5 12 Pre uaIification Statement 07/41/20I 1 00 45 13 Bidder Pre ualification A lication 0 310 9/2 0 2 0 00 45 26 Contractar Com liar�ce with Workers' Com ensation Law Q7/0 1120 1 1 QO 4S �� Busuaass � ui Goal 011�1/2021 00 52 43 A reement 07/01/2021 00 61 13 Perfarmance Bond 07/01/2011 DO 61 14 Pa ment Bond 07/01/2011 00 61 19 Maintenance Bond 4710T/2011 00 61 25 Certificate ofInsurance p7/O1/2p11 00 72 00 C�eneral Canditions 43/09/2020 Op 73 OQ Su lemen Conditions 03/09/2020 Division 0� - General Re uirements Last Revised O1 11 00 Summa of Work 12120/2012 Oi 25 UO Substitutian Procedures 07101/ZOl 1 01 31 19 Precnn�truction Meetin 08/17/2012 O1 31 26 Pro'ect Meetin s 0 710 1 /2 0 1 I Ol 32 16 Construetion Pro ess Schedule 07/01/201I Ol 32 33 Preconstructinn Video 07/01/2011 O1 33 00 Submittals 12/20I2012 01 35 13 S ecial Pro'ect Procedures 1 212 012 0 1 2 d1 45 23 Testin and Ins ection Services 03/09/2020 Ol 50 �0 Tem ora Facilities and Cantrols 07/01/2p11 O1 55 26 5treet Use Permit and Madifications to Traffie Control 03/22/2021 Ol 57 13 Storm Water Pallutian Prevenfion Plan 07/011�Q11 O1 58 13 Tem orar Pro'ect Si na e 071�112011 Ol 60 00 Product Re uirezx�ents D3109/2020 O1 6G QO Product Stara � and Handlin Re uirements 07/61/2011 Oi 70 00 Mobilization and Remobilization ] 1/22/201fi 01 71 23 Constructian Sta�cin and Surve 021141201$ 01 74 23 Cleanin 07/01/2011 Ol 77 19 Closeout Re uirements 03/22/2021 Ol '18 23 O eration and Maintenance Data 12 /20/2012 CITY OF F'ORT WORTH 1CAP CONTRACT PART [(M-458A) STANRARI� CONS'fRUCT10N SPECIFICATIOtV DOCi1M�N'f'S CITY PROJECT No. 101339 ReWised July 2, 2021 ABDEi�IDUM NO. 3 oa oo ao STANDARb CqNST1ZUCT[ON SPECIFICATION DOCUMENTS Page 2 of 8 Ol 78 39 Pro'ect Recard Documents 07/�61/2011 Technical Specificatinus whic� have been modified by the Engineer specifically for fhis Project; hard copies are incIuded in fhe Project's Contract Doc�ments Division Q2 - n'1v�-�r �z-i-.�r V z:-`i� 1--t'Y ��lv Az-Ti T7 Cond�tions ■ Date Modified Division 03 - Concrete Division �6 - Electrica� Division 3l. - Earthwork � �� •�._ . �� �� _ �. 1 � F ' ' ' ...,,' CITY �F F�RT WORTH JCAP CONTRACT PART 1(M-458A} STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT No. 1DI339 Revised 7uly 2, 2d21 ADDENDUM NO. 3 1 i � � �� � � � � :.. -.. ,.�.-..-.........��n�. _ �:. � � .�y'st_ "�:�:��� �, � ^'- - — � � , „+. � � , a � - ..-,...,... �. ��� •�:iea,:il�f � . , i _ • �:�..s �. a _ 1 1 � • —:.,,�=,� oC� —_ , , �'•� ' � � � � � � � I �� � i � � �� ��� � � �� __—�, � �1L `_ —�1� � � � �i�l �� ��a�1 _ �--T�'� _ _ _ _=i� ""��, Ernbedment, and Backfill . . 4 l!\�i l S ih%.�.5! E i� ��� � ' � _ �� • !��!!TS!'I ' �.....-2„�_�-. ..�.�-._.���.� CITY OF FORT WORTH ICAP GONTRFIC'i PART I(M-458A) STRNDARD CONSTRUCTION SPEC[FICATIOI�I �OCiJMENT3 CITY PROJECT Ido. 101339 Revised ]uly 2, 2Q21 ADI]�NbUM NQ. 3 00 00 00 STANDARD CONSTRUCTION Si'BGiFICATI0i�1 DflCUMEIVTS F'age 3 of 8 ao 00 00 STANDARD CONSTRUCTION SPECIFICATIOI�i �QCU[vlENTS Page4of8 CITY DP CORT WORTH ICAf' CONTRACT PAKT 1(M-458A) STANDAR� CO[�iSTRUCfIOI� SPGCICICAT[ON DOCllivIEI�ITS ClTY PRQICCE' No. 101339 Re�ised July 2, 2021 ADDEN�UM NO. 3 Op 00 DO STANDARD CONSTRUCTION SP�CIFICA`fION dOCUMCNTS Page 5 nf 8 Technical 5pecifications listed belaw are included for this Prraject by reference and can be viewedldownfoaded from the Ci�'s website at: http:l/fnrtwot�htexas,govltnw/contractors/ or htfis:i /anas.fortwnrthtexas.�v/ProiectResources�' Division 02 - Existin Conditions 02 41 13 Selective Site Demolition 02 4 i 14 Utili Removal/Abandonment 02 41 15 Pavin� Removal Division 03 - Concrete Last Revised 1 212012 0 1 2 1 2/2 012 0 1 2 oz�ozizo ib 03 3Q 00 Cast-In-Place Concrete 12/20/2Q12 03 34 13 Controlled Lov� Stren h Materia� CLSM 12/20/2012 n�� ,�,�� nr�z 03 8Q OQ Modi�cations to Existin Concrete Struciures 1 212 0/24 1 2 Division �6 - Electricai Division 31- Earthwarl� 31 00 00 5ite Clearin 03/22/2021 21�o T T.,.,1..�..;�.,.i L'...,.,...,f:..,.. ttM'�Q+Y���_'�✓ �� �i�1� n 1 r��� �� �]�� n s r��� �1 25 p0 Erosion and Sediment Control 04129/�02t �8 �� , � r��� �� t � r��. n�y Division 3� - Exterior Im rovements 2�� ^�T �9�2$� 32 03 18 Tem ora As halt Pavin Re air 12/20/2012 32 01 29 Concrete Pavin Re air 12/24/2012 2��� ��t,v,til,. ra..�� r,..,,..,,,� r��h�n� �2� i �l��-�,-�.� �� (`e..�.o.,+ Tro.�+s.-1 D���e ('...,..�e., 17!'1-izr�cv� 2'f�. 1� n v l��� 27� .77!'7,i �12�� �� 17 !'1�rcv�vii 32 13 13 Goncrete Pavin 03/19/2021 32 13 20 Concre�e Sidewalks Drivewa s and Barrier Free Ram s 04/29/2021 2'� �� ,�g � � r�-�� 32 16 i3 Concrete Curb and Gutters and Valle Gutters 10/05/2016 CiTY OF Ft�RT WORTH iCAP COI3TRAET YAI2T I(M-45$A) STANDAR� CONSTRUCTIOM SPECIFICATION DOCUMENTS CITY PROI�CT' No. 1D1339 Re�ised July 2, 2021 A��ENDUM PfO. 3 00 00 UO 3TA%1DARD CONSTRUCC[QN SPECIFICAfIQN DOCUMEN"l'S Page 6 of 8 ,�,�� 1 1 !'3�� �� i i m�� � 7�� Lh ��i zr.Fa�v � F �Fi �x�.ro �o..,,o� .,�a r_.,+o� � � r��� �, t'71'Y�i �� �� 32 91 19 To soil Placement and Finishin of ParkvNa s 12/20/2012 32 92 13 �oddin OSl1312021 �-9�-4 nr r7�T �'� � � t��� Divisian 33 - Utilities 33 01 30 Sewer xnd Manhole Testin 9/07/2018 33U131 ClosedCircuitTelevision CCTV Ins ection 0 4/2 912 0 2 1 33 03 10 B ass Pum in of Existin Sewer 5 stems 12/20/2012 �.�}_}.g , � ���.� �--�� i � r��z �,� i � r��z �g n�zm�� �-A4-4B �� 33 04 50 Cle�nin of Sewer Ma�ns 12/20120i2 �-A3-�8 , , 94�9��. �--93-��. � � r��,- "�,� 33 QS 13 Frarrie, Cover and Grade Rin s 07/0212021 33 OS 14 Adjusting Manhales, Inlets, Val�ve Boxes, and Other Structures to p9/20/2D17 Grade �--93-�� r�,,,,,...,.+„ �x,.,«,,,. �,.,,, t+.. , � r��'�--�� 33 QS 17 Concrete Collars I�/2012412 �8 � � r�,�z 2�� �r,,,-...nt r ;..a.. n1.,�o i').1"f�7'�o�zv?z �� ns �7 i���n��ni� �--�-z= ���� �� nc �� i�r�nr�ni� �� �z �4 n�ri�� 33 d5 26 Utili MarkerslLacators 12/20/2012 33 OS 30 Location of Existin Utilities 1 2/2012 0 1 2 �-9� ���3--�~�s(�e� , � r��'�-'� > > �X F} , � ��-�� �-�, nn ���T 33 11 12 Pol vin 1 Chloride PVC Pressure Pi e 11/1b/2018 �� • , e ^k�7��vM� 2 ��� 7'7 !7� 2'2� Illl.,�o. Qo«,.;.,a� 1 .,1�, +., '} : .,H /l'111�T �-� '�?'�..��5 �-� �g n��.l;..,.� C,.nr,.,� n.,�o v.,l�.o ncfn�� � ��T nn ��� ��T ��$ �/��� �� i�»�z Z��no ni m��� CITY OF FORT WORTH ICAI' CONTRACT PART I(M-458A} ST.�NDARD CONSTRUCTION SPECIFICATION DOCUMENT3 CITY PROJECT No. 1Q1339 Revised 3uly 2, 2U21 t1DDEN�UM NO. 3 00 0o ao S'1'ANDARD CO[�ISTRUC'I'I03V SI'�CII�ICA'1'lON bQCUMEAI'1'S Page 7 of 8 � ��nv �� 33 31 12 33 3l 13 33 3i 15 �g � ��rsi-z i- 2�� 7 ��� 33 31 SO 3'-`�J--���$ 333910 33 39 2p � 2�kY 2'2� 33 39 60 �-4�9 �--4-�� � Z�--^��,-iz �-4-�� �� ��-'ttl�tT �-�--�-� 2'2� �7 �� Cured in Plaae Aipe {CIPP) Fiberglass Iteinforced Pipe for Gravity 5ar�itary Sewers Hi�h Dansity PalYathylene (HDPE) Pipe fQr Sanitary Sewer n„�.,,,:�.�,t r��.y„«�,�e rnvrs� rt.,�ea n..,.F;ie r_..n.,;,., c„�;�.,,.�, ca,.,e,. Sanitary Sewer Service Connections and Ser�vice Line !�„�.,i��,tn+:r+, A;r [T�t..b � r C�.,;+�.-.. Cb,.,ar L'hr..a Aifn.� Cast-in-Place Concrete Manholes Precast Concrete Manhol�s Liners for Sewer Structures _ a CTi;ii�4i' � � � 1. rirrus-i��.��..i.L:r�%n � • y�»�� n��r�� 12/20/2012 12/2.0/2012 04/23/20 t 9 ncry�� t '7 M��r� 17 l7�� 17M� 04/26/2013 ���i�e1� 1 212012 0 1 2 12/20/2012 1 ry 1`]� ] �f M�z 0 412 912 0 2 1 n-r m�T i � ���z iyii�� A !R'7�T �� n-��n�T n�rno i.� r�� ��� 1717�� !1?!l1�T CITY QF FQRT WORTH IGAP GONTRACI' PART I(M-458A) S`I'.4NbAIZI� CpAIS'1'12UCTiON SPECIFICATION DOCUMCN'1'S CITY P12DJECE' No, 141339 Revised 3�ely 2, 2D21 ADDENDUM NO. 3 0o Qo 00 STANDARD CONSTRUCTIOI�f SPECICICATION DOCUMENTS Page S of 8 Appendix GG4.01 A�ailability of Lands GC-4.02 Subsurface and Physical Canditions d�-TV; l7'tla'vc "�ixuTCLq fiRC� GC-6Ab.D Minority and Wom�n Owned Business Enterprise Comp�iance GG-6A7 �?Vage Rates �—��� n�,.V...�� ��,u-�CT�t�es C���4��ss�,���en GR-01 60 d0 Product Requirements END OF SECTION CITY OF FO1tT WOl2TH ICAP CONTRACT PART I(M-458A) STAN��IRD CONSTRUCTION SPEGIrICATION bOCUMENTS CITY PRO]�CT No. 101339 Revised duly Z, 2021 ADDENDUM [�lO. 3 Clf}� Cif �of�f' �oi"�f�, T��ta� �la�o�° ��d Co�n��� �o��a��o���Qo� DATE: T�esday, November 9, 2021 LOG NA�fiE: 60fCAPCPIM458-WIL.LCO SUBJ�CT: (CD 6) Authorize Fxecution of a Contract with WiIICo Undergraund, LLC, in the Amount of $2,099,800.00 for the Large Diameter Pi�e B�rsting Contract ICAP, Parf One (M-458A) Project, and Adopt Attached Appropriation Ordir�ance RECQfVlNf�NDATI�N: It is recommended that the City Council: 9. Authorize execution of a confract with VITIIGo Underground, LLC., in the amount of $2,099,800.OQ for the Large Diameter Pip� Bursting Contract ICAP, Part One (M-458A) project (City Prajecf No. 101339); and 2. Ado�i fhe attached apprapriafion ordinance increasing estimated receipts and appropriations in fhe Vllater and Sewer Capita[ Projects Fund �n fihe amounf of $2,395,198.00, fransferred fram a�ailable #unds within the Water an� Sewer Fund, far the purpose of funding the Large Diameter P�pe Bursting Contract ICAP, Part 1(M-458A) project (City Project No. 101 �39). DISCUSSIOM: T�is Mayor and Council Communication (M&C} is to au#horize a construction contract and appropriate additional funding for the rehabilitationlreplacement of 30-inch diameter segment of Sanitary Sewer Main M-458A from a poin# on Altarnesa Boulevard located 1,230 feet south of the Harris ParkwaylAltam�sa 8oulevard intersection then south�rly 5,000 feet. The project was ad��rtised for bids on July 15, 2029 and July 22, 2021 in the Fori Worth Star-%fegram. On August 26, 202�, the following bids were received: �3idder Amoun� Time of Com let�on WiIICo Undergraund, LLC. $2,099,8DO.d0 210 Calendar Days S.J. l,ouis Constructian of Texas, �� ��� 294 ati Ltd. ln addition fo the contract amount, $190,4D8.00 is required for proj�ct management, maferial testing and inspection, and $104,990.00 �s provided for projecf coniingencies. The sanitary sewer camponent of th�s project is part of the Water Department's 5anitary Sewer Overflaw Initiati�e Program. This project will have no impacf on the Water Department's opera#ing budget when completed. R�FERENCE NO.; **M&C 21-0868 Appropriations for th� Large Diameter Pipe B�rsting Contraci fCAP, Part 1(M-458A) project are as dapicted below: Fund Existing Appropriations Existing i p�ojec4 Total ApprOprlat101is I Water & Sewer Gapital Projects Fund 56402 $765,894.00 $2,395, � 98.00��$3, 9 60,892 http://apps.cfwnet.oxg/ecoux�cillpxintmc.asp?id=29416&prin�true8�DocType=Print I2/10/2421 ProjectTafial $765,694.00 $2,395,198.00�$3,16Q,892.QOI *Numbers ro�nded for presentation purposes. Business �quity: WillCo lJnderground, LLC, is �n compliance with the City's Business Equity Ordinance to se�en percent Business Equity partici�ation on t�is project. The City's Business �quify goal on this project is seven percent. The project is located in COUNCIL DISTR[CT 6. F[SCAL. INF�RMATION 1 CERTfFICATIDN: The Director of Finance certifies that funds are a�ailable in the current operating budget of th� Water and Sewer Fund and Upon appro�a! of ths above recommendat�ons and adaption of the attache� apprapriation ordinance, funds wi[I be avai[able in the W&S Capital Projects for the Large Diameter ICAP Pipe �3urst pro�ect to support the approval of the abave recomrr�endations and award of the contract. Prior to any exp�nditure being incurred, ti�e Water Department has the responsibilify of veri�ying the auailabiliiy of funds. FL]T!D IDENTIFIERS (FIDs�: �O Fund �epartmeni Accau 1D FROi�VI Fund �epartment ccou 1D CERTIFICATIONS: Project Progra ID Praject Progra ID Acti�ityl Budget I Reference # �,4mau Year (Chartfield �) � Acti�ity Budget Reference # mou Year (Chartfield a} bana Burghdoff (8018) Chris Harder (5020) Scott Taylor (7240) Suhmitted for C`r Mana er's Office h; Originating Department Head: At[ditional I�farmatian Contact: ATTA�HiViEN7S 1. 601CAPCPIM458-WIL.LCO 1295 Form.pdf (CFW In#ernaq 2. 601CAPCPIM458-WILL.CO Comaliance.pdf (CFW Internal) 3. 601GAPCAIM458-WILLCO �ID Table (WCF 09.15.21).xlsx (CFW Interna!) 4. 601GAPCPIM458-WILLCO Funds a�ail.D�GX (CFw Internal) 5. BOICAPCPIM458-WILLCO Map.pdf (Public} 6. 6_DICAPCPIM458-WILLCO 56002 A022(r2).docx (Public) 7. SAM Willco Undergrou�d, LLC.pdf (CFW Internal) http://apps.cfwnei.org/ecouncil/printmc.asp?id�24416&print=true&DocType=Print 12/1a/2Q21 a� � m � � � O ca .� � � 06 � � � � U � d c.� 0 � DUD510-1 MAYOR AND COIINCIL COMMUNICAT{ON (M&C) Page 1 of t 1 SECTION Od 0� 14 2 MAYOR AND COUNCIL COMMUNICATI�N (M&C) 3 4 5 G 7 S 9 10 11 12 13 1 �4 l5 16 17 18 i9 20 21 22 23 END OF SECTION CITY OF FORT WORTH ST.�NDARD CONSTRUCTION SPEGIFICATION DOCUIvEENTS ICAP CONTRACT P11RT 1(M-458A) Ravised July I, 2011 CITY PRUJECT No. 101339 City o�' �+'o�•F Wo��tl� YCAL' �'ro,jec['Pat'Y ]. Ciiy I'�•o,jeci No. 1(}133�-1 ADU�N��UM NU.1 RLI.CAS� f�ATE: August 9, 2021 ORI�INAk. �31b �ECE1�T qA'I'C; August 12, 2Q21. REV15�D BID aPENING �AT�: August 19, 2�721 INFORMATIQNTO BkDpERS; prospective bidders are h�reby infarm�d that the bid apening date �or the projec� has been changed ta August 19, 2(721 Please aclmawled�e r•eceipt of t6he Addendurrm in the �id prvposal and ari �he autsld� nf the se�led enr�e(ope. RECEIP'� ACKN�WL�DGED ,_ __ �, - CHRI5 HARDER, p.�, �1R�CTOR, WAT�� D�PAfiT E�lT ��I ...�� t � a U f�/ 7a� � hvlola, P,E, Asslstartt Dfrector 1Nater C�epartmen� Capital Delivery Addendut� fVo. :L Water a��d Sanitary Sewer IR�plaeement Caaitract �s City ProJect No. Q1955 Ciiy ai I+'ort Wortfi ICAP P��nject Ps�rt l Cify Project Na.10�339-� ADD�NDUM NO, 2 R�L�AS� pA7�: August 9, 2021 ORIGINAL BID R�CEIPT DATE: Augtlst 12, 202�. IiEVlSED BID OP�NING DA7E: August 26, 2021 II�FORMATION 70 BIDbERS; Prosp�ctive bldders are hereby fnformed t�aY th� bid opening date far �he project has been cl�ange� to August 26, 202�. Please aclmowledge receipt of t6he Addendum in the bid prapasal and on the outsEde of the sealed envelope. RECEIPT ACI<NOWL�pG�p . � J ��,�- -� ' � GHRI5 HARDER, �.E, DIR�CiOR, WATER DEPARTM�NT BY� � ,_ - _..._. Tony Shalola, P.E, Assistant Director Water pepartmen� Cap3tal Delivery �lddendutn Na. 2 Wat�r and Sanftary Sewer Replacement Contract �B Clty ProJect No, 019SS CITY OF FORT WQRTH Transpa�rtation and Public Warks ICAP CONTRACT PART I (4�SA) Cify Project No. 1U1339 ADDENDUM 1�0. 3 SaniEary Sewer lmprovements Addendann No. 3: Issued Friday, August 20, 2021 This Addendum, forrns part of the Plans, Contract Dncuments & Specifications far the al�ove referenced Project and modifies the original 5pecifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided belQw, in the proposal (SECTION 00 41 00) and acicnowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualificatian. The plans and specification documents for 1CAP CONTRACT PART I, City Project Na. 1 U1339 are herehy revised by Addendum No. 3 as follows: l, Construction plans have been changed as follaws: a) Sheet 9 to 13: Replace note 4 with the following: ALL PROPOSED STANDARD SANITARY SEWER MANHOLES AND REHABBED SANITA1tY SEWER MANHOLES WILL INCLUDE WARREN ENVIRONMENTAL OR CHESTERTON EPDXY LINER AND COMPOSITE FRAME AND COVER MANHOLE LID ASSEMBLY. (FOR COMPOSITE MANHOLE COVER SE� SHEET 20 OF 23) b) Sheet '� to 13: Replace note 8 with the following: THE FIRM CAPACITY OF THE RICHARDSON SLOUGH LS (LOCATED A�PROXIMATELY 2,600 L�' SOUTH QF STA S 1+00) I5 3,242 GPM AT 1 l Q' TDH. THERE ARE THREE PUMPS AT THE LIFT STATION WITH EACH PUMP RATED AT 1,621 GPM AT l 10 TDH. BY-PASS PLTMPING SHALL BE LiTMP SIJM PER SPEC 33 03 10. THE RICHARD50N SLOUGH LIFT STATION WAS DESIGNEI3 TO Pi1T OUT 7.1 MGD WiTH ALL 3 PUMPS OPERATING. c) She_e_t ll to 13: Revised GRASS SOD PLACEMENT SI'EC 32 9213 to BLOCK SOD PLACEMENT SPEC 32 92 13 on profile dimension labels. Added alternatives ta profile dirnension labe�s. d) Sheet 13: Revised manhole at STA 51+07.58 to be 7' precast manhole. Added 10 L.F. of 20" PVC C-900 (DR-25) stubout. e) Sheet 18: Revised snrface restoration for block sod. fl Sheet 19: Revised detail D208 to include 7' precast manhole. 2. Contract Documents and Specifications have been mo�iified as follows and are to ba replaced in their entirety: a) 00 00 OD TABLE OF CONTENTS —Added specifications 33 1 l 12 and 33 31 15. b) 00 4l DO BID FORM — Rer�ised Section 3. Prequalificatinn information. CITY OF FORT WORTH IEAP CONTRACT PART ]{458A) STANDARD COtr1STRUCTION SPECI�ICATLON DOCUMENTS CITY PRQJECT No. 1D1339 Revised August CO3 2D21 ADDENDUM 3 c) 00 42 43 PROPOSAL FORM — Added the following bid items: i) ii) iii) iv) v) 3331.4401 Alternative A- 30" FI�P 5ewer Pipe (Class SN-72) By Open Cut, Including Embedment and Acceptable Sackfill 3331.4401 Alternative B- 30" PVC Sewer Pipe (F679 115PS) By Open Cut, Including Embedment and Acceptable Backfill 3331.4304 20" PVC Sewer Forea Main (DR-25), Including Embedment and Acceptable Backfill 9999.9999 7' Diameter Precast Manhole with Con-Shield Additive in the Concre�e 9999.9999 7' Diarneter Extra Depth Precast Manhole with Con-Shield Additive in the Concrete vi) 99999999 Existing Manhole Rehab Epo�cy Liner - AIl Diameter Sizes (Warren EnvironmentaliChesterton) vii) 9999.9999 Final- Manhole CCTV Ins.pection Modified fhe following bid items: i) 0241.2202 Remove 5' Diameter 5ewer Manhole ii) 3213.d301 Conc Sidewalk {Remove and IZeplacej iii} 3331.4208 12" PVC Sewee Pip.e (SDR-26), Includi�g Enabedmet�t and Aceeptable Backfill iv) 3331.4401 8" PVG Sewer Pipe (SDR-26), Including Embedment and Acceptable Backfill v) 3331.0113 30" HDPE Sewer Pipe, Point Repair, Including Embedment and Acceptable Backfill vi) 3339.0001 Epoxy Manhole Liner - New Manholes, All Diameter Sizes (Warrett Enviranmental/Chesferton) (Bid Quantity Change�i) vii) 3339.1101 5' Diameter Manhole (Bid Quantity Changed) vi.ii) 3339.i 103 5' Diameter Extra Depth Manhole (Bid Quantity Changed} ix) 3301.4002 Post-CCTV [nspection (Bid Quantity Changed) x} 3305A109 Trench Safaty {Bid Quantity Changed) xi) 9999.9999 Odor Control Vent (Wager 1800), Including cancrete Pad, Connections, Valves, Stainless Steel pipes and fittings xii) 9499.9999 Brick Fence (Remove and Replace, Match Existing� xiii} 9949.9999 Decomposed Granite {Remave and Replace, Match Existing) c) 00 45 12 PREQUALIFiCATION STAT�MENT �- Revised Majnr Work Types. d) 33 31 20 PolyvinyI ChIoride (PVC) Gravity Sanitary Sewer Pip.e — Added pipe stiffness 115PS. crr�r ar roam wa►�`r�-i ICAP CON'f'12ACT PA[2'C I(458A) STANDARD CONSTRUCTION SPECIFICATION DOCUIVIENTS CITY PROJECT Nn. 101339 Revised August 2U, 2021 ADDENDIIM 3 Tliis Addanc�u�n Na. 3 forins part nf ti�e Speci�iaations & Cantract Documeztts for t�f�� above referat�ced project �Eid modifies tise original Projeat Mam�al & Conti'act Doctlments of tlie sa�tle, Ack�lowledge you�� receipt of Adde»duuz No. 3�iy complekiaag tlSe eec�uested inforn�atioii at tha followit�g lacatinns: {1) In Elze space pro�idsd in Section 00 4i Q0, 6id Form, Page 3 of 3 {2) Indicate iEi ctippa�� case letiers on the outside of your sealed bid envelo���; "RECEIVED AND ACYCNOWL -L7DGED ADDENDUM NO. 3" A signed copy aFAcEcienciunt No. 3 sliould be included in #1ie s.ealed bid envelope �l the kime o1' bic� stibinittal, I�ailui�e fo aclrnowledge tI1e �•eceint of Addenduin No. 3 could cause the sitbject biddex• #o be considered "NONRESPQNSIV�," rest21ti�3g in disqt��liticatiatt. Add�ndum No. 3 1t�CEIPT ACI�NOWLEDGEMENT; Ci�ris Harder, I',E. Directo�•, Water Dep�•t�nei�t I �3': .�...� _ Cain��ny; . Address; City� '� — �� State•__ By; ` Tony 51io1ola, P.E. Assista��t Director W�ter Daparkment Capitfli i]ekiveiy �ND Or S�CTrON Cli'Y OF �ORT 4VOR't'1�1 1CAP CON77tAC'I' PART I(458A) STANpARb CONS7'RUCT1 pN SPk�CI CICATI ON DOCU MEN'['S CITY !'RpJ�CT No. 1 D 1339 Itcvised Ai��ns( 20, 2{121 ADllLNbUiv1 3 OD 11 13 1NViTATIDN TO BIDDERS Page 1 of 3 SECTION QU 11 13 1N\1ITATION TO BIDDERS RECEiPT OF BIDS Sealed bidslproposals for ICAP CONTRACT PART I(M-4S8A), City Proiect No. 1_01339 ("Project") will be recei�ed until 1:30 PM on the dates listed below at the Purchasing Office focated at 200 Texas St., For� Worth Texas, A!I Bids MUST be in a SEALED ENVELOPE with the BID NUMBER L.00ATED ON OUTSIDE OF ENV�LOPE. Bids will be apened and read alaud publicly at 2:OQ PM on the date lisied belvw in City Council Chambers, locafed an the 2nd floar of City Hall at 2D0 Texas St., Fort Worth Texas. A�gu�� 1�. ?G2� iu lie� af de�iv�ring eampleted 6��ines� Equity (M/WBE) forms Far the pro,}erj rr +hP �e�rchasi� c)ffce, bidders �hall e-mail the carr�pl�ted Busine�s Equit� form4 ta th� rt� w ' na�er n� �ater than 2:fl0 � � ' - � _ ...� GENERAL DESCRIPTION OF WORK The major work will consist of the {approximate} following: 3064 LF 30" Dia. Sanitary Sewer Pipe (CIPP) 1944 LF 30" Dia. SaniYary Sewer Pipe (Open Cut) 9 �A 5' Dia. Standard Sanitary Sewer Manholes 1 L5 Large 5ewer By-Pass pumping 3064 LF Pre-CCTV lnspection PREQUALIFICATION The improvements included in this project must be perfarmed by a contractor who is pre- yualified by the City at the time ofbid opening. The procedures for quali�ication and pre- qualifcation are outlined in the Sectian Ob 21 13 —1NSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AI�TD PROCUR.EMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing D.ivision wsbsite at irtt�:;� �www.fortworthtexas.;�ovip�r,,liasin�i and olzcking on the linlc ta the ad�ertised projec� folders on the City's electronic document management and collaboration system site. Bid Documents Folder: https:lldo�s.b360.autode5k.comishareslb2584d77-846Q-41r2-91 de-c3a;���U�11�36 Addendurr� https:lldocs. b360.autodesk.comishareslSEa�ci294a-fra�4-4b10-9�ca-ecae889c8eab The Contract Documents may be downloaded, viewed, and printed by interested contractors andlar suppliers. PREBID C�NFERENCE CITY OF FORT WORTH ICAP CONTRACT PART 1(M-458A) STANDAKb C�NSTRUGI`IOI� SPECIF]CATIpN �OCUMENT City ProjectNo. ]01339 00 11 13 W VI'1'A`I'ION 7'O I3IbbERS Page 2 of 3 PRESID CONFERENCE A prehid conference will be held as discussed in Section 00 2l 13 - INSTRUCTIONS TO BIDDERS at the fallowing date, and time via Webex. An invitatifln will be sent to planholders: DATE: August O5, 2021 TIME: 2:00 pm If a prebid conference is nat i�.eing held, prospecti�e bidders can e-mail questions or camments in accorda.nce with Section 6 of the Instructions ta Bidders referenced above to the project mana�er(s) at the e-mail addresses listed below. Emailed yuestions will suffice as "questions in writing" and the requirernent to formally mail qu.estions is susp�nded. if necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves t�Ze right to waive irr�gularities and to accept ar reject hids. AWAItll City �vill award a contract to the Bidder presenting the lowest price, qualifications and competenci�s cansidered. INQUIRIES All inquiries relative to this procureznent should be addressed ta the following: All inquiries relative to this procurement shauld be addressed ta the following: Atfi: 5cott Taylor, P.E., City of Fort Worth Email: Scott.Taylor@fortworthtexas.gov Phone: 817-392-7240 ANDIOR Attn: Masengu Ngenyi, P.E., BGE, Inc. Email: mngenyi�a bgeinc.com Phone: 817-887-6134 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project, bidde.rs are requested ta �mai1 �,xpressians of Interest in this procurement to the City Project 1Vlanager and the Design Engineer. The email should include the bidder's campany name, contact persan, that individuals emaii address and phane number. All Addenda will be disYributed directly to those wha have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http,�/furtw�rtl�texa5.�uv/purchasingr PLAN HOLD�RS To ensure you are kept up tq date of any new information pertinent to th�s praject such as when an addenda is issued, dor�vnload the Plan Hold�r I�egistratian forrr� to your computer, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are respansihle fo upload the Pians Holder Registration form to the Plan Holders folder in BIM360. E-mail your campleted 1'lan Holder Registration form to those listed in INQUIRIES above. CITY Ol� PORT �ORTH ICAP CON'I'TiACT PAR`I' ]{Iv1-458A) STANI��RD C.ONSTE2UCTION SP�CIPECA'C[ON DOCUMENT City Praject T�lo. ] 01339 UO l ] 13 INVITATIOM TO BIDDERS Page 3 of 3 ADVERTISEMENT DATES July 15, 2021 July 22, 2021 END O� SECTION CITY OF FORT WORTI-I [CAP CO�1�I�ACT PART I(M-458A) STANDARD CONS'CR[iCTION SPECIFICATiON DpCUIVI�I�T City Praject No. 101339 00 21 l3 iNSTRUCTIONS TO BIDDERS Page I of 1D SECTION 00 �1 13 INSTRUCTIONS TO BIDDERS I. De�ned Terms 1, l. Terms used in these INSTRUCTIONS TO BIDDERS, which are de�ned in Section 00 72 00 - GENERA�, CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TQ BIDDERS ha�e the meanings indicated below which are applicable to both the singular and plural thereof 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for perform ing tite work cnntemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partn�rship, company, association, or corporation acting directly thxough a duly authorized representative, submii�ing a bid for performing the work contemplated under the Contract Dncurnents whos� principal place of business is nat in tiae State of Taxas. 1.2.3. Successful Bidder: The lowest responsible and rasponsive Bicider to whom City (on the basis of City's evaluation as hereinafter provided} makes an awaxd. �. Copies of Bidding Dncuments 2.1. Naither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting fram the Bidders use af incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available da sa only for the purpose of obtaining Bids %r the Work and do not authorize or confer a license or grant for any ather use. 3. Preq�aIiiication of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their s�bcnntractars are required to be prequaIiiied fQr the work ty. pes requiring prequalification at the time of hidding. Bids received ftom contractors who are not prequalified shall not be opened and, even if inadvertentiy opened, shall not be considered. Prequalification requir�ment work types and documentation are available by accessing aIl required files through the City's website at: htrps;�,app�.fort�.�rthtexa�. o�vrPro�ectlZeso€�rCes,'. 3.1,1. Paving — Requirements do�ument Iocated at; h s:i/a s.fortwarthtexas, av/Pro'ectResources/ResaurcesP/02%20- °/u20Construct ion%24DocumentslContractor%20Prequalification/TP W%2 aPav i ng "�i20Contractor%20Prequalificatian%20ProgramlPREQt1ALIFICATION%2flRE0 l�I1tEMENTS"/u?Urc7R:o2UPAV1Nci°`,�OCONTR �rTORS.pdf 3.1,2, Raadway and Pedes�rian Lighting — Requirements docurttent located at; CITY OF FORT WORTH ICAP CDNTRACT PART I(M-458A) STANDARD CONSTRLICTIOi�T SPECIFiCATION DOCUMEi�i'� CITY PROJECT Na. IU1339 Revised January O5, 2021 00 21 l3 1NSTRUCTIONS TO B[BBERS Page 2 of 10 l�tt s:ila s,%rtworthtexas. ovlPro'ectResources/ResourcesP/p2%20- %20Constructian%20Documents/Coutractor%20Prequalifcation/TFW%20Raadwa %20aiid%20Pedestrian%24Li htii� %20Pre ualification%20Pro ra�n/STRE�T% 20[ IGHi'%20PR�E [tAL"�o2uREc�MNT�•�f ' 3.13. Water and S.anitazy Sewer — Requirernents document located at; https://apps.fortwurthtexas. og v/l'rojectResources/Res�urcesP/02%20- °/a20Constructian%20Documents/Contractor%2UPrequalification/W ater%2f}and%2 OSanitarv%20Sewer%20Cantractor%20Preq�ialification%20Pro�ra�n/W SS%2ppre uq al%20re4uirements.pdf 3.2. �ach Bidder, unless currently prequali�ed, must submit ta Gity at least s�vett (7) calendar days prior #o Bid opening, the documentation identified in Section 00 45 ll, BIDDERS PREQUALIFICATIONS. 3.2. LSubmission ofand/or questions related to prequalifieation should be addressed to the City contact as provided in Paragraph 6. l. 3.3. The City r�serves the right to require any pre-qualified contractar who is tha appareni Iow bidder(s) far a project to submit such additianal information as the CiTy, in its sole discretion rnay require, including but not Iimited to manpower and equiprnant records, information about key personnel to be assigned to the project, and constructian schedule, to assist the City in evaluating and assessing the ahility of the apparent low bidder{s) to deliver a quaIity product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the suhmit�ed information, a recomrnenr�ati�n regarding the award of a contract wi11 he made to the City CounciL Failure to submit the additionaI informxtinn, iFrequested, may be grounds for rejecting the apparent low bidder as non-responsi�e. Affected contractors will be notified in writing of a recommendation ta the City Counci�. 3.4.In addition to prequalification, additional requiramenis for qualification rnay 6e required within various sections of the Contract Docum�nts, 3.5. Special qualifications required far this project include the follovving: None. 4. Ex�minatian of Bidding and Cantract Documents, Other Related Data, and Site 4.1. Before submitting a Sid, each Bidder shall: 4.1,1. Examine amd carafully study the Contract Documents and other related data identifed in the Bidding Documents (including "technicai data" referr�d to in Paragraph 4.2, below), No information given by City or any representative of the City other than that contained in the Contract Documents and officially prornulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become fa�niliar with and satisfy Bidder as to the general, tocal and site eonditions that may afFect cosi, grogress, performance or furnishing of the Work. CiTY OP PDRT WQRTH ]CAP CONTRACT PART [(M-458A) STANDARD CONSTRUCTION SPECIFiC/�TION dOCUMIiN�' CI'CY PRO]ECT No. 101339 Revised January D5, 2021 UO 21 13 INSTRUGTIQ�VS TO T31DD�12S Page 3 of 10 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: {i) reports af explorations and tests of subsurface conditions af or contiguous to the Site and all drawings of physical conditions relating to �xisting surfac� or subsurface structures at the Site (except Undergraund Facilities} that have been identified in the C.ontract Dacuments as containing reliable "technical data" and (ii} reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Docurr�ents as containing reliable "technieal data." 4.1.5. Be advised that the Contract Documents on file with the City shall canstitute all of the inforrnati�n which the City wiil furnish. Ail additional infortnation and data whieh the City will supply after promulgatior� af the formal Contract Documents shalj be issued in the form of written addenda and shall become part of the Coniract Docurnents just as though such addenda were actually written into the original Contract Documents. No informa#ion given by the CiTy other than that cantained in the Contract Documents and afficially promt�lgated addanda tnereto, shall be tainding upon the City. 4.1.6. Perform independent researcla, in�estigations, tests, barings, and such other means as may he necessary to gain a camplete knowledge of the conditions which will be encountered during the construction of th� project. �n request, City may }�rovide each Bidder access to t�Ze site to conduct such examinatians, investigations, expIorations, tests and studies as each Bidder deems necessary far submission of a Bici. Bidaer must fill all holes and clean up and restore the site to its former conditions u�aon eompletion af such explarations, investigatio�s, tests and studies. 4.1.7. Determine the difficulties of the Work and a11 attendin� circumstances affecting the cost of doing the Work, time required for its completion, and obtain all in%rmation required to make a proposal. Biddars shall rely exclusively a�d salely upon their own esfimates, investigation, research, tests, explorafiians, and other data which are necessacy for full and complete information upon whieh the proposal is to be hased. It is understood that the submission nf a prnpasal is prima-facie evidence that the Bidder has tnade the investigation, examinations and tests herein reyuired. Claims for additional compensation due to variations between conditinns actually encountered in construction and as indicated in the Contract Documents wi�l not be allawed. 4.1.8. Prornptly nc�tify City of alI conflicts, errors, arnbiguities or discrepancies in or between tha Contract Documents and such other related documents. The Cantractor shall not take advantage oiany gross error or omission in the Contract Documents, and the Cify shall be permitted ta make such corrections or interpretations as may be deemed necessary for fuliillment of the intent of the Contract Dacuments. C[TY OF FORT WORTH �CAP CONTRACT PART I(M-458A) 5Tl�NDARD CONSTRUCTION SP�CIFICATION DOCUIVIENT CITX PIRQJECT No. 1U1339 Revised January Q5, 2021 0021 i3 INSTRi1CTIQNS TO B]DI3ERS Page4ofl0 4.2. Reference is made to Section 00 73 00 — Supplementary Canditions far identifcation of 4.2.1. those reports of explorations and tests of subsurface conditions at ar eontiguaus ta the site which have been utilized by City in preparation of the Contraet Dacuments. The logs of Soil Borings, if any, on the plans are for general inforr�ation only, Neither the City nor the �nginaer guarantee that the �ata shown is representative of conditians which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Doeuments. 4.2.3. copies of such reparts a�d drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the C.ontract Dacuments, but the "technical data" contained therein upnn which Bidder is entitled to rely as provided in Paragraph 4.02, af the General Conditions has been identified and established in Paragraph SC 4A2 ofthe Supplemen#ary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technicaI data" or any other data, interpr�tatinns, npinions or information. 4.3. The submission of a Bid wiIl canstitute an incontrovertible representation by Bidder (i) that Bidder has complied with e�ery requirernent of this Paragraph 4, (ij) thar wirhout exception the Bid is premised upon performing and furnishing the Wark required by the Contract Documents and applying the specific zt�eans, methods, techniques, s�quences ar procedures of construction (if any� that may be shown or indieated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all eanflicts, errors, ambiguities and discrepancies in the Contract Documents and #he wri�en resolutions therenf by City are acceptable to Bidder, and when said conflicts, ete., have not been resolved through the inte.r�retations by City as des.cribed in Paragraph 6., and {iv) that th� Con�ract Documents are generally sufficien� to indieate and convey understanding of alI terms and conditions #'or performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusi�e, do not apply to Asbestos, Polychlorinated biphenyls (PCBs}, Petroleum, Hazardous Was�e or Radioactive Material cov�red by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Docu.nnents. 5. Availability of L�nds for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereta and other lands designated for use by Cantractor in perfarming the Work are identified in the Contract Documents. All additional lands and access thereto required for ternporary eonstruction facilities, constrEzction equipment or storage of materials and equipment to he incorporateri in the Work are to be obtained and paid for by Cc�ntractor. �asements %r permanent structures or permanent changes in existing facilities are to be obtained and paid far by City unless o�he:rwise provided in the Contract Documents. CT'1'Y OF CORT WpRTH ICAP CONTRACT PART [(M-458A} STANDARl7 CQNSTR�iCTION SPECIF[CATIQN DOCUMENT CI'fY PRO]ECT No. 101339 Revised lanuary OS, 2021 onz� i3 INSTRUCTIONS TO BI�DERS Page5of10 5.2. Outstanding right-af-way, easements, andlor permits ta be acquired by the City are listed in Paragraph SC 4. d 1 of the Supplementary Conditions. In the event the necessary right- of-way, easerr�ents, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any constructinn work on the project. � 5.3. The Bidder shall be prepared to commence construction withaut all executed right-of- way, e.asements, and/ar permits, and s�all suhmit a scheduSe to the City of how construction will proceed �n the �ther areas of the praject that do not require pernnits andlor easements. 6. Interpretations and Addenda 6.1. All questians about the meaning or intent of the Bidding Docurnents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Sid opening, Questions received after this day may not be responded to. Interpretations or clarifcations considereci necessary by City in respons� to such questions will be issued by Addenda deIxvered to all parties recorded by City as having received the Bidding Documents. On�y guestions answered by formal writtett Addenda will be binding. Oral and other interpretations ar clarifications will be without legal effeet. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Scott Taylor, P.E., Water Department EmaiI: Scott.Taylor@fortworthtexas.gov Phone: 817-392-7240 b.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarifications may be posted via the City's electronic document management and col�aboration system at — ; _''- - �:- - -� .. . _ _ �___ _ . -- , . _. . �. 6.4. A prebid conference may be held at the tinne and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged ta attend anc� participate in the conference. City will transmit to all prospeetive Bidders of racord such Addenda as City cansiders necessary in response to questions arising at the conference. Dral statements may not be reiied upon and will not be bindittg or legally affective. 7. Bid Securi#y 7,1. Each Bic� must be accornpanied by Bid Bond rnade payable to Cify in an amount of five {5) percent Q� Bidder's maximum Bid pric� on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OP FORT WORTH ICAP CONTRACT PART i(M-458A) STAN�ARD CONSTRUCTIQN SPECIFiCA1'[ON DOCUMT;N"C CITY PROJ�CT No. 101339 Revised January 05, 2021 oazi �3 W5'tR[JCTfONS TO 6I��ERS Pa�;e6of10 72. The Bid Bond af all Bidders will be retained until th� conditions of the Notice of Award have been satisfied. If the Successfuj Bidder fails to execute and deli�er the complete Agreement within 10 days after the Notics of Award, City rziay consider Bidder to be in default, rescind the Notice of Award, and the Bid Bor�d of that Bidder wi116e forfeited. Such forfeiture shall be City's exclusive remedy if Bidder d��aults, The Bid Bond of all oiher Bidders whom City believes to have a reasonable chance af receiving the award will be retained by City until final contract ��cecution. �. Contract Times The number of days within whieh, or the dates by which, Milestanes are to be achie�ed in accoxdance with the General R�quiraments and the 1�Vork is to he completed and ready for Final Acceptance is set forth in the Agreement or incarporated #herein by reference to the attached Bid Form. 9. Liquidated Damages Frovisions for liquidated damages are set forth in the Agreetxi.ent. 10. Substitute and "Or-Equai" Items Th� Contract, if awarded, will be on the basis of materials and equiprnent described in the Bidding Documents w►thout consideration oipassible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" itern of material or equipment may be furnished or used by Contractor if acceptable to City, applicat�on for such acceptance will not be considered by �ity until after the Effective Date ofthe Agreement. The procedure far submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.f}SA., 6.pSB, and 6.OSC. of Y�e General Conditions and is supplem�nted in Section O1 25 00 of fihe General Requirements, 11. Subcontractnrs, Suppliers and Others l 1.1. In accordance wifih the City's Business Equity Ordinance No. 2453�-11-2020 the City Mas goals far the participatian of minority business andlor wom�n business enterprises in City contracts. A copy of tne Ordinance can be obtained from the Office of the City 5ecretary. The Bidder shall submit the Business Equ.ity Utijization Form, Susiness Equity Prime Contractor Wai�er Form and/or Good Faith EfFort Fornn with docutnentation and/nr Business Equity Joint Venture Form, as appropriate. The Forrns including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid o�ening da�e. The Biddes• shall obtain a receipt frpm the City as evidence the dacumentation was received. Failure to comply shall render the bid as non-responsive. Business Equity Ordinance No. 24534-11-2U20 https./�apps. fortworthtexas. gnv/ProjectResources/ttesources P/60%2q- °/n20MW BE/N E1�1�%20Business%20Equity%200rdinance/Ordinance%2Q24534- I l - 2020.pdf 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other persan or arganization against whom Gontractor has reasanable objection. C[TY OF FORT WORTH [CAP CONTRACT PFLRT 1(M-458A) 5TANDAR� COI�ISTRUCT[ON SPECIFICATION DOC.UMCN'C CITY PROdECT No. [ 01339 Rer+ised :lanuary 05, 2021 00 21 13 1N5'fRUCTIONS TD BIDDERS Page 7 of l0 12. Bid Form 12.1. The Bid Form is included with the Bidding Docurnents; ac3ditional copies may be ohtained fram the City. i2.2. Ali blanks on the Bid Form must be completed by printing in ink and the Bid Form signed rn ink. Erasures or alterations shal! be ini#ialed in inlc by the �erson signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed fherein. In the case of optianal atternatives, the words "Na Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, far which the Biddar proposes to do the work contemplated or furnish materiala required. All prices shal� be written legibly. In case of discrepancy between price in written words and the price in written nurnerals, ihe prica in written words shaU govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorparatinn shall be shown belaw tha signatur�. 12.4. Bids by partnerships shail be executed in the partnership name and signed by a partner, whose tiYle must ap}�ear under the signature accompanied by evidence of authority ta sign. The official ac�dress of the parhiership shall he shown belo�v the s ignature. 12.5. Bids by limited liability eompanies shall be executed in th� name of the �rtm by a member and accompanied by evidence of authority ta sign. The state of forrrmation of the firm and the official address of the iirm shall be shown. 12.6. 12.7. 12.8. 12.9. Bids by individuals shall siaow the Bidder's nams and o#'ficial address. Bids by,�oint �entures shall he e�ec�aied by each joint venture in the rnanner indicated on the Bid Faxtzz. The affcial address of the joint venture shall be shown. All names shall be typed or printed in ink b�1ow tha signature. The Bid shaIl contain an acknowledgement of receipt of all Add�nda, the numbers of which shall be fill�d in on the Bid Farzn. 12. I0. Postal and e-mail addresses and talephone number for communications regarding the Bid sha11 be shawn. 12.11. Evidence of authority to conduat business as a Nonresident Bidder in the state of T�xas shall be pravided in accordance with �ection 00 43 37 — Vendar Compliance to State Law Non Resic�ent Bidder. CITY OF FORT WC}RTH ICAP CONTRACT PART I(M-458A} STAN�ARp GpNSTRUCT[ON SPF.CIFICATION DOCUNfEPIT CITY PRdJF.CT No. 1Q1339 Revised January D5,.2021 00 21 13 IMSTRUCTIONS TO [3TIJb�l25 Page 8 ofl0 13. Sub�issian of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indieated. in the Adv�rtis�ment or INVITATION TO BTDDERS, addr�ssed to Purchasing Manager of the City, and shatl be enclosed in an opaque sealed envelope, marked with the City 1'roject Number, Project title, fhe name and address of Bidder, and accompanied by the Bid security and other required docunaents. If the Bid is sent througk► the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation 'BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Off'ice cannoi be withdrawn prior to the tirne set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the rnanner that a Bid must be executed and delivered to the place where Bids are to be submitt�d at any time prior to the opening of Bids. After all Bids not requeste� for withdrawal are opened and publicly read alouci, the Bids for which a withdrawa] request has been properly filed may, at the optinn of the City, be refiurned unopened. 14 2. Bidders znay modifq iheir Bid by etectranic cornmunication at any time prior to the time set for the �losing af Bid receipt. 1�. Openin� of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 1.6. Bids to Remain Subject to Acceptance All Bids will remain subject to acc�ptance for the time period specified far Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's soIe discretion, release any Bid and nullify the Bid seeurity prior to that date. 17, Evaluation of Bida and Avvard af Contract 17.1. City reser�es the right to reject any or al] Sids, including without lim.itation the rights Y.n reject any or all nonconforming, nonresponsive, unbaianced or canditional Bids and to reject the Bid of any Biddez if City believes that it would not be in the best interest of the Project to make an award to that Bidder, wf�ether because thc Bid is not respansive or the Bidder is unqualified or of doubtful financial ability or fails ta meet any� other pertinent standard or criterza estal�lished by City. City also reserves the right to waive informalities not involving price, contract time ar changes in the Work with the Successful Bidder. Discrepancies betwe�n the multiplication of units of Work and unit prices will be resolved in favor ofthe unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resol�ed in favor of the correct sum. Discrepancies between words and �gures will be resoived in favor of the words. CITY QF FqR7' WOR`fH ICAP COIVTRACT PART [(M-458A} STANDARD CON5TRl1CTIOt� SPCCEI'[CATIQ�I DOCUMENT CITY PROJECT Na. 1Q1339 Revised January Q5, 2021 00 21 13 II�4STRUCTIOAlS TO �3IDDERS Page 9 of 1 Q 17.1.1. Any or a116ids will be rejected if City has reason to beiieve that coliusion exists among the Bidders, Bidder is an interested party ta any litigation against City, City or Bidder may have a claim against the other or he engaged in litigation, Bidder is in arrears nn any existing contract or has defaulted on a previous cotttract, Bidder has perfarmed a prior contract in an unsatisfac�ory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of SubcantracCors, Suppliers, and otY�er persons and organizations proposed for those portians oithe Work as to which the identity of Subcontractors, Suppliers, and other p:ersons and arganizations must be submitted as prnvided in the Contract Documents or upon the request of Yite City. City aIsa txiay consider the opera�ing costs, maintenance requirements, performance data and guarantees af major items af rnaterials and equiprnent proposed far incarporaYion in the Wark when such data is required to be submitt�d prior to the Notice of Award. 17.3. City �nay conduct such investigatians as City deems necessary to assist in the evaluation of any Bid anc� to establish the respansibility, qualifications, and financial ability af Bidders, prvposed Su�contractors, 5uppliers and other persnns and organizations to perform and iurnish the Work in accordance with the Contract Documents to CiTy. 's satisfaciion within tha prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced an the Contract, uniess otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Sidder whose evaluation by City indicates that the award will be in the be5t interests af the City. 17.6. Pursuant to Texas Government Code Chapter 2252.U01, tha City will nat award cantract ta a Nonresident Bidder unless ti�e Nonresident Bidder's bid is lower than the lowest bid submitted by a responsibie Texas Bidder by the same amount that a Texas resident hidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the sYate in which the nQnresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City wili award the Contract within 90 days after the day of the �id opening unless extended in writing. No other act oiCity or others will constitute acceptance df a Bid. Upon the contractor award a Notiee of Award wiil be issued by the City. 17.7.1. The cnntractor is required to iiil out and sign the C.ertificate vf Tnterested Parties Form 1�95 and the form must be subrnitted to the Project Manager before the contract will be presented to the City Council. The farm can be obtained at httns:/1www.ethic3.state.�x.us/data/formsl1295I129�1' 17.8. Failure or refusal to comply with the reyuirements may result in rejeetion of Bid. CITY OF FORT WQRTH ICAP CONTRACT PART I{N1-458A) S'E'ANDARD CONSTRUCTION SYECIPICATIQN DOCUMENT GI'1'Y PROJCCT Nn. 101339 Re�ised January O5, 2021 fl0 21 13 W5'IRUCTIQNS TQ BIDDERS Page l0 af 1D 18. Segning nf Agreement 15.1. When City issues a Nfltice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts af the Agreement. Within 14 days thereafter Contractor shall sign and deiiver the required number of counterparts nf the Agreement to Ci#y with the raquired Bonds, Certificates of Insurance, and all other required documentation. 18..2. �'ailure to execute a duly awarded cantact may subject the Cnntractor �o penalties. 18.3. City shall thereafter deliver one fully signed counterpart ta eontracfior. END OF SECTI�N C1TY qF FORT WORT3-I iCAP CONTRACT PART I(M-458A) STANI}ARb CbNSTRUCTION SPECII�ICATION DOCUMENT CITY PRO:IECT No. 101339 [ievised ]anuary O5, 2D21 DO 32 LS • 0 CONSTRUCTION PROGRE55 SCH�DULE Pa$e 1 of 10 SECTION 00 3� 15 CONSTRUCTIQN PRQJECT SCHEDULE PARTi- GENERAL 1.I SUMMARY A. Sectian Includes: 1. General requirements far the preparation, submittai, updating, status reporting and management of the Construction Yroject Schedule B. Deviations from this City of Fort Worth Standard �peci�cation 1. None. C. Related Specifieation Seetinns include, but are not necessarily limited to: 1. Di�ision 0-- Bidding Requirements, Contract Fornts and Canditions of th� Cantract Z. Division 1— General Requirements D. Purpos� The City of Fort Worth {City) is committed to deli�ering yuality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achi�ve Yhis purpose is a properly structured schedule with accurate updates. This supports efFective monitoring of �rogress aad is input tn critical decision making by the project manager throughout the li% of the project. Data from the updated prolect scheduIe is utilized in status reporting to various levels of the City organization and the citzzenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. T'he expectation is the performance of the wnrk follows the accepted schedule and adhere to the cantractual time.Iine. The Contractor wi11 designate a qualified representative (Project Scheduler) responsible for developing and updating tize schedule and prepacing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered suhsidiary to the various items bid. No separate payment will be allowad for this Item. 2. Non-cQmpliance with this specification is graunds for City �o withhold payment of the Cantractvr's ittvoices until Contractor aehieve� said cnmpiiance. 1.3 REFERENCES A. Project Schedules Each pro}ect is represented by City's master project sehedule that encompasses the entire scope of activities envisioned by the City to properly deli.ver the work. When th.e City contracts with a Contractor to perform constructian of the Work, the Cantractor CITY OP FORT WORTH rCAP CON'I'RACT PART I(M-458A} STANBARD SPECI�ICATEO�I CiTY PROJECT No. 101339 Revised JiJLY 20, 2018 OD3215-0 CdNS'I`IiUCT10N PROGR�S� SCH�DULE Page 2 of f 0 will develnp and mainfain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined h�rein. The data and informatian of each such schedule will be 1e�eraged and become integral in the master proj�ct schedule as deemed appropriate by the Ci#y's Project Control Specialist and approved by tE�e City's Project Manager. L Master Proj�ct Schedule The mast�r project schedUle is a halistic representation of the scheduled activities and milestanes for the total pro,�ect and be Critical Path Method (CPM) based. The City's Project 1Vlanager is accountable for oversight of the develop�nent at�d maintaining a masier ptoject schedule for each project. When the City contracts for the design and/or construction of the projeet, the master project schedule wilI incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control S}�ecialist. The assigned City Project Controi Sp�cialist creates and maintains the master project sc�edule in P6 {City's scheduling sofiware). 2. Construction 5chedule The Coniractor is responsible for developing and maintaining a sehedulE for the scope of the Contraetd�'s contractual requirements. The Contractor will issue an initial schedule for eeview and acceptance by the City's Project Controi S�ecialist and the City's Project Manager as a baseline schedule for Contractor's scope of v�ork. Con�ractor will issue current, accurate updates oitheir schedule (Progress Schedule) to the City at th� end of each month throughout the lifa of th�ir work. B. Schedule Tiers The City has a portfolia of projects that vary widely in size, complexity and content requiring different schadu2ing to effectively deliver each project. Th� City uses a "tiered" approach to align the proper schedule with the criteria far each pro�ect. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". l. Tier 1: Srnall Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required frorn Contractor. City's Project Control Speoialist acquires any necessary schedule status �ata or infarmation through discussions with the respective party an an as-needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Projeot Schedule for the project. The Contractor identifies "s�tart" and "finish" milestone dates on key elements of their work as agreed with the City's Praject Manager ai the kickoff of their work effort, The �ontractior issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month thraughout the life of their work on the projeet. 3, Tier 3: Medium and Large Size and/or Co�np�ex Projeets Regardless of Duration The City develops and maintains a Master Projeci Schedule for the project. The Contractor develops a Baseline 5chedule and maintains the scheduie of their respaoti�e scope of work on the project at a le�e1 of �etail (generally Level 3) and in CITY QP FflRT WORTI-I ICAP CO%ITRACT PART I(M-458A) STr1NDARD SPECIFIC�1'iION C{'f1r PRdJECT No. 101334 Revised JIILX 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDi]LE Yage 3 of 10 alignment with the WBS structur� in Section 1.4.H as agreed by the Project Manager. Th� Contractor issues ta the City, updates of their respecti�e schedule {Progress S¢hedule) at the end of each month throughout ihe jife oftheir wark on the project. C. Scheduie Types Froject delivery for the City utilizes two types af schedules as noted b�law. The City devel4ps and maintains a Master Prvject Schedule as a"baseline" schedule and issue rnonthly updates to the CiLy Project Ma�aage� (end of each monih) as a"progress" schedule. The Cantractor prepares and submits each schedule typ.e to fulfill their contractual requirements. Baseline Schedule The Contractor develops and su6mit� ko the City, an initial schedule for their scape nf wark in alignment with this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is the basis against which all pro�-ess is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change arder issued hy the City. In the event progress is significantly behind schedule, the City's Project Manager may autharize an update to the baseline schedule to faciliiate a more practieal evaIuation of progress. An exarnple of a Baseline Schedule is pro�ided in 5pecification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Prn�-ess Schedule The Contractor updates their schedule at fihe end of each month ta represent the progress achieved in the wark which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is eeferred to as the "Progress Schedule". The City's Project Manager and Pro,�ect Control Specialist reviews and accepts each prngress scheda�e. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by �he City r�vithin 5 working days and the Cantractor must provide an acceptable progress schedule within 5 working c�ays after receipt of non-acceptance notification. An example of a Progress Schedule is provided in 5pecificxtion 00 32 15,2 Construction Project Schedule Frogress Example. ]..4 CITY STANDARll SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule far cielivery of a project. A. Schedule Framework Ths schedule will be based on the def�ned scape of work and follow the {Critieal E'ath Methodology} CPM method. The Coniractor's schedule will align with the. requirements nf this speci�cation and will be cost %aded to reflect th�ir plan for execution, 4verall schedule duration wil.l align with the co�ztractual requirements for the respective scope oi work and he reflected in City's Master Project Schedule. T'he Projeci Number and Name of the Project is required on each schedule and must tnatch the City's project data. B. Schedule File Name C1TY OF FORT WORTH ICAP CONTRACT Pt1RT I(M-458A) STAIVDARD SPECIF'[CA7'[ON CiTY PRQJEGT No. 101339 Revised JULY 2D, 2018 on3ais-o CpNSTR[JCTIQi�1 PROGRESS SCHEDULE Page 4 of 10 All schedules subrniit�d to the City for a project will have a f la name that begins with the Cit�'s pf�aject nurra6er foilovued by the name af the praject followed by baseline (if a baseline schedule) or the yeaP and n�onth (if a progress scheduIe), as shown below. � Bas�line Schedule File Name Format: City Project Number Project Name Baseline Example: 101376 North Montgomery Street HME�C_Baseline � Progress Schedule File Name Format: Caty Praj�ct Number Project Name Yl'YY-MM Example: 10I376 North Montgomery Straet HMAC_20I 8_O1 o Project Schedule Progress Narrati�e Fil� Name �'ortnat: City Project Number Project Name PN YY1'Y-MM Example: 101376 North Montgomery Street HMAC_PN 201$_O l C. Schedule Templates The Contractor will atilize the relevant sectians from the City's templates pro�ided in the City's docurrient management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Constructi.on section. The templat�s are identified by type af project as noted below. o Arterials � Aviation � Neighborhood Streets o Sidewalks (later) � Quiet Zones (later) � Str�et Lights (later) � Intersectinn Impro�ements (later} � Parks � �torm water o Street Maintenance • Traffic o Watar D. Schedule Calendar The City's standard calendar for schedule de�elapment purposes is based on a 5-day workweek and accounts for the City's �i�ht standard holidays (New Years, Mattin Luther King, Memorial, Tndependence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Gontractor vvill establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resoi�ed prior to ti�e City's acceptance ot�their Baseline project schedule. E. VVBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is r�presented in the schedule in the form of a Work Breakdown 5tructur� {WBS). The WBS is the basis for tha development of the schedule aetivities and shalT be irnbedded and depic�ed in the schedule. CITY DF FORT WOR7"H ICAP CONTRACT PAkt�T [(M-458A) Sl'ANDARD SPECIFICA'TION CTTY PROJECT No. l0[339 Revised NL,Y20, 2018 0:03215-0 CONSTRUC'I70N PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. Contractor is required to utilize tlie Ciiy's WBS structure and respective project type template for "Construction" as shawn in Section 1.4.H below. AdditionaI activities may he added to Levels 1- 4 to accammociate ti�e needs of the organization executing the work. SpecificalIy the Contractorr will add activities under WSS XX�XX.80.83 "Construction Execution" that delineates the activities associated with the various components of the r�vork. 2. C.ontractor is .reyuired to adl�ere to the City's Standard Milestanes as shown in Sectitin 1.4.I below. Contractor will include additional milestanes r�presenting intermediate deliverables as required io accurat�iy reflect their scope of work. F. Schedule Activities Activities are #he discrete elements af wark that tnake up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should ad�quately describe the aetivity, and in some cases the extent of the activity. AlI activities are logically tied with a pred�cessor and a successar. The only exceptian to this rule is far "praject start" and "prpject finish" milestar�es. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum dutation of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. �1ny exception to this requires review and acceptance 6y the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the irnpact i5 sncorporated into the previausly accepted baseiine schedul� as an update, tv clearly show impact to the project timeline. The Contractor submits this updated 6aseline scheduie to the City for review and acceptance as descrihed in Section 1.5 below. Updated baseline schedules adhere to the following: 1_ Time extensions associated with appraved cantract modif'ications are limited to th� actual amount of tinne the project activities are antici�ated to be delayed, uz�less otherwise appro�ed by the Frogram Manag�r. 2. The re-baselined schedule is submitted by the Coniractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic ar durations approved 6y the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order numher in the Actfvity ID. Use as many activities as ne�ded to accurately shaw the work of the Change Qrder. Revisions to the baseline schedule are not effeetive until accepted by the City. H. City's Worlc Breakdown Structure C]TY OF FOAT WORTH ICAP CONTRACT PART i(M-458A) STANDARD SPECIFICATIpIU CITY �ROJECT No. 1U1339 Revised 7ULY �0, 2p 1 S OD3215-0 CONSTRUCTIaN PROGRESS SCHEDULE Page 6 af 10 WBS Code WBS Name �i:XXXXX Project Name �:XXXXX.3p Design XXXXXX30.10 Design Contractnr Agreement XXXXXX.30.20 Conceptual Design (3�%) XXXXXX3030 Preliminary Desigrt (60%) XXXXXX30.40 Final Design XXXXXX.30.5C� Environmental XXXXXX.30.60 Permits XXXXXX.3Q.60.10 Permits - Identification XXXXXX.30.66.20 Permits - ReviewlApprave XXXXXX.40 ROW & Easaments XXXXXX.40.1 Q ROW Negotiaiions XXXXXX.40,20 Condemnation XXXXXX.�O Utility Relocatinn XXXXXX.70.10 Utiiity Relocation Co-ordination XXXXXX,80 Construction XXXXXX.80.81 Bid and Award XXXXXX.$0.83 Construction Execution XXXXXX,84.85 Inspection XXXXXX.80.86 Landscaping �i:XXXXX.90 Closeout XXXXXX.94.10 Construction Contract Ciose-out XXXXXX.90.40 Design Contract Closure I. City's Sfiandard Milestones The following miaesYone activities (i.e., impot-tant events on a project that mark eritical points in time) are of particular intarest to the City attd must be reflec�ed in the project schedu�e for all phases of w�ork. Acfivity ID Desi�n 302p 3Q40 31Q0 3120 3150 3160 3170 3220 3250 3260 CITY OF FORT WORTH STANI?ARb SPECIFICATION Rcvised JULY 20, 2018 Activitv Name Award Design Agreement Issue Notice To I'roceed - Design Engineer Design Kick-off Meeting Subrnit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Wat�r, Water & Sewer Peer Review MeetinglDesign Review meeting (technical) Conduct Design Public M��ting #1 (required) CQnceptual Design Gomplete Submit Preliminary Plans and Specifications ta Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer Gonduct Design Publi� Meeting #2 (required) Preliminary Design Complete ICAP CONTRAC'C PART [ (�rI-458A} CTTY PROJECT No. l O1339 003215-4 CONSTRUCTIONPROGRESSSCHEDULE Page 7 of 1 D 3310 3330 3360 5ubmit Final Design to Utilities, ROW, Traffic, Parks, Stornn Water, Water & Sewer Conduct Design Puhlic Meeting #3 (if requireci) Final Design Complete ROW & Easernents 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation i00� U�1�1t18S S�� 7120 Utilities ClearedlComplete Construction Bid and Award $110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construcfion Execuiaon 8334 Conduct Consnuction Public Meeting #4 Pre-Construction 835Q Construction Start 8370 Substantial Completian 8540 Construction Co�npletion 9130 Notiee of CornpletionlGrean Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.� SUBMITTALS A. �chedule Submittal & Review The City's Praject Man�ger is responsible for r�v�ews and acceptance of �he Contractor's schedule. The City's Project Control 5pectaIist is responsible for �nsurittg alignrr►ent �f the Contractor's baseiine and progress sch�dulcs with th� Master Project 5chedule as support to tiiE City's Prnject Manager. The City reviews and accepts or rejects the schedule within ten warkduys of Contraetor's submittal. Schedule Fartnat The Cantractor will submit each schedul� in two electronic forms, one in nafive file farmat ( xe�, .xml, .ntpx) and the second in a pdf format, in the City's document management system in the iocation dedicated for this purpose and identi�ed by the Project Manager. In the avent t�C� Contractor does not use Primavera P6 or MS Project %r scheduling purposes, th� schedule information must be submitted in .xls nr .xlsx format in cc�mpliance with the sample layout (5�e Specification 00 32 31 S.1 Construction Project Schedule BaseIine Example), including activity predecessors, successors and total f�aat. 2. Initial & Baseline SchedUle The Contractor wiIl develop their schedule for their scope of woric and submit theix initial schedule in electronic forrr► (in the file formats noted ahove), in the City's document management system in the location dedicated for this purpose within ten w�rkdays of the 1Votiee ofAward. C1TY OF FORT WORTH iCAP COAiTRACT PART I(M-458A} STAi�iDARD SPECiFTCATION CITY PRDIECT No. 101339 ltevased JULY 20, 2018 aa3z�s-o COt�lSTRUCTION PROGRESS SCHEDLIL� PageSoflO T�e City's Project Manager and Project Control Specialist re�icvr this initia� schedule to determine alignment with the City's Master Project Schedule, iacluding format & WBS structure. �`ollowing the City's review, feedback is prnvided to the Coniracior for their use in finatizing their initial schedu�e and issuing (within five woplydays) their BaseIine Schedule for fi.nal review and acceptance by the City. 3. Pragress Schedule The Cantractor wi�l update and issue their project schedule (Progress Schedule) by the last day of eaeh month throughout the life of t�eir work on the projeci. The Progress Schedule is submitted in electronic form as noted abave, in t.�e City's dncument managernent system in the lacatian dedicated Far this purpose. TE�e City's Project Control team re�iews each Prngress Schedule for data and information Yha� support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Projec� Controls Specialist camanunicates directly with the Contractor's scheduler far praviding sanne. The Contractor re-submits the corrected Progress Schedule within S workdays, following the submittal process noted above. The City's Froject Managez• and Project Control Specialist review the Contractor's progress sched�le for acceptance and to monitor �erforrnance and progress. The follovving list of items are required to ensure proper status information is contained in �he Progress ScheduIe. o Bas�line Start date o Baseline Finish Date • % Complete o Float o Activity Logic {depend�ncic�} o Critical Path o Activities added or deleted o Expected Baseline Finish date o Variance to the Baseline Finisk� Date B. Monthly Constr�ction S#atus Repart The Gontractor submits a written status report (referred ta as a progress narrative) at the end o.f each mo.nth to aceampa��y the Prograss Schedule su.bmittal, using the standard format provided in Specification 04 32 15.3 Cor�struction Projaci Schedule 1'rogress Narrative. The content of the Cnnstruetion Project Schedule Pragress Narrative shouId ba nancise and eomplete to: � Re#lect the currant status of the work for the reparting period (including actual activities started and/or completed during the reporting period) � Explain variances irom the baseline on critical path activities � Explain any potential schedule canflicts or delays � Describe recovery plans where appropriate � Provid� a summary %recast of the work to be aehieved in the next repnrting period. C, Submittal Process CITY DF FpRT WORTH ]CAP CONTRACT PART I{M-458;�) STANDARD SPE�[F[CATION GITY PR01�CT No. ]01339 Revised dC1L� 20, 201$ 003215-0 CONSTRUCTION PRpGR�SS SCHEDULE Page 9 oC 10 � Schedules and Monthly Construc�ion Status Rapnrts ar� su�mitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. • Once the project has been compl�ted and Final Acceptance has heen issued by the City, no furrther progress schedules or eonstruction status reports are reyuired fram the Contractor. 1.6 AC'ITON SUBMITTALSIINFORMATIONAL SUBM�TTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT IISED� 1.$ MAINTENANCE MATERiAi. SUBMITTALS �NOT USED] 1.9 QUALITY ASSURANCE A. Th� person preparing and revising the Cantractor's Project Schedule shall be experienced in the preparation of schedules of similar cnmplexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and re�vised to accurately re�iect the performance of the Contractor's scope of work. G The Contractor is responsib�e for the quality of all submittals in this section meeting tha standard of care for the canstruction i�dustry for simiiar projects. 110 DELIVERY, STORAGE, AND HANDLING [NOT IISED] ]..11 FIELD [SITE] CONDITTONS [NOT USEDj 1.1� WARR.ANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Scheduie Basejine Example �pec DO 32 15.2 Construction Project Schec�ule Progress Example Spec 00 32 15.3 Canstruction Praject Schedule Progress Narratiue Spec 00 32 1 S.� Construction Projeet Schedule Submitfal Peocess PART � - PRODIICTS [NOT USED] PART 3 - EXECUTTON [NOT USED] END OF SECTION CITY OF FQRT WQRTH TGAP CqNTRAC'f PART I(M-458A) STANI3AItn SF'ECIFICAT[O�1 CITY PROIECT Nn. 101339 Revised JULY 20, 2018 003215-0 CONSTRUC"f10N PROGRESS SCHEDULE Yage 10 of 10 Revision Log DATE NAME SUMMARY OF' CHAI�TG� luly 20, 201 S M. larrell Initial Issue CTTY OI' PORT W(JRTH ICAP CONTRACT PART I(M-45$A} STANDARD SPCC.IFTCA'C10.N C{TY PRO.fECT No. 101339 Eievised JULY 20, 2018 00 32 15.1 - 0 CONSTRllCTIQN PROGRES5 SCHEDULE — BAS�I.IN& EX,4MPLS Page l of 5 SECTION 00 3� 1�.1 CONSTRUCTION PRO.TECT SCHEDULE — BASELINE EXAMPLE PART 1 - GENERAI. The following is an example af a Contractor's project schedule that i�lustrates the data and expectation for sche�ule content depicting the baseline for the project This version ofthe schedul� is referred to as a"baseline" schedula. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Speoifcation 00 32 15 Canstruction Project Schedule for details and requirements regarding the Cantractor's project schec�ule. CITY OF F�RT WpRTH ICAP COi�iTRACT PART i(M-A58A} STANbAI2b CQNS7'RUCTIpN SPEGIFICATION DOCUMENTS CITY PROJECT No. 1D1339 Revised JULY 20, 2018 oa 3z is.i - o CONSTRUCTION PROG[2E55 SCHEDULE -- BASELINE EXAMPLE Aage2of5 � �- � � � m N � tl.t N iv �� � $. � � F � � � � � ��-�q � � �' � •� � � � � � � � � � � � � f� �� � �� � a•—� � � ---�-•------- � -----�---�•--- ------ � � F i � ,�---- - ---i-- •--r-•-•-.....�-•---�-- �•-•-• ---r-- � i � Ir� Ra o � °� i. .I �I , � ,� .� ? . ii�si� � � � � �ua � �� � � � � � � (I? �4.i � � � A� e� � � �� �r � I � � � I � ia�ra�ea o. r�r+ cy e coj'- : �, �.�.. , r- ..r�i- 4. I� �.'fi'i , , � i .. . _ i i a • i: � „� l5 w �, � . g p CI .CtiI � i ;.5 .C�.l� C'- �] �. � tlE Bi �i _ '^� n�. iT� � i'r'. i� � 'RI � ii a6 . �r! . , .i. � : i�, M m m � . � . � �� o�o 0 0 0 0 .� c� r� o..� . c. n�n er � �� d n o �,. o �r. �r�w � e � N „ � � i: ` r �n ,- �� d �o ,- �i i�i � � io �. : m o r, .p m m ii. r. . r:F r�F r� ��� �m -� .� in l7 m�h I'� w, �n mi m� p �n ' - �0.i 00 .� "1�. et P Fi W .IT 4. � _, w �.. �� ... 00 .s �P � i^ ^+ ^+ ii- ii. � . � t, 1'. �r d . y. p �tl p I� L] _ ` yr� �� iCd r:1 p �} �� �� [i �Li CI [� ry iP � ll �� d O 9 fl O f� Is !Y .F I N 1 I y� !�� '� �7 .Ni fV y �y �y.` .N Nll�� N i I ('NL1 H{V N f`! ~� f¢J �.1 �L[,s [i V �I �. - '� � y� d � I •� C � � R i � � '1 3 � .J� �' Lli � 'll' � � � � �` O � T i} dl W 4� iF y. a� t r 7 r"� •'; o a� f r� [] �. � ' '� � � � . .� ii "�' iv �.a'i � � N . . ' u .� .� ^S � d �Ji � S � Y+ �1, d� � f ` ._. , ., .� � - . �n �n uu .� a mq � . . �. . i r� i+ 1. ;i 4 �� iy 1� � ti n� i. �'. �i .� �� q� N N�� ki •� � :� _, 4. . i �I 'I � vi ` r S. � n` �ii a �i � �� � ' �� '��� � � C� � � �. � �' � � i � � _ '�' i �i � cN.+ ' F �b � � � � J. � N � i ; . . %i 'n � ry uil g � i�r r�: � � N . . � r n Yi. G'�,.' �. -- O rF �} Cy �l ��j 1�� �. l,. C] C] �B � M� tl�' Ih OR 4r r� y �� "" ' � .}3 4 1 ^� ej��o.. . �' `w� y . '!��a.� in •i��'in'"'�� � � e7inin e:n•g'� ns���i:� � =4� � 0. t ��; :� � � � ��� � � � � ��� w� � �� � � � � � � �, � � n i +�1 � � � � � � � � � u F' i ' �" � � .. 0 � � 5i �rT5 � a ' : Aj ' � ' � '_ _� « 1�. � � � 1�: . • � p� y � � t 1 � � wg F 11' w N�� dl i� WI l i .. ;l .li � � t' }� �0 i �i t � ��n ^� �6' � s • � .I� � '' � � ' �' F' �; � C y � f. Q r" Q o i� y A d " � - ' �3 � ; a � � `' 4 = � 4 a ; a.,� � '�' C . .v, �r .� e� n' %c $' ' �} � f �'q fy �7 � � _. � � E o' �u g m . � !� S �r� e` y C� � v n', � - .I� y [� �Iy.� s. I :� W io � '� 4F e � . rry. r�{.' !A1. y j{J§ � �, - � .�. Gl �� :i � U 1- � i; iUJ a�l i7. �L ��' �� F I J �-,1 F{+ W 21) R L'� . � C ' _� � cf � m W i0 � 3 rt � f] O U+* C� 0 4 F'i _ � � � �, L �T /y � .� '; C i � � 4 � i�f �Tl � M � � � r :M . � . � �.. .� m i Y. � . r1 m! ni ny � E • M . . m .,, � e; v a m v; . :! �w ��� �n r; f� .z+ u- .o� . ta yn y �' � CITY OF FORT WORTH ICAP C�TfTRACT PART I(M-458A) 3TANDARf] CONSTRUCTION SPEGIFICAT3�N DOCUMENTS CITY PROIEET i,1o. l O1339 Revised JULY 20, 2018 OD 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDi3LE - BASELINE EXAMPGE Page 3 of 5 w T- � S�I � � � H Q �q� N �y � 0. C' L5. �p. f3. M � � � � � � � � Q7 W � N � � � � iM r � � � �- �, ...�.�.�.r.....�.�....r.......�....w-......_�. � _......_.! �.�.�....r...�.�.�..r.�.�.�..... � � i i i : � i i i i i : i � � � , . � � .�.�...�..r-...... �I �.... . F � __�_. � i � �v'�•= -••--•-•_._._.._y��,.,,.- ....,.--••----•---••••,•-•---•-^ - - - --•---- - --•-- -------- T----- . .� � � ?�:3 I ! � 1 ' � � . i : � ------i---------� ------1----- �----------�---- 1- � � � -----�-•- ----- ----- --•---•- - •-•- -•..-•-•--•-•---•-•••-.•---•--•- ---- � : i---- , t � � i--------- - � : : ; : � i i i i i .. cle� n'r- �;�f: �ai�.. ;a�. ,,� I�,..f�,. ,..j• �n ..° r� c.i.� a a, ra n:,� c. ,.I� ^��� �. t� a, w� I � , i � � � ! n. t� -� .. t= �� � , �S ��yi .o- b �,v � } � C+ '.M ..i ki m +n li i:I.L �r G �INI sl � tS +J :i trR � �xt. Sr� �� �l 'i�{ ai _-, � i w� ..� .v5 % � � � ea u9 ,�� C� � I �r' � I �I o � i li rf M ��'J. ..� � . il � .� 4. i✓ �t �F � � p u � i.a GO M� N� � �+ Cf �� i�� �. _ '9 RJ if li1 -i O VI y1 ifi k�e +1 n � �. i �%+f ra �] � � 11 . :�1 n'l � a � i i :�J NJ � i + � I I+f � � OO ftl �+ I +1 � - � ii ,�i ,. i h,i � ' i� , �. x. u� �1 Ol r�01 41 V �q� T�v� � 4�� �1 �tt� � W � P n �� i J r� � ' ! -A .� LI � { . i .,1 t; �� T r� � [Y�1 [��Y [�+r I N SV • N,�. ',1 aV : OJ q '� 'J �'F i 1 %} �'� i � � "{� � � � � � i �4 � �I � '�� � � � ' � '� � n 4� 's '1 I s� �. I.� � �. ��4 S � � � '� � i� i r "i "' r'% r� a�] � u z r s � f � u ay s Y 7 7 .� . � Q� F r�* 7 � � ri . tl z"'il- i E.i � *M :b e�� :� '�' �r � � d �. �. p � 4s �+ � �ci ;� �'� - '-'4�r' ��'I m �n a, f m „�, m m .a c, � .. .i �� �� ,� � i . i i} Y ��i �'i . i :'i 1i � � f � i 2. �� � „ ;, � �� �'i ; i : i � i � � ki �� `Yi �1 �y" : �j�, �5�. '4 �ri �j �'i J ": ': a ji. #�. 'i e� �y� .s 1C f n� m � +,' '.i � �1 � � � � i '}� : � �i � k t� � -� r �' y � �o ai � 'r •- o -'� � �I� m di .� � w` h� �. F- r 5y �h �b � � .5 � vri �6 � h �n � �i: � M �'J . �•• . ry . , CY • � �i �� i-I ��l 1`i W P! �" C�.� -� • -i d aY � ., r . „ � v3 , �,I�, - � h � . 9 ,- �,�'I�, � � �,i�.; - ��-�1 � . � �, �� �„ � � � i� �y1 " ', ^ W 9: "" ' � .. .. �� .l � �� � +P � il' �v y' yi • � il i�ll� u� N �f;t` .�i�. .• 4-' •i ++ tl �il i i I i I � ,� La � � ��9 � V � � � � � � � f f /� VJ � � � � � VQ � �i � I � � � � � � Q � ' I � � I � � i � � � � , �� � ; � � � I � �. �� � �� , ; � � � a �, r. I � � . �� � i x- c i�J 4J �T � � �-�- � � �„ � � 4 � r� �i. F � . k! � m •{� 1 a � � V a �r ,-e � t1 �I �{} a 0� O ,. ia� �• � n �� ; � _ .t ,;: � � � j- . s' � - ;i� ;, . ;� ' r V � � u � A � 1 � .I' �li �� ^� � �� L � 5! u � �+� � �. 4 �� y. m v� ,�,. � ry ! I 7r��i o. 1� � �jji{ � �} i "I � ' � ; � � Q' � r t _ u `� � N � � " � 4 a � # +f � I `T S 4 + j a - D � � r l �: i � i v " a� + irt 9 n� � -, m „ �r rl�. � ` a � � a.a � �� � . m � � !y �' � �� � O � � � � 07 I �. i .i ,� � � � � 1 G� {. � . s,. F y .. � � � p .� � � V � �� y" �' �i� �i fl a 4 r I I I i ���� ��i i�� , I �i fiiJ y} la I� i I I� i�I � L [f p i � �} C�� 4] [�. � C ' 41 �.I �.I �y � � .] -1 P 4'� 4� GS I V � � � i.J � rl �`.I`i.,„,�,x���i'�:,m,,,,,�, ',,"�,'} � � , . � q � �' 1 m 1. p � � L! � � � � n c'' ti � -`t � � V � .n � m � '� � � " -`- m " I � � CITY QF FORT WORTH ICAP CC7�ITRACT PART I(M-456A) STAND�LRD CONSTRUCTION SPECIFICATIQN bdCUMENT5 CITY PROJL�CT iVo. 1D1339 Revised JULX 2�, 2a18 00 32 15.1 - 0 COAlSTRUCTION PROCrRSSS SCHEDU.LE — EiASELINE EXAMPLE Page 4 of 5 C[TY OF [�012T W012TH ICAP CONTRACT PART I(M-45&A) 5TA[�1DARD CONSTRUCCIQN 5YCGII'ICAT[ON DQCLIMEA]T5 CTTY FROJECT No. 101339 Revised di1LY 20, 2Q18 00 32 I5.1 - 0 CDlVST�2UCT10N PROGRESS �CFIEDULE —SASELII�fE �3CAMPL� Pa$e 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 2Q, 2018 M. Jarrell Initial Issue CITY Or PORT WQRTH ICAP CONTRt1CT PART i(M-45$A} S'CANDARD GQNSTRUCTION S.PECIFICATiON DQCUMEN'I'S CITY PRQJECT Na. l O1339 Kevised JULY 20, 201 B 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS E?�AMPLE Page 1 of 4 SECTIQN OQ 32 15.2 CONSTRUCTION PRQ.TECT SCHEDULE -- PROGRESS EXAMPLE PART1- GENERAL The following ss an exa�ple of a Contractar's project schedule tl�at il.lush-ates the data a�d expeetation for schedule content depicting the progress for the project. This versio� of the schedule is referred to as a"progress" schedvle. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW 5pecification 00 32 15 Construction Project Schedule for detaiis and requirements regarding the Cantractor's project schedule. C1TY OF' I'ORT WORTI-I ICAP CONTRACT PART I(ivI-458A) STANDAi2D CONSTRUCTION SPEGIFICATION bQCUM�NTS CITY PR0IECT No. 101339 Revised JULY 2q, 2Q18 00 32 152 - 0 CONS'CRUC'I'[ON PRQGRCSS SCl[�DULC —PROGR�SS EXAMPLE Page 2 o.f 4 � N C � � � � � �� Q. ♦� Q�+ 6 L `1 , � �� t � f,� � � Q1 � � � � � � � � � C.) � � � �' F, J V. o .�;F ., y � 'V �i ri • N ri.. �`I J C. � I Y i I i� r -1 Ci .r NI. .Y il � 1�. .. .v ..! ' r+ � ! � I � ' , � � . ` I ,g �r�,,1.,.�a `��.�•�r:�,,.,_.,�, �i:'�sF�r.i_�,-•�-- { '� � .� _ IR ill ,ILy W a0 � �. y. ��� _ �, �3 ia �� ;,, � � ;, ,� ;'� : j ;.� ,�: ,s � �; ;,; ; ; :� ;�� � �� �d '� � 9 � �; �.. ;�} :; N � � � �� :� = s .�y �ry `� `� ' � ;.y4 ;!� � �� � �� J � '� �� � � f� ��rr}� 4� �' � , � _ s�a _ .- ." I,v' ?k � , � , � -� .1� � i�i � � �^, � ,3 i- i� � � �A �y {i � X _ {�� �' ,V Y i aN ?I S: �'-? '� q !+ m �t ¢ 4 � .p � '" x � .{, w .� yc , �] . �-y� � �n � } �O crry �i. _ -- _ � � � T. i Y LI � i�i �'� ��'�1 xzi P I�r �� �' ' f P { i �'� '� � m�'1 ' � N .N �`! N FI + 1 a'i �V ��� ,yy i�i 'g��. yi v *�i i h' h L. i 4`_. �{y i� f t ' i�i hi. � � L AT� ���'��,`,� 77���,��,2�;r: ,f�� 4 � � � ���"���,¢� �r,�S g � i� �'� � n a c �� .� ° � '- �i r. i �+ � i � ;� ��v � � � � , i� � �1 c5 � � � 9 - iii � aa ir �' '. •t �� �� :. �.J ... .� �i 4 �.: +� �.� �^� „� a . � ��-. ., �', . , �f� , � ; � � `- '•� I, cS � S' '+� ;r� aW :�5�L� �� �y .� �� S.v i� � k: � e �S ��� : I .`''. �� .i n a`0 � : 'r' ii: ily.{ .�i ; � e I '� ''+l � �h � � � � �� _.4 �} C� .5 �' � �t1 .^ � � !�l � . �' '� � . � � - {ry I S C1 � , ^f AS J � ��.'1 s�l .�, � � 1� � I : d � ro � � � � � � �� w .n ,n m in �� ' „ ., �, �r. . � ., W � �., ., ., .� .' ��n .� ,o u� �, �n a u. �„ . u, � �z'- � ,�::,; :3 �, ;: ;n -a � � i��.� � :� �. ��; ;; i�� � .�� ;� k� ;: ; �� ��'�a !� �; M " f� "F F R i�: �" ;:��� � �����;�`f, �,���;i.��� ��:a�.'��,;�������� ���.�; � ,� -,. �. ,� .� : � � �+ .� .k 1. • � - � � �. I: .- .i f ,�i ��,o i�.,� ._ . ,� ,� :� es :� a •_ , _ _� 'S c � ., ., • �`�� " c+...� .a �9 �. ; :hC � t. � ,�� � � � ��. ��� fl %��'r �� �: � :a �� u� .. .n pt �f �o us ;s *� . � ��: :' a �..� � o* .. . �� ,- � �0 I�� � � -. ;{� � � ;,J . �� :f ;��'� .a � ,� °. .. ��� � - r, y ' � 'ry e 7�� �� '� F: . � �� �� � _y � m -i _� �' _. R, ; � „ �� �"' � � .r � � ��' �t, g� W f� . , o �?� �� � ��'�'� � ii � '� I; � � � !, � � � � `.,: � � =� ��� ' ��',��� ��i� � � � � � ,y� � � � � � �� �� T � � � � � � � � . i ti+ s� �/7 � � � �'� i � I q. � F7 � �i � 4J C �� ' '' � , '�; i � ' � � � , ' � c o , .�. C1 U I � ♦ � � � ' ' � +P O I .� ; i, �i �, � ;, ` !� �' . �k � i � � � „� � v� � ���� : �; � ��I�� � �, o ~ , � - �, � ; ., �; "��, �� 's; �' � �� ������� �� n� � ��' `�` �, � "r �r'° r s S� 3 ' i �, i6 �[u. t� � ti. * r_ n � �,r * . : ;_ � � �4 � � � � � � �'-' 7 � . -'�i � � �; � �' o" � � F"i • � �' � �*�-� _ �� -: r„�;3 ;�� �? ���a; ,�� •x; '�i � �c ���;r;, , ��;�;,���i;{ � , ,,,.;,��jMm=,�..;,i��:,,�i � � � �w � � 4 � � ■ � CTI'Y OF FORT WORTH 1CAP COT�lTRACT PART Z(M-A58A) STANDARp COI�STRilCTTON SPECIFICATION DOCUMENTS CITY PROJECT No. 10133.9 Revised JUI,Y 20, 2D l8 OQ 32 15.2 - 0 CONSTRUCTION PROGRGSS SCH�DULE — PROGRE55 EXAMPL� Page 3 of 4 � � sv � � h'� Q1 �V � a ° ... � 0 � '�_ C� � � ta. � �" � � L� � a �� i=, � N.�!'ICiIM N:i :V Cli .` :��NICS :i N CY ..i�'l .. aJ Ni�r �� �v�N ir H NI�+I Cf�i�^I T� i1;���.�'Gv .� �'1 -/ rl•��I I � � �' hn :., � io :y lri i. :} �} . � . , . . � � � � n o z, . � . . � � � t J �n . -� i.. r. , _, •� 7J Y� a r, � � r� � . r ] n, �-- a r �� - I Im, s!f ��n . I�! � ri � �{� " =' ti � cv hl :t 3i cJ r� '" � " r� k�l -� _d '�J <1 - � k5 P: P;� }a :� : �'i o � ri o A ;� •� };� �.� � � ��7��'4 ����..����`�'� ����t�R-;R ,,�4tq.�k — ��'��� ��I� ±��,� .. '�i ,. � c� � �. � N .. .a � �a�ri�.� .G 1 ri .3� I:. � .. '� w „ .,I�� ��: _ ! w aa .i ., _, .: ,., �, �_ .�� �n ii -n �" � r. .. ,r_ u- rn �. ia a A� a�i: p� :ii i� � p ��. y � i- x r ���� . � i� �a �� n� ���� i:ll �.,,, .��� � �,���}a��a���� ���;,i�,l;;., ����� � ���,� ,a� �. . ;'�{ � � y� I�� - 4 , ly � �� � � �; � � � � � � � � f � � , : � � M w !S �3 � 7 � a � i t . , I .F ,� _F � 7 � � ���:.��r� �� =-������, ;���'�d,.'�� ��„�.��:� �3�;� �: _ ,� .a • � .p�� -� .. ..� y� - .. �� .�i ,. t ,. ��� �. ..� _� rn rn - �, m� �iI .�� ��� �� _ �.la ^ ��x� V,'.� N C! iu fl i� { i'J�{.' �.1 l�l fl �� �?�� rr`�i r,j��.i�� �j �� � �V i�j i`I ii {�j � l' �'i �� i; rY .�sry��������;�,����''�����T,ly' ����I�� ��� 3'� �����; . ,I ii . .. i. . G: ?i r� ., i . i � . � �a . , . - . . .. � � � , , W w w m �i, V� � ��, � � � �� e rn _n ��� �� �.�� _.'. -? m m a .�� _ ,_. , � a, r* m „ ��� -�� � , { ;, ,$ � � R,�y ;7 : i `. N � 'F3 +.-�' ',�, :.^3 �s' ' � � `�,7 'tJ €f � n � i1 : =' � % IT� 'ri r`' �'1��[, �� i� h �'��.' Y Y��� �� �i � ��I d�� �� �;k �ty *� �4 � _ � . � � �� � , r ! i� y: � � u � �'; ���t:z� ��.�,�-,. :'a�{�,�„ ��4�.,; d � ;-;r.�.;�; - � i i i. N f`l U R� � '� 'P � i ` <y` v y �.j _' V i � � � "� � .Y � � � . '� Al � 4� u ' R �y1 i i f i � "Gl ir, i..���-ur��i � ��;twi �u'=�n . -pIk{`. 'F I��`e�i��� r� Ii.f�.i x. ��a� ,�;$.� _ ., . -- -....-- -- _I ... . .... ... ... -- i� , � � � � � � � � 4• �., � �� 4 Q' � L� � � � � � �$ ;a n . � . s � �: ry 6, � � �; � ;� � ,�I,`.i �a� y L Li� L � � . � ul ' � � �� � �' `' � t � �l i� �`� � �; � ^=+�' ":�<<�t';; ' ����;��a�� ��_���,;� ���,.�, � � h ri {� �� '�;r, 3-!F�A��3*�������� ;�k:�i��'r.�i a � d ' �- � i �y I �I � �I N ��� i .,�. ru a o �,na�` I� ��� . . � �i��� � �. �I�I� � I I ;, � �;�� LF ff �4 � � �,�� � � � r� ^ �,i, ;"; � �' � x { } � � � ;� �.�°'; �r � �' � �' �'� ''��� „� �� � �; ��� � ��: � -� �� :� =�,�� ..�. � W �n u� � � � � � `-.. ,�.. ��i � G � r�5 � V � � � � �il � � � .� f�7 � c/i � � r� �� �� � �� ,�a � � � � � � ;� � � v � � � � � � ♦ � � � � ,� � O L � �ti � � � � ,� � .� r ., � ,. � F_-' �.� � � � ClTY pF FORT WORTH ICAP CONTRACT PART I(M-458A) ST,AI�tDARD COPiSTRUCTION SPECIFICAI"fON DOCUMENTS CTT'S' PRbI�CT I�Io. 101339 Revised JULY �0, 20 k 8 OD 32 15.2 - 0 CONSTRUCTfQN PROGI2L55 SCHEDULE — PROGRE53 EXAMPL� Page 4 of4 END OF SECTION Revisinn Log DATE NAME SCJMMARY OF CH�►NGE July 20, 201$ M. 7arrell IniEial Issue CITY OF FORT WpRTIi iCAP CONTRAC`f PART I(M-458A) STANDARb CONSTRUCTEpN SP�CIFCCATION DOCIIMENTS CITY PR07ECT No. 1D1339 Revised JULY 20, 201 S 00 3z is.� - o — PROGRESS NAItitATIV� Page 1 af i SECTIQN 00 3� 1�.3 CON5TRUCTION PROJECT SCHEDULE PROGR.ESS NAKRATIVE Re�orting Period: Date lssued: Project Name: Com}�any Name: City Project [�o: Engineer's Project No: City Project �dlana�er: Engineer's Project �lianager: A. �isf of actie+ifiies a� 1. (ins�rt text here} 2. (insert text F�erej 3. (inser# text here) 4. (ins�rt tex� here) 5. (insert text here) 6. {insert tex� here) hed in the DCI. �. List of activifies tn be accom 1. (insert text herej 2. (insert text herej 3. (insert text here} 4. (insert text here� 5. (insert text here) 6. �insert text herel ished in ihe nexfi reporting perind C. �isfi any potential delays and provide mitigafion actions �. (insert text here) 2. (insert iext here) 3. (insert text herej �. l�ist arty acfival delays and 1. (insert text her�j 2, (insert text I�ere) 3. [insert text herel e recodery acgians City of Fort Worth, Texas Construction ProJect 5chedule Narrative Report for CFw Prajects ICAP CONTRACT PART I(M-458A) TPW Official Release Date; 7.20.2Q18 CITY PRO]�C7 No. 101339 Page 1 of 1 aa3z is.a-o CONSTRLiCTIpN PROGI�SS SCHEDi1L� — SUBIvf�TTAL PROCE55 Pagc i of 7 SECTION 00 32 1�.4 CONSTRUCTION PROJECT SCHEDL]LE — SUBMTTTAL PROCESS PART 1- GENERAi. The fo1lowing informatioz� provides the pracess steps for the Contractor to foliow for submitting a project baseline or progress schedule for a capital project to the City af Fort Worth. See CFW Specification OQ 32 15 Construction Project 5chedule for details and requirements regarding the Contractor's pro3ect schedule. If you are not a registered CPW Buzzsaw user, please emaii or cantact: �red Griffin, Buzzsaw Administrator City of Fort Worth Fred.Griffin@fortworthgov.org 817-392-8�65 Using your registered username and password 1og into the City's Buzzsa�w Site httw5 projeetpc,inf.bu..�,.�ti..,�mic[iCnt �fortworthgov C_... �-,e ,� I �-w. — - - ,i. ,. . , - ,. . ,,, . I�-� . -� � � � . al .� _ � , •• --- -i ��-. � �-- f ..�+....... ,�.,F»-,� � I_—� ' � I - Navigate to your Project Folder. Verify that your Project ID and Praject Name are consistent with PrQject FoZder Narne, Navigate to the Sehedule Directory under your Project Folder. The 00701-Flaxseed Drainag� Improvements project is used for illustration. CITY OF FORT W(7RTH ICAP CONTIZACT PAftT I(M-458A) STAIVflARD COAISTI2[JCTION SPECIFICATION DOCUMENTS CITY PRO.TECT Nn. 101339 Re�ised JULY 20, 2018 oa3z is.a-o CON5'CRUCTTON PAC?GRCSS SCHEDUI.E — SUBMIT`CAL PROC�SS Page 2 of 7 'r E*ur +�:Kv jx:. #b � J .Ud - _ JM, �`,; 7' ,,x `�s .5 h+�+ �� � I�' �'�'S�� I�'�dWOr i9c. *I x� 3 � . . � �ll T �ll-Faxued6raha9e'mpn.. r n � .I , Bld Forms ,?� - Bi!' Respp�ses � [� - Cons`uctWn r�w ,37 Canudtants � 1 : .. -'i Con7xtar � - �� � Correspn+denrr i� _ , I �� GeneratfiritreclDarimertsF'ld-5� f#7 - f`oject C e�nings i , ��+� �'i P���rMeetingv L� � ��21 �' Rr�e�ak Wo�periy �.�i i . L]� �-, .. -1 Ii �..-.� ,�j I " WT75-L'i�anY"agesCentrniCiush � �A .{_y wR75 - L bzz Ydlages Cen'ral C1�sEer! � -��.:,)�, . � _�TJ6-Ui�,ezY"aqesSEClusterBerry � •� IT7fi - L ur� Ydlages SE filss��er `lear ,� . f?� _ i7.J -San ar, 5ewr-Rehab'or ra� .��� =�1755 - Mesp�ulte R_ N]09 CLP Yeu 1[� �'F� � � �� - Afi3-DS�rsRoa -Bryanlfrwinlo -;n � [;� �7778 - Le6a�n Channel ±'� . �� .17d6-�mmerUee<&SycnmoreSclt . h�� �787-CrmhuryRaad-A amesaloJ �+- rene���..oa c, n- w � � I � ,x _ -. � k� i��... n �r.���ls l`.w�w��.�� :•eca3ir•.J..t�ti I�sa�ou�Cs Ur��� : sr,.^ n � . Two files will be uploaded #'or each submittal. A nati�ve schedule file %rmat either Primavera .xer or MS Project .mpp and a PDF version of the scheaule will be uplaaded Verify thai the f le name contains the 5-digit Froject ID, Project Name, and $ubzx�ittal Date and follows the standard namin,g conv�ntion. Initial schedule submittal will be labeled as `Baseline' �ot- example: 007Q 1-FlaxseedDrainageImprovannents-Baselin� SchedUle submittal updates will be labeled rvith Schedule 5ubmittal Date `YYYY MM' �or example: 00701-FlaxseedDrainageImpro�ements-2009_0 I Expand or select the Schedules folder and add bath the naYi�e �le and PDF fila to the direetory. From the Toolbar Select CAdd Document CI'fY OF FORT WORTH [CAP GQNTRACT PART [(M-458A) STANDARD CONSTRUCTION SPEC[FICATION DOCUMCN'1'S CTTY PRnJECT Nn. 101339 Kevised JULY 20, 2018 ;u fe�` �'nafx�C ;:,6 r.Y+� � 003215.4-0 COI�STiiUCT[O%I PROGRFSS SCFIEDi1LE—SUBNi1TTAL PROCESS Page3 oi7 Fqe Edd Uew - Taals Hdp I� s9 �kw - fi_} �R�e�1 i�1 �� � �ram9ng . �� 71:'�5 i'n �a] Nate I � ��4 �.F�d i �l.ii � J r-:ika NFf ��� 4 ,,,1�1;,, . � i� � , , _,'t. I � � .� 1tJ� ,. =:Ir � JY �: k ;,r �;r � � � �,! w �' �F� . 00701- Fla,�sccd Orainagc Improve��� r+ ,;,� B�d Forms +� Bld Respanses ,� ;anstruction ,. ,� ^�ns�dYnts .��' C'ontraclur ��� :.sresponden[e • � General Contract [)ocuments and 5ped - �=� Projec[DraH�lnc�s , +_ �_� PuhRcMeetings - J Real Property - � � i� les mdax,�s � utlliires .�� �n7p5 -iJr6an V�lag�s Central Llusf�a' Six F ,rr �� vllTlS � Jfhan V�lages Ce�tral Clusief 5ou1 =� Oc�706 - Lktran YNages SE Chufer BerrY-Rt� .�"'T,: -!!�ha� U�.e-^-s SE U�si=s Near Eas .[j ^pT315 Samm[y Sea�er Reh�i �oaltaeE lX �I� F� "^755 - Mesquife Rd 2f10{ CIP Yeae 1{pees fl-� 9P�^$-DirksFWad-&yantlrvintoGme�it : � �_�J778-LebawChanrreJ +7��� 00786-SummerCreekASyeanwre5dm01.r 7 { i�,'��:i„`� F{I�IIII _ .��_�41;,,::.::_���� ',ii.7Kr �r' '!lK ilestndex,xls irreaGi�fin f5,384 n:aosoN Select B�owse and go to the lacation of the files on your desktop. Select Open = I L�I ;.e�r.1 dk� f�� •� ss] tr� u+e p�tis;c.:! Yea zee. rou,:a� �a a�.i m aina.o,er-LdL-qe�e, [oaar.:�1 ��"—� � R�� �+�K I ra� ��nd, � I nx�F. , I s� f �x��. 44avinr.H#9 ,����n��,���_,� s�*4a �e NnhliraGor+ � � � I � I� r" L^n4 ++ I;,� MsldaP , I C! �• 'i ..,1"vUocuments � � :F:'�djetMindManagerPra7 �,y� � ��� romaa��es �,�"�.,s€aro#es Ftayer M1�fN��2 k+MyNehkorkPlaces AcliveProjec� ��+'�° � ,i�ioheAva6at.8PfoFass�anal �_j9oardingPass.pdf � � .a�UnC��OVfFs �CIEarTypeT�ing � eiunsxx 2op8 p,,o eooE Recad Edit Pro ��'�'u C1i2M F€[L6 VPN Lr Crosswi� PI+'� Exam Sfm 7. € '�+ flleZdla Gl�nt � Cryslal ReparYs 2IX38 } �(:a � F-Ktll ��ep QuidcReFerenrefwide.pdf -- ;�' HP PhotosmartEl�nes� �;. 1)iskDefiagmenter '-� �t'r` ��'' }��rIP Pkotosmarf P�'erefer Free Sound Recorder ?�,I y�So�tlon Cen6er �gjFreeSoun�lxorcler.exe ,,I � �,��v�pH -�nect � LapinPSEtt���B! i -r � �Yunes � IoginJPG � -ni�_i« � HOcromR v�a Vatsrc� IOC� Fns�cte O�teBaak �. NetMee#ing �rt .,� ` ' } drr rie�n -i+ k, ryamn '� ." — � . t�� .. rik �, F.�.��,�� j,�::-��;-�� ' _; c►"s« . The f le will appear in tne Buzzsaw 1��d to Project — Select Documents window Select Next. CITY OF FORT WORTH ICAP CONTRACT PART I(M-458A) STANDARD CONSTi2UCTI0�15PECIFICATION DOCIIMENTS CITY PROJECT No. 101339 Revised 7ULY 20, 2018 ao �2 i5.4 - o CQNSTRUCTION PROGRC53 SCHEDULE — �tiH3v]ITTAL PROCESS Fage 4 of 7 DO Ilqt S��eGt F1ri1S�1 1t t�11S tlitle. , ��:ec+edJw�uenamaddled�rµvkGl�olbW�-YOur,��.rwM<1SSSC.:.ir-�d�kyy7c�tq�h-,v�� � I ., s���c L .H�N�s�.�� ..I r D�cuments ! q �ai" I Nrf::r.}r I�+i+x'3hai I 7•i.x.Fi .. SIZe � .:amment � - ��'�7'�'):7Skl+6a]itlnuC^�1�Mt•reS'reaw_�".U34Jaxi.acr ��klr.ts.nienl�niyd... [�+1.. 79�256 Sehd 6nhi M1i511eca� � � � ' � 'k.�z: I _-�� UJrty�i.�r 4:c_�Is.�' • I + �a�d ril._.s iri t}��. ��nload �+dlxu��7 ' Ir y�„es � �' �. ��e�ct'_ � .� Fk<� � Cancel � lie'A � You will be placed into the Attach Comment window to enter a recard into the Project Schedule Subrnittal Log. �,nter the Project ID-Project Name-Submittal in the Suhject Line. Type Submittal and Company Name into the Corra�nent window alang with Contact Name and Contact Phone Nurnber. Select Next. r�{ � i.�eam:�:i+r�nen[thatl,�[�rrs IFe rei 3n or�a�phm AYJ !�Pr d�1kT��n qr•n jrr aki ht^7 d�dd�d I Tt'. step 1:..�:tionri ,e�ecE Doc�ments � pddcommenttone.: di�san � r\l,W[� Commertt � �� ._�— . � 3 I ° �7 � �IJ�.I��J I T � � : �I �.l '� Lr-�'��� . �'#� • 5p�-J �, Subject; ]0741�FlaxseedDrainageImprover=nts•Basef�e f�JOB�1i.a: ^ Base"ie Sdiewle sut�afttal kom'Co - - ----- - mpan�_"lame' Narae Phane � ihc Schedule Suh*rtittal from'Gaupan', Ne^ie' fnr :•�ork�perforraed �p to ]orsuary 31, 2009 aei Nan�e act Phone� .?I.us .. �r.[ � Fn•l7 I Cancel Help .� CITY O�' FORT WOR'PH [CAY C0IVTRACT PART I(Nf-458A) S7'AiVDARD CONSTRUCTION SPECICICAT[ON DOCUMENTS CITY PR07CCT No. l O1339 Revised JUI,Y 2�, 2018 00 32 15.4 - 0 CONSTR[JCTTQN PRqGRESS SCH�DUL� — SUBMITTAL PROCESS Pa$e 5 of 7 You will be placed into the Send Emaii Notification window. 5elect To and the Select Recipients window will appear with a list of i'roject Contacis. 5elect the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. .s..... n..-le �iiwi,rn. ,�.� � 5�iiil I�ii FM H.. W �.Ik,ii � s a�Y 5ptti �haY�rr S�Y F =h�yles Sa�1 er 9e:riY-Ri� er h'eer Eis w+vnce �r rea' 1 Wae -� -� , I i�:..�Ir..�14.f4�Nst.....r�...iu�}NJr-.JJr-�..r.�.lai.rr�a. IirJ��,...i..�.. e� ��i I �...� �I•' � �� ��� r� �` � ' — — �� I " — - � _ `i' _ _ _ -__ �'_' , WJut �"_"�.w1 __-:- f n.� � � i ���a' ..'ave�n o, . � .- ,� I 1 _ i�.....��i. / n 1��-.�„ : I� I.M1� 1-.,. �- � I I,�.-..,ac.��. � f�... �� i _� M z. a.n f-�evs�... r... s... .. . ... we... TroV 7a.�. T�.. ]... ]ee... he... V4c.�. I TbY IY... T... YJ... T I.... l2l... YM.. � r�M.H... L/... H..- B&... PV-.� ... GF.. � al�... nc�ar-.. T... cP... lfs... Pro... v�c V1duMs... Y�.. AI... CP... A/9... YISFM1e ... V... K... CR... 3IJ... r�n. W�.� P.�. Hn k'� .. P.e. ��. -a:� . w... c... on... iiz... n�... YN B... fJl., Nn... Pro..' __ _ . YI... G... Am. �. Ns... Tr... _. .- rkh PfO�t[i CMG.� _� Mltl '".'.am.. ' � i WApe 1... W.., t... �... f3/... i.e... wGue.., v.., P... PS[ l�l... 2acieF... 2..� P... hu�.. He�.. ChA... wede-..� rl..� M... No... ��- � A._. N... CH... fIS... k, " I t'n .. _"x �. �-.. P�.. G.. 4F... 1lY... 5t... .�aYl .... ,dF •.v��' � 5... CN... 1/]... Inf.., r Iti..irt.11�.wNl..-i... � � {wX I �44 _ i Select the Paste Comiraent button to copy the Comment into the body of the err►ail Select Finish. CITY OF CORT WORTH iCAP CONTRACT PART I(M-458A} STAMDARD CONSTnUCTION SYECIPICATIOi�I DOCUMEI�iTS CITY PR0IECT No. 101339 Re�ised JULY 20, 2D18 00 32 15.4 - 0 CONSTRi1CTION PROGRESS SCHL•:UIIL� — SU�MITTAL PRQCESS Page b of 7 t.. I[.`] S�iti riiwl lo nfer oroye s mrn3e, � inh�yn4 tlrm of tlze rK.y{ � 4p¢�ylnd �es, ilvs iieo,a �lionnl Swlert I�nn iment� � r� Cammeizt � �� 1 Scud.�.'yta31 NOUln�tiari �_ � � rQasircn��i�rnL I� � � � �� '-�+� '�� ��' IlFredGr�fh�- --- • - tc . �Rroje[t�oatrois'earr. ° -� `_— `� . — .� . ._ _ . bcc — - -- — - — — --� i�{,Jact; I��o�?1flaxseeCUrelflagelmprovements-8asa"1ie � ^ l3ase",:ic 5ci �ed�le Suhmittal �om'CompanV N��` . ~ . _.— � y J �. — - - � � - ConTaci' �ame CnnWc��hone Or Update SehedW� Suir •.:{al fram'Company Name' for vr��x performed up to ]anuary 3S, ��09 ConWtt M1fange CantacY PF�pne w$�ck , I Fa�l�h I E.�ritrl I rh�s � T'he schedule file is uploaded to the d�rectory, An email is sent to the City's Project Manager and Project Control Specialist. � €dr ��, -r� � ��� 1�-��.]� �'�.�i�±XIP..�i...�,��r���l���l�'�=1�I�� �. �ct ���svanA�a� „ � i — e:`��;r a: ���J;�7fIIl 1�[n:sta:fry}ell-�rudluy�t,rr:��;iu IJt.;�dtll�it•���ttE,��ti. �„hli�. ��� �LM7r�,arr�tlTi, I4.Tn�l �� ti, 1 i�Fla�:stedr-r �ega�-provemer4e •� f nne ..+udwr 55m T .�.ar�fied ��+ ' _ � �ar-o��s `_�xned�.esmae: ,�s �redr •e �e �a � s �t�;� c. , -�lzi/z s v: � . v ��a[Sp��SC9 �„'�S'.�i'� A.u66efVa. 7a.25_ %9iNe 1IaRC_3 �.:IS :r� ` :. �sGucdo . �r �sJtanls r � * Ce ,traetm I�s ' C� respo�dence 4 � iE alCa�' ectQo¢ e.��s� vd5peri +' y FneC�ran�-a� b �' 'VbdcMeel"gs L� .F Realf opetly Shcedi:s "t' �QN 1+axseedOrenapelmprovEm Srhedules'r�ex.xh �� ' 'h�ltles :n � �h15 -t`h= � V�6aqes �ai al 0�sie s�•� f I+�� _7 i- •.6x�Yika�z �'entrJCM�SEer� ��. if� 7- i-`han Y a9es-SE C' sfier BerrY�lli� ;+, ' .�706- ..hznvittagesseclisierr.ex�as � ��7 �,-S. etar, ScwerReht'� ; �kMll% �',' vy755-Me�c �teFl���dCIPYear' bes Il�l ,� "�fi8- �:�Rar�1�B�Yx'Ir.vrin . a�� ' :KJ778-1eb-"C�kNI�E� I f � � � � Uplaad the PDF file using the same guideline. END OF SECTION Y i 1�4r� CITY OP FQEiT WORTH [CAP CONTfZAC;T PART I(M-4S&A) 3TAN[]ARD CONS1'RUCTIQN $PECIFICATION DOCUMLNTS C]TY PRO1�C'I' No. 1 p 1339 Re�ised JULY 20, 2Q18 00 32 15.4 - 0 CONSTRUCTION PRQGItESS SCH�I3ULE �- SUSM[TTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTI I ICAP COi�TRACT PART [(M-458A) STANDARD CONSTRUCTION SP�CI�TCA'I'IOiV �OCUMENTS CITY PROJECT No. 101339 Revised dULY 2D, 2Q18 Ob 35 13 CONI`LICT QF INT8RE5T A!'�IDAVIT I'age 1 of 1 SECTiON Op 3513 CONFLICT O� INTERE�T STATEMENT Each bidde��, of�eror or respondent io a City of Fort Worth procurement is required ia complete a Conflict of Interest Questionnaire or certify that ane is cua�rent and on file with the City Secretary's Office pursuant to state law. If a rriember ofthe �ort VJorth City Council, any one ar more of the City Manag�r or Assistant City Managers, or an agant of the Gity who exercises discretion in the planning, recorram�nding, selecting o�• cantracting with a bidder, offeror or r�spondent is af�lia�ed with your company, then a Local Governmant �fficer Conflicts Disclosure Statement (CIS) may be required. You are nrged to consult with counsel regarding the applicability oFthese fnrms and Local Governtnent Code Chapter l76 to your company. The �•eferencsd forms may be downlo.aded from the links provided below. Q CIQ For�nn is on file with City Secretaty � CIQ Form is being provided to the City SecreYary Q CIS Form does not apply 0 CI� Farm is on File with City Secretaiy Q CIS Form is being provided to the City Sec��O�ary BIDD�R: .� Company Address CitylStatelZip By: , _ (Please Print) Signature: _� Title: � — - — (Please Print) END OF+ ��CTION � . CITY Qr FOR'f WORTH ICAP COTlTRACT PART! (M-458A) $TANDARD CONSTRilCTfON SPECII'ICATIal�! DOCUMEiVTB C1TY PROJECT No. 101339 Ravised I'cbruary 24, 2020 �o���M�� �� ��������r �u��Y�on������ �o�� �I� �'�r �+e�d�p dairrg b��i��ss e�ith loc�l go��r�r��er���l �n�i�y 7his questionne�re retlects changes maBe lo #he Iaw by H.�. 23, 8ath Leg., F3egular Sesslan. ����������LY 7hls questEonnalrs is befng iiled in accardanee with Chaptsr 176, Local Government Code, by a vendor who Date Recelved has a business relaifonship as deFined by Sec#lan 178.00i{i-s) with a local gavernmental entity and the vendor meets requirements under Secilon i76.0�6(a). By law 1hls questEonnaire must he filed with ihe records admEnisirafor of the loca! governmentaf entlly noi laier than the 7th business day after #he clate the vendor bacames aware of facts that rsqulre the statement tn be EIled. 5ee Sect[on 17fi.0U8(a-1}, Local Government Gode. A vendav cammits an offense if ihe vendor knowingfy viofates Sectlon 176.006, Lacal Gavernment Cade. An offenae under this sectlon is a m�sdemaanor. � Alame uf vendow wFia h�s a busir+ess relationshlp witir loc�� go�evnme�tal er�tiiy. . � . 2 � ��heck this box if y�u are filing a� update to a�reviously filec� c�uestionnaire. (The iaw requires that you iile an updated aompleted questlonnaEre with the a��raprfate fi[ing authorf�y not laier #han the 7th business day after ihe dake on which yau became aware that the originally filed questionnalre was incomplete or inaccurate.) � Hame of lacal go�►ernment afficer about wi�om the in4ov��tiorj is b�ing dlsolosed. �, Name of OfFicer ' 4�escrii�e each errinploymer�t ar atF�er.6usir�ess re��tior�s�ip v�rltk� the local �o�vep�me�t officer, or a famliy mem#�er af the officer�, as descriheci Hy Seatior� 9�$.fl03{a)(2)(l�). �Iso descrils� ar�y fa�liy pe[atior�sNip wifh tHe lacal �.o�err�r�ent officer. Com��e#e su�parEs A ar�d � for eackr employr�errt or bus9ness �elatta�sF�ip descriE�e�1. e4ttacN a�lditlar�al pa�es to this �orm CI� as neaessary. A. !s the local gaverRment officer ar a family member of the officer recelvfng or likely to receive ka�cable [ncome, other than lnvestment [ncome, from the vendor? _ � � I � Yes � f�o $. Is the ven�or receiving or likely to recelve taxable income, at#�er than invesimsnt income, from or at the directPon of the ioca{ gova�nment oificer or a famlly member �f the oifioer Af�D ihe taxable Incame Is not received from the local governTnentaE entity? � Yes � f�o , 5 E�escrifoe each emplayr�ent Qr bu�ir�ess reiatlonship tl�a# the ve�dor named In �ection 9 r��ir�talr�s w[tN a car�Oaratlon Qr othew Buslr�ess e�tity wltN respect to whici� the �acaf governrinent officer se[ves as ar� officer np dir�ector, ar holds aR ownershlp interest of on� perc�n# or more. 6 r'"'� Check this box if the vendor has given the locai government officer or a family member of ti�e officer one �r more gifts IvJ as descri6ed In Seation 176,�03(a)(2)(B), excluding giFts described in Section 176.003(a-1). � Signaw�e of vendar dning busir�ess wiih the gavernmental entlry pa1e �'vrrr► provided by Texas Eihias Commisslon www.ethics.siale.tx.us Revised 111I2021 D641 OQ BID FflRM Page 1 af 3 S�CTIOAI OD 49 00 BID �'ORM TO: The PUrchasing Manager cla: Tl�e Purchasing Di�ision 200 Texas Street City of Fort Warth, Texas 76102 FDR: ICAP CO[�TRACY PART I (iVfl-45�A} City Project No.: 701339 1. �nter InEo Agreement �he undersigned Sidder �ropases and agrees, if fhis Bid is acc,epked, to enier into an Agreement with Cify in the form included in the Bidding Documents tn perform and fumish all Work as specified or indicaied in the Cont�act Documents for tE�e Bid Pric� and within the Contract Tim� indicated in tf�is Bid and in accordance with the other terrYts and candikians of the Contract Documents. �. �IDn�R Acknawledgements and Certification 2.1. In submitting this Bid, Bidder accepts all af the terms and conditions di the INVITATIDN TO BIDDERS and IN5TRUCTIONS TO BID�ERS, including without limitation those dealing with the disposition of Bid gond. 2.2. gidder is aware of all costs to pro�ide the required insurance, wifl do so pendi�g coniract award, and will pro�ide a �a�id insurance certifrcate meeting al[ re�uirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or an behalf of any uRdisclosed indi�idual or en#ity and is not sul�mitted in conformity with any col[usive agreernent or rules of any group, associatian, organization, or corporation. 2.4. Bidder has not direc#[y or indirectly induced or solicited any other 6idder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individ�al or entity #o refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, colfusive, or coerci�e practices in competing fior ihe Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, gi�ing, recei�ing, or soliciting of any thing of �alue likefy to influ�nce the acf[on of a public official in the foidding process. p, "fraudulent practice" means an intentianal misrepresen#ation af facts rnade (a) ta influence the bidding process to the detriment of City (b) to esta�[ish Bid prices at artificial nan-corr�pe#iti�e I�vels, or (c) to depri�e City of the bensfits of free and open competition. �. "cailusive pracfice" rneans a scheme or arrangement between two ar more Bidd�rs, wit�t orwithaut the knawledge of City, a purpase of which is to establish Bid prices at artifcial, non-compe#itive levels. d. "coercive practice" mesns harming or threatenFng to harm, direckly or indirectly, persons or their property to influence their participation in the bidding process �r affect the executian af the Contract. CITY OF FORT WORTH STAN�AR� CQNSTRUC1"fqN SPECIFICATIO�i �qCUMENTS . ICAP CONTRACT PART E(M-458A) Form Revised Macch 9, 2020 CITY PROJECT No. 107339 Addendam No. 3 6id Proposal Work600k 00 41 00 81� FORM Page 2 af 3 3. Prequafificativn The 6idder acknowledg�s that th� following work typ�s must b� perFormed only by prequalified contractors and subcontractors: a Sewer Interceptars, UrbanlRenewal, 42-inches and si'naller b. Sewer CIPP, 42-inches and smaller c. Sewer Bypass Pumping, 18-incfi�es -� 36-inches d. CGN, 42-inches and smaller e. Sanitary Sewer Ma�hvle and Strucf�are Interior Lining (Warren Environemeniaa or Chesterton) A�. 7ime of Completion A.9. The Work will be completE for Final Acceptance within �10 days after the date when tF�e the Contract Time commences to run as pro�ided in Paragraph 2.03 of the Gen�ral Gonditions. 4.2. Bidder accepts the provisions of the Agreernent as to l9quidated clamages in the e�ent af failur� to complete the Wark {andlor achievemant of Miiestones� withir� the times specified in the Agreement. �. Attached io this Bid The following documents are attached to and macfe a parE of this Bid: a. This Bid Farm, Sectian 00 41 00 b. Required Bid Bond, Sectian 00 43 13 issued by a surety meeting the requirements of Paragraph 5.D1 of the General Condit�ons. c. RropnsaE Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident gidder, 5ectiaR 04 �43 37' e. MWBE Farms [optional at time of bid) f. Prequalification Statement, 5ecfion 00 �45 12 g. Conflict of lrtterest Stafement, Sec#ion 00 35 13 *If necessary, CiQ or C[S forms ar� to be pro�ided directly to City Secretary h. Any additiaRal documents that may be required by Sec#ion 12 of the Instructions to 8idrlers C17Y OF FORT WO(2TH STAN�ARO CONSTRl1CT[ON SPECIFICATfON �OCUMENTS ICAP CONTRACT PARI' I(M-458qj Form Ravisad March 9, 2020 CITY PR4JECT E�o, i01339 Addendurt[ No. 3 9id Proposal Workboak oa 44 ao Blb FORlU1 Page 3 of 3 6. 7oial Bid Amount 6.�l, �idder will aamplele khe Wark in accordance with ihe Contract Dacuments ior the follawing bid amount. In the space provfded below, please anter the total �Id amvunt far thls proJecf, Only this figure will be read publiciy by tlie Clly at ihe bid opening, 8,2, It is understood and agreed by the �idder in slgning thls proposal thaf the lolal bid amour�i entered Ioelow is subjeat to veritiaalion ancilnr mvc�itication by rnulliplying the unit bid prlcas for each pay Item by the respective astimated quanlilles shown in lhis propnsa! anr� then kotaling all of the ext�nded amounts. 6.3, 7vlal Bid $Q,00 i 7. Bfd 5ubmittal This Bid is sUbmilied onl �+Fir!!t C?�iy, Yc:a� Respectfuily submiitad, , By:_ _ (5ignature} � _ fri��il��ll :.. i.. � , (Printed Ndme) :��y the enlity name� below. � Tltle:�''ii'l�� I I�:r� � �'- � _ Company:�C;+���p�i1 l��r��n H�r� � Corparate SeaL• �. . ._ _ . � � {�, . , ,��. Address:�l'u�i�l�o��:llr.+re '�'� -l�o� ���`� � ��i1�1rCAU IiM�`O �f S�r�� �; f�'+�,�� �lf�..4� 'T�� r�.�RR}'� .�il�I�i� i'.I}� l:i�l�l4 I�lY11C1 �{SO�� � Siate of Incorporaqan: �+�I+�ta�N�+�+� `T��(��r� j Emall:;v�iur i: rrEalil AddYeF�s I�Ao,� J�'I y k;� �t�,J+�,u'_4*1�k1 �j� f,;�,�;: ,; .r, _.., Phor►e: �, ��i�i f'h�xri�a I�fli�ni�eF I•I+rr+, �}�`� .��}� G�-�'�� 611fD OF SECTION cirY o� �o�tr woRT� STANpAR� CONSTRUG7iON SPECIF[GATfON �OGUNiENTS IRAF' OONTRACT PART I(M•A5pA} Form Revlsa�l hrfarcll fl, 202D CITY PROJECT No, 10933J Addendwn No. 3 Bld Praposal Warkhook uuaz �a ItF[I 171[Mk'llShl. PJdu I o1'2 s�c��oN ao az as PROPOSALFORM i��lli PF�IC� �Ib ��dder's Applica#ion Projccl Ilcm inl'ormnlian �iJdcrs I'raposa! Ilcin Nn. Ifidlist llmn t�o. oascriplion 5pcai[Icnl�on Unil uf ��� llnil Priw l3id Ynlua Seclion No. ivteasurc annlil Sewer {m rovema�ta _ _ I 3331,21 l2 30" GIP� 33 3I l2 LI� 70b�1 - � � AI lemalive A- 3Q" nitP Scwor Pipc (Clnss Si�f-72) [3y t 2i�* 3331.�1�101 � ���� ��il Inalitdiu � E3uiUedmenl mid Accc 1flUle Iinckfill 33 3 E 13 l.f 19�td S - 2k�4 3331.4�101 �Ifand�live D- 30" C'VC Snwcr Pipo (PG79 I 15P5) [iy �a 31 20 [.f 19�14 5 O ien Cul hic{udiu � EinBedmcut ni�d Accc Ifl6te dnckfill _ �Holc: Ciid�ler slinll salecl only o�ie pipe mflEarinl oplion for Ihe iteras listed ns 2n n�t�l2b. � 333 L42D6 «�� �'V� 5ewer Pipc (3DR-2G), fncluding Emi�edment ���d 33 3I 20 L� 10 � a - Aece �Inble Dnetcfill 4 �33 L�I1 l5 g�� �'VC Sewer Pipe (SDR-�G), �nch�ding L�tn6edment awd 33 31 20 L� �EO `- $ - - Acce �i��le Bncktill S 33'31.0 l! 3 �0" Ii�PFs Sewcr f'ipe, noiut Re�rnir, Euoluding 33 3 f 22 LF' lup � Hml�edmenl nnd Acce }Inbla 13noklill 33 31 23 6 333 L430�4 �0" PVC 5e�ver Porce Mnin (DR-25), Includin� 33 I l 12 LR IU S 8i3iUedniei�l nnd Acce i1�Ule Dnckqll �� 7 3339.110 [ S' Dinmeler Mnnliol� � 33 39 lq �A e "' � 33 39 24 _ . 8 3739,! 103 5 dinmeterCxlra De �Ih ivinnkioie �� 39 t� VF 59 - $ - � � 33 39 2tl + . . 9 3305,0 [ i� M�ulmEe AdJuslntenl, Mnjor ti�d Caver 33 GS I�I G�A I - � S- —�- _ � : IO 3301,4001 pre-CC7'V Inspectio�i 33 01 3l LT 30G�f - � 5 -� I 1 3301,OQ02 Post•CCTV [ns�eclia�� 33 Ol 31 Lr SOGB �' �- - -� 12 33D5,0112 Canerele Collnr 33 OS 17 GA l0 -� S - 13 3339.0001 Hnoxy NEnnholc iincr- New Mnnholes, All I]iameter Sizes 33 39 GO Vf' l lG Y S -- Wnrren Bn irnumentnllC]testerton l4 3303.fl00f �ypnssPimtping 330310 L5 l -- , � f 5 3305.0109 1'reirclt Snfcty 33 b5 10 L�+ 200�1 ~ S - - IG 3305A1Q3 L�x�lo-rnlaryExc�valianafExislingUlililics 33053D 8A [I - t S -- I7 3345A E 13 •rr����i� wn�a� s�a�5 33 05 l5 CA 3� ' ' � -- - ES 3301.OIOE Manholc Vncuwn'I'esli�ig 33 01 30 �A I E � � 5 - �— 19 0241,2202 Remave 5` Diarneler So�vcr Mnnhnte 02 A 1 Id EA 5 ,-- S �- 20 3201.UG lri Conc Pvmt Repnir, Rcsidcutini 32 0129 SY so � 5 --- 21 3213A301 Conc Sido�v�lk {Remove nnd liepince} 32 i3 20 5C 2�l3 S - 22 3291.OiDQ �}"'Copsoil 329V l9 CY il0 � - 23 3292.01 DO Qlack Sod Plncemc�tl 32 92 k3 SY r22x S � 2d 3705,0! lU Ulility MF�rkcrs 33 QS 2G LS l S - 25 7471.Ob0] 'CrnnicConlrol 3471 !3 �v10 7 - S - 2G 3471.0�02 ParinUlc Messnge Slgn 3�171 13 WK i S 5 27 3I25,OlDl SWPPP ? 1 ncre 31 25 UO L5 I S - j 28 UIT1.0102 As-I3uiltlted Li�ieSu[vey UI 71 23 LS I S - Ci1'Y 4H� YUIIS' IYflfp7li til'ANUNIU l'[S:1R�I7UCTk1M SPLiClPtCATI1IN kkl4llb11iNT:� lCN� CI1Nf I�ACT I'AI07 I Ifit-13Nh/ Fmn� Itmiad ZUI tultn CIfY 17i�]JECI Nn. 1�I33� hddcnJum No ! Ilid Itiop�s�l W��rhlUnk W d2 d7 111U pHUIK1Shl. 1'uNe 2 of 2 s�C7lON 00 A2 R3 PFiOPOSRI. F�iiM crrtr ur Fc�Kr u�cna3u 7i1'AiAllAltU�CISNB111l1CfEUNsP1iCIPICATIUNII(761iAlIINfti ICAPCONIIiACT PAEiT I��[-ISflA1 Fnmi lhti4d 2n11u1 t0 CLiY YitUJ1iC7' N�G IlllSd9 M1�6lrnelum Nn. 111id Pn�{vsal Wm�Aia�A i�NfT' �'RIC� �i� Bidder's Application Bond No,; CMGB00011653 00 43 13 BID BOIVb Paga 1 0[2 sEcr�oN ao a� �s BID SOND KNOW ALL BY 7H�SE PR�SEN78; That we, WiIl�n iTnrlPr�r�►��nri; T r� ,�tnown as "Biddar" herein and ' Ar�n :;1�,� �ns��rKitc� �'r��; ���,� a corporate surety dufy authorized to do business in the 5tate of iexas, icnown as "5urety" heretn, are held and firmfy bound unto iha City of Fori Worth, a municipal corporation areated pursuant to the laws of Texas, known as "Cily" herein, In the penal sum of five perc�nt (5%j of Bidder's maximum bid price, In lawful money of the United States, to be pald in Fort Worth, Tarrant Counly,' s as far the payment af which sum well and truly to be made, we bind ourselves, our helrs, executors, administratars, successvrs and assigns, jointly and severally, firmly by these p.resents. WHEREAS, the Principal has su6mitted a bid or proposal io pe�form Work for the following projec# designated as ICAP CONTRACi PART f(M-458A) I�OW, THER�FORE, ihe condition of this obligation is suoh lhat if the Cily shal! award the Contract for the foregofng proJeci to the Principai, and the Principal shall salisfy all requirements and canditions required for the execution of the Con#ract and shall enter into the Confract in writing with fhe City in acaardance with the terms af such sarr�e, then this obli�ation shall be and become null and �aid. If, howe�er, fhe Principal fails to exeoute such Gontract in accordanee wii� the terms o6 same or faifs to satisfy all requiremenfs and conditions required for the execution of fhe Confraot, this bond shail become the property of the City, without recourse of #he Principal and/or 5urely, not to exceed the panalty hereof, and shall ba used to compe.nsate Ci#y #or the difference between Prinaipai`s total bid amourrt and the nexi selected bicider's #otal bid amount. PROVlD�p FUR7H�R, that if any legal action he filed on this Bond, venue shall fle in Tarrant County, Texas or the United 5tates Disiriat Court for Ehe Northarn District of Texas, Fort Wor�h Division. IN WiTN�SS WH�REO�, Ehe Principal and the Sursty have 51GNED and SEALED this tnstrument by duiy authorized agents and oiiicers on fhis the X( f]� day of At� ust , 2021, ATTES7: _ i Witness s t Pri ipal ClTY OF F(]RT WOFtTH STAN�Aitl] CONSTRUC710N SPECtFICATI�N nbCUMEN75 Form Revlsed 24171909 PRINClPAL: �Villco Underground, LLC eY: - c�nature � � Name and Tf#le ICqP CONTRAC7 PAit7 I (M-45&4j CITY PROJECT No. i01333 404313 BID BONQ Page 2 of 2 Address: ' , . __ - SURETY: Ar on�«t Insu ce Corn an BY: ` - ' 5i�. ature Ste hauie Ho e Shear, Atforne -in-ract 1Vame and Title ' AcEdrass: Ax�onA�t I�tsurance Comps�ny � y �� c/o CMGIA, �0335 Ventura $lvd . Ste �t�G ' � — �� W4bdland Hi�IS CA 91364 _� � •�� f Witness as to Surety 7elaphone Number: �$66}363-2642 AttacF� Power of Attorney (Surety) for Attorney-in-Fact *Note: if signed by an officer of the Surery Company, there must be on file a certiNe� exEract from ihe by laws showing that this person has authority to sign suoh obligatfon, !f Sureiy's phys(cal adclress is different from its rr�ailing address, bofh must be provided. 7he daEe of the bond shall not be prior to tha date the Contract is awarded. END DF SECTTON C]TY OF F'OR7 WQRTH STANOAF2[J CONSTRUCTlON SP�CIFICA7ION DOCUM�NTS ICAP CONTRACT PART I(M-456A) Form Revlsed 20171109 CITY PR4J�CT Nv, 101338 Sond No.: CMGB4001i6�3 Argonaut Insurance Company De�iveries 4nly: 2�5 W. Washin�Eon, 24th F�oor Chica�o, IL 60606 United �tates Pos�al Service: P.O. Box �6901], San Anfon�o, T'X 7�246 P��VEIER OF AT'�'ORI�TEY I{NOW t#LI. MEAT BY TE�SL PiiESENTS: That the Argonaut Insurance Campany, a Corporation duly organized and existing under 6tie Iaws of the 5tate of Illinois and having its principal o#�ice in the Counry of Caok, Illinois does hereby naminate, constitute and appoint; Gabriel a ad hilo T, a osino 5 e hanie S ar Eizabeth Santos Stace Garcia ith bionis a Their true and lawFul agant(s) and atto.rney{s}-in-fact, each in their separate capacity if mare than ane is named d,�nvA, tu �ist:ke, execut�, iPa! an;i deliver for and on its hei�alf as surety, and as its act and dead any and all bonds, contracts, agreements of indemnity and �tj�r.�ndertakings itt suretyship provided, however, that the panal sum of any one such instrument executed.hereunder shall not exceed tl�e sum of: $15.00O.a0Q.00 This Power of Attorney is granted and is signed and sealed under and hy the authori .ry of the fol��wing•$�soiutinn adopted by tlte Board of Directors af Argonaut Cnsurance Company: "IiESOLVED, That tha President, Senior Vice Aresident, Vice President, Assistant Vice �estden.r; �ecreta�y,'�reasurer and each of tliem hereby is authorized fo execute powers of attorney, and such autharity can he executed by usc of facsiaiife signature, which may Ue a[iested or acknowleciged hy any otficer or ettomey, of the Company, qualifying the attomey or attorneys named � the Viven.power of attorney, tn exenute in behalf oF, and acknawledge as ihe act and deed oFthe Argonaut Ins�irance Company, all hond undertafeings �tid tartracts uf suretyship, and tp afFix !�e carporate seal thereto." IN WITNESS WI�REOF, Argonaut insurance Company has caused its oi�'.�cjaLscal ¢,S �e hereunta alfixed and these presents to be signed hy its du�y authorized offcer on the Ist daY o#'June, 202I. Ar�eonaut Insurance Camnanv STA'i`E nF T��{AS CO[lI�lTY QF HARR18 5S: �..�"�U:ri�"� ;, . J,t� � � �, , � ?SEAL �� = s d�:, �sas : z�=,� by' '•��LiNo�a,,�� �•� '� ��f,"Ilr.m*„uy+` `,. ` _, .. � - , - . 7nshua C, Betz � Senior Vice President On this lst day of June, 2�21 A.D., h�qro tne, a 1Voiary P�blic of the State of Texas, in and for the Counly of Harris, duly conmiissioned and qualified, cama THE ABO'VE OF'�IC�R Ou 7'F� CUTviPAN'Y, to me personally known to be the indi�idual and officer desaribed in, and wha executed the preceding instrument, and he acknowledged tly� ;xecut9on ofsame, and heing by me du3y swom, depnsed and said that he is tl�e pf�oer of ll�e said Company aforesaid, and that the seal affixed +-i �he �receding instrument is the Corporate 5eal of said Company, and the said Carporate Sea1 and his signature as ofF'icer were duly affixed and subscril��d to t�e said i�shument by the authority and direction of the said corporafioi�, and that Resalution adopted by tha Baard of birec#ors of said-�otnnany, i^efrn•PJ ta in fhe preceding inskrument is naw in faxce. II� TBST�O;;�! T�OF, I ha�e hereunto set my hand, and affixed my Offinia) 5eal at tMe County of Harris, the day and year first a6ove written. KA7HLEEM1! M MEEKS 'i�-��� �,� ��J N�TARY PUBLIC • • STATE QF T�XAS "k'�aF}.*a MY GOMfvI. �Xp 07/i5/PS Narp.Pry ir� 55ysa2-e (Notary Public) I, the undersigned Officer nf the Arganaut lnsuranee Company, II19nois Corporation, do hera�y certify that t�e ori�inal POW�IZ OT A7"I'OItI�EX of which the foregoing is a full, true and aorrect Copy is stifl in fitll fprce and effect and h�s not been revoked iN WTTNE55 WIILREOF, i have hereunto set my hAnd, and affixed the Seal of said Company, on the �6t�f day aP l�li�ll8i ,��21 . ,��4���ir������ .�•' ��u!�,y '�� c � � "v°R� �,F° ' _ _ � cP �`"� . O � '� _�.i �' `_ °�SEAL:g: � �. -� , L :. _� � : a�s ,�aa �,,� ''• :��:NdS�':• �,: Jan�es Sluzaed � Vicc President-Siiraty �'��r�en� � �� �"� IF XOU HA'VL� QUE5TIONS ON AUTFIENTICITY OC' THiS DOCUM�I�T CALL (833) 820 - 4I39. �e���e��re �66��u�r�o�� �a�K�ows���on���r civi� co�� § ��ss . r� . - ` — -- � r� � . . . � �. _ _ _ . _ _. - . . _ _ -� . . A notary public or afher officer completing th[s certificate veriiles only the Identity af the individual who signed ihe dacument to which this �ertiflaate is attached, and nat the truthfulness, accuracy, or valldl#y of that document, 5tate o# Califarnia County af Los Angeles � On ��� �' ����� befare me, `ucas Patterson, Nntary Public Date Here Insert Name and Title of the Officer personally appeared __ 5tephanie Hope Shear Name{s) af Srgner(sj -- - , who proved to me on the basis of satlsfactory evidence to be the person(ej whase name(sJ is/are subsoribed to the within instrument and acknowledged tn me ti�a# he/she/they executed the same in his/her/thelr authorized capacity(ies), and that by his/her/their signature(sj on the instrument ti�e person(s), or the entity upan behalf nf which the person(s) acfed, executed the instrumsn#, � _. . . ...,.�..: �� .,,._�,...� .;..,:�„�.� ,:, �,lscts;�,,� r��.�is�K r,''''",�`y,1 PlRt.�ry Publ[c • Call4omfa .+, ��_``'� . I.a;1�i{�nk��sl'iunty S y `- I�. Gna�imisstan S 23�1.7.fi�1 . y Li '' M1;/ Ccmre�, tit�Ire5l�tiir f4, 2025 Q i �.•`y��v;��s:,�w� •<rw��.. 3 Place Notary Seal Abave I certify under PENALTY OF PER,lURY under the laws of the State of California that the fnregoing paragraph is true and aorrect. WlTNESS my hand and official sea�; � 1. ,, Sfgna#ure y _ —ri - - - r Srgnature of Nofary Public - 0��f91VAL Though thrs sectlon Is optional, completing fhis informafion ean deter alteratlon of the fraudulent reaftachment af fhls forrrr fo an uninfended documenf. �escription of Attached �ocument Tltle or Type af �ncument: Docum Number of Pages: _______ Signer(s) Other 7han Named Aba� Ca�aciiy(ies) Claimed hy Signer(sj Signer's Name: ❑ Corpnrat� Officer -� Title(s): ❑ Partner — ❑ L.imlted ❑ Qeneral ❑ lndivldual ❑ Attorne ' act ❑ Truste� ❑ G an or Conservator ❑ Other: Signer is esenting: �ignar's Narne: ❑ Corporate Offlcer — Title(s): ❑ Partner � � L.imited ❑ General ❑ Indlvidual ❑ Attorney fn Fact ❑ 7rustee ❑ Quardian or Conservator ❑ Other: Signer !s Representing; 02014 �lationa) Natary Associatl�n • www.Natfonalf�otary.org • 1-8p�-US NOTARY (1-800�876-5827) Item #59�7 DO 43 37 VENDpR GQMPLIANCE TO STATE LAW Page 1 af 1 S�CTIO[V 00 43 3i VENDOR COMPLIANCE TO STATE LAW NON R�SIDENT BIDpER Texas Go�ernm�nt Code Chapker 2252 was adopted for the award of contracts to nor�resident bidders. This law pro�ides that, in arder #o be awarded a cantract as !ow bicider, nonresident bidders (out-af-state contractors whose corporate affices or principal place of business are outside the State of Texas) bid projects for construction, impro�ements, supplies or ser�ices in Yexas at an amount lower than the lawest Texas resident biddsr by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obkain a comparab�e contract in the State which the nanr�sidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nanresident bidders in orcEer for yaur bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must chee{c the box in Section B. A. Nonresident bidders ir� the State of `3?ait� �+a:�t �:� t�l=;����: , our principal place of business, are required to be °�: � I•_���• 4ercent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of w�t��te Hare or ��:t� i�{ ,�ur principal place of business, are not r�quirsd to underbid resident bicEders. B. The principal place of business of our company or our parent company or majority awner is in the State of Texas.,�'' gi�n��: Company Name Here �fit���, t��z�,��., Address Here Addrsss Here or Space City, State Zip Code Here 'Q.v • "�X 1� M�SP'�t�--� � �^r� By: Printed I�ame Here �� . � - _�-�-�-- � , (Signature) Title: Title Here #�,� �']��.� Date; / j l� f �( ENn OF S�C.riON CI7Y OF FORT WORTM STAN�AR� CONSTRUCTIqN SPEGIFICATiQN DQGUMENTS Form Revised 20110627 ICAP CONTRACT PART 1 (M-458A} CITY PROJECT No. 101339 OD 4S 1 l- 1 BII�D�RS PRE.QUALIrICAT10NS Pagc 1 of 3 SECTION 00 4� 11 BIDDERS PREQUALIFICATIQNS 1. Suanmary. All cantractors are required to be prequalifed by the City prior ta submitting bids. To be eligible to bid the contraetor must submit Section OQ �l5 12, Prequalif cation Statement for the work type(s) l.isted with their Bid. Any contractor or subcontractor who is not preyualified far the work type(s) listed must submit Seetion 00 4S i3, Bidder Prequali�cation Applicatian in accardance with the requirements belvw. The prequalification pr�cess will establish a bid limit hased on a teehnical evaluation and ftnancial anaIysis of the contractor. The information must be submitted seven (7} days prior to the date of the opening of bids. For exatnple, a contractor wishing to subtnit bids on projects to be opened on the 7th of April must file the inforn�ation by the 31 st day of March in order to b.id on these projects. In order to expedite and facilitate the approval of a Bidder's Preyualiiication Application, the folSawing must accompany the submissian. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) �ncome Statement (3} Statement of Cash Flows {4) Stat�ment of Retained Earnings {S} Nates to the Financial Statements, if any b. A certified cnpy of the firm's organizational dacuments (Corporate Charter, Articl�s oFIncorporation, Articles of Organization, Certificate of Forrrtatian, LLC Regulations, Certificate oiLimited Partnership Agreement). c. A completed Bidder Frequalification Application. (1) The firtn's Texas Taxpayer ldentitication Numher as issued by the Te�s Comptroller of Public Accounts. To obfiain a Texas Taxpayer ldentificatior� number visit the Texas Comptroller of Public Accounts online at the foilowing web address www.window.state.tac.us/t��ertnitl and fill ouf the application to apply for your Texas tax ID. (2) The f rm's e-mail address and faac number. (3} The firm's DiJNS number as issued lry Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects, The DLJNS number may be abtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles o�'the �irm for �irms submitting their initial prEquali�cation. These resumes should include the size and scope af the work performed. e. �tl�er information �s requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (�) The City requires that the original Financial Statennent ar a certi�ied copy be suhmitted for consideration. CITY OF FORT WOR`�H ICAP CONTRACT PART T(M-458A) 3TANDARD CONSTRUCTION SP�CIFiCl1TION DQCIIMEN`I'S CITY PRO]�CT Tfo. l D 1339 Revised 7uly l, 2011 OQ 45 11 - 2 E3IUUER5 PRE(�iJALIFICAT[QN5 Page 2 of 3 (2) To be satisfactary, the financial statements must be auditad or r�viewed by an independent, certified public accounting firrn registered and in gaod standing in any state. Cutrent Texas statues also require that accounting firms �erforming audits or reviews on business entities within the Staie of Texas be properly licensed or registered with the Texas State Board oiPublic Accountancy. (3} The accounting firm shouId state in the audit report ar r��iew whether the contractar is an individual, corporation, or limited tiability eompany. (4} Finaneial Statements must be presented in U.S. dolIars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certi�ed publie accountant as independent vvha is not, in fact, independent. (6) The accountant's opinion on the �nancial stat�ments of the contracting company shnuld state that the audit or review has been conducted in accordance with auditing standards gen�rally accepted in the United States of America. This must be stated ir� the accounting �im's opinian. It should: (1) �xpress an unqualified opinion, or (2} express a qualifi.ed opininn on the statements taken as a whole. (7) The City reserves the cight to require a new statement at any time, (8) The financial statement must ba prepared as af the last day of any month, not mare than one �+ear nid and must be on file witn tha City 1b months thereafter, in accordance �vith �aragraph 1, (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capaciiy is d�termined by multiplying the positive net working capital (working capital= current assets — current liabilities) by a factar of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (1�) In the case that a bidding date falls within the time a ncw fnancial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequali�ccrtiora Application. A Bidder Frequalification Application must be submitted along with audited or reviewed flnancial statements by firtns wishing ta be eligible to bid on a11 elasses of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to repart, ihe notation oi "None" or "NIA" should be inserted. {2) A minimum of fve (5) references of related wnrk must be provided. {3) Submission of an equipment schedule which indicates equipment ttnd�r the control of the Contractor and which is reiated to the t�pe of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer., rnodel and general common description of �ach piece af equipment. Abbreviations or zxzeans of d�scribing equiprnent other than provided abo�e will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a con#ractor's prequalification. b. The City nnay reject, suspend, or modify any prequalification for failure by th� contractor to demonstrate acceptable financial abiliTy or perfarmance. c. The City will issue a letter as to the status of the preyualification approval. C]TY OF POR"I' WORTFi {CAP CON'I'RACT PAR� I(M-458A) STAIVDARD CON57'RUC'I'IQN SPECIFICATION pOCiJMENTS CITY PROJECT AIo. l O 1334 Revisad 7uEy l, 20L1 004511-3 BI��ERS PREQUALIFICATIONS Yage 3 oF3 d, If a contraaior has a valid prequaliftcation letter, the cantractor will be el�gible to bid the prequalified woz�k types until the expiratian date stated in the letter. END OF SECTION CITY OP I'OR'T WDRTH ICAP COI�TRACT FART 1(M-458A) S'1'ANDAI2D CONSIRUC'E'IQN SPEC[r[CATIO�I DOCiJN3EiVTS CITY PROJECT No. i 41339 Revised Juiy 1, 2011 ���� �� ��� Date of Balance Sheet SECTION 00 �� 13 BIDDER PREQUALIFI.GATION APPLICAT`ION Name under which you wish to c�ualif� Post Office Box City Mark only one: Indi�idual Limitecl Partnership General Partnership Corporation Limited Liabiiity Campany State Zip Cade Street Address (required) City State Zip Code ( —� � ) Telephone Fa� Emai1 T�x�s Ta�cpayer ldentificatian No. Federal Employers Identifcation No. DLINS No. {if applicable) MAIL THIS QUEST�4NAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY QF FORT WORTH TEXAS 2Q0 TEXAS STREET FQRT WORTH, TE�AS 76 1 02-63 1 1 AND MARK THE EN V ELOPE: "BIDDER PREQUALIFICATION APFLTCATION" oo4s�z s�n �o►�M Page 1 af 1 s�c�rior� oo a� �z PR�QUAI.IF'ICA710N STATEMENT �ach Bidder for a Clty procurement is required to complete the fnfoEmation below by ideniifying ihe prequslifiad contractors andlnr subcontractors whom ihey Intend #o utllize for tha maJor work type(s) f�sted. Major Warl<Type Contrac#orl5ubco�trackor Company Name Prequaiification Expira#lon Date Sawer lnterceptors, �,� 1�L � � r•� ���'�����.r`�`��� :� l.fo �o��� UrbanlRenewal, 42-inches a�d � �•+��4±,��a,��� � �.��,��. � ;����_� •�t . ,F �r.�.. f �:;' i i� ��. �� , .. smaller Sewer CIPP, 42-inches and ����� � � � t.) � �, �-�`1 �� '���5 a��,� smaller . �;���� , . �, �, . , , � , . � i � ,� . � . . , .,. SewerBypassPumping, 18- ���� �� ��� ���r ��`��`-� inches — 36-inches � `��' � �� ' . � � � � .� , ' . � — — _��� �.�-- � ��� ��_ CCTV, �42-inches and smaller t�;s �,��s�„�,�� P�. ,� �ti. i �� �� ." �, �,�,. �. � r.al;_� i ��:r� o, .,i ,� Sanitary Sewer Man�ole an� •�� �:� �„�����,� Struciure interior l.ining �;;,�.+�};y.,;+ t� ��;�,- � {;;"• .�� �;;,�c,� ��:rl�: � [��,�- ��,r �,t,�: (Warren Envirdnem�ntal or Chesterton) � The undersigned hereby certifles that the confractars andlor subco�tractors d�scribed in fhe ta�ie above are currently prequalified for the worlt #ypes Ilsted, SIbD�R; � �I _ _ �l.i J By, F'rinfed Name Her� — Company iVame Here Address Here � � Address Here or Space City, State Zip Cn�e Here bate: - �Na OF 5�C'1'ION . � . - ~- - - . � � (Signature) TEtle: Titie Here •�-"�`" � CITY QF FORT WORTH STANDAiiE] CONST#iUCTION SPECfFICATI(]N DOCUM�NTS ICi4P CONTRACT PART I{iVi-46i1A) Form Revised 20120i2o CI7Y PROJEC7 No. 101330 Addendum No. 3 B[d Proposal Worlchoolc fl0 45 l3 BIIIDEA PRSQUAL.IFICATION APPLICATION i'age 2 af S BUSINESS CLASSIFICAT�ON The following should he completed in order that we may progerly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank i� Block 1 and/or Blaek 2 is checked) � Eias fewer tl�an 100 empIoyees and/or � EIas less than $6,OOU,000.00 in annual gross receipts OR � Does not meet the criteria for being designated a sma11 business as provided in Section 20Q6.001 of the Texas Gavernment Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WOR� CATEGORIES Water Department A�gur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater TunneIing — 36-Inches — 60 —inchas, and 35q LF or less Tunneling - 36-Inehes — 60 —inches, and greater than 350 LF Tunneling -- 66" and greater, 350 LF and greater Tunneling — 66" and greater, 3 S 0 LF or Less Cathodic Pratection Wa�er Distribution, Developrnent, S-inch diameter and smaller Water Distribution, Urban and Renewal, 8-i�ch diameter and smaller Water Distribution, De�elopment, 12-inc� diameter and smaller Water Distribution, Urban and Renewal, j2-inch diameter and sznaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, DeveIopment, 42-inches and smaller VVater Transmission, UrbanlRenewal, 42-inches and smallcr Wat�r Transmissian, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pu�nping, 18-inches and smaller Ser�er Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping �12-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches ansi smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller C[TY OP FORT WORTI-1 ICAP COI�TRAC'I' PART I(M-h58A) S7'ANDARD CONSTRUCTiQN SPECfF[CATION DOCUM�NTS CITY PR07ECT IVa. 1p1339 Revised March 9, 2Q2U UO 45 13 B1bbER PR�QI�ALIFICATION APPLICATION Page 3 af 8 MAJOR WOR� CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller 5ewer CIPP, 24-inches and smaller �ewer CIFP, 42-inches and smaller Sewer CIPP, All Sizes 5ewer Collection System, Development, S-inches and smaller Sewer Collecti�n Systetn, Urban/Renewal, 8-inches and smaller Sewer Collection System, Dev�lopment, 12-inches and smaller 5ewer CoIlectian System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Develapmant, Z4-inches and srnaller Sewer Interceptors, LTrbanlRenewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptars, Urban/Renewal, 42-inches and smatler Sewer interceptors, Development, 48-inches and smaller Sewer Interce�tors, LTrbanlRenewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewex Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Ser�ver Cleaning , 42-inches and smaller Sewer Cleaning , AlI Sizes Sewer Cleaning, $-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewar Siphons 2�!-inches or less Sewer Siphans 42-inches or less Sewer Siphons AIi Sizes Transportation Public Works Asphalt Paving Construction/Reconsiruc#ion (LESS THAN 15,000 sc�uare yards) Asphalt Paving Gonstructian/Reconstruction (15,OQ0 square yards and GREATER) Asphalt Paving Heavy Maintenance (LJNDER. $1,000,040) Asphalt Paving Heavy Maintenance {$1,000,000 and OVER) Concrete Paving Construction/Reeonstruction (LESS THAN 15,000 squars yards} Concrete Paving Constructian/Reconstruct�on (15,OQ0 square yards and GREATER) Roadway and Pedastrian Lighting CITY OF FORT WORTH ICAP CONTRACT PART I(M-458A) STAiVDAItD CaNSTRUCTION SPECIFICATION I70CUMENTS CITY PROJGCT No. 101339 Revised March 9., 20�0 OU 45 13 BIDDER PREQUAL1FiCATiON APPLICATION Page 4 of S List equipment you da not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWN�R 2. How many years has yaur organization been in business as a general contractor under your present name? List previaus business names: 3. How many years of experience in construction work has your organization had: {a) As a General Contractor: (b) As a Sub-Contractor: 4. * What prQjects has your organization campletad in Texas and elsewhere? CLASS LOCATIQN NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS �F OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If reyualifying only show wark performed sinee last statement. 5. Have you �ver failed to complete any work awarded to you?_ [f so, where and why? 6.Has any off'ieer or owner oFyour organization ever been an aff'icer of another organization that failed ta complete a contract? If so, state the narne of fihe individual, other organizatian and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/har natn�? If so, state the name of the individual, name of owner and reasan. CITY OF FORT WORTH ICAP CONTIZACT PART I(M-458A) STANDARD CQNSi'RUCTION SPECIPICA'1'ION DOCUMEi�iTS CITY PRO.TECT No. 101339 Revised Niarch 9, 2020 OQ �5 13 BIDDER PREQUALIFICATIQN APPLTCATION Aage 5 of 8 8. In what other lines of business are you fnancially interested?, 9. Have ya� ever performed any work for the City? If s�o, when and to whom do yoU refer? 1D. State natnes and d�tailed add.resses of all producers from whom �ou haue purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAIL�D ADDRESS 1 l. Give the names of atty affiliates or relatives currently debarred by the City. Indicate your relationship to this person or �rm. 12. What is the construction experience ofthe principal individuals in your arganizatian? PRESENT MAGNITUDE POSITIQN OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, offcer, director, or stock�older of your firm is an er►lployee of il�e City, or shares tha same household with a City emplayee, �lease list the name of the City ernployee and the relationship. In addition, list any City employee who is the spouse, child, or parent af an owner, officer, stockhoIder, or director who does not live in the same househo�d but who receives care and assistance from that person as a direct result of a docurz�ented medical conditian. This includes foster children or thase related by adoption or marriage. CITY OF FORT WQRTI-1 ICAY CONTRACT PART I(lV�-458A) STAI�DARb CONS`l'RLiCTION SPECIFICATION DOClIMENTS C[TY PRDIECT No, 1U1339 Revisad March 9, 202Q ao as t� BIDDER PREQUALIFiCATION APPLICATiON Page 6 of 8 CORPORAT�ON SLOCK PARTNER�AIP BLOC� If a corporation: IF a partnership: Date oi Incorporation Stata oF Organization Charter/File No. Date of organizaiion President Is partnershi�a generai, limited, or registered ]ixt�ited liability partnership`? Vice Presidents Fi3e Na. (if Limited Partnership) General Partners/OfFicers 5ecretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign far Partnershi}� Officers or Managers {with titles, if any) Exeept for limited partners, the individu�ls listed in the blocks above are presumep to nave ruli signature authority for your firm unless otherwise advised. Should you wish to grant signatutre authnrity for additia�al individuals, please attach a certified copy of the enrporate resolutioo, cor�arate minut�s, partnership agree�nent, power of �ttorney vr other legai doc�mentation which grants this authority. CITY OP FORT WORTH ICAF CONTRACT PART I{M-tL58AJ STaNDt�RD CONS'1'Rl3CTION SPECICICATION DQCUMEN"1'S CITY PRO7ECT No, 101339 Revised March 4, 2D20 C}0 45 13 BIDDER PREC�UALIPICATION APPLfCAT10N Yage 7 of $ 14. Equipment TOTAL BRLANCESHEET ITEM QUANTiTY ITEM DESCRIPTION VALUE I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 i6 17 l8 19 24 2I 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipmant may be lumped together. ir yaur t�rrn nas more tnan .su rypes or equipment, you may show these 30 types and show the rerriainder as "various". The City, by allowing you to show only 30 types of equiptnent, reserves the rig�t to request a complste, detailed list af all yaur equipment. The eyuipment jist is a representation of equipment under the controi of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, tnodel, and general comtnan descriptian of eanh. CITY QF FOR'1' WORTH ICAP CONTRACT PART I{M-458A) 5TANDARD CONSTRUCTION SFECIFICnTIDI�! bOCUiu[ENTS CITY FROJLCT Nv. lU 1339 Revised March 9, 2Q20 00 45 13 B[��ER PREQUALIPICATIOA! APPLiC11TiON Page S of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned 4�arehy declares that the foregoing is a true statement af the financial con:dition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to wh�m it is submitted to award the suhmi�ter a contract; and that the accountant who prepared the balanee sl�eet accompanying this repot�i as well as any depasitory, vendor or any other agency herein nam�d is hereby authorizad to supply each party with any information, while this statement is in farce, necessary to verify said stater�ent. , being duly sworn, deposes and says that helshe is the of , the entity described in and which executed the foregoing staiement that helshe is famiIiar with the baoks of the said entity showing its financial condition; that the faregoing financial statement taken from the boaks of the said entity as of the date thereof and that the answers to the questi�ns �f tne foregoing Bidder Prequalification Ap�lication are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to hefore me this day of , Notary Public Notawy Public must not be an officer, director, or stockt�older vr relative thereof. CI"['Y OI' k�ORT WORTH ICAP CONTRACT PART I{M-458A) STANDARD C�NSTRUCTION SPEC[FICATION I]OCUi+/[�NTS CITY PROJEGT No, lq 1339 Revised Niarch 9, 202Q OU 45 26 - l CONTRACTOR COMPLIAE�ICE W1TH WqRKE[t'S COMf'HNSATTb1V LAW Psgc i of i 1 2 3 4 5 6 7 8 9 10 1� �.2 13 14 15 16 17 1$ 19 2� 21 zz 23 24 25 26 27 zs 29 30 31. 32 33 34 �S 36 37 38 �ECTION 00 45 26 CQNTRACTOR COMPL�ANCE WITH WORKER'S COMPENSATION LAV�I Pursuan� ta Texas Labor Coda Section 406.096(a), as amended, Contractor certi#'tes that it provides work�r's cornpensatian insurar�ce covera�e for all of its amployees emplayed on City Project Na. 101339. Contractor further certifies thai, pursuani tn Texas L�dbor Code, SectiQn 406.096(b), as acnended, it will pravide to City its subcontractor's certificates ofcompliar�ce with worker's compensation co�erage. CONTRACTOR: . _ ._ _ - , Company BY� � �. .� � ' (Please Print) _ ._ _ s Sigqatura: .. _ � - - - —� , _ Address , _ _ � - _ - TiCle: _ i _ _ � City/StatelZip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT § � BEFORE M�„ the undea•signed auti�nrity, nn this day personally appea�ed ___ � known to me to be the person whose name is subsc��ibed to th� foregoing instrutnent, a�►d acknow�edged to me fhat halshe executad the same as the act and deed of � � ' for the puiposes and consideration therein expressed and in the capacity therein sfated. GIVEN UNDER M'Y HAND AND SEAL OF OFFICE this day oi � , 2a ' -.-, - - — ��AY p�d ANTQNI01�1 JUSTICE _ � Natary IU Il13iZ43732 1 *t My Camm�ssian Expires �av� August 14, 2025 � � Not€�y�ublic i�fand fotytN�a StateaiTexas � END OF SECTIOIV CITY DF �ORT WQRTFI STANDARU COi�[STRlICT101+! SPECIFICAT[ON DOCUMEiVTS [�evised July l, 2011 ICAP CONTRACT PAR'[' 1 (M-458A) Cl'I'Y PRO]ECT 3Vo. 101339 D04540-1 Business Equity Ordinance Specifications I'age 1 oF2 1 2 3 4 5 6 7 8 9 1d 11 12 13 14 15 16 17 18 sECTro�v oa �� ao Business Equity Specifications APPLICATION OF POLICY If the total cinllar value of the contraet is greater than $l OQ,000, then a Business Equity goal is applicable. A Business Equity Firms refers to certi�ied Minority-, andlor Wamen-, nwned Busi�ness Enter�rises (MIWBE). POLICY STATEMENT It is the policy of the City of Fort Worth ta ensure the fult and equitable participation of Business Equity Firms when applicable, in the prncurement of all goods and services. All requirements and regulations stated in the City's current Business Equity �rdinance No.2453�4-11-2D20 apply to this bid. MBE PROJECT GOALS The City's MIWBE goal on this project is 7% of the total bid value of the contract (Base bid applies to Parks and Community S'ervices}. COMPLIANCE TO B�D SPECIFICATIONS 19 On City contracts $100,000 or mare where a Business Equity GQaI is applied, offerors are required to 2D com�ly with the intent of the City's Business Equity Ordinance by meeting or exceeding the abave stated 21 goal through one of the following meth�ds: 1. Basiness Equity subcontraeiing partieipation, or; �. 22 Cammercia� useful function services periarmed by t�►e Busxuess Equity Prime to count towards the 23 gaal, or; 3. Combination of Business Equity Prirne services and Susiness Equity subcontracfing 24 participation, or; 4. Business Equity Joint Venture participatioa, or; 5. Gaod Faith Eifort 25 documentation, or; 6. Prime Waiver dveumentation. 2fi 27 Si1BMITTAL �F RE UIRED DOCLTMENTATION 28 The Utilization Plan shall be due at the time specified in the solicitation. The applicable documants taaust 29 be received by the Purchasing Division, within the tirne allocated, in order %r the entire hid to be �0 considered responsive to the specifications. The offerer sha11 deliver the Business Equity documentation 31 in person (or email if designated within project specifications) to the appropriate empinyee of the 32 Purchasing Divisiofl and obtain a date/time receipt. Such receipt shalI be evidence that the City recei��d 33 the documentation in the time allocated. Docutnents are to be received no later thaa �:QO p.m., on �he 34 second City business day after the bid open�ng date, exclusive of the 6id opening date. 3� 36 The OfFerar must submit one of the following documentatian: CITY OF FORT WORTI-i ICAP CON'fRACT PART 1(M-�45$�) STt'1NDARD CONSTRUCTIQT� SP�CIC'ICRTfON DOClJME1VTS City Project Nn. 101339 Revised January 5, 2Q21 004549-2 I3usiness Equity nrdinance Specifications Page 2 of 2 1 z 3 � 5 6 7 8 9 10 l.l 1. Utili�xa�'ron Form, if the goal is met or exceeded, 2. Good Faith Effort �'orm and Utilization Form, inciuding supparting c�oEutnentation, if participation is l�ss than stated goal, or na Busi�ess Equity participation is accomplis3�ed, 3. Prime Contractor Waiver Form, including sup.porting documentation, if the Offerar will perform all subcontracting/supplier opportunities, A�. Joint Venture Form, if goal is met or axceeded with a Joint Venture. These forms can he found an-line at: Business Equity Utilizatian Form https:r�apus.fortworthtexas, ov�/PrajectRe�uurces/ResourcesP�6d°io20- %24M WBE/N_E. W%20Business%2QEquity%200rdinancelBusiness°/n20Equit,y°/o20Utilization°/n20Forin. �df �.2 Business Equity Prime Contractor Waiver Form 13 htt s:lla s.fortworthtexa�. o�IPro"ectRes�urce�rResourcesP/6U°ra20- 14 %20MWBE/NEW%20Business%20E ui %200rdinancelBusiness%20E ui °/a20i'rime%2flCantractor 15 °/a20Wai�e�_pdf 16 Business Equity Good Faith �ffort Form 17 l�ttps:l/apps. fo rtworthtexas.gov/ProjectResou rcesi Reso u rces P/ b0°io20- 18 %20MWB�TIEW°jo20Business%20E ui %240rdinance/Business%2QE ui %20Good%20Faith%20Ef 19 fort°/a20Form.ndt 20 Business Equity Jaint Venture Form 21 https://apps.fortw�rthtexas. o� vlProjectResources�ResourcesP/60�%20- 22 %20MWBE/NEW°i�20Busine5s°io20Ec�uity%200rdinance/Business%20Equ_itv°io20Joint°io20Venture.pdf - - 23 24 25 26 27 28 29 30 31 32 33 34 FAILURE TO COMPLY WITH THE CITY'S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE BID SEING CONSID�RED NON-RESONSIVE TO SPECIFICATIONS. FAILi1RE TO SUBMIT THE R�QUIRED BUSINESS EQUT�Y DOCUMENTATION WILL RESULT IN TH� BID BEING CONSIDEREll NON-R�SPQNSIVE, A SECOND FAILURE WILL RESLTLT IN TH� OFFEROR BEING DISQUALIF�ED F�R A PERIUD �F ONE Y�AR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATrDN P�RIOD OF THREE YEARS. Any Questions, Please Contact The Basiness Equity Divisian at (817} 392-2674, END OF SECTION C[TY OF FOR'T WORTFI STANDARD CQNSTRUCT[ON SPECIrICA'1'IqN bOCUMENTS Rer+ised January 5, 2f}21 [CAP CON'CItACT PART I (NI-458A) Cily PrajectNo. 101339 �v�r����i�a� �x��� �i��i��� cx o0 0� o� �� �O��E���AL� �XC�S� LV�►�I��� ��1/��►�� ����Il Various provisions in this policy restrict co�erage, Read the entire policy carefully ta determine rights, duties and what is and is not cavered. Throughout this policy the worc�s "you" and "your" refee to the Named Insured shown in the Declarat'rons, and any other person or arganization quslifying as a Named lnsured unde� this policy. The words "we", "us" anci "aur" refer to the company pro�iding this insurance. The word "insured'° mesns any person nr argan9zation qualifying as such under the `�contralfing underiying insurance". Other words and phrases that appear in quotatinn marks in this Coverage Part have special meanir�g. Re�er to 5ection I!'� Definitions. Other words and phrases tha# are not defn�d under tl►is Co�erage Part but defined in the "controlling undeelying insurance" will have the meaning described in the policy af �controlling underlying insurance". The insurance provided under this �a���'��p P?rt w{!! f4:�.^.::! fiis,� �^"'a"`i4 �7�QV1�4'1�175, G}CC�US�O�iS �i1C� �1:17a�81�kQf15 Ih�! ar� �o�,takn�d �n #F�� a��lEcaba� "c�n#rol;i�g �lr��ar�yir�€� ir�sur�nce", +���leys ofE��rw��u d��'u�#c�d by �his ir�s��a^c�, io the extent such prouisions differ or can�lict, tl�e pro�isinns of this Coverage Part will apply. However, the co�erage pro�ided und�r this Coverage Part will not be broader than that pra�itied bythe applicable'�controlling underlying insurance". There may be more than one '"conirolling underlying insurance" listed in the Declarations and provisions in those palicies canflict, snd which are noi superse�fed by the provisions af this Co�erage Pa�. 1rt such a case, the pra�isions, exclusians and limitations o� the "controliing under�y�ing insurance`� applicable to the pa�ticular Ne�ent'° for which a claim is made or suit is brought will apply. S���ION I - ��!l�f���$ 1. In�ur�ir�q l��e�rnen� �. We will pay on behalf afi the insured the "uitimate net loss" in excess of the `°retained limit" because of "injury ar damage° to which insurance provided under this Ca�erage Part appiies. We will have the righ�t and duty ta defend the insured against any suit seek�ng c4amages for such "injury or damage`� when_ the applicable limits of "controlling underlying insurance" ha�e b�en exhaust�d in accordance with the pro�isions of such "contralling underlying insurance". When we have no duty to ciefend, we will ha�e the right to tiefend, or to participaie in the defense af, the insured against any other suit seeking damages far "injury or damage". However, we will harre no duty to defend the insured against any suit seeking damages for which insurance under this policy does not a�ply. At ou� discret�ons we may investigate any "event" that may in�ol�e this insurance �nd settle any resultant claim or suit, for which we �ave the duty to defend. But: (9) �he amount we will pay for "�itimate net loss" is limited as described in 5ectian 11 - Limits �f Insurance; and (�) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment af judgments oe se#leme�is under this Coverage �art. How�ver, if the policy of "contro![ing underlying insurance" speeifies that limits are reduced by defense expenses, our right and duty k� defend eRds when we ha�e used up the applicabie limit of insurano� in the payment of defense expenses, judgments or settlements under this Coverage Part. �. T�is insurance app{iss to "inj�ry or damage"` thaf is subjeci to an applicable "retained limit". If any ot�e� limit, such as, a sublimit, is speciflsd in the "controlling un�erlying insurancep, this insurance does not apply to "injury or damage" arising out ofi that expasure uNess that limii is specified in the Declarations under the 5chedule of "cantrolling un�eriying insurance". �. If t�e �controlling underlying insurance" requires, ior a par#Ecular claim, that the "injury o� damage" occ�r ciuring its poficy period in order far that co�erage to appiy, then this insurartce wlll only apply to that "injury ar damage" i# i� oacurs during the policy period af this Coverage Part. I# the "cantralli�g u�derlying ir�surance`" requires that the "e�ent" c�using tha particular "injury or damage" takes place during 6ts policy period in order for that co�erage to apply, then this insurance will apply to the claim only if the "event" causing that °injury or daenage`° fakes �pl�ce dt�ring the palicy period of this Co�erage Part. �X 00 09 04 93 O Insurance Services Office, Inc„ 2012 ���e � vf � d. Any additional insured under any policy of "control�ing underlying insurar�ce" wili a�tpmatically be an additional inst�red under this insurance. If coverage pra�ided to the additional insured is required by a contra� o� agreement, the most we wi�l pay on behalf a� the addttional insured �s the amount of insurance req�ired by the contract, less any amounts payable by any "cantPolAng underlying insur�nce"_ Additional insured coverage pro�ided hy this insura�ce will not be broader than co�erage pro�ided by the "controGlir�g underlying irts�rance". a. ��c�lusians The follpwing e�cclusians, and any other exclusions adcEed by sndorsement, appiy to this Covewage Part. In addition, the exclusians applieable to any Rcontrolling underlying insurance" apply to this insurance unless superseded by the following exc[usians, or superseded by any ather exclusian� added by endorsement to this Co�era�e Part_ Insurar�ce pro�ided under this Co�erage Part does not apply to: a. Media�l Payrr�ents Medicaf payments coverage or expenses that are prar►ided wit�out regard to fauit, whether or nat provicfed by the applica�le "controlling underlying insurance". b. �ui� Any loss, cost or expense payable under ar res�[ting from any di the %Ilowing auto ca�erages: (9) First-party physical damage co�erage; {�) No�fault co�erage, (3) Personal injury protection or auto medical paymer�ts coverage; or [�) EJninsured or underinsured matarists coverage. c. ��Ilution (9) "lnjury flr darrtage'" which would not ha�e occurred, in whole nr in part, but fo� the ackual, alleged or khreatened cfischarge, dispersal, seepage, migration, release or escape of pollutants at any time. (�) Any loss, cost ar expense arising oui of any: (a) Rec{uest, demand, order ar siatu#ory or regulatory requirement ihat any ins�red ar otFiers test for, monitor, clean u�, remove, contain, treat, dekoxify or neutralize, or in any way �espond to, or assess the effects of, pollutants; or (6) CEaim ar suit by or o� behaEf of a go�errimental aut�oeify fior damages because of testing for, monitaring, cleaning up, removing, containing, treating, detoxifying or neutrafizing, ar in any way responding to, or assessing the effects of, pollutants, This exclusion does not apply to the extenf tttat valid "controlling underlying inst�rance" for khe polluiion iiabil9ty r�sks described abo�e exists or wouid ha�e existed but for t�e exhaustian of underiying limits for'"inj�ry or damage". d. �'orF�ers' ��m��nsa4io� Wn� �imil�r Lawrs Any obligatEon of fhe insured ur�er a wor4cers' comper�sation, disability benefits ar unemployment compensation ]aw or any similar law. ���il�tE! II o �t{�il'i�u O� INSU�Af�C� 1. The Limits of Insura�ce shown in tF�e Declarations, and the rules below fix the most we will pay regardless of the number of: �. Insureds; b. Claims made or suits brought, or number pf �ehicles in�4lved; �. Persons or nrganizations making claims ar bringing suits; or �1. Limits a�ailable under any "c�ntralf ng ur�derlying insurance°. a. The Limi#s of Insurance of this Co�erage Part will apply as follows: �. This insurance only app[ies in excess af the "reta9ned limit". b. The Aggregate Limit is the most we will pay far the sum of aq `�ultimate net lass", for al� 'rnjury or darnag�" ca�ered under this Coverage Pari. However, this Aggregate Limii only applies ta "injury or damage`° that is sub�ect to an aggregate limit af insurance under the `°contralling underlying insurancep. c. Subject ta Paragraph �.b. abo�e, the Each Occurrence Limit is the most we will pay for the sum ofi al! "'ultimate net loss" under this insurance because of all "injury or damage" arising pvt of any one "event". d, If the Limits of fnsurance of the "controlling underlying insurancew are reduced by defense expenses by the terms of that poiicy, any payments for defense e�enses we make will reduce our applicable Limits of Insurance in the same rr�anner. �a�e a of � � Insurance Services C}1'fica, Inc., �p1� C�f DO �9 04 q� 3. If any "cantrolling underlying insurance'° has a policy period that is difFerent from the pol9cy perind of this Co�era.ge �'art then; far the purpases of this insc�rance, the "eetaine[i limit" will only be �duced or exhausted by payments made far `�injury or damage" co�ered under this insurance. The Aggregate L.imit of this Cor�erage Part applies separately to each conseauti�e annual period of this Co�erage Part and to any remaining period of this Co�erage F'art of less than 12 monfhs, starting with the beginning of the policy periad shnwn in the �eclarations, unless the policy perifld is e�ended after issuance foP an additional period of iess than 12 months. In that case, the additional penod will be deemed part of the lask �receding period for purposes of determining the �im4ts of Insur�nce. S�GiI�R� Ill � �I)NDfiIOiVS The following conditians apply. In additian, the conditions applicable to any °con�rofling underjying insurance" are also applicable to the coverage pro�ided under this lnsurance unless superseded by the foilowing r:pnditions. 1. �►�{��1� If the "controlling underiying insurer" or ins�red elects not ta appeal a judgment in excess of the amount af the "retained fimii", we may dv sa at our own expense. We will also pay for taxable cour# costs, pre- and posijudgme�t interest and disbursements associated witi� suah appe�l. In no errent will this provision incre�se our kiability beyond the applicable Limits of Insurance described in Section II = Limits �f Insurance. �. E3�nkeup��y a, �ankr�ptcy �f in�ure�1 Bankruptcy or insolvency of the insured ar of the insured's eskate will not relieve Us nf our obligations under this Co�erage Part. b. �an�pfcy Of C��gw�lll�� 4�rrd�r�j+in� In��r�r �ankruptcy or in�olvency of khe "controlling underlying insurer" will not refieve us of our abligatians undsr this Ca�erage Part. Howe�er, insurance pra�icfed under this Co�erage F'art will not replace any "controlling underiying insuranc:e" �n the e�ent of ba�kruptcy or insoi�er�cy of the "oontrolling u�derlying insurer". The insurance provided under ihis Cove€age Part will apply as if the °controlling underiying insurance`° were in ful! e�#ect and recove�'ab[e. 3. [�u4ie� I� ��e Ge+�ni �f An �ber�f, Cl�irr�t �p 5�i4 �. You mus# see to it that we a�e notified as soon as pYactic.�ble of an �'e�ent�, regardless of the amount, which may resu{t irs a claim untler this insurance. To the extent possible, notsce should include: (�) Haw, when and where the "e�snt" took place; (�� The names and addresses of any injured persor�s and wi#nes:ses; and (�) The nature and [oeation of any "injury or damage" arising aut of the pe�ent°. [�. I# a claim i� rr�ade or sui# is broug�# against any insured, you must (1j Immediately record the specifes ni the claim or suit and the date recei�ed; and (�) Notify us as soan as practicable. You must see to it that we recei�e written notice of the claim or suit as soon as practicable. �. Ynu and any other ir�sured invol�ed must: (i) Immediateiy �ersd us copies of any demands, notices, summonses or legal papers recei�ed in connection with the claim or suit; (2) Auth�rize us to obtain records and ofher infor mation; (3) Cooperate with us in the in�estiga�ion or settlemeni o# the c�aim or defense against the suit; and (4) Assist us, upon our request, [n the enforcement of any right against any person ar organization which rriay be liable to the inse�red because of "injury or darr�age� #o which this insurar�ce may alsa apply. d. iVo insured will, except at that insured`s own cost, �oluntarily mal�e a payment, assume any ahligation, or inc�ar any expense, other than for fir�t aid, withouk our c:onsent. �. �ips� fVamed Ins�red �uiies The first Named Insured 'f5 the person ar organizafion frst named En the Declarations and is responsible for the payment of all premiums. The first Named [nsured will aci an behaEf of al! other Named Insureds far giving and receiving of notioe of cancellation or the receipt of any retum premium that may become payahle. �� 00 09 04� �3 � Insurance Services Ofiflce, {nc., �01a Paga 3 vf 5 At our request, the first Named Insured wiil fumish us, as soan as practicabie, wit� a complete copy of any "conkraffPng underlying insurance" and any subsequently issued endorsemertts or policies which m2�y in any way affect the insurance provided ur�der this Co�erage Part. �. ��n��llafi�n a. T�re first Narried Ir�sured shown in the Declarations may cancel this policy by mailing or deli�ering to us ad�ance writken notice of cancellatian. b. We may cancel this policy by mailing or delivering ia the first Named Insured written nofice of cancel[ation at least: (9) 10 days before the effecti�e dat� of cancellation if we cant�e� �or nonpayrrient of premium; or (�) 30 days befare the effecti�e date of cancel�ation if we cancel for any other reason. c. We will mail or deliver our notice �o the 'flr�# Named lnsured's last mailing address knnwn to us. �. No#ice of cancellation will state t�e efFective date ofi cancellation. The pdicy period will end on that date. �. If this policy is canaelled, we will send the first Named Insured any premium refund due. If we cancel, the refund wil[ be pro rata. If the fiirst Named Insured cancels, the refund may be less than pro rata. The cancellation will be efFective e�en if we have not made or offered a refund. f. if notice is mailed, proaf af mailing will be sufFcient proof of noiice. 6. Ghanges This Coverage Rark cflntains all the agreements between you and us concerning the insurance afForded_ The fir�t Narned Insured is authorizsd by all nther fnsureds to make ehanges irr the terms of this Co�erage Part with our conseRt. This Coverage Part's terms can be amended or waived oniy by andorsement. �. �Aain�en�r��� �ICF��t��es io ��niralling f�nderlying In�u���� Any "contralling underlying insurance" rnust be maintained in full effeet without reBuction of cQverage or limits except for the reduction af aggregate limits in accor�ance with the pravisions of such "co�trolling �nderlying insurance" tha# results from `°injury or damage" to which this insurance applies. Such exhaustion or reduction is not a failure to maintain'�cantrolling underlying insurance". Fatlure to maint2iin "contralling underlying insurance" will nat invaiidate insurance pro�ided �Rder this Caverage Part, but insuranee provicied under this Coverage Part will apply as if the "controlf ng underlying insurance" were in full e�'ect. The �rst Named Insured must notify us in writing, as saon as practicable, ifi any "controlling und�rlying insur�nce" is �ancelled, not renewed, replaced vr atherwise terminatsd, or if the limits or scope ofi co�erage of any "'contralling underlying insurance� is changed. �. O�FI@F' ICl$riP�11�� a. This insurance is excess aver, and shall not contribute with any of the other insurance, whether prirr�ary, excess, contingent ar Qn any other basis. This condi#ion will not apply ta insurance specifically wriften as excess o�er th€s Cqverage Part. When this ittsurance is excess, if r�o other insurer defends, we may underka�e to do sa, but we will be entitled to the insured's rights against a!I those other insurers. b. When this insurance is excess ouer other insurance, we will pay oniy our share of the "uitimate net loss" that exceeds the sum of: (1) The Yptai amount that all such ather insurance would pay for ihe loss in the absence of the insurance pro�ided undar this Coverage Pert; and [2) The total of all deductible and self-insured amounts under all that ather insurance. 9. �remium Audik �. We will campute all premiums for this CoWerage Part in accopdance with our rules and rates. b. If this policy is auditable, the prerr�ium shown in this Ca�erage Part as ad�ance premium is a c�eposit premium only. A# the close of each audit periad, we wi{� compute the earned prem�urri for that periad and send no#ice to ti�e flrst Named Insured. The due dake �ar audit prerr�ium is #he date shown as the due date an the bill. lfi the sum of the ac��ance and audit premiums paid for the policy �eriod is geeater than the earned premium, we will return the excess ta the first Named Insured. c. The first Named Insured must keep recards of the inforrnatinn we need for premium computaiion, and send us cnpies at such times as we may request. P�ge 4�r � m InsuraRce Services OfFce, Inc., 201� CX 00 �'� 0413 9 0, Lo�s �a�aiate l.iabillty under this Caverage Part does nat apply to a gi�en claim unless and until: a. The in5ured or insured's "controlEir�g �nderlying insurer" has become obligated ta pay the "retained limit' ; and b. 7he obligatEon of the insured to pay the "uliimate net loss° in excess of the "retained lim'rt� has been deiermined by a final settlemen� or judgment ��' written agreement arr�ang the insured, claimant, "controlling underlying insurer" (or a representative of one �r more of these) and us. 79. Leg�al Acti�n A��Inst Us No person or or�ganization has a right under this Co�erage Part: a. To join us as a party or otherwise bring us into a suit asking for damages from an insured; �r ia. �o sue us on this Ca�erage Part unless all of its terms ha�e bee.n fully oomplied with. A person or organization may sue us to r�cor►er on an agreed settEe�nent or an a final judgment against an insured; but we will not be liable for damages fhat are not payahle under tne Eerms Qi this Co�erage Part or tha# are in excess of the applicable limit af 9nsurance. An agreed settlement means a settlemer�t and release of liability signed by us, the insured, "controlling underlying Insurer" and the claimant ar the claiman#'s legal rep�serrtative. 7�.irans�p � ��n�e �. f�e4��$� ip�n�fi�rred io �Is When the limits of "controlling underlying insurance" ha�e been exha�sted, in accordance with the provisians of "confrolqng unde�lying insurance", we may elect to ha�e the defense transferred to us. We will cooperate in the iransfer of contro! to us of any outstanding claims or suits seeking damages fo which this insurance appiies and which would have bseh co�ered by the Fcnnt�olling underlying insurance" had the applicable limit nat been exhausted. b. De�ense �ransferreti �y U� When our limits of insurance have been exha�tsted aur duty to pro�ide a defense will cease. We will coaperate in the transfer of control of defense ta any insurer specifically written as excess over this Co�erage ParE af any au#standing claims o� suits see�ing damages to which this insurance applies anci which would have peen oovered by the '"cantrolling underlying insurance" had khe applicable limit not been exhausted. In the event that theYe is no insuran�e written as excess ov�er this Co�erage Part, we wiil caoperate in the transfer of control to ths insured and its designat�d re�resen#ati�e. q3.�en W�e �o �lofi �errew If we dec+de nnt to renew ihis Coverage Part, we will mail or deli�er to the first Named Insured 5iOWr1 in the Declarations wrii#en noiice of the nonrenewal not less than 30 days befare . the expiratian date. If notice is mailed, proof of mailing will be sufficient prroof af notice, ��CTI�N 11! � D�FIPEIT'1��1� `�he definitions applicable to any "controlling underlying insurance° also apply to this insurance. In additian, ti�e falfowing definitions appl�. °�. "Controlling underiying insurance" means any policy of insurance or self insurance listed in the �eclaratians under the Schedule of "controAing underlying insurance". 2. �Controlling underlying insurer'" means any insurer who provides any policy c�f insurance listed in the Declarations under the Schedule of "c;ontrofling underiying insurance". �. "Event° means an accurrence, offense, acadent, act, or other e�ent, to which the applicabke `�controlling underiy�ng insueance" appties. 4. Nlnjury or darnage" means any injury or damage, ca�ered in the applicable "controlling underlying insurance" arising from an "event". �. "Retained limit� means the a�ailable limits of "can#rnll9ng underlying ir�suwance" applicable ta the claim. � �. "Ultimate net loss� means the totai sum, after reductian for recoveries, or sai�ages aallectible, that the insurec4 becomes fegally obligated fo pay as damages by reason of: a. Settlements, judgments, bincling arbitration; or b. Other binding aEternate dispute resol�tion proceedirtg entered int� with our consent. "Uitimate net loss" includes defense expenses if the "coRtrolling underiying insurance" specifies that f miks are reduced by defense expenses. �J� �p �'� @413 m Ins�rance Serviees Of�ice, Inc., �01 � Pa�e � o� � CONY�A�RCIAL A�IT9 C/�OQ99'ifl93 �l�S��I��S I��T� C�V'��.�4.�� ����A Various pro�'tsions in this policy restrict co�erage. Read the eRtire policy carefully to determine rights, duties and what is and is not covered. Tk�roughout this poficy #he words "you" and "your" rsfer to the Named insured shown in tl�e Declarations. �lE WOfC�5 '�W9°� '�US." ��lCj °OUi' refer to the c:ompany providing t�is insurance. Other w�rds and phrases that appear in quota#ion marks ha�e special meaning. Refer to Section V C] Definitians. ���ilOR11- ���1�1��D I�,UTOS ltem Two of tiie Declara#ions shows the "auios" that are covered "autas" for each of your coverages. The foEfowing nume�cal symhaks describe the "autos° that may be covered pautos". The symbols entered ne�ct to a co�erage art the Declarations desfgnate t�e only "autos" that a�e co�ered "autos". A. �escr�i�ion �4 Corvere� Aut� �esig�a4tan �yrnbel� ���i�! ��scrf tie� ��od�r�� Aut� De�i na�ion S mb�ls 1 An "Auto" � �wned "Autos" Only those "autos" yo� own (and #or Co�ered Autps Liability Co�erage any Only "trailers" you don't aw� whi[e attached to power units you own). This inc�udes those "autos" au a uire ownershi af aftee the oli� be ins. 3 Owned Private OnEy the private �assenger "autos" yau own. This includes thase pri�ate Passenger passenger "autos" you acqui�e ownership of after the paficy begi�s. "A�tos" Onl � Owr�ed Only those "autos" yflu own ihat are not of the private pas senger type (and for "Autos"' Qther Cp�er�d Autos Liabiiity Coverage any "trailers" you don't awn while attached to Than Private power units you own). This includes thase "autos" no# of the private passe nger Passenger type you acquire ownership of after the policy begins. "Autos" Onl. � Owned `°Autos" Only those "autos" you own thai are requ1red to have no-fault benefits in the state Subject To where they are ficensed or pr�ncipally garaged. This includes those "autos" you No�fault acquire owner^ship of afier the policy begin� provided they are required to have no- fault benefits in the state where the are licensed or rinci all ara ed. � Owned "Autns" Only thase "autos" you nwn that because of the law in the state where they �re Subject To A licensed or principally garaged are required to ha�e and cannot rejsct Uninsured Compulsor� Motorists Co�erage, ihis includes those "autas" you acquire awnership of after the Uninsured policy begins p�ovided they are subject to the same state uninsured motor�sts MotorEsts Law re uirement. � Specifically Only #hose "autos" described in Item Three af the Declarations far which a Descrlbed prem9um charge is shown �and for Govered Autos Liabilify Cn�erage any "trailers" "Autos" ou don't awn while attached ta an ower unit descrihed in Item Three . � Hired "Autos" Only those Nauias" you lease, hiPe, rent or 6orrow. This does nat include any "auta" OnEy you lease, hire, rent or borrow irom any af yo�� "employees", partners (i� you are a partnership), members (�f you are a limi�ed iiability company) ar m��bers af their households. 9 Non-owned Only those "autos`° yau da not own, l eass, hire, rent or barraw #hat are used in "Autns" Only cannectian with your business. This includes �autos" owned by yau� °QiTij}IDyB@5'�, pa�tners (if yo� are a partnership}, members (if you are a limited liability company) ap members of their hauseholds but only while used in yaue business or your ersonal affairs. GA 00 09 101� m Insurance Services Office, Inc., 2011 P�gl� 'i �f �i� 99 Mobile �quipment Subject 70 Campulsory Or Financial Responsibility Or Qther Motor Vehicle Insuwance Law Only thase "autos" tfi�at are land vehicles and that would c}ualiiy under the definition of "mobile equipment" uncier this policy Ef they were not subjec# to a compulsory ar financiai respansibility law or other motor �ehicle insurance law where they are licer�sed or principally garaged. �. �wne� �1u� You A�qui� df�er �h� Policy �egin� 9. � [f Symbols 9, 2, 3� 4, �, � or 99 are entered. next to a oo►►erage in Itern Two of the Declarations, then you ha�e coverage for "autos" thaf you acquire of the type described for the remainder of fhe policy period. But, if Symbol � is antered next to a co�erage in Item Two of the �eclaratians, an `°auto" you aoquirs wiil be a co�ered `°auto" for khat co�erage anly if: a. We aiready cover a1f "autos" that yau own far that co�erage or it replaces an "auto" you previausly owned that had that r.arrerage; and b. You tell us within 30 d�ys after you acquire it that you want us to co�er i# for that co�erage. G. C�r��ir� g��ilers, R�4oL�il� I�quipm�r�4 Ar�a� i�mpa�py �u6�i����� Au��� !# Co�ered Autas Liahiiity Co�erage is pro�ided by #his Co�erage Form, #he follawing types of vehicles ar� alsa co�erec! °autas" for Co�ered Autos Liabillty Correrage: q. '°Tra�iers'� with a load capactty of 2,OOQ pounds ar tess designed primariiy for tra�el nn public roads. �. "Mat�ile equipment" while baing carried nr towed by a covered "'auto'°. 3. Any "auta" you da nnt own while used with the permission of it,� owner as a iemporary substitute for a co�ered `°auto" you own that is out of service because af its: a. Break�own; b. Repair; c. 5ervicing; d. "I..05S°� or e. Deskruction. ���il�Fd II - ��l���� A�li�� LIA�I�,IiY COd��ldC�L A, GoVB��� We will pay all sums an "insured" legally must pay as damages because of "bodily injury" or "property darrtage" ta which this ins�rance applies, caused by an "accidenf" and resulting from the ownership, maintenanco or use of a covered "auta". We �v�li also pay all sums an "insur�d`° legaily must pay as a pco�ered pollutian cost or expense" to which this insurance applies, caused by an "accident" and resulting from tfi�e ownership, maintenance or uss af covered "autos". bowe�er, we will only pay for the `°co�ered pollution cost or expense" if there is eit�er "bodily injury" ar "properly damage" to which this insurance agplies that is caused by �he sa�e "accident". We ha�e the right end duty �o defend any "insured" against a"su(t'° asking #ar such damages ar a"cor�ered pollution cost or expense", However, we have no c3uty to defend any "insured" against a "suit° ss�eking damages far "bodily injury'° or "property dama�e" or a"co�ered pollution cost ar expense"' to which this insurance does no# apply. We may investigate and settle any clairrz �r "suit" as we cansider approp�iate. Our duty to defiend or settle ends when the Co�ered Autas Liability Co�erage Limit af tnsuwance has been exhausted by payment of judgments ar settiernents. 1. ld�h� I� Ar� In�u� The follnwing are "insureds°: �. You for any co�er�d "auto". b. Areyane else while using with your permission a oo�ered "auto" you own, hire or borraw except: {R) 7he owner or anyflne else frorn whom yau hire dr barrow a covered "auto". This exceptian does not ap�ly if the ��ered "auto" is a "trajler" connected to a co�ered `°auto" you own. ��g� 2�f 1� O Insurance Services O�ice, inc., 2011 Gi+� 00 09 �� 13 (�) Your "empfoyee" if the ca�ered "auto" is owned by that "em�loyee" or a member of his or her household. (3) Someone using a ca�ered "auto" while he ar she is wor{cing in a businass of selfing, servicing, repairing, parking or storing "autos" unless that business is yours. {�) Anyone other than your "employees", partners (if yau are a partnership), members (irt yau are a limited Ilabiliiy company) or a lessee or �orrowe� or ar�y of their "employees", while moding properEy to or from a covered "auto". (5) A partner (i# yau are a partnership) or a member (if you are a limited lia6ility company) for a covered "autfl`° owned by him or her ar a member af his or her ho�sehold. �. Anyone liabfe for the conc€uct af an "insured" described above but only #o t�e extent af that fiability. �. �or��ea�e ��ensiens a. Supplem�n��� �ayr�enfis We wi11 pay for the rnsured": (�) All expenses we incur. (2) Up to $2,U00 far cost of bail bonds (including bands for related traffic law violations) required because of ar� "accident" we aaver. We do not ha�e to furnish these honds. (�) The cost of bonds to release attachments in any "suit" against the "insured" we defend, but oNy for bond amounts within our Limit of Insurance. (�4) All reasonable expens�s incuered by the "insured" at our request, inGurfing actual lass of earnings up to $250 a day because of time off from work. (.�i) All court C05t5 ta�ced against the "insured" in any FiS�II" against the 'tinsured" we defend. F9owe�er, these payments do not i�ciude attorneys' fees or attorneys' expenses taxed against the "insured". (B) All interes# or� fihe full amount of any judgment that accrues after entry of the judgment in any "suit" against the "insured" we defend, but our duiy to pay interest ends when we have paid, offered ka pay or depasited in court the part of the judgment that is within aur Limit of InsuPance. T#�ese payments will not reduce tt�e Limit of Insurance. b. aufi�fRsf�fe Cod�rag� �xter��E�Hs While a co�er�d "auto" is away fram the state where it is licensed, we will: (9) Increase the Limifi of fnsurance far Co�ered Autos Liability Car►erage to meet the limits specifed by a campufsory or financial responsibi�ity law of the jurisdiction where the co�ered pauto° is being t�sed. ihis extension does not appiy to the limit or lirr�its speci#ied by any law go�eming motor carriers of �assengers or peoperty. [2) Provide the minimum amounts and types o# other caverages, such as no� fault, requfred af out�of-state vehicles by the jurisdiciion where the covered "auta" is being used. We will not pay anyar�e more than ance far the sarne elements of loss because of these extensions. �3. �clusi�ns This insurance dqes not apply to any of the following: 7, �xpec4�� Orr Ir�t�r�ded Inju� `°godily injury" ar "property damage" expected or intendeci from the standpaint af the "insured". ti. ��fltr���ual Liability assumed under any cantract or agreement. But this �xclusion does not apply 1�a liability for damages: �. Ass�med in a contract or agreement that is an "insured cantract", pro�ided the "bodily injury" or "'properky damage" occurs subsequent to the exec�ttion of the contracf or agreement; or b. That the "insured" would ha�e in the absence of the contract or agreement. 3. INori�ers' C�mper�sation Any obligation for which the "'insured" or the "ir�s�red's° insurer may be held liable under any woricers' compensation, disabifity benef�ts or unemployment compensation law or r�ny similar law. �A 00 0� �0 93 O insurance Services Difice, Inc., 2011 �age 3 flf 9� 4. �rr��Ea��e I�cJsr��ific�giorr �er�� I��rt�[o�ep'� �iablllty "BodlEy injury" to: �, A�n "employee" of the "insured" arising out of anci in the courss of: (1) Ernpinymant by the "insured"; oP (2) �erforming fhe duties related to the cor�duct of the "insured's" business; or h. The spause, child, parent, brother or sister af that "employee" as a cansequence of Paragraph �. aborce. This exclusion applies: (�i) Whether the "insured" may be liabfe as an employer or in any other capacity; and (�) To any abligatian ta share damaggs with or repay someone else who must pay darnages because of the injury. But ihis exclusian does not apply tv "badily injury" to damestic "employeesF' not entiileti to workers' compensation benefits or to liability assumed by the "insured" under an `Pinsured contract". For the purposes of the Coverage Farm, a damestic "employee" is a persnn engaged in household or domestic wo�k perfomned principally in connection with a residence premises. �. �eilc�v� ��n�lo��� "Bodily injury" to: a, Any #ellow "employee" of the pinst�red" arising out o# and in the course of #he fellow °employee's" employment or while performing duties �elated to the conduct of your business; or b. Ti�e spouse, child, � parent, brother or sis#er of that fellaw "employee" as a consequence of Paragraph �. above. 6. �are, �u�F�dy �r� C�n�p�l "Property damage" ta or'�c:overed pol[ution cast ar expense" inrrolving property owned or iransported by the "insu�ed" ar in the °insured's" care, custody ar t�ontrol. �ut this exc[usion does not apply to liabiliiy assumed under a sidstrack agreement. b. After it is mo�ed from the co�ered "auta" to the place where it is finally cielivered by the `°insuredp. �. �ov�m�ng Of P��p��1 �]� ���h�nic�l �ee+ic� "�a�lily in�u�r" ar "property damage" resulting from the mo�ement af properky by a mechanical de�ice (other than a hand truck} unless the device is attached tv the covered "auto". 9. O��pafiian� "Bodi�y injury" or "property damage" arising out of the operation of: a. Any equipment listed in �aragraphs 6.b. and �.c. of the definition of "mobile equipment"; or b. Machinery or equipment that is on, attached to or part of a land �ehicle tha# waufd qua�iiy under the deflnition of "mobile equipment" i� it were not subject to a c�mpulsory or financial responsibility law or ottter mator �ehicle insurance law where it is licensed or principally garaged. �0. ��mpl�ted �per�tign� "�odily injt�ry" or �property damage"�arising ou# of your work after that work has been completec! ar abandoned. In this exclusion, your work means: a. Work or ope�rations pe�formed by you or on youe beha[f; and b. IlAatenals, parts ar equipment #umished in connection with such work or aperations. Your work includes warranties or representations made at any iime with respecf ta the fitness, quality, durability ar perFormance of any o# the items included in Paragrap� a, �r �i. abo�e. Your work will be deemed campleted at t�e ea�iiest of the following, times: (�} When ali of the worEc called for in your contract has been completed; (�) When aH of #he wor�c to be dane at the site has been completed if your conttact calls for wor{� af more than one site; or �. Handling O� �eoperriy (3) When that part of the work done at a jab "Bodily injury" or `�property damage" resulting site has been pu# ta its intended use by fram the handling of property: any person or arganization other than another contractor or subcontractor a. Before it is moved from the place where it is wor�cing on the same project. accepted by �e "insuredp for movement into ar onto the oo�ered �auto"; ar P�fl� � of �� C� Insurance Services Office, Inc., 2091 �A 08 41 1�'i� Wark that may need servis�e, maintenance, correction, repair or repEacement, hut which is otherwlse complets, wili b� treated as completed. 9 9. �glf�tilon "Bodily injuryp or "property damage" arising out of tne actual, alleged ar threatened discharge, dispersal, seepage, migration, release or escape of'"pollutants": a. That are, or that are contained in any property that is: t1) Being transported or towed by, handled flr hanclled for movement into, onta or frpm the co�ered "auto'; t�j Otherwise in the course of transit by or on �ehalf of the "insured"; or (3) Being stored, disposed of, treated or pracessed in or upon the covered Rauto"; b. Before the "polfutants� or a�y property in which the �pollutants" are aontained are maved from the place where tl�ey are accepted by fhe "insured° for mo�ement inta or onto fihs co�ered "auto"; or �. After the "pollutants" vr any property in which the "pollutants" are contalned are mo�ed from the covered "auta" to the place where they are finally de�ivered, dispos ed of or abandoned by the "insured". Paragraph a. above daes not apply to fuels, lubricants, �luids, exhaust gases or other similar flpollutants� that are needed for oe result from the normal electrical, hydraulfc or mechanical functioning of the oorrered "autop ar its parts if: (9) �'he "pollutants" escape, seep, migrate or are discharged, dispersed or released directly from an "auto" part designed by its manufacturer ta hold, store, recei�e ar dispose of such "poflu�nts"; and (aj The "b4dily injury", "property damage° or "co�ered pollutinn cost oe expense" does not arise nut of the operation of any equipment listed in Paragraphs �.b. and 6.c. af the definition of "mobile equipment". Paragraphs b. and �. abo�e of this exclusion da not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in Qr upon a covered "auto" if: {a) Yhe "poliutants" or any proper#y in which the "pnllutants" ara eontain�d are upset, overturned or damaged as a result of the maintenance or use of a co�ered "auto' ; and (b) The dPscharge, dispersalt seepage, migra#ion, release or escape nf the "pollutants" is caused directly by such upset, overiurn or damage. 1�. ��r `�8adily injury" or "prp�erty damage" arising directiy or indirectly out of: a. War, including undeclared or ciuil war; b. Warlike action by a military force, including action in hindering or deiending ag�inst an actual pr expected attack, by any governrr�ent, sovereign or other authority using military personnel ar other agents; ar c. Insurrection, rebellion, revolution, usurped power ar acfion ta�en by go�ernmental autharity in hindering or defending against any of these. 93. Rac1n� Cnvered "autosp while used in any pr�fessional or organized racing or demalition contest or stunting acti�ity, or whEle pract�cing for 5UC�1 contest or a�ti�ity. This insurance aiso does nat apply while that covered "auto" is being prepared for such a contest or acti�ity. �. I�irrfifi Bf i�sup���:e Regardless of the number af co�ered "autas", "insureds", premiums paid, claims made ar vehicles ir��alved in the `°accident", the most we will pay for the tot�l pf all damages and "covered pallutian cost or expense" combined resulting from any ane "accident" is the Limit Of Insuranoe for Co�ered Autos l.iability Cq�erage shown in the Deda�ations. �,4 0� Q7 1d �3 � Insurance Services Office, lnc., a011 �ag� ��f �2 All "bociily injury", "property damage" and `°cove�ed pollution cast ar expense" resulting f�om continuous or repeated expnsure to substantially khe same conciitions will be considered as resulting from one `�accident". No one will be entiiled to recei�re duplir.ate payments for the sarne elemer�ts of `°lass" under t�is Coverage �rorm and any Medical Paymenis Gor►erage endorsement, Uninsured Motorists Cove�age endorsement or Underinsured Motorists Coverage endorsement attached to this Car►erage Part. �I�CiI�R! l!I � �F�Y�ICAL �AI�A�� �8'I��e�� d. ���+er��� 9. We will pay for "loss" tn a cavered pauta° or its equlpment under: �. �omprehensi�e �c�ver�ge From any cause except: (i j The oovered `°auta"s" oollision with another object; or (2) The covered "auto's° overturn. �, 5�e�ified �au�es Of �c��s �od��g� Caused by: (1] Fire, lightning or expiosian; (�) I heft; (�} Windstorm, hail or earfihquake; (4) Fiood; (�j Mischief or vandal➢sm; oe (B) The sin{�ing, buming, collision or derailment af any cflnveyance transporting the covered "auto". �. Coilision C�v�r�g� Caused 6y: (9) The ca�ered "au#o's`� collision with another object; or (�) The covered "auto's" ove�tum. 2. i�wi�g We wilf pay up #o the limit shawn in ihe Declarations for towing and iahar costs incurrecE each time a co�ered `°auta" af the pri�ate passengar type is disabled. However, the labor must be performed a# the place of d'€sablement. �. �la�s C�r�aka�� � Hif�ir�� �► �irrd Or ��ireal - ��Ilir�g ��j��� �p �Wi��ll�s if you carr� Comp�ehensirre Go�erage ft,r the damaged co�ered "auto", we will pay for khe follawing under Camprehensi�e Coverage: a. Glass brea�age; b. "Loss" caused by hittfng a bird or animal; and �. �Lossp c�used by �alling objects or missiles. Howe�er, you ha�e the option af ha�'rng glass brea�age caused by a cavered '°auto"s" coiiisian ar o�er�urn oonsidered a�lass" under Collision Co�erage. �. �over�ge �sfer�si�ns a. Yr�n�p�rtaiion €x�enses We will pay up to $20 per day, to a maximum of $60Q for temporary transportation expense incurred by you because of the total theft of a co�ered "auta" of the private passenger type. We will pay only iar thase covered "autos" far which you carry either Comprehensive or Specified Causes Of Lass Coverage. We will pay for temporary transpor#ation expenses ir�curred during the period beginning 48 hours after the theft and ending, regardless of the policy's expirafion, when the covered �auto" is returried to use or we pay for its "loss". b. �a�� Of llge ������es Fflr Hired Auto Physical bamage, we will pay expenses for which an "insured" hecomes legally responsible ta pay for loss of use of a �ehicle rented ar hired without a dPiver under a written rer�tal contract ot agreement. We will pay for� loss of use ex�enses if c�used by: (°� ) Other than calfision only if the Declarations indicates that Comprehensi�e Co�erage is pro�ided for any covered "auto"; (2y Specified Causes Of �oss only if the Declarations indica#es that Specified Causes �f Loss Coverage is pro�ided #or any covered `°auto"; or F�ag� 6�f 1� � Insurance Services Offiae, inc., 2�19 CA 00 �9 'i� 9� {3) Collisian ortly if the �eclarations indicates that Collision Ca�erage is provided for any covered "auto". However, the most we will pay for any expenses far loss of use is $20 per day, to a maximum af $fiOQ. �. ��zclusio�� '�. We will not pay for "loss" ca�sed by ar resulting from any of t�e following. 5uch "loss" is excluded regardless of any other cause or e�ent that contributes concurren�ly 4r in any sequence tfl the `°loss". a. iVu�le�r F�a�aPd (1j The explosion of any weapon emplaying atomic fission flr fusian; or (�) Nuc[ear reaction or radiatiar�, or radioactive contamination, hnwevar caused. b. 114fap �� Nd9il�4�rry Ac�ion (�) War, 9ncluding undeclared or ci�il war; (2� Warlike acti� by a military force, including aciion in hindering or defending against an actua� or expected attack, by any go�emment, savereign o� other authnri#y using militarry personnel or other agents; ar (3) Insurrection, rebelfion, revolution, usurped power or action taken by governmental authflrity in hindering ar defending against any of tf�ese. 2. We wlll nofi pay for "fass"' to ar�y cavered "auto" v�hile used in any profeSsianal or organized racing or demol�tion cantest or stunti�g activity, or whiEe practicing for such contest or activity. We will also �ot pay for "loss" to any ca�er�d "auto" whife that co�ere:d "auta" is befng pr�pared for such a contest or acti�ity. 3. We will not pay for "ID55'� due and conflned to: a. Wear and tear, freezing, mechanical or e[ectrical breakdpwn. la. Blowouts, punctures ar other road damage to tires. This exclusiart does not apply ta such "loss" resulting from the total theft of a co�ered „a�to". �. We will not pay far �loss" to any of the following: a. Tapes, records, discs ar other similar audio, �isual or data ele�ronic de�ices designed for use wit� audio, �isual or data e[ectronic equipment. Fi. Any device designed or used to detect speed-measuring equipment, such as radar ar laser detectors, and any jamming apparstus intended to el�de or disrupt speed�measuring equipment. c. Any electronic equipment, withflut rega�d to whethar this equipment is permanently 'tnstalled, that �eproduces, . recei�es or transmits audio, �isual or data signals. �. Any accessories used with the e�ectronic equipment described in �aragraph c. ai�o�e. �. Exclusinns �.�. and 4.�1. do not apply to equi}�ment designed to be operated soleiy by use of the power from the pauto's" electrical system thafi, at the t�me of "loss", is: �. Permanently instalied in or upon the c:ove�ed "auta"; �. Removable �ram a housing unit which is perrr�anentiy installed in or upon the covered "auta"; c. An integral part of the same unit ha�sing any e�ectronic equipment described in Paragraphs a. and �. above; or �1. Necessary for the norma! operakion of the co�ered "au#o" or the monitoring of t�e covered "auto's" a�erating system. �. We will nat pay for "loss" to a cover�d "auto" due ta "diminutian in �alue". C. L�imi4s {}fi Ins�ranr,� 'i, The rrzast we will pay far: �, "Loss" to any one co�ered "auto" is the lasser pf: (ij The actual cash rralue of t�e damaged or stolen property as of the time of the "loss"; or (2) Tf�e eost of repairing or rep�acing the damaged or stolen property with other property nf like �Cind and quality. i�. All electronic equipment that reproduces, recei�es nr transmits audio, visual or data signals in an�r ane "loss" is $1,Q00, if, at the time af `�loss", such elecfronie equipment is: ('I) Permanently installed in or upon the oovePed `°auto" in a housing, opening or other lacation that is not normally used by the "auto" manufacturer for the installation of such eq�ipment, �A 00 D1 90 93 C� Insurance Services Office, lnc., �011 �a�� T o� 92 (2j Remavable from a permanenily install�d housing unit as described in Paragrap� b.(1) abo�e; or (3) An integral part of such eQuipment as descrfbed in f�aragraphs b.(1) an� b.(�) above. �. ►►!1nn adjustment far depreciation and physical candition will be made in detePmining actusl cash �alue in the e�ent of a total �loss". 3. If a repair ar replacement results in betker than li�Ce kind or qua�ity, we will not pay for the amount of the betterment. D. �?�tlu�ti�le For eacF� co�ered "auta", our obligation ta pay far, repair, rstue� or rep�ace damaged or stolen properly will be redueed by the applicable deduutible shown in the Declarations, Any Comprehensi�e Coverage deduc#ibte shown in the Declarations do$s nat apply ta "loss" caused by fire nr Iightning. �ECiIOI� N - �U�IRI��� AU�� �O�IDITIOFdS The following canditions apply in additian to the Common Poficy Canditians: 1�►. �os� G�r��i4ians °�. R���a9sal ��r I�h�sic�l �amage L�t�ss If you and we disagree on the amaunt of'°Ioss", either may demand an app�aisal of the wloss°. In this e�ent, each pariy �nrill seiect a compete�t appraiser. The two appraisers will select a competer�t and impavtial umpire. The appraisers will state separately the actual cash value and amount of `�Iass'°. If they fail to �gree, they will submit their differences to the umpire. A rlecision agreed to by any two will be binding. Each par�y will: a. Pay its chpsen appraiser; and b. �ear the other expenses of the appraisal and umpir� equally. If we submit to an appr�isal, rrve will still retain aur right to deny the claim. 2. Dutie� In iFre �ver�fi �fr Ac�i��n�, Cl�im, Sui� OF' �.��� We have na duty to provide coverage under this poliey unless there has heen full compliance with t�e folfawing duties: a. In the event of "accident", claim, "suit" ar Wloss", you must gi�s us o� our autharized representati�e promp# �otice of t�e "aocident" or "loss". Include: ('i� How, when and where the �accident" flr "iass" occurred; (�) The "insured's" name and address; and (3) Ta the extent pnssibEe, the names and addresses of any injured persons and witnesses. b. Ariditianaily, you and any otlter 9n�al�ed "insured" must: (1) Assume no obligation, make no payment or �ncur no expense without our cnnsent, except at the "ins�red's" own cast. (�) Immediateiy send us capies of any request, demand, order, notice, summons ar legal paper receirred concerning the claim or "suit". (�) Cooperate with us in the investig�tion ar settlement of #he claim or defense against #he "Suit". (4} Autharize us to obtain me�ical records or other pertinent informatian. [�) Submit ta examinaiion, at our expense, by physicians of our cholce, as often as w� reasonably require. c. If tf�ere is `"lass" to a ca�ered �auto" or its equipment, you must also do thB following: (9) Prnmptly ns�tify the palice if the ca�ered '"auto" or any of its equipment is skoler�. (�) Take atl reasanable steps t� protect the covered "auto" f�om further damage. Also �ceep a record o� yaur expenses for consideration in the settlement af the claim. (�) Pe�mit us io inspect the co�ered °auto" anc� records proving the "loss" before its repatr or disposition. ��) Agree to examinations under oath at our request �r�d give us a signed statement of your answers. �. L���1 A�tit�n d��l�si Us Plo one may bring a legal action against us under this Coverage Form until: a. Yhere has been fuH compliance with aU the terms of this Go�erage Form; and b. Under Covered Autas Liabiliiy C�verage, we agree in writing that ihe "insured" has an obligation t� pay or untii the amount af that obtigatior� has finaily bsen determir�ed by judgment after tr�al. No one has the right under this palicy to bring us into an action to deiermine the "insured's" liability. P��e 8 of 9� � Insurance 5ervices O�ice, Inc., 2011 GA 09 �1 '�� 9� 4, �es� Payment � F�hy�ical I��m�ge �ovee���s At our option, we may: a. Pay for, repair �r replace damaged or stolen property; b. Return the stolen property, at aur expense. We will pay for any darr�age that resuits to the °auta" from the theft; or c. Take, all ar any part af the damaged or stolen property at an agreed nr ap�ra9secf vaiue. If we pay for the "Inss", our paym�nt will Include tf�e applicable sales tax for the damaged or stolen praperky, 5. Tf���fEr �Of Righ±s �f Reco�+�ry Against �tl��: � To U�s If any {�ersan or organization to or #or whom we make payment under this Co�erage Fprm has rights ta reco�er damages fram another, those rights are transferred to us. That persnn or organization must da e�erything necessary to secure our rights and must do nothing aftar "accide�t" or "I055" t0 fl'i1�a{P �i18C1'1. �. �ene�al �o�tli4ion� 9. ��nk�upg��► Ban{au�tcy or insnl�ency of the "insured" or the "insured's" estate will nat relie�e us of ar�y obligations under this C��rerage Form. a. ��neeal�e��, A�isp��pese�fa�E�r� O� �'r��u� This Co�e�age Form is void in any case of fraud by you at any tirne as i# relates to this Co�erage Form. I# is also �oid if yvu or any other "insured", at any time, intentionally conceals or mEsrepresents a material fact concerning: � a. This Cnverage Form; �. 7he covered "autop; c. Your interest in the covered �a�to�; or d. A c�aim under this Co�erage Form. 3. Libe�sli�a�i�n �f we re�ise this Coverage Farm to pra�ide more coverage withaut additional premium charge,. your policy will au#pmaiically pro�ide the additiqnal ca�erage as ofi the day the ravision is effective in you� skate. 5. 04Fiep I�sur�an�e �. For any covered "auto" you own, this Coverage Form provides primary insurance. For any co�ered "auta" you dan't awn, the insurance pro�ided by this Co�erage Form is excess o�er any o#her cailectibEe insurance. Howe�er, while a ca�ered "auto" which is a"trailer" is c4nnected tn another �vehiole, the Co�ered Autos Liability Co�erage this Co�erage Form pra�ides for the ptraiier" is: (�j Excess while it is connected to a motor �ehiele yau do not own; ar (2) Primary while it is connected to a co�ered "auto" you own. b. Far Wired Auto Physical �amaga Co�erage, any co�ered "auto" you fease, hire, rent or �orrow is deemed to be a co�ered "auta" you awn. Hawevsr, an�r "auto" that is leased, hired, renteti ar borrowed with a driver is not a co�ered "auto". �. Regarciless of the pro�isians of Paragraph a. above, t�is Cv�erage �orm's Covered Autas Liability Correrage is primary for any liability assumed under an "insured contract". d. When this Co�erage Form and any other Ca�erage �arm o� policy covers on the same basis, either excess or primary, we will pay only our share. Our share is the proportion that the Limit of fnsurance af our Caverage Form bears to the total of thB fimits of all the Carrerage F'arrr�s and policies cor►ering on the same �asis. 6. �r�miu�n Au�tt a. The estimated premium far this Correrage Form is based on the exposures you told us you wauld ha�e when this poEicy began. We will compu#e the finaf prem't�m due when we determine your actual exposures. 7he estimated total premium will �e credited againsf the final premium due and the f�rst Named Insured wifl be bilfed for the balance, if any. The due date for the final premium or retrospecti�e premiurn is the date shown as the due date on the bill. !f the estimated total premium exceeds the final premium due, the first Named Insured will get a refund. �. F�o �en�iit �n �aile� ��i�y�i��l Damage b, If this policy is issued for more than one ��������s year, the premium for this Co�erage Farm We will not recognize any assignrrtent or grant wil� be computed annually based an our any co�erage for the benefit of any person or rates or premiums in efFect at the be�inning organizatian hofding, storing or transporting of each year of the policy. property for a fee regardless of any other pro�ision of #his Co�erage Form. C� d� 01 1013 � Insurance Services Office, Inc., 2D11 �age 9 gg 92 1. �oli�y ���i�rd, C�v�r��e %rritc�r�,+ Under this Ca�e�'age Form, we cover �accidents" and'"losses" oceurring: a. During the policy per�od s�tawn in ihe Declarations; and �. VVlthin the co�erage territory. The cn�erage terri#ory is: (1) ihe United States of America; (�) The �e�'itories and possessians of the United States of America; (3} Puer�o Ric:a; �. Any other kand vehicfe ihat is subject to a compulsory or financial responsihility law or other motoe vehicle insurance faw where it is licensed or principally garaged. Hawever, "auta" does not inckude "mabile equiprnent". C. "Bodily injury`� means bodily 9njury, sfckness ar disease sustained by a person, including death resulting from a�y of these. D. "Cove�ed pallution cost or expense" means any cost ar expense arising out of: i. Any request, demand, order or statutory or regulatary Pequirement #hat any "insured" or others test for, rr�onitor, ciean up, remove, contain, treat, detaxify flr neutralize, or in any way ee�pand to, or assess ti�e effects of, "pollutants"; or Any claim or "suit" by or on behalf of a govemme�tal aut�ority for damages hecause of testing for, monitoring, cleaning up, remaving, �ntaining, treating, detoxi'iying nr neukralizing, or in any way. responding to, or assessing the effects of, '°poitutants". (�) Canada; and (5) Anywhere in the world if a cavered "auto" of the private passenger type is leased, hieed, rented or borrowed without a driver for a periad of 30 days �. or less, provided that the "insured's" resporisibility to pay damages is determined in a'°suit" on the merits, in the Uni#ed States of America, the territories and passsssions of the 1Jnited States of Arr�erica, Puerto R€co or Canada, or in a settlement we agree to. We also cover "loss" to, or Raccidents" inr►olving, a covered "auto" while being kransportsd befiiveen any of these places. �. Y�+a Or AAore C�der�g� For�rrr�i� Or �olicf�s lssued �y U� li this Coverage Farm and any other Co�erage Form or policy issued to you by us or any company affiliated with us applies to the same "accid�nt", #h� aggr�gate m�ximurn Limit of Insurance under all the CQ��rage F'orms or policies shall not exceed the highest applicab[e Limit of Insurance under any one Coversge Form or palicy. This condition does not apply to a�y Coverags Farm or policy issued by us or an affiliated company spec�fcally to apply as excess insurance over this Coverage Forrr�. �E�'FIOPI � m ���li�l�'18i�� A. °Accident" includes cantinuous or repeated exposure to the same oonditions resulting in "bodily injury" or "pmperly damage". B. "Autn`° means: 9. A land motor �ehicle, "trailer" or semitwailer designed for travel an public roads; ar "Covered pollut�an cost or expense� does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migrati�n, release or escape of "poliutants°: �. That are, or that are cantained in any properiy thai is: ['ij Being transported ar tawed by, handled ar handled for movement into, onto or from the covered "auto'"; (�) Otherwise in the course of transit by or on behalf of the "insured'; or (3] Being stored, disposed of, treat.�d or pracessed 9n or upon the co�ered ce`C��t��{� �. Before the "poilutants" or any property in which the "pollu�nts'V are cnntained are moved from the place where they are accepted by t�e `°insured° for movemenfi into or onto the oov�red "auto"; or a. After the "pollutants" or any property in which the "pol�utantsp are cantained are • moved fram the covered `�auto" to the place where they are finally delivered, dispos ed of or abandoned by the "insured". Pa�e 1� �4'�2 O Ins�rance Services QfFicF:, Inc., 2011 Gl� 00 D9 g0 93 Paragraph �. above does not apply to fuels, lubricants, f�uids, exhaust gases oe other similar "poliutants`" that are needed fo� or result from the normal electrical, hydraulic or mechanical functioning af the covered "auto" or its parts, if: (9) The `�poilutants" escape, seep, migrate or are dischar�ged, dispersed or released direc#ly from an "auta" {�art designed by its manufacturer to hold, store, rece€�e or dispose ofi such "pollutants"; and (�y The "bodily injury", �proAerty damage" or "co�et'ed pol�ution cost or expense" does not anse out of the opara#ion af any equipment listed in Paragraph �.b. or 6.�. of the definition oi "mobile equipment". Parageaphs b. and c. above do not apply to "accidents" that occur away feom prerriises owned by or rented ta an "insured" with res�ect to "polfutants� not in nr upan a co�ered "auto" if: (a) The "pollutants� pr any property in which the "pallutants° are cflntained are upset, o�eeturned or damaged as a result of the maintenance or use pf a co�ered "auto°; and �. That park of any ather contract or agreernent pertaining ta you� buslness (including an indemnification of a municipality in connection with work performed for a munic�pality} under which yov assume the tort liahility nf another t� pay for "bodily injury" or'"properly damage" tp a third party or organization. �'arfi 1[ability means a liability that would be imposed by law in the absence af any contract or agreeme�t; or 6. That part of any contract or agreement entered into, as part of your business, pe�tair�ing to the rental or lease, by yau ar any of your "employees", af any "auto". Howe�er, such contract ar a�reement shalf not be cnnsidered an "insured contract" to the extent that it obligates you or any of your "employees`" tv pay for `�property cfamage" to any "auto" rented or leased by y8u or any af your "employees". An "insured contract" does not include that part of any contract or agreement: a. That indemnifies a railroad fior "bodily inj�try" or "property damage" arising out o# construction or demolition operations, within 5Q feet of any railraad property and affecting any railroad bridge or trestl�, fracks, t�oadbeds, tunnel, underpass or crossir�g; �b) 7he discharge, dispersal, seepage, �- �h�k �pe�talns to the loan, lease or renial of migra#ion, release ar escape af the �� suto to you ar any of your "pollutants" is caused directly by "empEoyees", if the "auto" is loaned, feased such upset, over�urn or damage. or rented with a driver; or �. "Dim�nution in val�e" means the actual ar perceived loss in mar[�et �alue or resale �alue which results from a direct and accidental "[pss". F. "�mployee`� includes a "leased worker". "Employee`� rloes nnt include a "temporary warker", G. `9nsured" means any person or organizatian qualifying as an insured in the Who !s An Insured pro�ision of the applicable ca�erage. Except with respect to the Limit of Insurance, the coverage afForded applies separately to each ins�red w�o is see�ing coverage or against w�om a claim or "suit" is brought. b. "ir�sured contract" means: q. A lease of premises; 2. A sic�etrack agreement; 3. Any easement or license agreement, except in connectian with construetion or cfemolitifln operations on or within 50 feet o# a raifroad; d�. An �bl�gation, as required by ordinance, to indemn9fy a municipality, except in aonnection with work for a municipality; c. That holds a person or organizatian e�gaged in the business of fransporting property by �auto" for hire harmless for yo�r use af a cor►ered "auto" o�er a raute or territory that person or organization is aUthflrized to seroe by public autho�ity. I. "Leased worf�er" means a person �eased to you by a labor leasing #irm undsr an agreement between you and the labor leasing flrm to pertorm duties related to ihe conduct af your business. "Leasad warker" dpes not incfude a"temporary woricer". J, "L055� means direct and accidental loss or darrmage. K. "Mobife equipment" means a�y af t�e following types ofi land vehicles, including any attached machinery or equipment: 9. Bulldozers, farm machinery, for�lifts and other vehicies designed for use pflncipally off p�hlfc raac�s; �. Vehicles mair�tained for use soEely on or next ta premises yau own or ren#; 3. Vehicles that tra�el on craw�er treads; Cd i�d 0°� �0 43 m Insurance Services Office, Inc., 2U11 ��g�� 19 of 1� �. Vehicles, whether self�propelled ar not, maintained primarily to provide mobility to permanently mounted: �. Powe� cranes, shavels, loaders, diggers or drills; or b. Road cr�nstruction or resur�acing equipment such as geaders, scrapers or ra�lers; �. Vehicles not described in Paragraph 9., �., 3. or �. abo�e that are not seif propelled and are maintained primarily to pra�ide mobility to Qermanently attaehed equipment of the following types; a. Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysioai explaratian, lighting and well-servicing equipment; or I�. Cher�y pickers and similar devices used to raise ar lower wor�cers; or 6. Vehicles not described in Paragraph °�., �., 3. nr 4. above maintained primarily for purposes other than the transportation of persons or carga. Hawe�er, seff propelled vehicles with the fallowing tyQes of perrnanently attacned equipment are not °mobile equipment" but will #]8 ODf1S�dE.'Peli "81Jtd5��: �. �quipment designec� primarily foe: ('� j 5now remaval; (2) Raad m�intenance, but not construction or resuriacing; or (3} Street c�eaning; b. Cherry pic�Cers and similar de�ices mounted an automobile or truc�C chassis and used to raise ar lawer workers; and Hawever, "mnbile equipment" doas not i�clucis land vehicles that are subject to a compulsory ar fir�ancial res�ansibility law or other rr�otor vehicie insurance law where it is iicensed or p�ncipally garaged. Land �ehicies subject tn a oompulsory oP financiai respnnsibility law or ot�ter motor vehicle insurance law are considered "autasw. L. "Pollutants" means any solid, liquid, �aseous or thermai irritant ar contaminant, including smake, �apor, saot, fumes, aclds, alkalis, chemicals and waste. Waste includes mater➢afs to be recycled, reconditioned qr reclaimed. �Il. "Property damage° means damage ta or fos5 of use of tangible proper#y. R1, "Suit" mesns a civil proceeding in which: 9, Damages �ecause of "bodily injury" or "property damageR; or �. A"covered pallution cost or expe�se"; ta which tfiis insuranae applies, are alleged. "Suit`° incfudes: �, An arbitration proceeding in which such damages or "covered pollutian costs or expenses" are cla9msd and to which the "insured" must submit or does submit wit#� our consent; or b. Any oti�er alkemaiive dispute resolution proceedir�g in which such damages or '�co�ered pollution cos#s or expenses" are claimed and to which the insured submits with our consent. A. "Temparary wor4cer" means a person who is furr�isFied to you to substitute far a perma�ient "employee" on �eave or to meet seasonal or short term workload conditions. c. Air campressors, pumps and g�nerators, �� "Trailer" includes semitrailer. including spraying, welding, bt�ilding cleaning, geophysical exploratian, ligf�ting or well�servicing equipment. �a�e °�� ofr 1� O Insuranca Services OfFce, Inc., �019 �A �� �'i 19 93 t�. �$r1rli±inn�J Il751lra� _ C�usrnrarc� I accaAc nr f'_nn4�������- @��tnmafi� r:fa#�,�rs I�Ilell RBC�WI.C@EI In ��w;,st��ctinn cs� w��vice ��rteemer�4 '�iith'�u� Each of the fnllowing is an insured: a. Any person or organization for whom you are performing opera#ions when you and such pe�son or organization have agreed in writing in a contract or agreement that su�h persan or organizatian be added as an additional insured on your policy; h. Any n�her person or organization you arerequirec! to add as an additional insured under the contract or agreement described in �aragrapha. above. Such person or organization is an additionaf insured only with respect #o liability far "bodily injur y", "property damage" ar "��rsonal and ad�ertising injury" which may be imputed to that pers on or organizatiun directly arising aut of: (1} Yaur acts or orr�issions, or tf�e acts or omiss�ons of thosa acting on your behaif in the per#ormance ot your ongoing operations for the additional insured; or (�j "Your work" specified in the "w�itten cantract" but only for "bodily injury", "property darr�age" ar "persona! and advertising injury" included in the "products-completed operations hazard"; However, #he insurance afforded to such additionaf insu�eds described in Paragraph� a. anc� b. above, only applies to the ext�nt permitted by law and wiEl nat b� broader than tf�at whi�f� yo�a are required by the contraet or agreement #o provide for such additiona! i�sureds, c. With respect to the insuranee afForded to these additiana� insureds, the follnwing additional exclusions apply: This insurance does not apply ta: (1) "Bodily injury", "property damage" or "persanal and advertising injury" arising out of the rendering of, or the failure to render,any professional architectural, engineering or surveying services, inciuding; {a) The preparing, appra�ing, or failing to pr epare or appra�e, maps, shop drawings, opinions, reparEs, surveys, fi�ld orders, change orders or drawings and specificatians; or (b) Supervisary, inspection, architecturai or engineering aciivities . This exclusion applies e�en if' the claims against any insured allege negligence or other wrongdoing in the supervisior�, hiring, employment, kraining or monitoriR� of others by that insured, if the'bccurrence" which caused th� "bodi�y injury" or "property damage", or the offense which caused the "personal and advertising injury", invoEved the rendering of or the failure to render any professional ar�hitectural, engineering or sur�eying services. d. Wit� resp�t to the insurance afForded to these additional insureds, the folfawing is added to Se�tion III � Limits of trtsurance: . The most we wilE pay an behalf of the additional ins ured is the amount of insurance: (1) Required by the contract ar agr�ement yau have entered into with the additianal ir�sured; or (�] A�ailable under th� applicable Limits of Insurance; whichever is less. T�is coverage shal[ no# increase the app{icable Limits of Insurance. �. Additional Insured -�.�ss�r of Leas�d Eq�,i�mp*�# - AutQmatic �#afus ►Nhen �eq�ired In Lease Agr�ement f.�litft �'ou Each of the fo�lowing is an insured: a. Any person(s) or organizaiion(s) from wham you lease equipment when you and such person(s) or organization(s) ha�e agreed �n writing in a contract or agreerr�ent that such �erson{s) or arganization{s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured anly with Pespect to your liability for "bodily inju� y" ,"property damaga" or "persor�al and advertising injury" id� C� 20� A9 29 Includes Cour�riahted Material of Insurance Services O�rs. Inc.. wifh its Permission. �aa� R ef q� directly arising out of the maintenance, operatian or use of equiprrment leased ta you hy such persnn(s) or argan�zation(s). Hawever: (9) The insurance affarded to such additional ins�red only applies to the extent permitted by [aw; and (�} If coverage provided to the addition�l insured is required by a contract or agreement, the insurance afforded to suci� addi¢innal insured will not be broader than fhat which you are raquired by the can#ract or agreement ta provide #or such additional insureci. b. With respect to the insurance afforded to these additianal insureds, this insurance does not apply to any "oacurrence" which ta[�es place after the equipment lease expires. c. With respect to the insuran�r� afforded to these additional insureds, the fpllawing is added to 5e�4i�n III o Lirr�it€t af Insur�n6e: If coverage pravided to the add�tional insured is required by a contract ar agreemenf, the mosi we will pay on behalf of ths additional ins ured is the amaunt of ins urance: (i) Req�ireti by the contract or agreement; or (2) Available underthe applicable L�mits of Insurance; whiche�er is less.. This caverage shall not increase the ap�licable Lim�ts qf Insurance. 6. dddiii�r�al Insur�ed ��iG�r��g�r� �� L��sora c►f P�mi�,�� Eac}� of the following is an insured: a. Any person(s) or arganiza�ian(s), but or�ly with respect to liability arising out of the ownership, maintenanca or use of that pa�# of the �remises leased to you and suk�ject #o the following additional exc�usions: This insu�'anc� does nat a{�ply ta: �1) Any "occurrence" which takes place after you cease ta be a tenant in that premises. (�) Structura! altera#ior�s, new construction or demolition operations perFormed hy a� an behalf af such person(s} or orgar�ization(s). However: (�ij The insurance affordecf to such additional insured only applies ta the extent permitted by law; and (�) If coveraga provided ta #he additfonal insured is required by a cantract or agreement, the insurance afforded tc� such additional insu�ed uvill nnt he broader than that whicf� you are required by the cantract or agreement to pro�ide for such additinnat insured. la. With respect to #he insurance afforded tn these additional insureds, the foElowing is added to �eciion III-l�imits of Insur�nce: If co�erage provlded to the additional insured is required by a cantract or agreement, the most we will pay on behalf of the additianal ins ured is the amaunt of insurance: (�9 j Required by ihe cantract or agreament; or (�J Ar►ailable under the aQpfic able Lirr�its of Insurance; whicheaer is less. This co�erage shaA r�ot increase ihe applicahle Limits af Insuranae. i. Aedci��i�nal In�ured[ ��n�inse��, A��F�ite� or ��rc+e�►orr� f��t E���gec� �y �k fre �d�med lnsured Each of the fo!lawing is an insured: a. Any architec#s, engineers or surveyars wl�o are nat engaged by you are insureds, but on(y with respect to liability for �badily injury" ar "praperky damage" or "personal and advertising injury" which rr�ay be imputed to that archi�ect, engineer nr surveyor arising out of: �!6 C;C 2�� f�1 29 fncludes Coravriahted Material of Insurance Services Office. Inc.. with its Permission. �s�r�� �,n►� 17 (1) Your acts or omissions; or {�j The acts or omissions of those acting on your behaif; in the pertormance of your ongoing operations pe�formed by you or on your behalf. Such arc#�itects, engineers or sur�eyors, whiie not engaged by you, are contractuslly required to be added as an adtfitional insured to your policy. However, the insurance affarded ta such additional insured: (�i) Only applies to the e�ctent permitted by law; and (�] Will not be broader than that which you are required by the contract or a�reement to pro�ide for such additivnal 9nsured. l�. Wi#h respect #n the insurance afforded to these additaona[ insure�s, the following adciitior�al exclusion applies: Yhe insurance does not apply to °bodily injury", "property darnage" or `°personal and ad�ertising in��ry" arising out of the rendering of or fhe failur e to render any professional ser�ices, including: (�j The preparing, app�oving, or failing to pr epaee or apprave, maps, drawings, opinions, reports, surveys, change ar�ers, designs qr specifications; ar (2} Supervisory, inspectior� or engi�eering se�vices. This exclusion app[ies e�en if the claims against any insured allege negiigence ar other wrongdoing in the supervisior�, hiring, employment, tra€ning or monitoring of ofhers by ihat Ensured, if the "accurrence" which caused the "bodlly injury" o� "property darr�age", or the offense which caused the `°personal and ad�erkising injury", inrrolved the rendering of or the failure to render any professional services. S�C�IOR1 �II � �I�I�� ��' ffdS��NC� A. Paragraphs 2,, S., and �. of SECTI�N III o�I�{il�� ��' tidSURAN�� are repfaced by the following: 2. The General Aggregate timit is the mast we witl pay for the sum of: �. Medica[ expenses under�over��e C; [�. Damages under C�der�age �!, except damages because of "bodily injury" or "property damage" included in ihe "produc�completed operations hazard'; and �. Damages undeP Coder�ge �; and ci. Darnages under �9e+er�ge �. e. Damages under ���+e���e b. 3. The Products�Completed Operations �qgregate Lim9t is the most we will pay under Cever��g� A for damages because af "badily injury" and "property datnage� inoluded in the "products-completed operations hazard" and �vderag� �. 6. Subject to Paragraph 5. above, tF�e Damage To Premises Rented To Yau Limit is the most we wilf pay under Covera�� A for damages because of "property damage" ta any one premise5, w�ile renked ta yau, or in th� case of damage by fire, explasion, lightning, or smoke resulting from such fire, explosion, or lightnir�g, or sprinkler leal�age while ren#ed to you ar temporarily occupied by you with permission of the owner. �. The fo�lowEng are added toS�CTIORI II[ ��,I�N1�� O� IN�U�dNC�: �. dgg�rega�e Li�i�s of Ir��ur�ar�ce ( �ar �o��tionj The General Aggregate Limit applies separately to eaeh of your plvcations" owned by or rented to yau or temporarily occup9ed by you with the perrrr€ssion of the owner. "Location" means pranises in�ol�ing the s ame or connecti�g �ots, ar �remises whose cannection is interrupted only by a street, rnadway, wafierway or right-of-way of a railroad. 9, Ag�e�ga�e �imits of In:ur���e (Perr �Poj���) Rl�a LG 20A �q 2q IncliidPs C:nnvriahfad Ms�farial nf In�iiranr.a SwrvicP� C]�r.a. lnr.__ with ita Pwrmigsinn_ P�na 9i1 eff 9'� The General Aggregate Limit applies separa#ely to each of your `�construction projects" away from premises awned by or rented to you. pConstructio� Pro;eck" means "your work" conciuctec3 accarding ia a s�ngle plan. ���il�N N � COI�AdI�fi�lAl� ��N��� LIE��ILIT'Y CONDITI�f��a A, The following is added ta Paragraph �. �tFi�� Ir��u�����: �rimary And Nancontr�ibutopy �n���ranVe This insurance is primary �o and wili not seek contributlan from any other insurance availa�l� to an additional insured under yaur poliey provjded that: (�} The additional insured is a Named Insured under such other insurance; and (2} You ha�e agreed in writing �n a contract or agreement that this insurance would �e primary and ►nrould not seek contribution from any other insurance availahle to the additic►na) ins ured. �. Paragraphs �.a. and b. are replaced wiih t�e following: �. �uties In ihe �vent Of Occurrence, afi�ense, Claim Or Suii a. You must see to it that we are notifi.ed as soan as practicable of an °occurrenoe" or an offense which may result in a claim. Know ledge of an'bccurrence" by your agen#, servant or employee sha11 not in itseEf constituke knowledge of the Named Insured unless an officer of the Named Insured has recei�ed such notice from the agent, servant or employee. Ta the e�ctent possible, notice should include: (1} How, when and where the °occurrence" took place; (�) The narries and addresses of any injured persons and witr�esses; and (3) The nature and location of any injury or damage arising out of the `�oc�urrencery or oi�ense. b. lf a claim is made or "suit" is broaght against any insured, you must: {1 j Immadiat�fy recorc� the specifics of the claitn or "s uit" ancf ihe date recei�ed; and (�j Natify us as saon as practicable. You must s�ee to it ihat we receiv� written notice of the cl�im or "suit" as soon as p�aeticable. F�nowiedge of a claim ar "suii" hy your agent, servan# or employee shall not in itself constitute knowledge of the Nameci Ins�red unless an officer of the Named Insured has received such notice from the agent, servant or emp�oyee. �. The following is addecf to Paragraph 2.c.: �. �uties In �he �bent Of Occurrence, �fFe�se, Claim or �uit c, You and any oth�r in�olved in� ured must: {�j Upon our request, replace or repair the pra�erty covered under C�v�Page � Valunfi�ry �ro�erty+ �amage at your actuai cost, excludi�g profii or o�erhead. �. Paragraph �. is modified by adding the follawing sentence: 8. 7`r�R�fd4 �f r�6ghts Of �ecorcery �gainsl �thers io i3s We waive our right to recovery against any person or or�anizeti�n for whom the insured is aperatir�g ur�de� a written coRtract when such contract r�quires a wai�er of subrogatian, and such contract is executed be#ore the "properfy damage" or'"bodily injury''° occurs or the "perspnal and advertising" ofFense is committed. [�!� f:� 2[1� fi5 2� Includes Con�riahted Material of Insurartce Serrrices Oifice_ inc.. with its Permissinn. F��e�a 9� e�f'11 I�TAT7COI�TAI, Al�id��� �TSI�A.1��E ��1VJ[P�Y l��l�ll9[S ]C�IST �iamed Insured: �y���� U���3��iS�, ��� Pol�cylllumber: g�2��90��2 Effective Date of Palicy: �/g9/�0��, We agree vvith you that the following Endorsements and/or Forms are added to and farm a part of ihis policy: FORI�'Y ED�TIOI�T DE�CRIPTIOI+1 cr����� Pi0'�iC�T� �-��-b�� ���a���o�� ������Y� ��oo�� ��009 9 �°��� �5� CL1�0 ���70 ��aaa� �GO10� ��o�ao ����o� ����o� �G��3� ������ ��2��� �����6 C�22�� ��2279 G��4�9 c����� �G2639 �r�������x ���000 �/�O�g 3/2�8� �IZoo� �/���4 �/�o�� �t/���� �/20�7 �/200� 1/�9�� �I�o�� �/��06 1/199� �/20�� �/���� �/20a9 �al2oo� �/���� 5L/�01a �/209 3 �/�0�.� 5L0/�001 �/ao�.� i���a�� �I�000 c���i� �r�� �����x ���� �0�'���—���f� gY.�SS E7LCIs��ig�i �4P�� C��E� �����'���� I���i�� �acc�.��i�� �o��c� �-����-�����, (�c) �x ���o��a� ���� ������o� ��T�Oi� �O���iC 1��CI�TION �0���'�' �6�3 �%�� C[�L AECL�TiOI�?� �C�� ��L��i���OF? �F DECI�3�,TIONS ��� c��� �� �X C�GE� ��������� ������ � �x� �xc�������� a� �������� �x��-�r� �x���� �X��-G��g��� �Y���� �x�r���v�� v� �����a� �7��� �� C�i�� ��TS �F TE�O���� �X��-�g�� ����� �i�,��D �XCL�CON�T��CTI�P� �����,.�1�� �X��-�OI�"���"�0�� W P�O�` LI� cor������ ��������-�i��c� �r�n�� o� ����� c���.�c� �x �����-���,�c ���9������ FO �� IST (Ed. 8/2007) N��'��1�� A1V�i�.][�� �1S�T�1�7�E C�ll9[P.A1��' i�Tamed Inaured: T��L��� i����tC�O Pol�cy 1�Tumber: lu���p������ Effective Date of Policy: 7/ 1�/ 2 0� �, ��l�S lL][S� , LL� We agree with you that the following Fz�dorsements ancilor Fornas are added to and form a part of tl�is policy: FDRNI EDTtIO1RT DESCRIPTION GL20�4 ���0�8 �1�i C� 2 (#a� r�� g� o� ���r���a� � �� �� rr� �s �� � c� o0 � �� �� ��, �� �x � �� o0 �co� c.�000� �i0��� ����� �3�� C.i�39� L�C�12 �i �� 22 ��00� 1 �����1 z����� IY�027� NA �� 01 �A IL 04 9/20fl3 �/��1�.� �L/�02� �/�o�� �/�oo� �/�o�o �/���a �/���o i/�o�� �/�o�� �I�o�� �I2oos �al�o�� gD/�fl�.� i�./�o�� 10/20g3 �0/�@�� ��/�O�a 11/2B�Q ��/�9�� �/200� �/Zo� � �.�/20�� �/�g12 1/2fl�6 EXGL�C�d�� �O ��� COI����B� CB�iC LIP�9I�F��'�0�� CL ��VT���� �0�' �����1�?� ���� �i��X���o�ICE O� �i���� ����a�ir��� {��) c��a s���� �a���� ���� ��c ��� ����� ���� �r���� cov �;t� �������� �������x� �� ����� ��a��� ����� ������� ����r��� x��� ������or�� �v���� ���� ���� �o� ��i ��C�� �x ������c���/g�o� E�CCL[JS�ON O� 'd���O�i�M ����� dl� ��LT���Y1���� ��i�'�' ��� Z�CIDE1� �X���iS��N C��� �'N�g��i� �XGLU�YOI+3 �OI�Oi� ����C3C �O���i�P�� �X��41�G �` �x c�r��-����� �� e����-�����/���w %�����L �CO��L� ��L�� �T��Ul� ����ix� � BL� FO �� TST (Ed. 8/2007) 1V�'T��N� 1�I��I�:�T ���J.�1�TC�+ [:O1V1E1��1`81� F��� ]L]�S"� 1�Tamed �nsured: �y���� �bL�C���, ��� PolicyPiam�er: P��20��Q3�2 Effecti�ve Date of Policy. i/� 9/� 0� � We agree with you that the follawing Endorserrae�ts and/or Forms are added to and form a part of this policy: FORI�+I �dA Z� 0� r�i�gco-02 ����o4�-�x EDZTIOI�T DESCRIPTIOliT i�i��-S�'1��I�G �i� 1/20�a �/�BU� �/��0�. ������8���� �}fCI��EZF� �x��-�����r�� ir�r���s FO �2 IST (Ed. 8/2007) [�. �8 7i 91 �� ������ ������ ���������� All Co�erage Pa�ks included in this policy are subject to the following conditions. �,. �ancellati�n �. The first I�amed Insured shown in the Declarations may cancel this policy by rnaiiing or deliver➢ng to us ad�anc:e written notice of canceilation. �, W� may ranc:el this policy by mailiRg or defi�ering to #he first Named lnsured written notice of canceIlation a# least: �. 10 days before the effective date of cancellation if we cancel for nonpayment af peemium; or b. 30 days before the effecti�e date of cancellation if we cancel for any ather reason. 3. We will mail or detiver our notice to the first Named Insured's last mailing address known ta us. �. Notice of cancellation will state the effective dake of canceHatinn. Tha policy pe�iad will end on that date. �. If #his pal�cy is canceled, we will send the first Named Insured any premium refund cEue. If we cancel, the refund will be �ro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cance![a#ion will bs efFective even if we har►e r�at made or offered a refund. �. We are nat obligated tn make any inspections, surveys, reports or recammendations and any such actions we do unde�take relate only to insurability and the premiums to be charged. We do not make safety inspeciions. We do not undertake to perForm the duty of any person ar organiaatian to pm�ide for the healtf� and safety o� warkers or the public. And we do not warrant t#�at conditions: a. Are sa#e or healthful; or �►, Gomply with laws, �egulations, cod�s or standards. �. Paragrapl�s 1, ar�d �. af this condition apply not only. ta us, but aiso fo any rating, ad�isory �ate service or similsr organization which makes insurar�ce inspections, �urveys, reports or recommendatians. 4. Pa�agraph 2. of this condition does not apply te any �nspections, surveys, reports or recommendations we may mal�e relati�e ta ce�tification, under s#ate flr municipal stat�tes, ordinances or regulations, of boilers, pressure �essels or ele►rators. 1�. �rf'��1iur�7� 6. If notice is mailed, proof of maiiing will be suffFcien# proof af notice. �i, �hangea This policy contains all the agreements between you and us coneerning the insuranee afforded. ihe first Named Insured �hown in the Declarations is authorized to make changas in khe terms of #he poficy wikh aur consent. This poiicy s terms can be amended or wai�e� flnly by endorsement iss�ed hy us and made a pari of th9s policy. �. �xamin�4��rr � l�o�r� 6�o�ks �°►nd Record� We may examine and audit your t�ks and records as they relate to this policy at any time during the pplicy periad and up to three years afterwaPd. �. Inspec4i�ns An�1 �u�a��� 'i. We have the righ# to: a. Ma�Ce inspectians a�d surveys at any time; The �rst Named Insured shown in the Declaraiions 9. Is responsible far the payment of afl premiums; and �. Will be the payee #oe any retum premiums we �ay. �. irarr$f�r Of l���r� RigFi4� Ar��1 D��ies U�t��p ��is ��licy Your rights and d�ties under this policy may not be transferrred without our w�itten consent ex�e�t in the case of death of an ind�idual named insured. If you die, your rights and rfuties will be trans#erred to your legaf represer�tative but only while acting within the scope of du#ies as your legal representative. Until yaur legal represen�tive is appointed, ar�yone having p�oper temparary c�stody of your property will ha�e your rights and c�u#ies but only wlt� respect to that �ropertY• b. Give you rep�fts an the conditions we fnd; and c. Recommend changes. iL 00 9i � 1�� Copyright, 4nsurance Services �fitice, lnc., 1998 ���� 9 �r 1 � ��� WORKERS' COMPENSATION 11�5URANCE �o��c���� �vr���������� ��� 1A1� �� O3 04 � E�IIPLOYERS �,1�►�ILITY �OLI�Y Insured coRY '��� IA�AIl��� �� ��l� f:I�bY i� ����11�� ���MI �ib�G�� ����R��I�Y�NT' This endorsement applies only io t�e insurance pro�ided by the policy because Texas is shown in item 3.A. of the Infarmation Page. We have the right to reco�er our payments frorrt anyone liable far an injury co�ered by this policy. We will nnt enforce our right against t�e person or organization named in the Schedule, but #his waiver applies only with respect to badily injury arising out of the operations described in the schedule where you are requirE:d by a written contr�act to abtain #his waiver from us. Thfs endorsement shali not operate direc#ly or indirectly to bene�t anyone not named in the Schedule, The premium �or this endorsement is shown �n the Schedule. ScH�dul� 1. ( ) Specific Wai�er Name of person or organization (X} Bian�cet WaNer ARy persoR or organization for whom the Rlamed Ir�sured has agreed by written contract to fumish this waiver. 2. Operatlons: All 1"exas operations 3. Premium: T�e premium charge for this endorsement shall be 2,00 percent of the premium de�eloped an payrofE in connection with work performed fQr the abnve persan(s) or organizakion{s) arising out of the operations descrii�ed. 4. Ad�ance Premium: Incfuded, see Informafion Page This er�dorsemenf changes the policy to whlch It is at#ached �tiec#ive on the inceptian date of the poficy unless a dl#ferent data Is tndlcated below. (The faltowing "attaching clause" need be completed only when ihis endorsement Is Issued subseq�ent to preparat3on of the policy.) Thls endorsement, e(fective an 10I17/21 �t 12:D1 a.m. standand fime, t'orms a part of: Policy no. OOp2004680 of Texas Mutual Insurance Company effective on 10/17/21 Issued to: WILLCO Underground, L�C This ls not a 6ill NCCI Carr�er Code: 29939 �'"o d ,�ufiFioPi�ed eepressnta�ive �ai2er�9 PO Bax 72058, Austin, TX 78711-2�88 1 of 1 texasmutual.com j(BQD) 869-5995 � Fa�c (SOQ) 359-0650 WC 42 03 U4 B b. Thase statements are base[i upon representations you made ta us; and c. We have issued this policy in reliance upon your representations. �. Separ�fiion �f iflsureds Except wikh respeci to th� Limits of Insurance, and any rights or duties specifically assigned in this Co�erage ParE to the first Named Insured, this insurance applies: a. As if eaet� Named Insured were the only Named Insureci; and k�. Separately to each insured against whom claim Es made or "sui#" is brought. �. �pansge� �� Ri�h� �f Re��e��ry d�ain�i �fi�rers �� Us If the insured has rights to reoover all or pa�t of any payment we ha�e made under kh+s Co�erage Part, those rights are transferred to us. The insured must do nothing after loss ta impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. �. lAlhen I�de Do i�oi� IZen�w If we decide not to renew thls Coverage Part, we will mail or defi�er to the first Mamed Insu�ed shown in the Declara�ions written notice pf #he nonrenew�l not [ess than 30 days before the expiratian date. lf n�tice is mailed, proof of mailing will be suf�icient proof af notice. ��CilO{V V � D�FiPIIYI�PES 1. "Ad�ertisement" means a notice that is broadcast or published to the general �ublic ar specitic mar�et segrnents about your gaods, products or senrices for �he purpase of attracting customers or supporters. For the purposes of this definitian: a. Notices that are puhlished include matsrial plac�ed on the [nternet or on similar �lectronic means of communication; and b. Regarding aveb sites, anly that par� of a web site that is about your goods, products or 5@NIC�S for the pvrposes of attracting customers or supporters is considere� an ad�ertisement. �. "Auto" rneans: a. A land motar vehicle, trai�er or semitrailer designed for #ravel on public roads, including any attached machinery ar eq�ipment; or b. Any other land vehicle that is subJect to a compulsory crr financial responsibility law or other motar vehicle insurance law where it is licensed or principally garaged. Havrrever, "auta" does not include "mabile equipment". 3. "Bociily injury'� rr�eans bodily injury, sickness or disease sustained by a person, including death resulting from any af these at any firr�e, 4. "Co�erage territory" means: a. The UnEted 5tates af America {inciuding its terrifories and pnssessions), Puerto Rico and Canada; b. Mternatianal waters or airspace, but onEy if the injury or darnage occurs in the course of travel or transportatian between any places inciuded 'rn Paragraph a. abo�e; or �. i411 other parts of the wor�d if the injury or damage arises oui of: �`�) Goods ar products made or sold by you in the ter�eitory described in Paragraph a. above; (2j The activities of a person whose home is in the territory described in Paragraph �. abor►e, but is away for a short time on your b�siness; or (3) "Personal and ad�ertising injury" OtFBl15�5 t�at take place through the Internet or similar electronic means of communicatio�; pro�ided the insured's responsi�ility to pay damages is determined in a"sui#" �n the merits, in the territary described in Paragraph a. above ar in a settiement we agree tn. �. "Employeep inclt�des a "leased worFzer`°. "Emplayee° daes not include a "temporary warker". 6. `�Executive officer" means a persm f�alding any of ii�e officer positions created by your charter, aanstitution, bylaws or any other similar go�erning daaument. i. "Hostile fir�e" means one which �ecames uncontrollable or breaks out from where it was intended ta bs. �. "Impaired property" means tar�gible property, other than `°your product" ar nyaur work", that cannoi be used or is less �seful because: a. It incorporates "your product" or "your wor�c" that Is �nown or thpught to be defective, deficient, inadequate or dangerous; or b. Yo� have failed to f�ifiii the terms of a contract or agreernent; if such property can be resiored to use by the repair, replacement, adjustment or removal of "your product" or "your work" or youe fu#fiiling the #errns of the co�tract ar agreement. �� 00 09 0413 O Insurance 5ervices Office, Inc,, 2012 ���e �3 �f 16 u[F x�r. a a� i �ygraenlenl Pagr. 1 �.{ti SECT�Oi�i 00 �� b3 AGREEMENT THIS AGREEMENT, authorized nn rria��z��r, is made by and �etween the City of �'ort ��Tth_ a Tex:is ]?iF;'1ti rii�P m���tlrit���i�, �lGE1:l�, i�V 8I?�E E�?!'.C!!]��? Is� �::�T' aW�rh�r;z?� (..'!?y Manaeer. ("�,� �,;,j, �::�i _k�`rr�r'n ,�,'r�r�er�rr�t�n�1, 1.l.�' - �uthc�rizecl t� dn E�t�sin�=�5 �n Tc:xas_ {3r*.i,��g by ai,� throu�h it5 �iuly' u;rthr�ri��d reqresentatFk�;,�, (`�otitractar"�, �,ity and �.ontractor i�3.�� jr�i;�t!,V L�� refarred to as Pa!"f�t=c. C�+v ��n�fi Contr�ctor, in cnnsideration of th� mutual cc�venants hereinafter set fnrth; agree �s ��llnws: At-kiele I. t����� Contractor sha2! cornplete all ►Nn*�c As cneeifie,rl nr inc�icate.rj in ��?? C`nn#rart T�nri�mPnts fnr the -r------- Project identi�ed h�rein. Article �. PRO�ECT The project for �r�h!r:k t!;° L�:�rk �,►,.�Pr tha r�„rr�Gt p��.,,ments rr�ay be Cl�e whole or only a part is generally descri�ed �,s fc+!lnws: �'CA�' C'o�: r�.ncP ,�'art d �1�1'�58 �'P�wf ! U1 �'.�9 �e;-;,s��a �. �OI�TR;e.tv7" p�1[�r� C;+� a�rees ta nav C�ntra�tar F�,r per�nrmance a���� Val�!� �;� uecOr{�anr.� }vit1� y!F!P C`�,►,trA�r L'locurr��nts a:� sn����r::i, i�� cu�rtnt ivn�s, O� ���:1]inr�]�ineivNins"[�;Ci;,�udBightHimdredx�;�]]�rs �� 2,0�9,s0�.D� �� �;���,�a�� �rice rnHy ��e ��just�d by chan�c arders dulv authociaeci bY the pA�r��s, A�lCle4, �'�1R,�TRAC`.T'�Ijll�7'.'_, 4.1 1�'�i1S� �C.GE�tanrp� The Work sha{1 be co�riplete �'or �'i� SI AGC0pt81]�� �+!�iihhin 210 �T�+o �d:.��deec�l �nd `l��} �f*.pr tha riata whr�n thr� C'nntrar.t J 11:1C COn'lmPnr.p:g �'b fiall� AS �rnvir{r.rf ;It �.iT��ra}]h �.�� (]f C�;w �I�;Reral �(�ndirinns: p���S �:l� ,�}:ty�ti�;itin �h�r�of a4iowed in aG'��rrianr.r ►v'I:,h, �fiMir.YP � t Of ��;Y �*P?l�Ta� �-O�R[�IC1qI1$. 4.� Liquidat�d I�amages C�nrra�.e��r rECQ�G1j�e5 �IZSt :1'd??!' !s vf the �sse�rc� for c:t�m�l�,tir,n a�ft�lilest��res, uf any, 8!?r� tc� achie�e Fir�A1 �cceptance of�the'!�ork anr_V �_ ity and ti�� pu6lie �Nif1 suffer fi�om �nss nt US8 iFthr_. ��!1;;; 4 IS r1U1 Cmm�i�teri within yng #�imP�sl �,pecified in ��:3�[�pY] �4,1 ia�n��, �I'!�e ��n[raCYC1i ��s� f�;cn�ni�.e� the ��jA�S} �7:�PiT!$�i 14;;:? G9:��GlIIi1�.4" i::V^�VG"C{ 117 �C01YIll� �[l � ;�ga� praceedin�, Kh} ac*�:�€ 4nss ���.3�ered k�yv tr?�� �'�ry if r�� �!o_rk i�s ���t �c�►*!nleted �n tir�l�., A.r��nrd'1riglV, 1175��8d '�?� P?�L111''Iri� 8t1V S��rh tli00� C�ntrectc�r �grPP� thAt ��S liyuidxted �Ar���c:s f�r ;�fay {but ��± �.s a penairyl; �ontraetar sha'�� �+ay �i1'�� ,S� Htu�d �tnd �_ llc,ll�rs �,$6�0.(i0} trT �ach c��y that �x�+;r�:s af�er [Q�e time �pecified i�, ParaQraph 4. � f�r FirA1 ,�e�pYraneP �nt�Y the CItY i�ciie$ fhe Firl�l L.�?tter c,f ltc�eptance. C1TY OF FC)1ZT W(]!?TH �C'AFCnnlraclPurll (M-958r�J STAId I]ARf] C4N�Tft11C"1'ip114 S!'��! GIi;AT'Tf}N nnrr i nn �hrr'S t; pu y n i x aa 12ev1ss�d 1 G r'23l�2 ] 005243-� Agrcomeni Page Z a� 6 Article 5. COF�TTRACT DOCUlVIEi�TS S. i CONTENTS: A. The Contract Documents which comprise th,e antire agreement between City and Contractor concerning the Work consist of the follawing: 1, This Agreement, Attachments to this Agreement: a. Bid Form 1) Proposal Farm 2} Vandor Complianoe to State Law Non-Resideni Bidder 3) Prequali�scatian Statement 4) State and Federal documents (praject speciftc) b. Current Prevailing Wage Rate Table c, Insur�nce ACORD Form(s) d. Payiment �and e. Perfbrmance �?o�t�d t. 11f�iil.ntAnW^�r,� �,Ln?i!'� g, pnwPr r,f .e;rtarn?y fnt� the Yion�s h. '�1'orker's C�mpensation � Fficiaw'tt i. h�JI3E ��a�;,� cBfi l�t��;�.,�#:;.■n ��a�m 3. General Cnnditi�rt_ 4. St��plementary �,c�n�;Fi{jn� �_ ".�Uecificatio�ts v�P�:��±�Al�� r^�r3� � part �xf k!�� �atintrs.�c't �wv�,m�ni� �Y 3ttar.hmwnt �,w. gF G�nt »r�ached; .ns incorporated �y r�fP!-P�irP ia�� �kPscribed �*� ih� '�abl� of �CJ1�tpt�fu �� Fhr P :���.r,;t'g '�,'nnira�el f�inr.a�me�nt4. �, �t'aWll1��_ J. �Lftir:i[Aa, fi. '�v���,,;p*:+�`���:� sabmitked by �ont�ctqr M�rior tc� T.fr�±i�e nf Award, �_ �!?� '�0��4►Mlll� V;r;hir.il 1718V �1G' {�?9i�rPr¢r� {yr pcc��ar{ B��P �V10 �'��C�lV�.' ��?t� [1f i�10 }��reemem and, if �MU;:P�: �+ecom� f3r 1^rnTt?O]f1t0(i �al't o�the t_ �ntract I�C�GUt'n�rlts: a. ]��i+:cP l� Prae�ed. h�, �'ieYd Orde_rs, c_ �",1ti;rr��� �ICiC:CS. ��, LArr�?' ��f ]Fina� ��ceqtatice. ArticYe G. ���tv,rr�r�Yr�t��'rn?� 6.1 Cont�•actar cov�n,�nt� ��dl s��rees �� ;��+pn!!�efv. �oYd �9!'!Yl4FRR �n��i ,�e+Fenr�, at its ow� 07[�ens�, ��i+� C2#V3 �i�S ��cprq, �Qervants send ���pivvees, �"D�1 l�n� ��9f�!�t �ny Hnri yyll clsims arisir�� r,v± r:!� i'FL' iII��M� �O AIt78C 4�; cry �'!:€ �rnrk a••�i ya:_•�••:��� !o �c p�eriorm+�c3 by t�� CI?ntrAC�'flYi Lt$ ��C�t'C� 9�BI1�$, etn�ioVee�, ��;���4��!tr�rtn�, �j�P.lilC_P.V �r inviteeg under t6i� ennt��d; Tbis �a�emni�ic�atio� prar�esion 3s ��ecifca�llv ant�nde�i 4o ronerate ant� be e�fective Nv�n ui nt ia xilr��er1 err proven Eha�i �!I o�r �romi �f �he �O�xxna�es 6ein� fou ht werr ��u�sed. iin s��o�e €�r rtn a__ �'_�,�rY �ci �mis�i�n sry o�c li ence of the ci . 'i'hic s�nr�emnit�� �rovision is un*p��p� tn e::rinde, �4�:w;�+ �im��Ation, ��dentinity F�r eosia, �x�enses �r� 1�a! �ees incurred by #�te ea#v e!: �P�P+�d��� ��ainst snch claims aud ��Lc�.a nf artinrc; CITYOF Fi?�?? ti"::::::? 1CAAConlraelParll (M-458AJ STANI?ARL3�;ONS'CltC{CTION fs'n��Jair�yT�ni.rr;n��c►a�nrrc CPNlOi334 Re�ised 1 112 3/2 02I 005243-3 Agreemeni Paga 3 oF6 6.� Con#ractor cavenants ��d agrees ta indemn'rfy and hold harmless, �t ifs own e�pense, the city, its officers, servants and employees, from and a�ainst any and all loss, damage or destructioa of property of the city, �rising out o�, ox� alleged fo arise aut of, the wo�°k and services ta be performed by the canfYactor�, its officers, a�ents, empfoyees, subcontractors, licensees or invitees under #his eontract. Tl�is indemni�cation bv anv act, omissian ar ne�ligence of the ci4v. Article 7.1VIISCELLANEO�7S 7. ! T�rms. Ternns t�Cpd in #his A.�reement which are de�ned �!? A�r��a� 1 nf thP G�nera� Conditians will have the meanings indicated in �the Cien�r�l Conditions. 7.2 Assignment of Contract. T�is Agreement, inclading all of the Contract �ocuments tnay not be assigned by �he ��ntr,ahr+nrwil-hniif �� �,a,r,ivany�� Pyr�ress written cons�n: ��t�l� l�y:V. 7.3 ��!e�essors a��d Aa4igns_ �.'lijr BflCi i�;Ori�'�.C[OT �8Ci1 �JiCl�� ItS��t} �j� �;;-;�Pr�� gii�r.pc�nrg{ ��S1�RS SII� �0g�� represcntatives LO t�l� #:t�Pr �3i[y i:Pr?�'�J, kti ���F��: �'(k k��� i:DV�'R::ntS, ��,�s'eem�nts �r.;� obli��tions containec� in 4��e C:c :tracl ��s:ur��en#s, 7.4 SeverabiYity/Non-'�aiver �f �'!�:ms, Any pro�ision or part of t!�!p �'�,►ntrar.t J]pww�;;;�;;tg ��P1r� �n �,i� q!�crnnetit�ptinnal_ Vnld Oi 1]1at-nfp�mwaF�lp }}j' 8 Gnirri [�� cQmpetet�t jwira�c�:Ctonry ,:�A�� I�� {�v�111[:� CCTiCkPlt, 811i'� $yl ���;.rnainina� �XOV1S10A5 SYIaIY Cnntini�Y �p F+Y �,�1;+� ;;ntl hintilin� upon �;�?)+ u'Ild �:^iltT�CtOI. `�'�y� �'?::!;r� {}� � !;V 4'ii �4}ii�l'�r.tnr t0 �?1ClRt 4]�}U1i C}l� perlbrmance �t any term �ff �nrnvicinn ni �i11S 1�� eemcnl ar �� �x.Prc-;�� �ny right gr�n*.� M��a�� 5�1�J�� 9iOf L:OiiStlft�t@ 1� L:':?iuPr {j;F��is-�'�; or Contracrar'S 1'eSD0CEIVE S a�I]t t0 IIlS15t LQOI] 8pp1'Oj}T1St8 ��rinrmanr_.P [ar tr,� �15�j'� AI1�' Sl1C�1 right on any fu#��re ci�c��y�*�. 7.5 Governin� Law and �l�.n�te_ This Agreement, inchxding a!1 �� C�:� �`��t*�!�t �c�curnents �s per�ormable uri t'�p ��AtP a� TBX85. 1��.Q.fl1]k; ��38{� kY� �� u'':'811! ��t�ll11#j+, ���X�S, pr �{,A I�nttPYl �t���� 1l4C?Y'iSr� �'J.ln fp� �hF Nortiz�rt� �]islr;ct affiexrs, �t4�± V��rt!� T?��risinn, 7.6 Autlioritr+ to Sign, C,o�nfra�tr�r r-shRfl .a±o-wv�; �videnc�: �^f �!rYhority rn �y��� J`5�eeement if�i�ned �y :�meane;�sher Ghan thk� �ufy �uth�riz�d si�7atory �f *h� ��7n1T8C�or. 7.7 No�x-�n�ropriation vf 1��inds. Itl tlTe �:ie_.n� �v,n �L1nLl� [k!' lnci��ilcient �lafiL�S �ii� F;�UT017rlAT�d �1�y ��'�ay in nny ��:al period for any payments {�;'g Q?pr417A�GI', �!?1+ �i11 InntS�+ �7andor Q?� 5!lAll {'lr.�iirrr.nn� �nri Q,h,:c A�re�ment shall terminat� nn t��e Vast day O#-��+e �scay pertod toC WhiCh AppCopCiatial�s Were receive� ti:�i�hnaal �oenalty c�r ,.Y; �^�v L^ City C+ N:tiV� �;17f� �:,;I7LlTS(IE:VP,.I'� �:xcept .;a t:� ihe portions uf lE�e p�ayrnents h�in a�reed upon for which ����s f,�avP �eP� Qppropriated. GITY OF fiOft7 WURTEI �?.'f7p C.'pnrrar► Pryra ! lM-458i1J STANDARDCONS7'RlTCT!�N SP�ri.r•�C.wi'�[SN I]OCtI1�FNT5 ['�J4�,r^l?�A Rerised 11l2312021 oosxa3-a ��,����nc Page A nf d 7.8 Prahibition On Contracts Wi#h Corripanies Boycotting Israel. Contractor, unless a sale proprietor, acknowledges that in aacordance with Chapter 2271 of khe Texas Government Code, if Gon#ractor has l D or more full ti�n�einplayeea and the contract value is $100,000 or more, the Gity is prol�ibited from entering into a contract with a company far goods or setvices unless tk►e cor�tract contains a written verification from the company ti�at ik: {1) daes not boycatt Israel; and (2) w�ll not boycott Israel during the term af the contract. Tha terms "boycott Israei" and "company" shall ha�re the meanings ascribed to t��ose terms in Section 80$,OQ� of tIie Texas Govemment Code. By signing this contrac#, Contractor certb�ies tbat Contractar's signatu�°e provides written verificafion to the City that if Chapter 2�71, Texas Government Cvde ap�elies, Contractor: (1) does not boycofit Is�°aei; and {�) wi11 nat boycot# Israel durin� the terinq af the contract. 7.9 Prohibition on Boycotting Energy Companies, Corttractor acknowledges t1�at �n �acce�rdance ►��ith ��+apter 2274 of t��� `I'ex�s Gavennment Code-(as added by Acts 2021, 87#� �,eg., !�.5,, 'c.B, !3} 5_21� the �itv is �rohibited from en�erin�; into a contract for gonds ;�r �:Y!�ices �h�t fr�$ ��•�ine �if rR!?!�x�OU' d}!- y'�'!nrPx ���;ici, will be p�id wholly or �artl_y i�t-o:r± publis #"�n�3s t�f ih� �iiy, w:±h �: �:�**�panv �wifh lb or I'CIOCe full-ti�ne emplayees,l ►��►1r?ec �hn �pr��g�t �nin#uinc � �"r�}��;� ��i;C1�tCat1011 �(;!j] l`�'1�' company that it: (11 does not I�oycolt �3ie!'gv ca�m�anies; �1►:� �21 wi11 nc�t boyCptt cner�y companies during t�p Qp'*A': L]f fil� �OC!t:"8G?_ ��'�tW [�£?T!C "i717yCviC �'.'3 �QV �:��pany" 8[li� :e�.mm�an��'" �;�'!ry COt� PT:�$.*:3!7d flmr�riY,N� Ct'] �hS1SC ��.r!??5 �'�� �.�Y$1]iU'1' ���� [!'� ��Ti T�?5 lric+vernment C;nr1� {9s �;�4de� l�y Acfs 7(}?�, 87'th LF'b_� �,��., �_�3, 1�7 ,�, 21�_ �'o �'h� PYaP�± Qhat Chapier L��4 �� �h� Govcrnment �ade ys ��plicable �a �+�;a ��reeme�at, bY si�ning i�his A�reemenf„ Cantractor ti�_rtifeR that �p�trartnr"c n�gnature provides writte�n wx!°ification 4'L► �`i:� ��h' �h:;� �i`G'�nirart�ir; �]�j �1f��S Lnni 4FVv�vt�� �nt�rop compauies; r�!!� �2) ��ri11 u�ot tl�oycott �oer��v ��nepanie� �+�r�ng 4bp i�rm uf t6is Agreemeut. 7.10 Prohibition on DiscriminatiQr� ri�gainst !� is�arrn �int{ t"ymmiinitinij �n�12S�i1C5. Contractor a�kn�wtec� �+S t�lAt �:;���7t �a$ C)�#?a''ti':';Qu nrnviriPri 1hv �;.lZ� t�r ?2?� of the Texas '� r� �� 4 •� • � � Governrnem CnriE• {xs ���Ad L��' A�ts 202l. S?fh Le�,, f�_�., S.i3. 1?, � Ij, EhP �'ity is prolubited fram �:nr�r�n�; �ntn ��:oni!�aei ior �oc�ds c: s�rvi�es ittaai h�Q A�•alil� r�f �][��]j000 or mora which will be naid �;��n�dy ur �vH�lw i:�,!�+ �ublic iri:nri5 {]�:�t�:e �'.ity, ��*.n a company {with 1U or m�r� fu1l-titrie e�17,r110yees) UI11�55 lhe �nncraci C�?IlXB��S ki �;�;?-�Pn �rer��icstian frarn the cam�nany that �t, �11 daec u,nr �a�� ��raciric�, �nolicy, �ttidac�ce, ar ��r�ctive that (�1SCT1Mi17a.tB5 ��ainCt � '�iraarm CC�1�iY L�3' �C�?!'!?? �faC�� �5SOC?a#inn3 3t7� ��� WI�� �1101 discriminate �,�r?„s �he twrr�± �f �he cantract a�ainst � �r�arrn �ntity c�r �;rParxn trade �SSOC1��f011. ri1� ��Cf�14 "�Icr.riminatR�" "{h�rk;arny ��3ii#V" Rll(� "1�YP.ATIp '[p$�� �ycnrsiatinr�" ha�c ihe v„P�±„ing �c: il�.d t�+ t}iQse Y��s �Sy �ha4L8[ ���T+� ti� ��� "Y'�xas ��vernment �ade (as aclded Ly Acts 2�1�l. $?Th i.�g., IZ_S.. �.5, ]�, � �). ''�.� �he �rrp�f ��at Cha�y�ter �'274 af the Gnvernment c'_n�e ic aQplicable ta �ti�is A�reemeni, h, ai�ning this A�reement, �1�ntractnr +C�ii�jfp8 PIl#tt �+�rntrs�i+tnr�c ��gnature prowides �:°itter� �S'C�!�f1C�L10O f0 ��e �^j�y �b�� �`�ntr9ntnr.r. �7� dQ�y i4oi l�ave �r �nrraeiice, naYicy, �uidancd, �r �firectev� Qh:�* �iccriminatec �?�41iI19� :? �P0a1°111 �!!!?tV 8� Lr��JFlll �`�'W�u 7�S3C►Cisiter�n� w!I(� ��� Yi�lil �nf �lBx�*�minate against s� �'.'P��!"� �;Ililt}+ �':' SFr���'I�1 $.*",'.r��` �lR40G1a�101! 4'�',J'�'!?1�' t��' k�&Y1b �fll� 4�113 .'� �1'CB1a1BIl t. CITY OF FORT WORTH IC�fP Co�r�rac� PQrI !(M-458�lj STANI�AR!?CpNSTRU(,'l?^l`a S°EC:p.C4'��i�:`! ^�G'"9?�?s?"S GPN101339 R�via�d i i!2 3,?U: 6 OQ 52 43 - S Agreemcnt Page 5 vf6 7.11 ImrniQra#ian Nationality Act Contracto� v?��!! �erify the identity and employn�ent eligibility of its employees who perform work iah�pr rhis Agr���ent, u�cluding campleting the �mployment ��ig�biiita+ Verification Forin (1-9), l�pon reauest 1��� �i#y, Contractor shall provide City witly e.��ies <;f all I-9 forms and supporting �ligibility a��tir!!m�ntation fnr eaah etnployee wha per�arms work under this Agreenient. Canlxactor shall adhere t� ;�� F�cle�at and State laws as we�l as establish �pprapriaie proceduras and controls so that no ser�ices will b� performed by any Contractor employee who is not Iegally eligib�e to perform such seiwices. CONTRACTOR SFI,�LL �`� ��:}►+�I�IFY CITY AliD HOLD CZTY HARNYLES� FRU1Vi� ANY PENALTI�S, iRA.BII,ITIES, +��? i.C�S��c nrr� �rn yrn� ;eT�n�erc nt� THIS PARAGRAPii BY COIeTTRACTOR, �U1�TI�CT[_)R'� �E1��PLOY7EES, SUBCOI�T'I'RACTORS, AG�ivT'I'S, OR L�CEI�dS�ES. City, upon wrilten notiee to C�ntracYor, shail have the right to immediately terminatc this Agreement for violations of this provision by Contraator. 7.j2 No Tl�rd-Psrtv Benefcjaries, This ���ree�nent ��e� ��ec� r¢�h1�� ar �nPn�f� �a �.nyone �+i+.��� �h�� Yhe �ihr'^:! IIiH C".oatracfor and there a,p n� [hiTd�_n?�y �en�fieiaries. 7.�,3 �;<<7CiHliseVf�C[ic»�gdinstEI�gineel'. ; nnfrarTnrt yrs ��:�, n.;+,;;;Y+;,; ;�n� ��uipment and mat�riaYs sunpiiers un the PROJECT ar their s�ar�t�es. �i;�11 m:::::::;n T�� d:�<<! act�on aga�nst the �nginear, �t� �f�'ir.e:r�, �.rt�lvvees, ar.� �=;'�?�ny;trA,r�tnr�t [rur �nv 41a:::: 's;f:c�n� ��,n �+' �n £it?nn};tinn w'stl�7 iDT YR5!litin� lfl'O1Tl �i Y �n�ineering ��r,;i��s u�eri'ornxed. �nly tIie �ity rVa�] be �,p ?�enefic�ary uf any unr��r�aking by ti�e �ng�!�!Pps, rhe p��G�nce �,r rt��t;�c ��+ rh� E�ginaer'G persotuiel �t a�onstrucCiQn s:t�-, WIIB�'I�Y RS Qi`-citC fLn�ePntariyAr, {,�r �4hr�rrwicw} �:} R^� �i7��4G` t:3+� ��S^�'�'.n��r ��r i+�,r �'�, cnnn�� lIl 8C1� �,�;;V f�S�iO[151��e ��?' �}:OSP Cti:tie5 tjla� �','$�Q1l� i0 tIIC G1I� '�I!ri/nr �}?e {f1�Vr5 GOIl5tl'LLG�LOII C�Iltl'3CiQfS l:r �,#G�rr �ntiti�g; ;9I14� �9 I�nt s•PJieve the �n?tst['uctiul� c�llh'BCtOT3 U!' :�iljl Ot!�?1' er.±�ly of their �hl�gakians, �e�+.;ps, �nd r:spansibai�ties, i�cludin�, but i�at �irnihed ka, a�l Ca7�ilSiCilC�lUri fi'!Ptiantie; m�*Rn�, ��rhni±�1105, v�['11C111G�9r Fk:?{� pracedur�s Iti�L'��17f �s�r caordinating 3od compleiing oEr portions r�f th� �G+rS?n�atinn �york �n �cwordance witti fihe Contract Docuraenfs and any 3�}'4r�1 G': �8#'PfV DY��ii11ti0i1S �'w j'w::A� �j+ �!!�1} �nnch-i�ntinn work. The Eugineer and its persa�ei li$Y2 T!n �7�71'�?nrit� ��ry �YEerr.rc� qpy �;nnYrnl �3vPr any COI1S`�II]CLIp11 GL3Tlir8Cx�1' 4P 4tI�i�T t.Aklljr OiI ��:�:r 2???�3IOVCeS !T �^T1:}�CT14Fk 4.'��I� fi,��,Pir wnri� i r a??y health crr �FerCy �recautians. CITY OF rORT WORTH �'C.en r..��a:!?'cr•! !(M 45$A) STANEDAitD CONSTItUCTIQId SPSCIFICATION I]QC[ nurF!.N'ec �nu rnl aga lteviscd ] 1/23P,t021 Ofl S2 43 - G Agreemont Paga 6 nY6 IN VJITNESS WHERE�F, City and Contractor have each executed this Agr�ement to [ae effective as of the date suhscribed by the City's dasignated Assistant City Manager {"Effcaki�e Date"). Contractor; �� �� �����u�� �� City of Fort Wnrth By: Sig� ature / I�lCHA�� � DSNr�_.5 (Printed Name] t'Y—Evrr s7�-3.�� i Title By: flrana Sur�hdo{f Dana �urghdoff Aasistant City Manager Jan 18,2022 Da#e Attest: � a . �x l�-� Address J r�eite Gnodall, City. Secretaay Arl.S����z� �o� 3 CitylStat�/Zip (Seal) Date C1TY OP FORT WORTH 57'ANUARD CONSTRUCTfOIJ SPECIPIGATiON i]OCUMENTS RevEsei 11/I3/2021 I lra ���.. M&C: �1=0$68 I]ate:11/091�0�1 Farm i295'No:. �021-�47474 �� �' � � �� ���_g+R�, 4'�j�-� � .:' • TP��e�./� �� ��%, r �� .�.s:, ' '�'�: � �� `' ..,��. c� .,��,� ����`, -. Contract Compliance Manager: By signing, [ acknowledge that I am the person r�sponsible for the monitoring and administration of this aontract, including ensuring all performance and reparting reyuirem�#s. � _ - . L- �� i .� y i.y� � : � .- 1 �*�ys,�'7 � Scolf aylor Project Manager Appraved as to �arm and L�gality; 8�i ,� � Do�glas W, Sl�ok Sr. Assistant City Attorney APPRQVAL RECOI1rIMENDED: ���. Christopher Herdar, ,P. E. Director, Water Depariment 1rea.nq���.��-ary.�...u�.!-���,4,. �:l�rvarat�3� � �and P�o.: �NB��D0005144 �remium: $41,1b7,00 � 00 61 13 - 1 FERI'ORMANCE BQNT7 Page 1 of 3 1 2 3 4 5 s 7 8 9 1Q 11 12 13 14 15 16 THE STATE OF TEXAS C�UNTY OF TARRANT SECTION OU 61 13 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: § That we, Willoo Underground. L�C , known as "Principal" herein and Argonaut Insurance Company , a corporate surety{sureties, if more than one) duly authorfzed to do business in the State of Texas, lcn�own as "Surety" herein (whether ane or more), are held and firmly bound unto ihe City a!' Fort Warth, a municipal corporation created pursuant to ch� iaws of Texas, known as "City" herein, in the penal sum of, �wo Mitlion A1ine Rllne Thousand �i ht Hundred * Dollars ($ 2 499 �D0.00 , lawful money of the United States, to be paid in Fort `1Vorth, Tarrant Cour�ty, Texas for the payrnent of which sum well and iruly to be made, we bind nurselves, aur heirs, executors, administrators, successars and assigns, jointly and severally, firmiy by these presents. 17 WHEREAS, the Principal has entere.d inta a certain written cantraet vvith the City 18 awarded the 9th day af Wavember , 20 a'I , which Caniract is hereby referred to and 19 made a part hereof Eor all purposes as if fully set forth herein, ta furnish all materials, equipment 20 labor and oiher accessories defined hy lavv, in the prosec�tion of the Work, includiing any Change 21 Orders, as provided for in said Contract designated as ICAP CONTRACT PART I(M-458A), zz 2� City Project No. i01339. NOW, THEREFORE, the canditic�n nf this o�ligaiian is such that if the said Principal Z4 shall faifhfitlly perform it obiigations under the Contract and shall in all respects duly anc3 25 faithfully perform the Work, including Change Orders, under the Cantract, according ta the plans, 26 s�ecifications, and confraet docu�nents therein referred to, and as well during any period of 27 extensinn of the Contract that may he granted on the part of the Crty, then this obligatinn shall be 28 and become null and void, otherwise to remain in full Force and effect. 29 CITX QC' �'ORT WORTH 3TANDARD GONSTRUCTIQN SPECIFiCAT103V D�CUNfENTS Revised July 1, 2011 *a�d oar�uu ICAP CONTRACT PART I (M-458A) CITY PRdJECT �[o. 101339 OOG713-2 PEKFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, th.at if any legal actian be filed on this Bond, venue shall lfe ir► 2 Tarrant County, Texas ar the United States District Court For the Northern District of Texas, Fort 3 Worth Division. 4 This bond is anade and executed in compliance with the pravi�ions oF Chapter 2253 of the 5 Texas Government Cade, as arnended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statuE. 7 IN WITNESS WHEREOF, the Principal and the Sureiy have SIGNED and SEALED 8 fhis instrument hy duly authorized agents and qfficers on this the 76th day of 9 �ecember , 20 21. �o 11 �.2 J.3 14 �.5 � , 16 -� ,�+ 17 r�L' .L�� • y. ' � -�.�. • 18 19 AT'I'EST: 2fl 21 ��i�i�3'� C��r�'t+.�� 22 23 (Princigal) Secretary 24 2S zs z� 28 29 3Q 31 PRINCIPAL: IR�iticn Underground, L�C �� �� �� Signature �1Gk4l4��- � �!►�aj.+► 4�+�.sT Na�ne and Title Address: �� - 't�X l�r�. ��,�nr �i�, --�,� �t� �t ;� CITY OF FQRT WORTH STAiVI]Al2i7 CaNSTRUGTIQN SP�CIFICATI4IV DpC[lM6NTS Revlsed July 1. 2U11 ICAP CONTRACT PART I (M-458A) CITY PROJECT No. 141339 OD6113-3 PERFORMANCE BpIVD Page 3 oF 3 1 2 3 4 5 6 7 8 9 10 1� Zz 13 14 15 15 17 18 19 20 Z1 22 23 24 25 z6 27 28 29 30 31 32 Witness as ta Principal Witness as to Surety �er��i,,,� _ : �, � SURETY: Ilrgonaut Insurance Company � �� B�: • ` � - . ' _ y `�ignd.tt�f�e 5tacey Garcia, /�ttomey-In-l�act Name and Tztle Address: ab CMGIA, 2a335 !lentura �Ivd., Ste 4a6 Woodland Wlll�, CA 91384 Telephone Numher: (88B)383-2842 *Note: If signed lay an officer af the 5nrety Campany, there must be on file a certified extract irom the by-laws showing that this person has authority to sign such oblzgation. If Surety's physical address is different fram its mailing address, both rnust be provided. The date of the bond shall r►at be prior to the date ihe Contract is awarded. CITX Ok' FORT WORTH STAIVUARD CDNSTRUCTIORf 3Y�CIFICATIOIV DDCUMENTS Revised july 1, 2Q11 1CAP CONTRACT PART I (M-458A) C1TY PRQJECT No, IU1339 C��'Il)�19 PERF�R1VIAl�TCE B011TI) N�TICE R�DER This Rider is executed concurrently with anc� sha11 be attached to and form a par� of Bond No.: cn���a000��� WHEREAS, on or about the sth , day of Ma�ember , 2021 , WILL�CO UNDERCROUN�, LLC (hereinafter called f,he "Principal"), entered into a written agreement with city of Fort wortn (hereinafter called the "Primary 4bligee") for t�e cQnstruction of the ICAP Contract Part I(M-458A) City Project No. 101339 (hereinafter called the "Contract"); and WHEREAS, Principal and Arganaut Insurance Coinpany (hereinafter referred to as "Surety"} have agreed to execute and de�iver this Ride�• in conju��ctian Bond No.: CMGP00005144 WHEREAS, the BOND has been reyuired and/or requested by the OBLIGEE during a national epidemic or pandemic. In response, the federal, state, and local goverr�ments have issued stay-at-home andlor emergency orders in order to protect public health. WHEREAS, this RIDER is ereated, effective, and issued contemporaneously with the terrn oithe BOND, and ihe SURETY and PRINCIPAL rely u�on the effectiveness o£ihis RIDER and the incorporation of its interpretation af the terms and obligations of the BOND at the beginning of its term as an inducement to its agreernent af the terms and obligations ot'the BOND. WHEREAS, quarantine procedures have been issued by the appropriate go�ernmental authorities in the interest of publie health to reduce or pre�ent tne epidemic or pandemic. WHEREAS, as the orders and aetions of the government are ever-changing, no party can adequately predict how �he Banded Profect may be affected. Accardingly, any delays, cas�s inereases, labor shortages, a�ailability of materials, or any other event hindering the perfqrmance of any party's contractual duties caused hy or related to the epidemic ar pandemic are unfareseen ai the time of formation of the contract, The Sj_TRETY's bonded obligatians under the BQND are clarified by this R[QER, or to the extent necessary, modified as foIlows; L Tn the event of any delays, cQst increases, labor shortages., availability of materials,. or any other eveni hinc�ering the performance of any party's contractual duti�s caused by or related fo any epidemic or pandemic, the SURETY agrees to caaperate with the PRINCIPAL and the OBLIGEE to assist vvith the completion of the contract COVID-19 PERFORMANGE BOND NOTICE RIDER and comply with any and all directives frain federal, state, and laeal authorities to maintain to the public health. 2. The BOND has been issued during an �pidemic or pandemic, but the specific irnpacfs, delays, defauits, ar darnages relating to the pandernic on the perFormance of the contract are unknown to the SURETY, OBLIGEE, and PRINCIPAL and are unforeseen at the time of formatinn of the B4ND. 3. The SURETY agrees to assist aIl parties ta mitigate any potential datnages an the Projeci. The parties' duty to mitigate has niot been abridg�d. The SURETY will comply with a1l federal, staie, or local go�ernmenta] guidance regarding tl�e performance of the contiract and the protection of public health and that of their emplo�ees. 4. If per%rrnance of the OBLIGEE's and/or the PRINCIPAL's obligations under th� contract becomes impracticable as caused by or related to the effects of any epid�mic or pandem:ic andlor related governmental orders, the �URETY's obligations k�ereunder are li�Cewise deemed impracticable. Impracticability is defined as the existence of a fact or circumstance which rnakes the perfarmance of the duty to be unfeasibIy diff�cult or expensive. The standard itor unfeasi�iiity is whether performance is commercially unreasonahle. 5. If the contracts, agreements, or other documents require notice from the PRINCIPAL andlor the SURETY regarding epidemic or pa.ndemic related impaets on the Bonded Project, the OBLIGEE is deemed to have sufficient notiee upon receipt of this RIDER. Except as �erein rnoc�i�ed, the Bond shall be and remains in full force and effect. SIGNED AN� DATED THIS 1Bth day of becember , 2021 . Arganaut Ins�ranc� Campany (SURETY) g '� � .-'�� , � -- -, �• � � -`7� - Na�xle: 8tace G"areia Title: Attorne�-in-�act COVID-19 P�RFORMANCE BOND 1V'€�TTf;E RI��:R �ond i�o.: GII�G�Qfl0A��44 Pr�emium: $�'i,7�7Aa Argonaut Insurancc Company 1)elive�-i�es Only: �Z� �'. Washin�ton, ��th Floor Chicago, IL 60606 Uni�ed �tiates Postal Service: P.O. Box 469011, San Antonio, TX i8�46 PO�ER OI` ATTORllTE� KNQV�T ALL MLN HY THESE PRE5ENT5: ThaE the Argonaut Insurance Company, a Corporation duly organized and axisting under rhe laws of the State oiIllinois and having its principal office in the County of Cook, Illinois does herehy nominafe, constitr�te and appoint: Gs6riella Gre�y Shila Lee Losino. Stenhanie Hone Shear. Elizabeth ^��ntos. Stac�y Garcia. �,tth:r�i Dioaisio �'heir �ue and lawful agent(s) and at#omey(s}in-fact, each in their separate capacety. iF more th� one is named :�bov;,1�9 I�ska, execute, seal and delivar for and on its behalf as snrety, and as its act anc� deed any and all bonds, contracts, agreements af indemnity ar� ��r;;er a�derta�cings in su�tyship provided, however, that the per�al sum of any one such insYr�ment executed hereundae sha11 not exceed the sutn of: $15.060A00.09 This Power of Attomey is g•anted aod is signed snd sealed under and by the authority of the fa?�y ��,ying;�}PsuluEion adopted by tha Board oi 17ireatnrs of Argonaut Insurance Company: "StESOLVED, That the President, 5anior Vice Pmsidem, Vice President, Assistant Vice g:+as'srj4nt, Se.^ �±�:;, 7Yeasurer and each of them here6y is authorized to ea�ecute powers af attorney, and such authority can be executed by usg a£fscsiA��il� yiguettire, ruhich may be attested or acknowledge�ci by any officer or attamey, af the Company, quaiifying the attomey ar attorneys named i�ti thp giveti power of attorney, to execute in behalf of, and aclrnowledge as the act and deed af the Argonaut Insurance Company, all bond undertaldu�}� �rid e.�ntracts af suretyship, and to affix the aorporate seal tlieretn." IN WITNES$ WHETtEOF, Arganaut Insurance Company has caUsed i#s rf8ciei tieal to be hereunto afiviced and fhase presents to be signed by its duly authori�ed ofticer on the ]s# day oflune, 2Q21. _- __ Argonaut lnsurance Company ��a��inqi•. .�. STATE DF 7'�CAS CDUNTY QF HARRIS 55: i.`�,�yeJU�/11,�• , ;,Ph\'�oRPaWr�:.�n t t: �; �FAT�:A=j : o'µ�, �a:� by' �' L wiJ�6,�' �� F��''��...�"',�., , ��� �G--��- �; . Joshua C. Betz � 5enior Vice President On this lst day of 7une, 2D2i A.b., u?�f.n�~ me, � Notary Puhlic of the Stat� of Texas, rsi and for the County of Flarris, duly commissioned and qaalified, came THE ABqVB OFFICER CGF 7T3F CGri?PANY, to me persanally knawn to ba #he individuai �nd afficer described in, and who e�cecuted the pceceding instrumant, and fie acknvwledged thr. •xecution of same, and being by me dnly sworn, deposed and said that ha is the nfficer of the said Company a%resaid, and that Yhe seal aftixed 10 the�,�.+t'eceding insh'ument is the Corporate Seal of said Cvmpany, and the said Cvrpnrate Sea! and his signxture as officer were duly atiix�d and subscr{�.�d to t�e said instrument by the autfiority snd direction aithe said cnrporation, and that Resolution adopted by the Board of L]irectors af said �'umt?�ty, � c�en�ed to in the preceding instrwnent is now in foxce. IN '1'EST�iOF� Y V� ►fUizEOF, [ have hereunto aet my hand, and af6xed my Ot�icial Seal a# thc County of Harris, the day and year flrst.abo�e written. ��� w� , � ��� +� F{A'Y!-iLEEN M MELK^-u iVQTARY PUBLIG STATE OFTEXAS �,���`� N1Y C4MNi. EXP 47/15125 iJ6l"A PtY I l? 557902-8 {%iOtefy Pl1bl1C) I, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the originai POWER OF ATTORNEY ofwhich tha foregoing is a full, huo and correct copy is sEill in full force and efFect and has aat heen revoked. IN WITNES5 WI-]ERE�F, [ hava here�nto set►rEy hand, and affixed the Seal of said Company, on the ��#il day of �ec�m beP a��'� , , :�'`'�r�s:'.,�!Nc'�: 'f J�.��o�d�Wr�;.'�C��� � /� ''�° �SEAL' �_'' �- � 1 : 6 : 39d8 ' 2•4^`7� �� '.;7z!�o;6'' �=' 7ames Bluzard � Vice President-Surery ^,`•���"a��*n�•+•''��, . IF XQU HAVE QC1�S'!'I03�T5 O[Y AiiTkIEN"[`ICI'£Y OF THIS D�CUMEA[T CAL�, (833} 820 - 9137. C�1�DWlVfA �i�I�o����A� �►Ci�CIVO�d6�i���i�Ni CI'I�IL COD� § �189 u �. �;,_ - — — — — — — --- — — — m�� .�. _ a .��...� � • � � _. _ �..�, --+� A notary pu�lic or other offiieer eamplet9ng this certificate veri#ies only iha identity of the individual who signed the docvrrEen# to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Coun'ty of Los Angeles � On ��'� 1� � befare me, Lucas Patterson, Notary Public Date Here Insert Name and Trtle of the Offieer personaliy appeared Stacey Garcia Name(s) of Signer(s) , who pro�ed to me on the basis of satisfactory evidence to be the person(s) whose namets) is/are subscrif�ed to ihe within instrurr�ent and acknowledged to me that he/she/they executed the same in his/herltheir authorized capacity(ies}, and that hy his/her/#heir signature(s} on the instrumen# the person(s), or the entity upan behaEf of which ihe person(s) acted, executed the instrumen#. �.n�� . . ,r�.;���� �r�- ty 4.UCAS PAYi'ER50N w4 �� ,���:�o�� Natary Public • Ca!ifornia _, � i',�'��t ; Los An,elea Launty � ���` Commission " 23522�i4 ��•c��� My Comm. Expfres Mar t4, 2025� ����s'.��: �`.;��."�4� .. ! certify under PENAL7Y QF PERJURY under the laws of the State of California that the fi�regoing paragraph is true and correct. WiTNESS my hand and oiflcial seal. Signature - " ' ��-- -- - Slgnature of Notary P�blic Place Notary Seal Above Ol�►IONAL Though fhis section rs aptional, completing thrs r'nformation can deter alteration of the docurrr r fraudulerrt reattachment of this form to an unintended document. �escription of Attached �ocument Title vr Type of DQcument: Docume ate: Nu�nber of Pages: Signer(sj Other Than Named Abo� • Capacity(ies) Claimed by Signer(sj . Slgner's Name: ❑ Corporate Officer � 7itle(s): ❑ Par�ner � ❑ Limitsd ❑ Genera ❑ Indi�idual � Attorne ' aet ❑ Trusiee ❑ an or Conservatar ❑ Qther: Signer ls esenting: Signer's Name: ❑ Corporate Officer — 7itle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individuai ❑ Attorney �n Fact ❑ Trustee ❑ Guardian or Conservatar ❑ Other: Signer !s Representi�g: ----- -- � _ . . .�. -- -:� 02014 National Notary Association • www.NatianalNotary.org • 1nS00�US NOTARY (1�800�876o6S27) Item #5907 �ond Ido.: c�n��aoaa��4a Premlum Included In �he �ertormanae �ond aasiia-i PAYII+IENT BQIVD Paga 1 nf 3 i z 3 4 5 6 7 8 9 10 11 12 �3 14 15 16 1� THE STATE OF TEXAS COUNTY OF TARRANT SECTION Op 61 14 PA�M�Nm soND � § KNOW ALL BY THESE PRESENT5: § That we, 1Mipoo Underground, L�C , known as "1'rineipal" hererri, and dr onaut 1�surance Cam an , a carporate surety (sureties}, duly authorized to d❑ business in the 5tate of Texas, known as "5urety" herein (whether one or �nare}, are held and £irmly bQund unto the City af Fort Worth, a municipal corporatian created purs�ant to tlie laws nf the State of Texas, known as "City" herein, in the penal sum nf Ywo Million Nlnety Pline �hausand �ight bundred* Dollars {� �,099,$oo.OD ], lawful mnney of the Ur�ited 5tates, to he paid in Fort Worth, Tarrant Caunty, Texas, for the payment of which sum we13 and truly be nn�ade, we bind aurselves, our heirs, executors, administratars, successors and assigns, jointly and severaljy, firn:�ly by these presents: WHEREAS, Frincipal has entered into a certain �+ritten Cor�tcact with City, awarded #he 18 9th day o£ Wavember , 2D 21 , which Contract is hereby reFerred to and 19 made a part herenf for aIl purposes as if fully set farth herein, ia iurnish all materials, equipment, 20 labor and other accesso�es as defisied by law, in the prosecution of fhe Work as pravided for in 21 said Contract and designated as defined by law, in the prosecutian of the Work as provided for in 22 said Contract and designated as ICAY CONTRACT PART I(M-458A}, City Project Na. 23 24 101339. N�W, THEREFORE, THE CONDTTIDN OF THIS OBLIGATION is sueh that if 25 Principal shall �ay all rnonies owi�g to any {and all} paymenf hond beneficiary (as defined in �6 Chapter 2253 af the Texas Government Code, as arnended) ir� the prosecution af the Work under 27 the Contract, then this obligation shall be and become null and void; othervvise to remain in iull 28 force ar�d effect. �� 30 31 This hond is made and exec�ted in compliance with the provisions of Chapter 2253 af the Texas Go�ernment Code, as amended, and aIl liabilities on this bnnd shall be determined in accordance with the pror�isions of' said sfiatute. C1TY QF FORT WDRTH S1'ANI7ARD CONSTI�4�CTIOI�f SPECIFICATION DOCUdvIENTS Revised July l, 2U11 ICAP CONTRACT QART 1 (M-458A) C1TY PRO,�ECT Na.1pI339 *and OOHOd 006114-2 PAYMENT gO1VD Page 2 nF 3 1� IN WITNESS INIiERE�F, the Pri.z�ci�al and Surety have each SIGNED and SEALED this Z instrument by duly authorized agents and afficers on this the ��h day af 3 December , 20 �1 . 4 PRINCIPAL: 1!1lillco Underground, L�C A���s�r: aY: � "����. T — Sigrfature � �� � � � I , �" {Principal) Secretary �t�5T1-� � 3r�-�.�: S V�litness as to Frincipal AT'�EST: see�a�c;ne� (Surety) Sec'r�iaey T�� ,�:�� ? �5�� ', Name and Title � �� Address: G � / '� '�,�. SURETY: ,Argonaut lnsurance Campany Pi'�(' 1 ' !r I _ � _ s � �ig�ature " Stacey Garcla, �lftomey-In-�aot Name and Title C1TY OF FORT WOE2Tfi STAN�DARP CdNSTRUCT10N SP�CIPICATI�IV bOCUMENTS Revised July I, ZUl l ICAP CONTRI�ICT PART I (iv1-458A) C1TY PROJECT iVa. 1U1339 aasi i4-s PAYME3YT BnIdD Page 3 nf 3 Address: ��� C�QIA, 2033� Ventura ��vd., Ste 4�g, Woodland bills, � �� � �� �_ � Witness as to 5urety CA 91864 Telephone Number: (868)383-264a 1 Z Note: If signed by an afficer of the Surety, there �nust be on ftle a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical 4 adc3ress is different from its mailing address, both must be grovided. � 5 The date of the bond shall not be prior to the date the Contract is awarded. 7 $ END O�' SECTION C1TY DF FORT WORTH ICAP CONTRACT PART I(Irrl-458Aj STANDARD COiVSC8i1CTI0IV SPECIEICA`i`IOIV DOCI]MEN'I'S C1TY PRO]�CT iVa.1p1339 RevisedJuly 1, 2011 �ond R�o.: Cl4AG��Ofl05�94� �remium: S�'I,�i57.�0 Argonaut �nsurance Company Deliveries Only: ��5 �l. �7ashin�ton, �4th Floor Chicago, Ii. 60646 United ��ates Pos�ai Service: P.O. Bog 469011, �an Antonio, T� 98246 POWER �F ATTORl�TEY ICNOW ALL MEN BY'1'fiESE PRE5ENT5: That the Argonaut Insarance Cnmpany, a Coeporation duly organi2ed and axisting under �ine faws ofthe State of Illinv�s and having its principal af�ice in the County af Cook, Illinois daes hereby �ominate, notastitute and appuink: _�+6ri Ila Gradv 5hilo Lee Losino 5t�phanie Hope Shear Elir.�beth 5antos 5tacev Garcia.'�futtl�":N Dioaisio Their true and lawful agent(s} and attorney(s)-in-fact, each in t6eir separste cepacity ifrnare than vne is natned s�Unve, t� � n�4ce, execute, seal and delivcr for and on its behalfas surety, tutd as its act and deed arty and all6ands, conGcacts, agreements of i�dem�ity ar�•+�rh?i ti�nderEakings in suretyship provided, I�owever, thaf the penal sum of any one such instrument executed hereunder shall not exceed the sum of: $ I S.UOO.00O.OU Tius Power pf Attomey is gra►►ted and is signed artd sealed under and by the authnrity of the foll�,•,ying +�esuiution adopted by the Board of }]irectnrs of Argnnaut Insucance Company: "3tE50LVED, That the President, Senior Vice President, Vice President, Assistant Vice i'ras±cti�+t, 3ecretary, Treasurer and eaeh of them hereby is authorized to eacecute powere of attorney, and such authority can bc executed 6y u,A of fae�imile signature, wluch may be afbested or $clmowtedged by any officer or attorney, af tt�e Campany, quali£ying the attorney or attorneys named in the giveci �aower of attomey, tv execute in behalf of, and aalmowledge as the act and deed of the Argonaat Tnsurance Company, all bond undertalan� �nd c.�+titracts of suretysktip, and to affix the corporate seal thereto." IN WITNESS WHIItEOF, .4�gonaut Insurance Company has caused its a�f�iaiaJ _seal to he hereunto affuted ancf Ehese presents to be signed by its duly authorized o.f�icer vn #�e 2st day of 7une, 2U21. ArgonauE Tns�ra�ce Campany 5TATE OF'1'��CAS CDUNTYpFHARRI5 SS: �,,,a�����,i.:;;: : :',�\�SURqNG��' �.. != o�; � ���o�T��'n� _'� ;:.�SEAL:A_ by: raae : ,�z�: '-:�LINO;S,: .� I,I�/"" � f""",``�, ����J �� �,, 7oshua C. Betz � Senior Vice Presidept On tl�is 1 st d�y afJvne, 2021 A.D., heforq i:�e, a h;vtery Pubiic of the StaYe nf i'exas, in and for the Cvunty oi Harris, duly commissinned and qualified, tzine'II-� ABOVE OFFICEIi Gf T�IE �'C.tTwsYANY, to �ne personally [rnown to be the indiuidual and ofiicer cfescrihed in, and who e�cecuted the preceding instrwnent, and he aclmowledged tii� �xeentian of same, and Being by me duly swom, deposed and snid that he is the otT"icer of the said Company afo►-esaid, and that the seal afiixed tv �r.he �*eceding ins#rument €s the Carporate Sea] of said Company, and the said Corporate Seal and his signature as ofFicer were duly afiviced and subscr��ed to the said instnunent 6y the authdrity and directinn of the said corporation, and that Resolution adopted by the Baud of �irectors pf said 4'!omp8ny, i�+�rrecf Yo in #he pxeceding instrumetit is apw in force. IN '1�STF�4PON tF �S+}E�! f# E;QF, I hava hereunta set my hartd, and affixed my OfCeial Saal at tl�e County of Rarris, the day and year first above written. ��y-t� � . �i��`�tia�Jtn , KnTNiLEEN M ME�K^s NQTP:FiY PIJBLiC STAT� QF TEXAS °' MY GflMM. EXP. a7/7$!25 �"�� tJOFARY 1� 5579o2-S �� (1Votary Fuhlic] 1, #he undersigned Oflicer of the Argonaut insurance Company, lllinois Corporarian, da hereby certify that the nriginal POVJER OF AT�'ORNEY of which the fotregoing is a full, true and correct aopy is still 9a full farce and effecY ftnd has not heen re�oked. IN WITNESS WHEREOF, I have hereunto set.my hand, and a{�ed the Seal of said Cnmpany, on the ����'1 day af �ecem ber , a0�'� . ,a,���,���;,,. .:; ��\�SURq�y� •.; , �� J'�.�GORP01i,{j.�.lCn :', s ° :'S�A�.: � �,� � � `.� �� � %�.•.�t�°g: '�� JamesBlu7ard VicePresident-5urety I•,/i+I�'�/I�i�PN��r�.`-,, ( ' IF YOU HAV� QUE3TIQN5 ON A�EfTHENTICITY bF T1�TS xlOCt7ML1VT CALL (833) 82U - 913'1. C�L�IFOR�11� 1�LL�PLIF��05� ��IGR��1i�L@DC��F�Y Cl111� CO�� � "ii89 - _ — � .^�.-m-=__o=Y=-"- --------�._c—V ,.,_ ,�,� - •--�*- - - - - a- A notary public or ot�er officer eompleting this certificate ver9fies only the identity af the individual who signed the dacument to which thls certificate is attached, and not the #ruthfulness, accuracy, ar validity of that document. State of California County of Los Angeles � On D�� �� �'V�I before me, Lucas Patierson, Notary Public � Date Here Insert Name and Tifle of the Officer personally appeared Stace Garcia Name(s) of Srgner(s} who pro�ed to me on the basis of satisfactory e�idence to be the person{s) whnse name(s} is/are subscribed to the within instrument and acknowledged to me tha# he/she/they executed the same in his/her/their authorized capacity{ies), ar�d that by his/her/their signature(s} nn the instrument the person(s), or th� entity upon behalf of which the person(s} acted, execu#ed the insirument. �.�Ts�rU� .. .� . . . ,.. u.. , G�a �e�� �/4E==�r.� I.UEAS PATI'ERSON p�`����;�j{'���; Natary Pu�lic - CalfFarr�ia � K �� i'==� � • x „� �-, - LosAngeles County ; z ,``:: •�'.' � � y �� Commission 2 i3522GA �� •'� My Camm, Expires Atar 19, 2025 L1:ow4 . �ktil�'i�J`;'�s'�� I certify under PENALTY O� PERJURY under the laws of the 5tate of California that the foregoing paragraph is firue and correCt. WITNESS my hand and official seal. 5ignature -- - -- . -.--.- �. ` 5igna#ure of Notary �ublic Place Notary Sea! A�ave OPTIONAL Though fhis sec#ion is opfianal, completing this fnforrrratron can deter aftera�ion of the docum r fraudulent reattachment of this form to an unintended document. �escription of Attached �ocurnent Titls nr Type of Document: Daaume ate: Nurnber of Pages: Signer(s) Other �han Named Abov • Ca�acity[ies) �laimed by Signer(sj Signer's Name: ❑ Corpdrate Officer — Title(s): ❑ Pa�tner — ❑ L9rnited ❑ Genera ❑ Individual � Attorne ' act ❑ Trustee ❑ ian nr Conservator ❑ Other: Signer Is esenting: �igner's Name: ❑ Corporate Officer — Title(s}: ❑ Partner � ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ 4ther: Signer Is I�epresenting: � _ ,.a. _ --�-4 =--9 --�- �---� -��- . �2414 National Notary Association • www.NationalNatary.org � 1�800�L1S NOTARY (1�800�876-6827j Item #5907 Bo�d Wo.: CMGPflD006"i� � 2 3 4 5 6 7 8 9 �a 11 1Z 13 14 �5 16 17 18 19 20 21 22 23 2�4 25 26 27 28 zg sa sECTzoN oo s� i� MAINTENANCE BOND OD6119-1 MAINT'SNANCE S�IVD Page 1 of 4 THE STATE OF TEXAS § § KNOW ,4LL SY THESE PRESENTS: COUNTY OF TARRANT § That we 111�itico Underground, ��C , knawn as "�zancipal" herein and ArgaRaut Insurance Comnanv , a corpnrate surety (sureties, if more than one} du�y authorized io do business in the State uf Texas, known as "Surety" herein (whether ane ar more) , are held and f'irmly bound unto the City af Fort Worth, a munieipal carporation creaied pu�suant to the laws of the Stake of Texas, known as "City" herein, in fhe sum of �� �i�lion IWinety Nine Yhousand �ight Hundred* Dollars ($ 2,a9�,8oc�.00 }, Iawful maney af the United States, to be paid in �'art �1Vnrth, Tarrant County, Texas, for payment of which su�n well and truly be made unto the City and 'zts successors, we bind ourselves, our heirs, executors, administrafors, successors and assigns, jointly and severally, iirrnly by these presents. WHE1zEAS, the Principal has entered into a certain written contract with the City awarded �� 9th day of PEavemher , ZO 21, wtuch Contrack is hereby ref�rr�d to and a made pai�t hereof far all purpdses as if fully seY fnrth herein, to furnish all materials, equipment lai�or and ather accessories as defined by Iaw, in the prosecution of the Work, including any Wnrk resulting from a duly authorized Change Order {collecti�ely herein, the "Wnrk"} as provided far in said contract and designated as TCAP CONTRACT PART I(M- 458A}, CITY PROJECT Na. 101339; and WHEREAS, Principal binc�s itself to use such materials and to sa constr�ct the Work in accordance with the plans, specifiications and Gontraet Daeuments that the Work is and will remain free from defects in materials ar workmanship for and during the period of iwo (2) years after the date of F4na1 Acceptance of the Wark by the City ("Mainfenance Period") ; and CITY �F FQRT WORTH STANQARD CDNSTRUCTIQhI SPECLFICATION DOCUMENTS Revised July, l 2011 TCAP CO3VTRACT PART I (M-458A) CITY PROJBCT Na, 10I339 *and OOH QO 0o sz zs - z MAINTENANCE B�ND Page 2 �f 4 7. WHEREAS, Principal binds itsel� ta repair or reconstruct the Work in whale or in part Z upon receiving notice frarn the City of the need ther�far at any tirne within the Maintenance 3 Qeriod. 4 5 NOW THERE�'ORE, the cor�dition of this obligation is such that if Principal �hall 6 remedy any defective Work, �or which timely nofice was provided by City, to a completion 7 satisfactory to the City, then this abligatinn shall become null and void; otherwise to rernain in 8 full force and effect. 0 1D PROVIDED, HOWEVER, if Principal shall fail so to repair nr recnnsfrucf any timely 11 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 12 be repaired andlor reeonstructed with all assnciated casts thereoibein.g borne by the Principal and 13 the Surety unc3er this Maintenance hond; and 3.4 1� PROVIDED FURTHER, thaf ii any legal action 6e filed on this Band, venue shall lie in 16 Tan•ant Caunty, Texas or the Unifed States Dis#rict Court for khe Northern District of Texas., Fort 17 t�Vorth Division; and �.8 19 PROVIDED FURTHEA, that this obligatian shajl be continuous in nat�re and 20 successive recoveries may b� had hereon for successive breaches. z1 z� 23 C1TY OF FORT V410RTH STANDARll COIVST'12UC7'ION SPECII'ICA'FION DQCUWIE�ITS ICAP CONTRACT PART 1(M-458A) l�evised Ja[y, 1 2011 CITY PROJECT No. 1U1339 QU 61 19 - 3 HIAINTENANCE sO1VD Page 3 af 4 1 IN WITNESS WHERE�F, the Princ�pal an�l khe Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and ofiicers nn this t�e '� � day of 3 December , 2Q 2� . 4 5 6 7 $ 9 7.0 11 12 13 1�4 15 16 17 �.8 19 20 21 22 23 24 25 26 27 2$ 29 30 ATTEST: � ,' �� � � �� � r ` (Principal) Secretary ?'1�41J�} �M�v� Witness as ko Principal c��rx n� �axT wax�x STANDARD C�NSTRUCTION SPEGIFICATION DOCUMENTS Revised July, I 201 I PRINCIPAL: Willco Under�round, LLC „ —, BY: :� � .�.. 'e�'. ` � _�: l,o.� �.ti-t _ _ �. _ . Signature � 1 G1�99►3'�.� �i' �� rr4i � -� '�is �Ss -'[a � ' Name ar�d Tide Address: 1:� �x„c r��r�.. ��t=-�� 1 � � �-�` S SURETY: Ar�onaut Insurance Comr�any ICAi' CON'FRACT PART I (M-458A) CITY PROJECT Na. 101339 � 1 2 3 4 5 6 7 8 9 1a I1 12 13 14 15 �.6 17 1$ 19 ZO 21 2Z 23 24 25 26 006L 15-4 IvIAINTEIVANCE BdNQ Page 4 of 4 ATTEST: See Attached {Surety) Secretary �Y�1 � � 1 '��j . � - � ig�atu ' ' 9#aoey (3arcia, Attorney-In-�ac� ___ . Name and Title Address: clo CAAGIA 20335 Ventura �ivd. 5te 42B Woadland kllls, CA 9138A Witness as to Surety Telephone Number: (�5�1363-2642 *Nute: If signed by an o£ficer of the Surety Compa�y, there must be on file a certified extract from the i�y�laws showit�g that this person has authority #o sign such ot�ligation. If 5urety's physical address is different from its mailing address, both must be provided. '�he date of the bond shall not be prior to the dafe the Contract is awarded. ciTY o� raxT wa��rx STANDARD CDNSTRUCTION SPECII'ICATION QOCUMENT5 Revised july, 12011 ICAP COIVTRAC.� PART 1(M-458A) CP!'Y PROJEGT No. 101339 �ond P�o.: GN1��00U0a�44 Premium: ��1,1v�.00 �irgonau# Insurance �ompany I)eliveries �nly: 22� W. �ashington, �4th Floor �hicago, IL 60606 �Juited States Postal Se�vice: P.O. Box 469011, �an A.ntonio, T� 7824� P�V�IER O� ATTORIlTEY KNOW ALL MEN AY THESB PRESENTS: That the Argvnaut Insut�anee Cumpany, a Corporatian duly organizecl and existing under {he laws of the Siate of Illu►ois and having its principai office in the County of Coak, rilinois does hereby nnminate, constitute and appoint: Gabriella Gradv 3hiEo Lee Losino. Stephanie Hove Shear. Elizabeth �{���o�. Stacev Ga�ia.;�3t�]� Diaulsio Tbeir true and lawfu[ agent(s) and attornay(s)-in-iact, each in their separute capacity if more than one is named t�l�avA ¢e 1!'r�ce, execuYe, seal and deliver for �n� on its behalf as surety, aud as its act and deed any and all bpnds, ctmtrects, agreements of indemnity apd. �v';�r s�nder�kings in sureryship prov.ided, however, that the penal sum of any one such instr�ment wcecuted hereunder shall not exceed the sum oF 15 OUO 0 This Power nf Attnrney is granted and is signed aad sealed under and by the authority of tkte fol�.;�rving �esolution adapted hy the Board of Directnrs of Axgonaut �suraace Company: "RE50LVED, That the President, Senior Vice President, Vice Presidenf, Assistant Vice 1'te::iu�1?t, �cretary, Treasurer and each oithem herelry is authorized to execute powers of attorney, ar�d su�h authority can be executed by us9 of faoAluiile signafure, which may l�e attested ar acknowlecEged by any ofticer or attorney, nf the Comgany, qualifying the attorney or attomeys name�i i,� the giveE}-roower of attorney, to execute in behaif of, and acknowledge as the act and deed oFthe Argonaut Insurance Campacty, ali bond underYafdngs anJ c.•ntracts of suretyship, and to affix the eorporate seal thereto." IN WIT1VE53 LVHEREOF, Argonaut ffisurance Company has caused i� t�f�icisl :�eal td be hereunto affixed and fhese presents [a be signed by its duly autharized uffieer on the 1 st day of Iune, 2D2 L Argonaut Insurance Company � `.i:�� - STATE OF TEXAS COiIN7'Y QF' H�1RRI5 55: �i���� nqi- ; :�`�\�SURqN�;�%� ; � ; •'�a�e°nai�; �'n = '= ° : SEAL; � .��� e,,: � d�.: 794.8 � Y,: • ��LINOLS,.• -.,�l,, �•..*... ,,��.-i . ���..�,������... �i/` �— � ' �(�.� i� c.� G � Joshua C. Betz , Senior Vice President On this lst day of June, 2021 A.D., �'nrc �e, s� 1Votary Public nfthe 5tate of Texas, in ared far the Counry of Harris, duly commissioned and qualified, came 7'NE ABQVE OFF3CER GF' 7'Fl�' CVM2'ANY, to me personally known to he the individual and officer described in, and who exeeuted the preceding instrument, and he acknnwledged ti,e execution of same, and being by ma duly swarn, deposed and said that he is ti�e officer af the said Cnmpany aforesa�d, and thak the seal affused sr, tl�e �rreced;ng instruwent is the Gorporatc Se�l of said Company, and the said Corporata Scal and his signature as officer were duly affixed and subscriNad to tli� said instrumertt by the at�thvrity antt directiutt of the said cnrporation, and that Resolution adopted hy the Hoard of Directors af said : ompanp, .�-�drred to in the preceding inshvment is ncnv in force. IN TES'�'.�101v�Y Wiiis17E0�, F have hereuuW set my hand, and afiFuced my OfScial Seal at the Cnwrty of Harris, the day and year first above written, ��U.uY '-1'Yl . `-i' i �+d.�.t� g r +x�'ri-IL.E�N M MEEKS .,�� {y�Tnny Pf ful �[` tifATE ��!-� TI� xJ±� y`�. I`v'Y C7MM L X.3. *._.i ,�� s� }_ a•fr +a: T� �?y ��- - a� 1-a 7 [No[ar1+ Pab1iC) .rirw���-y-�,.f���! E, tiie unilersigned Officer of the Argonaut Insurance Campany, Illinois C�poration, do hereby ner[ify that thc original YOWisR OF ATTORNEY oFwhich the forego[ng ie a tull,. true aQd cortect cqpy is still in fu3l force and effeci and has not been revoked, IN WiT#3�SS WIILREOF, I have hercurrta set my hand, and affixed the Seal of said Campany, on the '� ��il cEay of �ecem ber ,�OZ'� . � �,;.i;����„:��,;� .� �t?,��,� .�..�,�, e��r _� :.-- � � 4�.7: ►7.L.'ii.C?.L, ��:_� % -�,..�-�c� - { , . [L�., 19q� r T`� � T +��., �'' �it?N°:�•'' 7ames Bluzard Vica President Surety ����,���flli�llllf�,,a�,,� i �.. !.. _ IF XOU HAVE QTJES'I'IONS OAi AUTHENTICTTY O� T[�IC$ Y1�C"I7MENT CALL (833) 8Z0 - 9137. CA61�4�R11L� 1���-�UF@PO� P�CIG�181i�I�ED�R�Il�R�1T C1VI� CO�� §� 189 _.�:,��;__ ���� b�-� � �-- � � - --� - ..�. � � _ . A notary public or other afficer comple#ing this certificate �erifies only the identi�y of ihe Individual who signed the document to which this certificate Is aitached, and not the truthfulness, accuracy, or validity of that document. State of California County of !-os Angeles j On ��� 1� �0�� before me, Lucas Patterson, Notary Fublic Date Here lnsert Name and Trtle of ihe Officer personally appeared Stacey Garcia I�lame(s) of Sigrrer(s} wha pro�ed to me on the basis af satisfactory evidence #a be the person(s) whose name(s) is/are subscribed to the within instrument and ackrtawledged to me that he/she/th�y executed the sarne in his/her/their aufihorized capacity(iesj, and that �y his/her/their signature(sj on the instrument the person(s), or the entity upon bel�alf af which the person(s) acted, executed fihe instrument. �-����:.� _��:��,� �,, }�- � r LUCAS f�A?TEf�SON P ��""• � Notary Publlc • CaUfornla z w — M l.os Ange4es County � � % ,�.. � ,� Cammission n 23512G� �( ����=a= `y My Camm, Expires Mar 19, 202� �. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoin� para�raph is trt�e �nd cor�-ect. WITNESS my hand and official seal. Signature � , _' . _ ,� -- Signature of Notary Publrc l�lace Notary Seaf Above OP770NAL Though thrs section is optianal, complefing this Informatrnn can deter alteration of the docurrr r frauduleni r�aitachment of this form to an unintended document. �escript'ron of Attached Document TitEe ar Type of Dflcument: Number of Pages: Signer(sj Other Than IVamed Ab Capaaity(ies) C1aEmed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limiteci ❑ Genera ❑ Indlvidual ❑ Attorne '. act ❑ Trustee ❑ G ian or Conserva#or ❑ Other: Signer Is esenting: �igner's lVame: ❑ Corpvrate Officer — Title(s}: ❑ Parkner — ❑ Limited ❑ General ❑ Individual ❑ Atkorney in Fact ❑ Truste� ❑ Guardian or Conservator 0 Other: Signer Is Representing: r�e.s..--,�. .r--,.��eab-r"-� P---�—�r;�— '�."�. o`�"'°°� 82014 National Notary Association • www.NatinnaliVotary.org • i-8od-l1S NOTAfiY (1n800-876-6827) Item #5907 00 6i zs - i C�RTIFICATE OF INSURANCE Page 1 oF [ i 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 L7 18 19 20 21 22 23 SECTION DO 61 �� CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTIi STANDARD CQNS`I'RUCi'ION SPECIFICATIO�1 DOCUNIEI�lTS Revised luly 1, 2011 iCAP COiVTRAGT PART I (M-458A) CTTY PI20JECT No. 10E339 STAI�A�D �El�l�� C�I�TI)I'l["I�1V� O� '�HE C011TSTI��JC'g`Y��T �'�l�'�`1�CT CITl' OF Fd1�T WORTIi STANDARDC(aNSTRUCTIQ�i SPECII'ICt1TI0N QOCUMENTS Revision: March9,7�0 STANDARD GENERAL CONDITIONS �F THE CONSTRUCTION CONTRACT TABLE OF CONTEl�TTS Page Artzcle 1-- D�finitions and Terminology ..........................................................................................................1 1.01 Defined Terms ............................................................................................................................... l 1.02 Terminology .................................................................................................................................. 6 Article2— Pr�liminary Mattexs ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Cornrnencement of Contract Time; Notiee fo Proceed ................................................................ 7 2.03 Starting the Wark .......................................................................................................................... S 2.04 Before Starting Constructian ........................................................................................................ 8 2.05 Pr�consiruction Conference .......................................................................................................... S 2.06 Public Meeting .............................................................................................................................. $ 2.07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent .............................................................................................................................................. S 3.Q2 Reference Standards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplem�nting Contract Documents .................................................................10 3.05 Reuse ofDocuments ...................................................................................................................10 3.06 E3ectronic Data ............................................................................................................................11 Article 4— Availability of Lands; Suhsurface and Physical Conditions; Hazardous Environmental Conditions; Re�erence Points ...........................................................................................................11 4.01 Availability of Lands ...............................�..................................................................................11 4.02 SubsurFace and Physieal Conditions ..........................................................................................12 �.03 Differing Subsurface ar Physical Conditions .............................................................................12 4.44 Undergraund Facilities ...............................................................................................................13 �.05 Reference Points ......................................................................................................................... I4 4.06 Hazaxdaus En�ironmental Condition at Site ..............................................................................14 Article5-- Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Perforrz�ance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 S.OS Acceptance of Bonds and Insurance; Option to Replace ...........................................................19 Article 6 — Contractar's Responsibilities ........................................................................................................19 6.01 Supervi�ion and Superintez�dence ...............................................................................................19 CITY OF FORT WORTI�E STANDARD COAISTRUCTiQN SPECIFICATION dOCUMEN'I'S Kcvisinn: Mecrh 9,2020 6.02 Labor; Warking Hours ................................................................................................................20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule ..........................................................................................................................21 6.05 Substitutes and "Or-Equals" ....................................................................................................... 2I 6.06 Concerning Subcontractors, Suppliers, and Others ....................................................................24 b.07 Wage Rates ..................................................................................................................................25 6.0$ Patent Fees and Royalties ........................................................................................................... 26 6.09 Pextnits and Utilities .................................................................................................................... 27 6.1 f} Laws and Regulations ................................................................................................................. 27 6.11 Ta�es ...........................................................................................................................................28 6.12 Use of Site and Oiher �reas ....................................................................................................... 28 6.13 Record Doc�,unents ......................................................................................................................29 5.14 Safeiy a�d Protection ..................................................................................................................29 6.15 Safety Representati�e ..................................................................................................................30 6.16 Hazard Cornmunicatian Programs ............................................................................................. 30 6.17 Emergencies artdlor Rectification ...............................................................................................30 6.1 S Subfnittals ....................................................................................................................................31 6.19 Coniinuing the Work .............................................................................................................�.....32 6.20 Contractor's Genera� Warranty azad Guarantee ..........................................................................32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegat�on of Professional Design Sezvices .............................................................................. 34 6.23 Right to Audit .............................................................................................................................. 3� 6.24 Nondiscrimination .......................................................................................................................35 Article7- Other Work at the 5ite ...................................................................................................................35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................36 Article$ - City's Responsibilities ................................................................................................................... 36 8.01 Communications to Con.tractor ...................................................................................................3f 8.02 Furnish Data.. ...............................................................................................................................36 $.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests ................................................................................... 36 $.05 Ci�ange Orders .............................................................................................................................36 S.Ob Inspections, Tests, and Appro�als ... ........................................................................................... 36 S.U7 Limitations on City's Respansibi�ities .......................................................................................37 8.08 Undisclosed Hazaxdous Environmental Condition ....................................................................37 8.09 Compliance wifh Safety Program ...............................................................................................37 AriiCl� 9- Cltj7'S O175ETV�$14T1 StaL�1S DLITIXIg. CqI1StiTUCilOT1 ...........................................................................37 9AI City°s Project Man�ger ............................................................................................................37 9.02 Visits to �ite ................................................................................................................................37 9.�J3 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Wnrk .......................................................................................................... 38 9.45 Det�rminations for Work Performed .......................................................................................... 38 9.06 Decisions or� Requirements of Cantract Documents and Acceptability of Work .....................38 c��rY oF roxr wo�'rEr STANDARD CDNSTRUCTION SPECIFICATIai�i DOCUivEEN"I'S Revision: Ma»ch9, 2f320 .E�rticle 10 - Changes in the Work; Clairns; E�rtra Work ................................................................................ 38 10.01 Autharized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the WorI� ...........................................................................................39 10.03 Execution of Change Qrders ....................................................................................................... 39 10.04 Extra Work ..................................................................................................................................39 10.�5 Notification to Surety ..................................................................................................................39 10.06 Coz�tract Claims Process .............................................................................................................40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.�1 CostoftheWork .........................................................................................................................41 11.02 Allowan�es ..................................................................................................................................43 11.03 Unit Price Work .......................................................................................................................... 44 11 A� Plans Quantity Measurement ...................................................................................................... 45 Article 12 - Change a�' Contract Price; Change of Contract Time ................................................................. 46 12.01 Change of Contract Price ............................................................................................................4b 12.02 Change of Contract Tixne ............................................................................................................47 12.03 Delays ..........................................................................................................................................47 Article 13 - Tests and Tnspections; Correctionx Removal ar Acceptance of Defective Work ...................... 48 13 A1 Notice of Dsfects ........................................................................................................................ 48 13 .02 Access to Wark ........................................................................................................................... �48 13.fl3 Tests and Insp�ctions ..................................................................................................................48 13.04 Uncovering VVoxk ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................................49 13.06 Correction ar Removal of Defective Work ................................................................................ 54 13.07 Carrection Period ........................................................................................................................ 50 13.08 Acceptance of Defect�v� Work ................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 - Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ......................................................................................................................52 14.02 Pragress Paymeni� ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 FinalInspection ...........................................................................................................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 Final Payment ..............................................................................................................................56 14.08 Final Com�letion Delayed and Partial Aetainage Release ........................................................ Sb 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 Suspension of Work and Termination ........................................................................................ 57 l5.01 City May Suspend Work ............................................................................................................. 57 15 .02 City May Temsinate for Cause ................................. .................................... .............................. 5 8 15.Q3 City May Termi�ate Fox Conveni�nce .......................................................................................60 Article 16 - Dispute Resolution ............................................................................... 16.01 Methflds and Pracedures .................... CITY OF FQRT WORTH 5'1'ANDARDCONSTRUC'fION SPF,CIP[CATION DOCiJMENTS Revision: Ma�k�9,2Q20 ............................ b 1 ....................................... F1 Article17 — Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Comp�tation of Tirnes ................................................................................................................ 62 17.03 Cumulative R�medies ................................................................................................................. 62 17.04 Survival of Obligatians ............................................................................................................... G3 17.05 Headings ............................................... .................................................... 63 CI'1'Y OF FORT WORTH STANbAI217CON5TRUCTIQN 3PECIFICATION DOCUML•"NTS Revision; N[a�r�� 9, 2D20 DO72OD-1 GENERAL COf��ITIONS Paga I aF63 ARTICLE 1— DEFII�IITI01lTS AliiD TERMINOLOGY 1.01 Defined Terms A. Wherever used in ihese G�neral Conditions or in other Contract Documents, the terms listed belaw have the meanings indicated which are applicable ta both the singular and plural thereof, and words d�noting gender shall include tk�e �na�culine, feminine and neuter. Said terms a�e generally capitalized or written in italics, but not always. VVhen used in a context consistent with the definition of a listed-defined term., the tertn si�all have a meaning as defiined beiow whether capitalized or ita�icized or otherwise. In addition to temn.s specifically defined, terms with initial capital letters in rhe Contract Documents inelude references to identified articles and paragraphs, and the titles of ather dacum�nts or forms. 1. Addenda—Written or graphic instruments issued p�ior to the op�ning of Bids which clarify, correet, or change the Bidding Requirements or the proposed Contracf Documents. 2. Agree�nent—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Applicatian for Payment The form acceptabie to City which is tn be used by Contractor during the cours� of the �Norl� in requesting pragress or final payments a.nd which is to be accampanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that Contains more than one psrcent asbestas and is friable or is releasing asbestas fibers into the a.ir above current action levels estab�ished by the United States Occupational Safety and Health Aclrninistration. S. Awa�d — Authorization by the City Council �or the City to enter into an Agreement. C. Bid—The affe�r ar proposal of a Bidder submitted on the prescribed form setting forth the pric�s for the Work to be perfortned. 7. Bidde�=Th� individual or entity who submits a Bid directly to Giiy. 8. Biddang Documents Th� Bidding Requirernents and the proposed Contraci Documents (including all Addenda}. 9. Bidd�ng Xequf�etnents The advertisemea�t or Invitation to Bid, Instructians to Bidders, Bid securiLy of acceptable farm, if arty, and the Bid Form with any supplements. 1 Q. Business Day — A business day is defined as a day that the City canducts normal business, generally� Monday through Friday, except For federal or state ho�idays ob5erved by the City. 11. Calendar Day — A day consisting of 24 hours measured fronn. z�zidnigh# ta the next midrught. crr�r or roRT woR� STAND.ARbCOI�iSTRUCT[ON SPECIFICA'CION DOCLi1V[ENTS Revision: Ma�h 1202D 00 �z oo - � GENERAL CONDITIONS Page 2 of 63 12. Change Orde� A document, which is prepared and approved by the City, which is signed by Cont�actar and City and a�thorizes an addition, deletian, or revision in the 'VVork or an adjustment in the Contraci Price or the Con#xact Time, issued on or after th� EffeGt�ve Date of the Agreemcnt. 13. City— Th� City of Fort Worth, Texas, a home-rulc municipal carporation, authorized and chartered ux�c�er tY�e Texas State Statutes, acting by its governing body through its City Manager, his designea, or agents authorized under his behalf, each oF which is required by Charter to perform specific duties with resp�nsibility far f na1 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 �'or whom tk�e Work is to be per%rmed. 14. City Attat-ney — The officially appointed City Attorney o:f the City of Fort Worth, Texas, or hi� duly authorized represeniative. 15. City Council - The duly elected and qualified governing body of the Cit� of Fart Warth, Texas. 16. City Nlanager — The officially appointed and authorized City Manager of the City of Fort Woz�h, Texas, or his duly authorized representative. 17, Co�ztrcact Claim—A demand or assertion by City or Contractor seeking an adjustment o� Gontract Price or Contract Time, or both, or other relief wit�i respect to the terms af the Contract. A dem�d for money or services �y a third party is not a Contract Claim. 18. Cantrdct—The e�r�tire and integrated written document between the City and Contractor concerning the �Vark. The Contract contains the Agreement and al� Contract Documents and supersedes prior negatiatians, representations, ar agreements, whether wnitten or oral. 19. Cantt�act Dacuments Those items so designated in the Ag�reement. AlI iteans listec� in the Agre�znent are Contract Documents. Approved Submittals, other Contractor submittals, and the reparts and drawings of subsurface and physical conditions axe not Contrac� Doeuments. 20. Contract Pr�iee The rnoneys payable by City ta Contractor far completion of the Work in accprdance with the Contract Documents as staied in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contt•act Time—The number of days or the dates stated in the Agreerner�t to: (i) achieve 11flilestones, if axxy and (ii) complete the Work so that it is ready %r Final Acceptance. 22. Cont�actor The individual or entity with whom City k�as entered into the Agreement. 23. Cost of the Wa�k See Paragraph 11.01 afthese Generai Conditions for definition. C1TY OF F012T WOATH STANDARD CONSTRUCTION 5k'�CIC[CATI�N I7�CUMElVTS Revision: March9,2Q20 00 �z oo - i GENERAL CONDIT[ONS Page 3. of 63 24. Damage Claims — A der�and for rnoney or services arising from the Project or Site from a third party, City or Contractor �xclusive oi a Contract C1aiz�rz. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Directa� af Aviation — The oificially appointed Director of the Aviat�an Department of the City of Fort Workh, Texas, or his duly appointed representative, assistant; ar agents. 27, Director o. f Parks and Gommunity 5ervices — The ofificially appainted Director of the Parks and Co�nnmuniYy Services Department oi the City of Fort Worth, Texas, ar his duly appointed representative, assistar�t, or agents. 28. Directo� of Planraing and Developme�at — The ofFicially appainted Director of t11e Planning and Development Department of the City af Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of 7'ransportation Public YYorks — The officially appaint�d Director of the Transportation Public Works DeparEment of t�►e City of Fort Worth, Texas, or his duly appointed representa.ti�e, assistaz�t, or agents. 30. Director� of Water Department — Tbe afficia�ly appointed Direetor of the Water Department of �i� City of Fort Worth, Texas, or his duly appointed representative, assistant, ox agen�s. 31. Drawings That part of tbe Contract Documents prepared or appro�ed by Engineer which graphically shows the scope, extent, and character of the Work to be perf�rmed 4�y Contractor. Submiitals are no# Drawings as so defined. 32. Effeetave Date of the Agreement—The date indicated in the Agreement on which it becoznes effective, but ii no such date is indicated, it means t�e date on which the Agreement is signed and delivered by the last of the twa parties �o sign and deliver. 33. Engineer—The licensed professiona� engineer or engineering firm �eegistered in the State of T�xas performing professianal services far the City. 34. Extra Work — Additional work rnade n�cessary by chazxges or alterations of the Coniract Documents or of quantities or for other reasons far whieh no prices are provi�ded in the Contract Dacurnents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes it� th� Work but which does not involve a chaa�ge in the Coniract Price, Contract Tirna, or the intent of the Engineer. Field Orders are paid from Field Oxder Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The vvritten notice given by the City to ihe Contractor ttiat the Work specified in tbe Contract Documents has been carnpleted io the �atisfaction of the City. Cl'1'Y OF FORT WORTH STANbARDCONSTRUCTION SPECIFICA`fION I30CilMENtS Revision: Maceh 9,2620 OQ 72 00 - 1 GElV�RAL CONDITIONS Paga 4 of 63 37. Final Inspection — Inspection carried out by thE City to verify tkat ihe Contractor has completed the Work, a,nd each and every part or appurtenance thereof, fully, entirely, and in con�ormance with the Contract Documents. 3$. General Requir�ements—Sections of Division 1 of the Contraet Docutnents. 39. Hazardous Envirannaental Cnndition—The presence at the Site of A�bestos, PCBs, Petroleum, Hazardous Waste, Racliaactive Material, or otk�er rnaterials in such quantities or circumstances that may present a substanfial danger to persons or propez�ty exposed thereifl. 40. Hazardaus Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more �iazardous charac�eristics as defined in the federai waste regula:�ions, as amended frorn time to tiz�rie. 4l . Laws and Regulations—Any and all applicable laws, rules, re�ulations, ordinartces, codes, and orders of any and all governmenta� bodies, agencies, authorities, and courts having jurisdictian. 42, Liens—Charges, security intearests, or encumbrances upon Project func�s, real prnperty, or personal property. 43. Major Item — An Itern of work included in the Cantract Documents that has a tatal cost equal to dr greater than 5% of the original Contract Price or $25,d00 whichever is less. 44. Milestone—A princi�al event specified in the Contract Documents relating to an intermediate Contract Time prior to Fi�al Acceptance of th� Work. 45. Notice of A�vard—Tf�e written notice by City to the Successfial Bidder stating that upon tirnely compliance by the �uccessful Bidder with the conditions precedent listed the�ein, City will sign and deIi�er the Agreennent. 46. Notice to Praceec�A vvrztten notice given by City to Contractor fixing the date on which the ContraEt Time wi11 commence to run and on which Con�ractor shall start to perform ihe Work speci�ed in Cantract Documents. 47. PCBs—Polychlorinated bip�enyls. 48. Petroleum--Petroleum, inCluding crude oil or any fraction thereof which is liquid at starxdaz�d conditions of texnperature and pressure (b0 degrees �'ahrenheit and 14.7 pounds per square inch absolute), such as oil, petraleum, fuel oil, oiI sIudge, ail xefuse, gasoline, kerosene, and oil mixed vcrith ather non-Hazardous Waste and crude oils. 44. Plans — S�e definition of Drawings. CI"1'Y OF FORT WORT'H STANDARDCON5TRUCTION 5PECIF[CATi�N I70Ci1M�NTS Revision: Ivla�h 9, 2�2� 00 72 DO -1 GEiV�RAL CONDITIONS Page 5 of b3 S0. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Require�ents, describing ti�e sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project—The Work to be per�ormed under the Contract Documents. 52. Project Manager The authorized representative of the City wha wi19 be assigned to the Site. 53. Public Meeting — An announced meeting con$ucted by the City to facilitate public participatian axzd ta assist the publie in gaining an informed view af tl�e Project. 54. IZadioactive Material--Sflurce, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Sectio� 2011 et seq.} as arnended from tirne to time. 55. Regu2ar Wo�king Hours — Hours beginning at 7:00 a.m. and ending at b:00 p.m., Monday thru �'riday (excluding legal holidays). 56. Samples Physical examples of rnaterials, equip�nent, or workma�ship that are representat��e af some portion of the Work and which establish the standards by which such portion ofthe Work wi1� be judged. 57. Schedule of Subrr�ittals 1-� schedule, prepared and maintained by Contractor, of xequixed submi#tals and the time requirem�nts to suppart scheduled perf'armance of related cons�ruction activities. 58. Schedule of Values—A schedule, prepared and maint�ined by Gonirac�ar, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractar's Ap�lications for Payment. 59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upan which tl�� Work is to be performed, including rights-of-way, permits, anci easemer�ts �or access thereto, and such other lands furnished by Ciiy whicn a�re designated for the use of Contractar. 60. Specificatioras—That �art of the Contract Documents consisfing af wriiten requirements for m.aterials, equipment, systems, standards azid workma�ship as applied to the Work, and eertain administraiive requixements and procedural matters applicable theretn. Specifications may be �pecifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by re%rence as indicated in the Table of Contents (Divisian 00 QO 00) of each Project. 61. Subcontractor—An individ�al or eniity having a dixect contract with Contractor or wit1� any other Subcontractor for the performance of a part of the Work at tk�e Site. CITY OF FORT WOI�'I'H STANI)ARDCONST[ZUCTI03+1 3I'�CIPICAT[ON �OCUIVI�NTS Revision: M�h 9,2020 00 �z oo - i GENERAL CQNDITIONS Page b of 63 62, Submittals All drawin�s, diagrarns, illustrations, sch�dules, and other da#a or information which are specifically pre�ared or assernbled by or for Cantractor and submittec� by Contractor to illustrate some portian of th� Work. 63. Successful I3idder The Bidder submitiing the lowest and most respansi�e Bid to whom City mak�s an Award. 64. Superiratendent — The representative of �he Contractar who is available at alI times and able tfl receive instructions fram the City and to act far the Con.tractor. 65. Suppdementary Conditions—That part of the Contract I)ocuments which arnends or supplements these General Conditions. 66. ,Supplier A manufacturer, fabricator, supplier, distributor, materialu�an, or vendor naving a direct cantract with Contractor or with any Subcontractar to furnish materials or equipment to be incorparated in the Work by Cont�actor or S�bcontracior. 67. Undergt�ound Fc�cilrties All underground pipelines, cc�nduits, ducts, cab�es, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containi.ng such facilities, including but not limited to, those that convey elec�ricity, gases, steam, liquid petroleum products, telephone or oiher communications, cable television, wat�r, �rastewater, stornr� water, other liquids or chemicals, ar traffic or other conirol systems. 68 Unit Price Work—See Paragraph 11.Q3 of these General Conditions for definition. 69. Week�nd YiJorking HouYs — Hours beginning at 9:00 a.m, and ending at 5:0� p.m., Saturday, Sunday or legal haliday, as approved in advance by the City. 70. Work—The entira construction or the various separately identifiable parts thereof required to be provided unc�er the Contract Documents. Work incl�des and is the result of perForming ar providing all labor, services, and docurnentation necessary to produce such canstruction ineluding any Chang� Order or Fie1d Order, and furt�ishing, ins�alling, and incorporating all materials and equipznent inio such conatruction, all as required by the Contract Documents. 71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by th� Ciiy for eontract purposes, in wi�ich weather or other conditions not ruider the control of the Contractar will permit the perforznazj.ce of the principal unit of work underway for a cvntinuous period of not less than 7 haurs between 7 a.m. and 6 p.m. 1.Q2 Termanology A. The words and terms discussed in Paragraph 1.Q2.B thraugh E are not defined but, when used in th� Bidding Requirements or Ca;ntract Dacuments, have the indicated rneaning. B. Intent of Certain Te�ms o� Adjectives: CITYOF FORT WOR1'H ST�NDARD CflNSTRUCT30N SPLCI�'iCAT10N D(�CiIMENTS Revision:11v1arch 9, 2020 OD720U-1 GENERAL CONCJI710NS Page 7 of 63 The Contract Documents include ithe terms "as allowed," "as approved," "as ordered," "Z5 directed" or tertn5 of like effect or import to authorize an exercise of judgnr�ent by City. In aC�C�ltlOri� the adjectives "reasonable," "5U1tc9�3�e�" "acceptable," "praper," "satisfactory," OT adjectiv�s of �ike effect or import are used to descr'rbe an action or determination o� City as to the Work. It is intended tha# such exercise of professional judgment, action, ar determination will be solely to evaluate, in general, the Work for compliance with the infarmation in the Contract Documents and with the desigr� concept of the Projeet as a functioning whale as shown or indicated in the Contract Documents (unless there is a specif c statem�nt indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," ref�rs to �ork that is unsatisfactory, fau�ty, or deficient in that it: a, do�s not conform to the Contract Document�; 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 writ�en acceptance. D. Furnish, Instald, Perforrn, Provicle: 1. The word "Furnish" or the ward "Install" or the word "Perform" ar the word "Provide" or the word "5upply," ar any combinatian or similar directive or usage thereof, shall mean furnishing and ineorporating in the Work including all necessary labar, materials, equipment, and everything necessary to perform the Work indicated, unless specifiea�ly limited ir� the coniext used. E, U�ess stated otherwise in the Co�.tract Documents, words or phrases tY�at have a well-known technical or construction industry or trade meaning ax�e used in the Contract Documents i�t accordance with such recognized m.eaning. ARTICLE � — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Co�tractar one (1) original executed copy az�d ane {1) electronic copy of the Contracfi Documents, and four (4) additionaI copxes of the Drawings. Additional copies will be fixrnished upon request at the cast of reproduction. 2.02 Commencement of Contt•act Time; Notice ta Proceed The Contract Time will comrner�ce to run on the day indicated in fihe Notice ta Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agre�d to by both parties in writing. CI'I'Y OF FORT WORTI-I STAttlDARDCONSTRUCTION SPECIP[CATION I]pCUIv1ENT5 Revision: M�uch4,2b20 00 �z oo - � G�N�RAL COND�TIONS Page 8 of 63 2.03 Stcarting the Work Contract�r shall start to p�rforrn the Work on the date when the Contract Tizne commences to run. No Work sk�all be dnne at the Site prior to the date on which the Contract Tirne commences to run. 2.04 Before Starting Construction Baseline Schedules.' Submit in accordance with the Contract Dacuments, and prior t� starting the Wflrk. 2.05 Pr�econstruction Conference Before any Wark at the Site is started, the Contractaz� shali attend a Preconstruction Conference as specif ed in the Cantract Documents. 2.06 Public Meeting Contractor may not mobilize any equipnnent, materials ar resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Inatial Aeceptance of Schedules No progress payrnent shali be made to Contractar until acceptable sck�edutes are subrnitted to City in accardance with the Schedule Specification as pra�ided in the Cnntract Documents. ARTICLE 3— CONTRACT DOCUMEl�TS: �NTEIiiT, AMENDIll�G, REUSE 3.01 Intent A. The Contract Documenis are complementary; what is required by one is as binding as ifrequired by all. B. It is the intent of the Cantxaet Documents to describe a functianally eomple�e project (or part thereo�} to be constructed in accordance �rrith the Cantract Documents. Any labor, docurne�tatioza, ser�ices, materia�s, or equipment that r�asonably may be inferred from the Contract Docurnents or from prevailing custom or trade usage as b�ing required to produce t�ie indicated result vv�ill be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretatians a�tk�e Contract Documents shall be issued by City. D, The Specifications may vat�y in. fozrn, format and style. Som� Specification sections may be written in vatying degrees of sireamlined or declarative style and some 5�Ct10Ti5 may be relafively narrative by coxnparisan. Omission of such words and phrases as "the Con�ractor shall," "in conformity 'W1�1�" "aS S�]OWri," OP "15 specified" �TE intentiona.Z lII streamlined sections. 4znitted words and phrases shall be supplied by inference. Similar t}�pes of pravisions may appear in �arious parts of a sectian o r articles within a part d�pending on the foz�xiat of the CITY OF FORT WORTH STANVARD COI�iSTRUC7']ON SPEC[FICAT[ON I]OCUNIENTS Rcvision: Nlatch9,2D20 00 �2 oa - i GEN�RAL GONf71TION5 Page 9 of 63 section. The Contractar shall not take advantage of any variation of form, forxnat or style in making Contract Claims. E. The cross referencin� of specification sections under �he subparagraph heading "Related Sections include but ar� not necessarily limited to:" and elsewhere within each �pecification section is provided as an aid and convenience to the Contractor. The Con�ractor shall not rely on the cross referencing provided and shall be respansible ta coordinate the entire Work under the Contract Documents and provide a complete Praject whether or not the cross referencing is provided in each section or whether or not the eross referencing is complete. 3.02 Referenc� Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, sp�cifications, maz�.uals, ar codes of any technical society, arganization, or association, or to Laws oar Regulaiions, whether such referenae be specific or by implication, shall mean the standard, sp�cification, rnanual, code, or Laws or Regulations in effect at the time of opening of Bids (ar on the Effiecti�e Date of the Agreernent if thexe were no Bids), except as may be otherwise s�eciiically stated in the Contract Documents. 2. No pro�ision of any such standard, specif cation, manual, or code, or any instruction of a Supplier, shall be effective tn change the duties or z�espansibilities of City, Contractar, or any of their subcant�ractors, consultants, agents, ar ernployees, from those set forth in the Contract Documents. No such provzsipn or instruction shall be effective to assign ta City, or any of its o�cers, directors, members, partners, employees, agents, consultants, or subcontractors, any dufy or authority to supervise or direct the performance of the Work or any duty ar authority ta undertake responsibility ir�cansistent with #he provisions of ihe Contract Document�. 3.03 Reparting and Resolving Dis�r�epancies A. Reparting Discrepancies.• 1. Co�tractor's Review of Cont�act Dacume�ts BefoYe Sta�ting Work: Sefore undertaking each part of the Wark, Contraetar shall c�refully study and compare the Contract Docurrienfis and check and veriiy pertinent figures therein agaznst all applicable field measurements and conditions. Contractox shall promptly repart in writing to City any conflict, error, arnbiguity, ar diacrepancy which Cantractor disco�ers, or �as actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work a�fected thereby. 2. Contracta�'s Review of Contract Documents During Per, farnaance of Work: If, during the performance o� the Work, Contractor d'zscavers any conflict, error, ambiguity, or discrepar�cy within the Contract Documents, or between the Contract Documents and (a) any ap�licable Law or Regulation ,{b) any starrdard, specification, manual, or cade, or {c) any instruct�on oi any Supplier, then Contractor shall promptly repart it to City in writing. Contractor sha11 not praceed with the Work affected thereby (except in an emergency as required by Paragraph CI'tY OF FORT WORTH STANDARD CDNSTRUCTION SP�CIFICATION DOCU]VIENTS Revision; March9,2020 oo�zoa-i GENERAL CONbITIONS Page ]0af63 6.I7.A} until an amendment or supplem�nt to the Contract Documents has been issued by one of the met�ads indicated in Paragraph 3.04. 3. Contractor shall not he Iiable to City for failure to report any conflict, errar, ambiguity, ar discrepancy in the Contract Dacuxzaents unless Contractor had act�al knowledge thereof. B. Resolving Discrepancies: 1. Except as znay be otherwise speci�cally stated in ihe Cantract Documents, the provi,sions of the Contract Documents sk�all take prec�dence in resolving any conflict, exrar, asnbiguity, or discrepancy between tl�e provisions of the Contract Document� and the provisions of any standard, specifieation, manual, ar the instruction of any Supplier (whether or not specifica.�ly incorporated by reference in the Contract Dae�nents}, 2. In case of discrepancies, fig�ared dimensions shall govern over scaled dimensions, Plans shall govern a�er Specifications, Supplementary Conditions shaIl go�ern over General Canditions an.d Specifications, and quantities shown on the Plans shall gavern over thase shown in the proposal. 3.04 Amending and Supplementang Contract Documer�ts A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to rnodify the terms and canditions thereof by a Change Order. B. The requirezx�ents of the Contract Documents may be supplemented, and minor variations and deviations in the VVork not in�olving a change in Contract Price ar Contraet Tirne, may be authorized, by one or more of the following ways: 1. A Field Order; 2, Ciiy's review of a�ubmittal (subjeet to the provisions af Paxagraph 6.18,C); or 3. City's written interpretation ar clarification. 3.05 Reuse of Documents A. Contractox and any Subeontractar ox Supplier shall no�: 1. have or acquire any title to or ownership rights in. any of the Drawings, Specificatians, or other documents (or copies of any thereo� prepared by or bearing the seal of Engineer, i��Iuding electronic m�dia editions; or 2. reuse any su.ch Drawings, Specif eations, other documents, or copies theraof on extez�sions of the Project or any athex project without written consent of City and specific written verification or adaptation by Engineer. CI"fY OF FORT WORTH STANDAfLb CQNSTRUCTFON SPECIFICA7'[ON D{)CUMENTS Revisioa; M�rclt9,202Q oo�zoa-i GENERAL CONDITlONS Page 1 I of 63 B. The prohibitions a� this Paragraph 3.05 will survive final payment, or terminatian of th� Contract. Nofilling herein shall preclude Can#�actor from retaining copies of the Contract Documents for xecord purposes. 3.06 Electrontc Daia A. Unless otherwise stated in the Supplementary Conditious, the data �umished by City ar Engineer to Contractor, or by Co�.tractor to City or Engi�eer, that may be re�ied upon are lirni�ed to the printeci copies included in the Contract Dacuments (also known as hard copies) and other Specificatians referenced and located on the City's an-line electronic documeni tnanagement and collaboration system site. Fi1es in electranic �edia f�rmat of text, data, graphics, or nther types are furnished only fox the convenienca of the receiving party. Any canciusion or infornaation obtained or derxved from such electranic files wi11 be at the user's sole risk. If there is a discrepancy between the electronic files and tl�e l�ard copies, the hard copies govern. B. Wl�en transferring docuznents in electronic rnedia %rmat, the traz�sferring party makes na represeniations as to long term compatibility, usability, or readalaili�y of documents xesulting from the use of software applica�ion packages, operaiuig systems, or computer hardware differing fia�n those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE A1�iD PHYSICAL COI�TDITI�N5; HAZARDOUS ENVIRONMEI�TTAL CONDITIONS; REFEREI�ICE POIIlTTS 4.01 Availability of Lands A. City shall fiarnish the Siie. City shall notify Contractor of any encwnbrances or rest�ictions not of general application but specifieallp related to use of the Sit� wiih whieh 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 facilifiies. 1. The City has obtained or anticipates acquisit�on of and/or acce5s to xight-of-way, ancllor easements. Any outstanding right-of-way and/or easernents are anfiicipated to be acquired in accordance with the scheduie set forth in the Supplenr�en�ary Conditions. The Prajeci Schedule submitted by the Contractar in aceordance with the Contract Dacuments must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates rernoving and/ar relocating utilities, and obstructions to the Site. Any autstanding 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 th� Contractor in accordance with the Contract Documen�s r�aust consider any ou�standing utilities ar obst�uctions to be reznoved, adjusted, andlor relacaied by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of recard Iegal title and legal description of the lands upon which the Work is to be performed. C[TY Qi� FORT WORTH STANI]A.RD CONSTRUCTION SPEC�FICA"fION DOCUMENTS Revision: Ma�t►9,zD26 0072DO-1 G�NERAL CON�ITIONS Page 12 of63 C. Contractor sha11 provide fpr all additional lands az�d access theretb that may be requ�red for construction facitities ox storage of materials and equipment. 4.02 Subsurface and Physicai Conclitians A, Reports and Dr�crwings: The Supplementary Conditions id�ntify: 1. those reports knawn to City of e�cplorations and tests of subsurface conditions at or contiguous to the Site; and 2. ihose drawings known to City of physicat conditions relating to existing �urfaca or subsurface structures at the Site (e�cept Undergraund Facilities). B. Lfmited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upoz� the accuracy of the "technical data'" contaxned in such reports and drawings, but such reports and drawings are not Con�raot Dacuaxxents. Such "technical da�a" is identified in the Supplementary Canditions, Contractor may not make any Cantxact Claim against City, ar any of their affzcers, directors, mez�bers, partners, employees, agents, consultants, or subcontractors with respect to: 1, the campleteness of such reports and clrawings for Contractor's purposes, in�cIuding, but not limited to, any aspects af the means, metriods, techniques, sequences, and procediu�es o� construction to be employed by Contractor, and safety precautions and prograarzas incideni thereto; or 2. other data, interpretations, opinions, and information contained in such reports ar shown or indicated in such drawings; or 3, any Contractor intexpreta.tion of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.Q3 Dif� j`'erfng Su�sr�r�face or Physacal Conditao�as A. 1Votice: If Contiractor believes that any subsurface ar physical condition that is uncovered ar revealed either: 1, is of such a natur� 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 s�.tch a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Docurnents; or 4, is of an unusual nature, a.nd differs materially frozn canditions ardi�xarily encounter�d and generally recagnized as inherent in woxk of the character pravided for in the Contract Docurnents; CITY OF FORT W012'I'H STANDARD CONSTRUCTIDAI SAECLFICA'1'ipN DOCUMEI�iTS Acvision: Ma�h9,�,pz0 oo7zoo-i CEN�l�L CON❑ITIOiVS Page 13 of fi3 then Cantractor shall, promptly aftex becoming aware thereof and befare further disturbing the subsurface or physical conditions or performing az�y Work in connection thexevc+ith (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 sball not be entitled to any adjus�nent in the Contract Price ar Contract Time if: Con�ractor knew of the existence of such condi�ions at the time Gon�ractar made a i�nal comrnitment to City with respect to Contract Price and Contract Tirne by the subrrtis�ion of a Bid or �ecaming bound under a negotiated contrac#; ar 2. the existence of such condition cauld reasonably have been discovered or reveal�d as a result of the examination of the Cantract Docurnents or the Sxte; or 3. Contractor failed to give the written notic� as required by Paragraph 4.03.A. 4.04 Underground Facalatfes A. Shown or Indacated: The information and data shown or inciicated in the Cantract Documenis with respect ta existing Underground Facilities at or contiguous ta the Site i� based on information and data furriished to City or Engineer by the owners af such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City a�d Engineer shall not be responsible for the accuracy or completeness of any such information ar data provided by others; and 2. the cost of all af the followirig will be included in the Contract Price, and Contractor shall have fuIl responsibility for: a, reviewing and checking aXl such information and data; b. Iocating all Underground Facilifies shown or indicated in the Contract Documents; c. coordinat�on and adjustuient of the Work with the owners of such Underground Racilities, 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 Shawn or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to �lie Siie which was not shawn or indicated, or not showr� or indicated with reasonable accuracy in the Contract Documents, Contractar sha11, promptly after becoming aware thereof and before further disturbing candiiions affected thereby or performing any CITYO� FORT WORTH 5T'ANDARD CONSTRIJCTIqN SP�C1C[CATION DOCUdvfENTS Ravision: Match9, 2020 00 72 00 - ] GENERAL CONDITIONS Page l4 of 63 Work in cor�nection therewith (exc�pt in an ern�ergency as required by Paragraph 6.17.A), identify tf�e owner of such Underground Facility and give notice to that owner and to City. City yvilI revie� the disco�ered iJnderground Facility and determine the extent, if any, �o which a change may be rec�uired in th� Cont�act Documents to r�flect and docurnent the consequences af the existence or location of ihe Undergraund �acility. Contractor shall be responsible for tbe sa�ety and protectian af such discavered Underground Faciliiy. 2. Tf City concludes that a changa in the Contract Docurnents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existang utilities, structures, and service lines shall include notification of all utility companies a rninimuzn of 48 hours in advance of construciion including exploratory excavatinn if r�ecessary. 4.05 Refe�ence Points A. City shal� provide engineering surveys to establish referenee points far construction, which in City's judgment are necessary to enable Contractor to procead r�ri�h the VVoxk. City will provide construction stakes or other custamary method of marking to establish line and grades for roadway and utility consiruction, centerlines and benahrnarks for bridgework. Contr�.ctor shall protect and preserve the established reference pain�ts and properiy monuments, and shalI make no changes or relocations. Contractor shall report ta City whenever any reference point or property manumen.t is lost or destroyed ar requires r�location because of necessary changes in grades or Iocations. The City shall be responsible for the :replacement or re�ocation of reference points ar property monuments not carelessly or willfully c�estroyed by the Contractor. The Contractar shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monu�nnent has been carelessly or willfully de5trayed, disturbed, or removed by the Contractox or any of his employees, the fiill cast for replacing such points plus 25% will be charged against the Contractar, and the full amount will be deducted from payment due ti�e Contractor. 4.06 Hazardous Enviroramental Conditian ai S`ite A. Reports and I?rawirags.• The Supplementary Cnnc�itions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have be�n identified at the Site. B. Limitcd Relaance by Contractor^ on Technical Data Autd�orizecl: Con#ractnr may rely upon the accuracy af fhe "technica.l data" cantained in such repnrts and drawings, but such reparts and drawings are not Contract Documents. Such "tec�nicaI data" is identified in the Supplementaay Cand'ztians. Cont�actor may not make an,y Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultaz�ts, or subcontractors witl� respect to: 1. the completeness af such reports and drawings far Contractor's purposes, including, hut z�ot limited to, any aspects of tbe mean.s, methods, techniques, sequences and procedures of CITY OP' FORT WORTId STANDARD CON3'I"RUCT[QN SPHCIFICATION DOC[1MEAITS Revision; Mam,�9,2p20 QO 72 00 - l GENERAL COHDI710NS Page l5 of 63 cons#ruction to be employed by Contraetor and safety pxecautiflns and programs incident thereto; or 2. other data, interpretatians, opinions and infornaation 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 ather data, interpreiat�ons, opinions or information. C. Con�ractor shall not be respansible for any Hazardous Env�ronmental Condition uncovered ox revealed at the Site wluch was nat shown ar indicated in Drawings or �pecif cations or identified in the Contract Documents to be within the scope o� �lie VWork. Contractot ahal� he responsible fox a Hazardou� Environrnental Condition created with any materials brought to �he 5ite by Contractor, Subcontractoxs, Suppliers, or anyone else for whom Contractor is respor�sible. D. If Contraetor encounters a Hazardous Environmen#al Condition or if Can.tractor or anyone for wham Gontractor is responsible creates a Hazardous Enviro�mental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii} stop all Work in connection w'ith such condition and in any area affected thereby (exeept in an emergency as required by Paragraph 5.17.A); and (iii) notify City (and promptly tY�ereafter confirm such natice in writing}. City may consider the necessity to retain a qualified expert to evaluate such condition or fiake corrective action, if any. E. Contractor shall not be required to resume Work in cunneciion with such condition or in any affected area unti� after City has obtained any required permit� xelafed thereia and delivered written notice to Contractor: (i) specifying that such candition and any affected area is or has been rendered s�.iita.ble far fh� resumption of Wark; or {ii) specifying any special conditions under which such Work may be resuxr�ed. F. If after rece�pt af such written natice Contraetor 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 rx�ay order the portion of the Wark that is in the area affected by such condition to be deleted from the VJoxk. City may have suckz deleted portion of the Work perforrned by City's own forces or others. G. To the fullest extent permitied by Laws and Regulcrtions, Condractor shadd indemn� and hold hcaYrraless City, from and c�gainst ald claims, costs, lasses, and damages (iracluding but not lamated to ail fees and charges of engineers, architects, atta�neys, and other professaonals and all court or� arbitj-atian a� other dispute resolutio�a casts} arising or�t of or relating to a Hazardous Environmentad Canditron created by Co�at�crctor or by anyone fo� whom Co�tractor is resporasible. Nathing in this Paragraph 4. D6. G shall obligate Contr�ccctor to indemn� a�y tndavidual or entity frorja and against ihe consequences of that individual's or entity's own neglagence. H. The provisions of Paragraphs 4.02, 4.03, and 4.Q4 do not apply to a Hazardo�ss Environrnental Canditian uncovered or revealec� at the Site. CITY OF FORT WOR`�H STAT�DARI7 CONSTRIiCTION SPCCIFICATION DOCIIivfENTS Ltevi5ion: Maceh 9, 2A20 oonao-� GENERAL CONDIiIONS I'age 16 oF 63 ARTYCLE � — BONDS AND INSURAIVCE S.O 1 Licensed Sureties and Ins�trers All bond5 and insurance required by the Contraci Documents to be purchased at�d maintained by Contractor sh.alZ be obtained from surety or in�urance companies tnat are duly licensed or authorized iz� the State of Texas to issue bonds or insurance policies for the liznits and cav�rages so required. Such surciy and insurance companies �hall alsa meet such additianal requirements and qualifications as may be provided in the Supplementary Conditions. 5.Q2 Performance, Paynaent, and Maintenance Bonds A. Contractor shall fizrnish performance and payment bonds, in accordance with Texas Government Code Chapt�r 2253 or successor statute, each in an amount equal to the Contract Frice as securi�y %r tY�e faithiul perfprznance and payment af ali of Contractor's obligations under the Contract Documents. B. Cor�txactor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the Gity against any defects in any portion of the Work described in the Contract Docutnents. Maintenanc� bands shall remain in efFect for two (2) years after the date of Final Acceptance by the City, C. All band� shall be in the form prescribed by th.e Contract Docurnents except as provided otherwise by Laws or Regulations, and sha11 6e executed �y such sureties as are narned in the list of "Co�panies Holding Certi�ca�es of Authority as Acceptable Sureties on Federal Bond� and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management 5ervice, Surety Bo�d Branch, U.S. Department ofthe Treasury. All bonds signed by an. agent or attorney-irn-�act must be accompanied by a sealed and dated power of attorney rvhich shail show that it is effective an the date the agent or attorney-in-fact signed each bond. D. If the sure�y on any bond furnished by Contractor is declared bankaupt or becames inso�vent or its right to do business is terminated in th� State of Texas or it ceases ta rneet the requirements of Paragraph 5.02.C, Contractor shall prompily notify City and shall, within 30 days after the e�ent giving rise to �uch notification, pro�ide anather bond az�d surety, both of which shall co�nply vcrith the requirements of Paxagraphs 5.01 and 5.02.C. 5.03 Certificc�tes of Insurcrnce Contractor shall deliver to City, with copies to each additional ins�.ued and loss payee identi�ed in the Supple�nentaxy Conditions, certifieates of insurance (ot�ier evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in th� Supplementary Conditions which Contractor is required to purchase and maintain, The certi�cate of insurance shall document the City, and all identified entities namea in the Suppiementary Conditzons as "Additional Insured" on aIl liability policies. CCTY OF FOR'T WORTH STANDAI2QCONSTRUCTIQN SPF.CII�ICAT[ON �OCUME�ITS Revisian:11��h 9, 2D2b ao�zoo-i GEIVERAL CONDITlONS Page l7 of 63 2. The Contractor's general liability insurance shall inciude a, "per project" or "per Iocation", endorsement, which sha11 be identified in the certificate of insurance provided to the City. 3. The certificate sha11 be signed by an agent aufhorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in tbe current A.M. Best Property & Casualty Guide 4. The insurers for al1 policies must be licensed ar�d/or approved to do business in the State of Texas. Except far workers' compansation, all insurers r�aust have a minimum rating of A-: VII in the current A. M. Best Key Rating Gui.de or have reasonably eqi.�ivalent financial strength and sol�ency to the satisfaction of Risk Management. If the rating is belaw that required, written approval of City is required. S. All appiicable policies shall include a Waiver o� Subrogation (Rights �f Recavery} in favor of the City. in addition, the Contractor agrees to waive a11 rights of subrogation against the Engineer (if applicabl�), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to dernand such certificates or other e�idence of full compliance warth the insurance requiremenis or failure of the City to identify a deficiency from evidence thai is pro�ided shall not be construed as a waiver af Contractor's obligation to mainf.ain �uch lines of insurance coverage. 7. If insurance policies are nat written far specif ed coverage limits, an Umbrella ar Excess Liability iz�surance far any differences is required. Excess Liability� shall follow form of the prunary coverage. 8. Unless otherwise stated, alI required insurance shall be written on the "occurrence basis". Tf coverage is underwritten on a claims-made basis, the retroactiv� date shall be coincident with ar pr�or 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 retroacti�e date. The insurance coverage shall be maintained for the duration af f.he Contract and for thre� (3) years following Final Acceptance provided under the Contract Docum�nts or for the warraniy period, whichever is longer. An annual certificate of insurance submitted to the City shall e�idence such msurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or arnend, the required lines af coverage, nor decrease the limits of said coverage unl�ss such endoxsements are approved in writi�.g by the City. In ihe event a Contraet has baen bid ar ex�cuted and the exclusions are determined to be un.acceptable or the City desires additional insurance co�erage, and the City desires the contractor/engineer ta obtain such coverage, the contract price shall i�e adjusted by the cost of tY�e premium for such additional caverage plus 10%. 14. Any self-insured retention (SIR), in excess of $25,OOO.flO, affecting required insurance cov�rage shall be approved by ihe City in regards to asset value and stockhalders' equity. In CI'iY O� PORT WQRTH STAi�IDARD CONS'1Rl1CTIqN SPECIFICATIOI�i DOCUivfENTS Revision: Mand�9,2020 OD7200-1 GENERAL COND1TIOiVS I'age 18 of 63 lieu of traditional insura.nce, alternative coverage m.aintained through insurance paols or risk retention groups., naust also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy tha.t does not provide coverage an a first-dollar basis, must b� a,cceptable to and appraved by tY�e City. 12. City, at its sole discretion, reser�es t}�e rigl�t �o review the insurance require�nents and to make rea�onable adjustznents to insurance covetage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, cozut decision or t�ie claims history of the industry as well as of the contracting party to the City. The City shall be required ta provid� prior natice of 9Q d�.ys, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon �rvritten request and withaut expense, io receive copies af policies and endorsements theareto and may make any reasonable requests fnr deletion or re�ision or modifications a�' particular policy terms, conditions, limitations, or excZusions nec�ssary to cont'orzn the policy and enc�arsernents to ihe requirement� o:Fthe Contract. Deletions, revisions, or modifications shall nat be required where policy provisions are esfiablished by law ar regulations bin.ding upon either party or the underwriter on any such policies. 14. City shall not be r�sponsible for the direct payment of insurance premium casts for Contractor's insurance. 5.04 Contractor's In.�urance A. Workers C�rrape�sation and Empdoyers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent wit� statutory bene�ts autlined in the Texas Warkers' Compensat�on Aci {Texas Labor Code, Ch. 4Q6, as amended), and minimum limits for Employers' Liability as is apprapriate for the Work being perfoz�nned and as will provide protection from claims sei forth belaw which may arise out of ar xesult from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, an� Subcont�actor or Suppli�r, pr by anyone directly or indirectly employed by any of th�m to per�ozm any of the Work, or by anyone far whose �cts azry af iham may be liable: 1. claizza.s und�r workers' cornpensation, disability benefits, and other similar ernployee benef t acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or d�ath af Contractor's employees. B. Commercial Generr�l Lzability, Coverage shalI include but not be limited to covering liability (bodily injury or property damage) arising frc�m: premises/operatians, independent contractors, products/completed operations, personal iz�jury, and liability under an insured contract Insurance shall be provided on a.n ac�uzrence basis, and as comprehensive as ihe current I�.surance Serviees Offiee (ISO) pniicy. This insurance shall apply as primary insurance with respect to any other CITY 4F F012T WORTH STANDAIiD CONSTRl1CT[QN SPECIC[CAT[QN IJOCUMENTS Revision; MatGi9,20P.0 oo�aoo-i GENERAL CON�lTIONS Page l9 of 63 insurance or self insurance programs afforded to the City. The Commercial Genexal Liabiiity poIicy, shall have no exclusions by endorsements tha.t would alter of nullify premises/opera�ions, productslcompleted operations, contractual, pers�nal injuzy, or advertising injuxy, which are normally con�ained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial campleted operation exposut�e, the Cily rnay require the contractor to maintain completed operations coverage for a minimum of no less than three {3) years foilowing the com}�letion o� the project {if identified in the �upplementary Conditions}. C. �4utomohiie Lictbility. A commercial busines� auto policy shall pro�ide coverage on "any auto",. defined as autos owned, hired and non-owned and provide indemnity far claims for darnages because badily injury or death of any person and or property damage axising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontracior or Supplier, or by anyone directly or indirectly employed by any of thezan to perform any of the Work, or by anyone far whose acis any af them may be liable. D. Railroad Proteetive Liability. If any of the work or any wax�anty wark is within the li�mits of railroad right-of-way, ihe Contractor shall camply wit� the requirements identified in the Supplemeniaxy Conditions. E. Natification of Policy Ca�zceldation: Contractor shall immediately nonfy City upon eance�latian or other loss af insurance coverage. Contractor shall stop work until replacement insurance �as been procured. There s�hall }�e no time credit for days not worked pursuani to this section. 5.05 Acceptance of 13onds and Insurance; Option to Replace Tf City has any abjeciion to the coverage affarded by or other provisions oi tk�e bonds or insurance required to be purchased and maintained by the Cflntractor in accordance with Article 5 on the basis of non-conforrnance with the Contxact Docurnents, the City shali sa notify the Contractor in writing within 10 Business Days after receipt of the certi£�icates (or other evidence requested). Con�actor shall provide to the City such additianal information in respect af insurance provided as the City may reasanably request. If Contractor does not purchase or maintain aTi of the bonds and insurance required by the Cantra�t Documents, the City shall notify the Contractor in writing of such failure �rior to the start af the Work, or of such failure to maintaiz� priar to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RE5PONSISILTTIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work com�etently and efficiently, devoting such attention thereto and applying such skills and exper�ise as may be neeessary to pexform the Work in accordance with the Contract Doeurnents. Contractor sha11 be solely responsible for the means, meihods, techniques, sequences, and procedures of construction. CITYt7F FORT WORTH STANDARD CONSTRUCTEdI� SPECi�ICATION DOCiJMEN'�5 Revision: Ma�h9,2020 oo�zoa-t G�1�[ERAL CQNDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall nat be replaced w�ithout written notice to City. The Superintendent will be Cant�actor's representative at the Site and shall have authority to act an behalf of Contractor. All comrnunication given to or received from the Superintendent �hall be binding on Contractar. C. Contractor shall notify the City 24 �ours grior to rnoving axeas during th� sequence af construction. 6.02 Labo�; Worka�ag Hotcrs A. Contractor shall provide competent, suitably qualified pexsonnel to perform construciion as required by the Contr�ct Documents. Contractor shall at all times mainta� good discipline anc� order at the Site. B. Except as otherwise required for the safety or protaction a� persons ar the Work or property at the Site o:r adjacent ther��o, and except as otherwise stated in the Contract Documents, all Work at the Site shall b� perfornned during Regular Working Hour�. Cont:ractor will not permit the performance of Work beyond Regula�r Working Hours or %r Weekend Working Hours without City's written c�ansent (which will not be unreasanably withheld). Writtez� request (by letter or eleetronie communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2} Business Days prior 2. for Week�nd Working Hours xequest must be made by noon of the preceding Thursday 3. for legal hoiidays request must be made by noon two B1151I1P55 D�ys prior to the legal holiday. 6,03 Services, ll�fateria�'s, and Equipment A. Unless otherwise speci�ed in fhe Contract Documen��, Contractor shall provide and assurne full responsibilziy for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, app�iances, fuel, power, light, heat, telephone, water, sanitary facilities, �emporary facilities, ana all other iacilities and incidentals necessary far the perfo�nance, Contractor required iesting, start-up, and comple�aon of the Work. B. All materials and equipment iz�corporated into the Work shall be as specified. or, if not speci�ed, shall be of good quality and new, e�cept as otiierwise provzded in the Contract Dacum�ents. All special warranties and guarantees required by the Speci�cations shaIl expressly run to the benefit of City, Tf required by City, Contractor shall furnish satisfactory evidence (incIuding reports of requir�d teats) as to the saurce, kind, and quality of materials and equipment. CITY OI`l�QRT WOR'T[I STANDARI)CONSTRUCTION SPECIF[CATIflN DOCUMENTS Revision: Ma�r]i9,2020 00 �a oo - i GENERAL CONbI7101�5 Page 21 of 63 C. All materials and equipment to be incarporated into the Work shall be stored, applied, installed, connected, erected, protecied, used, cleaned, and conditioned in accordanc� with instruetaons of the applicable Supplier, except as otherwise may be provided in the Contraat Documents. D. All items af standard equipment to be incorporated in#o the Work sha11 be the latest model at the time of bid, unless fltherwise specified. b.04 P�ojec� Sch�dule A. Contractor shall adhere to the Project Sehedule established in accordance vcrith Paragraph 2.07 and the General Requirements as it ma�+ be adjusted frorr� time to time as pro�ided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and trie GeneraL Requirem�nts) proposed adjushnents in the Project Schedule that will not result in changiz�g �� Con�ract Tirrie. Such adjustmen�s will comply with any pravisinns of the General Requirements applicable thereto. �. Contractor shall sut�mit to City a monthly Project Schedule with a xnanthly progress payment for the duratian of the Contract in accardance wiih the schedule specification O1 32 16. Proposed adjusUnents in the Project Schedule �that will change the Contract Time shall b� submitted in accordance with the requirements of Article 12. Adjustme�ts in Contract Time may only be made by a Change Order, 6.05 Substitutes ancd "Or-Eq�rals" A. Whenever an item of material or equipment is specified or described in the Con�ract Docuxnents by using the name of a proprietaiy item or the name of a particular Suppiier, the specification or description is intended ta establish the type, iunctian, appearance, and quality required, Unless the specification or description contains ar is fol�owed by wards reading that no like, equivalent, or "or-equal" item or no substitution is permitted, ot.her items of material or equipment of other Suppliers may be submitted to City fox review under the circumstances described helaw. 1. "O�-Equal" Items: If in City's sole discretion an item of rrzaterial ar equipment proposed by Contractor is functionally equal to that narned and sufficientiy similar sa that no change in related Work will be required, it may be eonsidered by City as an "ar-equal" ite�, in wi�ich case review and approval af the proposed i#em may, in City's sole discret�on, be accomplished without compliance with some or all of the requirements �or approval of praposed substitute ifiems. For the purposes of this Paragraph 6.OS.A.I, a proposed item ofmaterial or equipment will be considered functionally equal tra an item so named if: a. the City determines that: 1) it is a# lea.�# equal in materials of Construction, quality, dwability, appearance, strength, and design characteristics; CITY QP FORT W012TH �'�ANDARD CONS"i`RUCTCON 5PECiFICATION DOCUM��N7'S Itevision: Mazeli9,202D Oq 72 0D - 1 GENERAL CQN�ITIONS Page 22 nf b3 2) it wilI xeliably perform at least equaliy well tY�e fun�tion and achieve the results imposed by the design concept of the cornpleted Project as a functioning whoIe; and 3} it has a proven record of performance and availabiIity of responsive service; and b. Cantractor certifies that, if approved and incorporated into ihe Work: 1) there will be no increase in cost to the City or increase in Cantract Time; arad 2) it vvill can�orzn substantially fo the detailed requirements of the item nam�d in the Cantract Documents. 2. S�bstatute Items: a. I�' in City's sole discretion an item af material ar equzpment proposed by Contractor does noi qualify as an "or-equal" itern under Paragz�aph 6.05.A.1, it rnay be subrtlitted as a proposed substitute item. b. Contractor shall submit suff'icient in�ormation as provid�d belovv to allow City tQ determine i� the item of material pr equipment proposed is essentially equivalent ta ihat named and an accepta.ble substitute therefor. Requests for review o� proposed substitute items of materia.l or equiprnent will nnt be accepted by City from anyone other than Cnntractor. c. Cont�actor shall make written application to City for revi.ew of a proposed substitute item of material or equipment that Cantractor seeks to furnish or us�. Th� application shall comply �th Section �1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the �esults called for by the gez�exal design; b) be similar in substance to that specified; c} be suited to the saxne use as thai sp�cified; and 2) will state: a) the extent, if any, to which the use af tha proposed substituie iiem will prejudice Contractar's achievement of final completion on time; b) whether use of the proposed substitute itezz� in the Work will requzre a change in any of the Contract Documents (or in the provisions of arny othez direct contrac� with City for other work on the Project) to adapt the design to the proposed substitute item; CIT1' Ot' FORT WORT}i STANpARD CONSTItUCT[ON SPECIPICATI03+! DDCUIv1ENTs Revision: Muc1�9,2020 ao�zno-j GEN�RAL CONDITIQIVS Yage 23 af 63 c) whether incorporation or use of the proposed substitufe item in connection with the Work is subject to paym�nt of any license fee or royalty; and 3} will identiiy: a) all variations of the proposed substitute itern frozn tha.t sp�cified; b) available enginEering, sales, mai.x�tenance, repair, and replacem�nt services; and 4} shall contain an itemized estimate of a�l casts or credits that will result directly or i�zdixecfly from use of such substitute item, including cost� of redesign and Damage Claims of other contractors affeeted by any resulting change. B. Substitute Canstruction Methods or Procedures: If a 5pecifc means, method, techruque, sequence, or �rocec�ure of construction is expressly requir�d by the Contract Docurnents, Contractor may furnish ar utilize a substitute means, rnethod, technique, sequence, or procedure of construction approved by City. Contractvr shall submit sufFicient information to allow City, in City's sole discretion, to determine that the suhstitute proposed is equivalent io that e�aressly called for by the Contract Documents. Contractor sha11 make written applieation to City for review in th� same manner as those pravided i�n Paragraph S.�S.A.2. C. City's �'valuation: City will be ajlowed a reasoz�able tirne within which to e�alua.te each proposal or submiital made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furzush additional data about the proposed substifute. City will be the �ole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until Gity'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-ec�ual." City will advise Contractor in writing of its deterrninaiion. D. Special C'ruarantee: City rnay require ConEiraetor to furnish at Coz�tractor's expense a special perfoz�rnance guarantee, wazxanty, ar other surety with respect to any substitute. Contt�actor shadl indemnify and hold hcrrmless City a�ad anyone directly o� indfrectly employed �y them frorra and against any and all claims, damages, losse,r and expense,s (including attorneys fees) arising aut of the us� of substituted r�taterials or equipment. E. City's Cost Reimbursement: City wijl record City's casts in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraplzs 6.OS.A.2 �nd 6.05.B. Whether ar not City approves a substitute so proposed ar submitied k�y Contractor, Con�raetor ma� be required to reirnburse City for evaluating each such proposed �ubstitute. Contractor may also be required to reimburse Gity for the charges for making cha.nges in the Contract Documents {or in the provisic�ns of any ather direct contract with City) xesulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall pravide all data. in �upport of any proposed substitutE or "or-equal" at Contractor's expense. CITY OF FpRT WORTH BTANDARI] CaNSTI�UCTION SPEC[FICATION �QCU[viF.NTS �tevision: March9,2QZ0 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbr�rsement: Costs (sa�rings ox charges) attributable to acceptance of a substitute shall be incorparated to the Contract by Ch.ange Order. H. Tir�e Extensions: No additional time will be granted for substiiutions. 6.06 Concerning SubcontractoYs, Suppliers, and Others A. Contractor shall perform with his own oxganization, work af a value not less than 35% of the value em�raced on the Contract, unless otherwise approved by the City. B, Contractor shall not employ any Subcontractor, Supplier, or ather indi�idual or entity, wnether ini�ially or as a replacement, against whom Cxry may have reasonable objection. Contractor shall not be requi�red to employ any Subcontractor, Supplier, or other individual or entity to furnish or per�oz-m any of the Work agaznst whom Contractor has reasonable objection (excluding thase acceptabl� to City as indicated in Paragraph 6.06.C). C. The City map from time io time require the use of certain Subcontractors, Suppliers, oar other individuals or entities on the project, and will provide such requiremen�s in the Suppletnentary Conditions. D. Minot�ity Business Enterprise Compliance: It is City policy to ensuxe the full and equitable partieipation by Minority Business Enterprises (MBE) in the procurernent af goads and services on a contractual basis. If the Contract Documents pravide for a MBE goal, Contractor is required to comply with the intent of the Ciry's MBE Ordinance (as amended) by the follovcring: 1. Contractor sha1l, upon request by City, provide cornplete and accurate information regarding actt.�al work perform�d by a MBE on the Contract a.r�d payment therefor. 2. Coniractor wi1l not m�.ke additians, deletions, ax substitutions of accepted MBE without written consent of the City. Any unjustified chan�e or del�tion sh.alI be a material breach o� Contract and may result in debarment in aecordance with the procedures outlined in the Ordinance. 3. Contractar sha11, upon request by City, allow an audit andlor �xam.ination of any books, records, or files in tlne possession of the Ca�tractor that wi21 substantiate the actual wark performed by a.n MBE, Material misrepresentation of any nature will be grounds for tern�ination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor �o bid on future cQntracts with the City for a period af not less than three years. E, Contractor sha.11 be fizlly respon�ible to City �or aIl acts and omissions of the Subcontractors, Suppliers, az�d ather indivie�uals or entities perforn�ing or furnishing any of the Work just as Contxactor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OP CORT WORTH STAIVbARD CO[�f81'RUCTION SYCCiPICAT[O%f DOCLIMENTS l2evision: Ma�h 9, 202D 00 �z oo - i GENERAL CONDIil01VS Page 25 af 63 1. shall create for the benefit af any such Subcontractor, Supplier, ar other individual or entity any coz�tractual relationship between Ci�.y and any such Subcontractor, Supplker ar other individual or entity; nor 2. shall create any obiigation on the part of City to pay or to see to the payment of any maneys due any suc� �ubcontractor, Supplieg, or otker individ�xal or entity except as may otherwise be required by Laws and Regulations. F. Contraetor shall be solely responsible for sch�duling and caordinating the Work of Subcontractors, 5uppliers, and other individuals or entities performirig or furnishing a.ny of the Work under a direci flr ir�direct eontract witk� Contractor. G. AlI Subcontractors, Suppliers, and such other individuals ar entities performing ox furnishing any of the VJork shall communicate with City through Contractor. H. Ali �1Vork performed for Contractor by a Subcontractar or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcantractor ar Supplier which specifically binds the Subcontractor or Supplier to the applicabie terrns atld conditions of the Cantract Documents for the benefit of Crty. 6.07 Wage Rates A. Duty to pay Prevailing W�age Rates. The Contr�ctor sh.a11 comply with alI requirem�nts of Chapter 2258, Texas Gavernment Code (as amended), including the payrnent of not less than the rates deterrnined by the City Council of the City of Fort Warth to ba the prevailiz�g wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violafiion. A Contractor or any Su�contractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker emplayed for each. calendar day or part o� the day that the warker 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. Camplaints af Violatians and City Deterrraanatian of Good Cause. On receipt of ir�ormation, including a complaint by a wark�r, concerning arz alleged violation of 2258.023, Texas Government Cade, by a Contractor or Subcontractor, the City shall make an initia� determinatian, before the 31 st day after the date the City receives the information, as to whether good cause exists to �elieve that the violai�an occurred. The City shall notify in writing the Contractor or Subcontractor and anp affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has �iolated Chaptex 225 S, the City sY�all retain the full amouzzts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailirxg wag� rates, such amounts being subtracted from successive progress payments pending a final determinatian of the violation. CiTY OF FORT WORTH STANDARD CONSTRUC`I'IOt�f SPECIFICAT[ON �flCIJMENTS Revision: �!f�udi 9, 2020 Q0720:0-i GENERAL CONdITI�NS Page 26 of 63 D. Arbitration Requrred if Vialc�tion Not Re�olved. An issue relating to an alleged violation of Section 2258.Q23, T�xas Go�ernment Code, including a penalt� owed to the City or an affected warker, shall be submitted to binding a.r�iitxation in accordance wi.th the Texas General Arbitratian AGt (Article 224 et s�q., Revised 5tatutes) 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 zts initial deterznination pursuant to Paragraph C above. If the persons required ta arbitrate under this section do not agree an an. arbitratar before the 1 l th day after the date that arbitration is required, a dis#rict court shall appoint an arbitrator on the petition o�any of the persons. The City is not a party in the arbitration. The decision and award of the arbitratar is final and binding on all parties and may be er�f'orced in any court ofcornpetent jurisdiction. E. Reco�ds to be Maintcri�ed. The Contractor and each Subcontractor shali, for a period of three {3) years folIowing the date o� acceptance of the work, rnaintain reeords that show (i) the name and occupation of each warker employed by ihe Cpntractor in the constructian af the Work provided for in this Cnntract; and (ii) the actual per diem wages paid to each worker. The r�cords s1�alI be open at all rea�onable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspeciion. F. P�ag�ess Payments. Witn each progress paym�nt ar payroll pe�iod, whichever is less, t,lze Contractor shall subrr�it an affidavit stating tha.t tne Contractor has complied with the requirements of Chapter 22�8, Texas Goveinment Code. G. Posting of Wcrge Rates, The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontr�ctor Compliance. The Contractor shall include in it� subcontracts andlo:r shall otherwise require all af its 5ubcontractors to comply with Paragraphs A through G above. 6.0$ Patent Fees and Royalties A. Contractor shall pay all license fees and royalties az�d assume all costs ir�cident to the use in the performanc� o� the Work or the incorporation in the Wor�C of any ianvention, design, process, product, or device which is the subject of paient rights or copyrighis held by others. I� a particular invention, design, process, product, or device is sgecified in the Contract Documents for use in the perfo�rnance af the Work and if, ta the actual knowledge of City, its use is aub,ject to patent rights ar copyrights calIing for the payment of any �icense fee or royalty ta others, the existence of such righ�s shall be disciosed by City in t�e Cant�ract Documents. Failure of the City to disciase such inf'ormation does nat relieve the Contractor from its obtigations to pay for the use of said fees ar royalties to others, B. To the fullest extent perrraitted hy Laws and Regulations, Corttractor shall indem�ify and hold har�mdess City, fra�n and against all clr�irras, costs, losses, and damages (including but not lirnited to all fees and chcarges of engrneers, archatects, attor�raeys, and other professionals and all court or ar�I�itration or other dispute resolution costs) arising out of o� relating ta a�ay infi�angement of patent �ights or copyrights incident to the use in the psrformance of tlae Work ar �esulting from CITY OF FO[2"C WORTH STANDARD CONSTf�UCTION 5PEC3C[CAT[OI�! 1]OCUIvIENTS [�evisipn: Nla�h9;2d20 OU7200-1 G�.NERAL COlVI?ITIONS Page 27 of 63 the incorporatian in the Work of any anvention, design, process, praduct, or device not specafaed i�a the Cont�-act Documents. 6.09 Permats and Utilities A. Cantractor obtained permfts ana' licenses. Cantractor shall obtain and pay for aIl construction pernv.ts and licenses except those provided for in the Supplementary Conditions or Contract Dacuments. City shall assist Contractor, when necessary, in obta.ining such permits and licenses. Contractor shali pay all governmental charges and inspection fees nec�ssary for the prosecutic�n of the Wark which are applicable afi the time vf opening of Bids, or, if there ar� no Bids, on the Effectiv� Date af t4�e Agreem�nt, except for permits provided by the City a5 speciiied in 6.09.B. Ciiy shaIl pay all charges of utility owners for cannections for providin�g permanent service io tlze �Vork. B. Cily obtcained permits and licenses. City will obtain and pay far all permifs and licenses as providad for in the Supplementary Conditions or Contract Documents. It will be the Contractor's respansibility to carry out the provisions of the pernut. If the Cantractar initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordir�ating wifh the appropriate xegulatory agency. Th� Ciiy will not reimburse the Contractox for any cost associated with these xequirements of any City acquired permit. The following are permits the City will obiain if required: 1. Texas Department of Transportation Permits 2. U.S. Axmy Corps of Engineers Permi�s 3. Texas Cornmission an Envirozlmental Quality Permits 4. Railroad Company Pern�its C. DutsCanding permits and licenses. The City ant�cipates acquisrtion of and/or access to permits and licenses. Any autstanding permits and license� are anticipated to he acquired in accaactiancc with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance wit1� the Contract Docum�nts must consider any outstanding permits and licenses. 6.10 Laws and Regulations A, Contractor shall give all notices rec�uired by and shall comply with all Laws and Regulations applicable to the pez�formance of the Work. Except w�ere otherwise expressly required by applicable Laws and Regulations, the Gity sha11 noi be responsible �ar monitoring Cantractor's compliance with any La�vs ar Regulations. B. If Contractor performs any Work knowing nr �aving reasort ta know that it zs contrary to Laws or Regulations, Contractor shall bear alI claims, costs, Iosses, and damages (including but not limit�d to all fees and charges af engineers, architects, attorneys, and other professionals and a�l CITY OF FORT WORTI-1 STANDARi� CONSTRUCTION SPECIFICATION DaCUM�N'I'S Revision: Mazeka4,2U2{l 00 72 0q - i GENERAL CON�ITIONS Page 28 of 63 court ar arbitration or other dispute resalution cos�s) arising ou� of or ralating to such Work. Hawe�er, it shall nat be Contractor's responsibility to rnake certain that fhe Specifications and Drawings are in accordance wittk� Laws and Regulations, but tlus shall not reIieve Cantractor of Contrae�or's obligations under Paragraph 3.Q2, C. Chat�ges in Laws or Regulations not kn�wn at the time of opening of Bids having an efFect on t�.e cost or tirne nf performance of the Work may be the subject of an adjustxnent in Contract Price or Contract Tizx�e. 6.11 Tcrxes A. On a contract awarded by the City, an organization which qualifies for exemption puxsuant to Texas Tax Code, Subchapter H, Sections 1 S 1.301-335 (as amended), the Contractor may purchase, rent or l�ase alI materials, supplie� and equipment used or consumed in the perfonnance of this contract by issuing to I�s supplier an exemption certificate in lieu af the t�, said exemption cez�tzficaie to comply witl� Staie Comptraller's Ruling .007. Aray such exemption certificate issued to the Contraetor in lieu of the tax shall be subject to and sha11 comply with the pro�rision of State Comp1raller's Ruling A11, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax perrtiits and infarmation may be obtained from: 1. Comptroller of Public Accounts Sal�s Ta:�c Division Capitol Station Austin, TX 78711; ar 2. htt�_www.window.stat�.b�.us/taxiufNtaxi.�rm� �93-torm� ,html 6.12 Use of Site and Other Areas A. Limitation on Use of 5iie and Otlae� Aren.s: I. Contractar shall confine constructian equipment, the storage of materials azxd equip�nent, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site ai�d other areas with constxuction equipment or other materials or equipznent. Contractar shall assume full responsibility far any damage to any s�ch land or area, Qr to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of ihe Work. 2. At any time when, in the judgment of the City, the Cont�actor ha� obstructed or closed or is carrying on operations in a p�rtion of a street, right-of-wa.y, ox easement greater than is necessary for proper execution of the Waxk, the City may require the Con�ractor to finish the section on wkich operatians are in progress before work is commenced on any additional area oi the Site. C1TY C]F FOR'P W(7RTH STA�IpARDCONSTRUCT[QN S�ECIF[CATION DqCUMGNTS Revision: I�arch 9, 2Q20 ao�zoo-i GEN�I�AL CONDITIQNS Page 29 of 63 3. Should any Damage Claim be z�ade by any such owner or occu�ant because af the performance of the Work, Cantractar shall prorriptly attempt to resolve the Damage Claim. �. Pu�suant to Paragt•aph b.2I, Contractor shall indemnify anci hold harmless Ciry, , from and agaarr.st all claims, costs, losse�, and damages ar�isang out of or relating td any claim or aciion, legal or equitable, brought by any such owner or occupant against City. B. Removal of Deb�is During Per�fo�mance of tlze Wo�k: During the pragr�ss af the Wark Contractor shall keep the Site and other areas fr�e from accunr�ulations of waste materials, rubbish, and other debris. Rerrioval axxd disposal of such waste materials, rubbish, and other debris shall conform to applicabl� Laws and Regulations. C. Site Maintenance Clea�tang: 24 hours after written notice is given to the Contractar that the clean-up an th� job site is praceeding in a manner unsatisfactory to the City, if ihe Contractor fails to correct the unsatasfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean�up deficiencies cited to the Contractar in the written notice (by letter or electronic communication}, and the c�sts of such direct action, plus �5 % af such costs, shall be d�ducted from the monies due ox ta become due �o the Confractor. D. Finad Sate Cleaning: Prior to Final Acceptance of tke i1�ark Contractor sha11 clean the �ite and the Work and make it ready for utiiization by City or adjacen,t property owner. At the cornpl�tion of the Work Contractor s�iall remove frorn the Site all tools, appliances, construction equipment and machinery, and swplus materials and shall restore to original condition or hetter all property disturbed by the Work. E, Loading Structures: Contractor sh.all not load nar permit any part of any �trueture to be Ioaded in any manner that wiil endanger the struciure, nor shall Contractor subject any part o�the Work or adjaeent praperty to stresses or pre�sures that will endanger it. 6.13 Record Documents A. Cantractor shall maiz�tain in a safe place at the Site or in a place designated by the Contractor and approved by tl�e City, one (1} record copy of ail Dxawings, Speci�ications, Addenda, Ch.ange Orders, Field Orders, and �rrritten in�erpretations and clarifications in good order arzd. annotated to show changes made during canstruction. These record documents together with all approved Sarnples and a counterpart of all accepted Submittals will be available to City for reference. i]pon completion af the Work, these xecord documents, any operation and �rnaintenance manuals, and Submittals will be delivered �o City prior to Final Inspectian. Contractor shall in.clude accurate locations for buried and imbedded item5. 6.14 Safety and Protectian A. Contractor shall b� solely responsihle for initiating, rnaintaining and supervising all safety precautions and programs in connectian with the Work. Such respansibility does not relieve Subcontractors of their responsibility for the safety of persans or property in the performance of the� wark, nor for cornpliance with applicable safety Laws and Regulations. Contractor shall CCTY OF FORT WORTfi STANDARDCONS'CRUCTi01V SPECIFICATIOid DOC[SIV�N'I'S Revision: M�ki9,2020 oo�zao-i GENERAL CONDITIO�[S Page 30 nf 63 take all necessary precautions for the safety of, and shaIl provide the necessary protection to prevent damag�, injuzy or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials anc� equiprzzent to be incorpoxated therein, whe�lier in storage on or a�the Site; and 3. other property at the Site or adjacent thereto, ir�cluding trees, shrubs, lawns, walks, pavements, roadways, structures, utxlities, and Underground Faeilitaes not designated for removal, relocation, or replacement in the caurse a� construction. B. Contractor shaZl comply with a.Zl applicable Lavtrs az�d Regulations re�ating to the safety of persans or property, ar to the protection of persons ar praperty from darnage, injury, or loss; and shall erect and rna.intain. alI neeessary safeguards far such safety and protection. Contractor shall notify owners of adjacent praperty and of Underground Facilities and a�h.er utility owners when prasecution of the Work nnay affect them, az�d shall coop�rate with them in the protection, removal, relocation, and replacement af their propariy. C. Contractor shall comply with the applicable requirements of City's safety prograzns, if any. D. Contractor shall inform City of tY�e specific requirements of Contractor's safety program, if any, with which Ciiy's employees and representatives must comply whiZe at the Site. E. All dazr�age, inj�uy, or loss tQ any property refezxed to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirecfly, zn whole or in part, by Contractor, any Subcontractor, 5upplier, or any ather individual or entity directly or indirectly employed by any of them to perforna any of the Work, or anyo�e for who.se acts any of them may be liable, shall be remedied by Contractor. F. Cpn�ractor's duties and responsibilities for safety and for protection of the Work shall continue uniil such time as aIl the Work is completed and City has accepted the Work. 6.15 Safety Representatave C�ntraciar shaIl inforim City in writing of Contractor's d�signated safety repr�sentative at the Site. 6,16 Hazard Cammunicatian Programs Contraetor shall be xesponsible far codrdinating any �xcl�ge of material safety data sheets or other hazard coznmunicatian information required to be made available to or exchanged betrn�een ox among employers in accordance with Laws or Regulations, 6.17 Emergencies and/or Rectification A. In emergencies aifecting the safety or protection of persons or the Work or pxoperty at �he Site or adjacent thereto, Contractar is obligated to act to prevent thre�tened damage, injury, or loss. Contractor shall give City prampt �vritten notice if Contractor believes t�iat any sigruficant CITY OI� FORT WOCt'CH STANDARD CONSTRUCTION SPEC[FICATION DQCUML'I�TS Revision: March9,2D7A DO 72 00 - I GEf�ERAL CONDIiIONS Page 31 af 63 changes in. the Work or variations from the Contract Documents ha:ve been caused thereby ar are requi�red as a result thereof. If City determines that a change zn the Contract Documents is required because of the action taken by Contractor in response to sueh an emergency, a Change Order ma}� be issued. B. Should the Contractor fail to respond ta a request from the City to rectify any discrepaz�cies, OiYiI35101Z5, or correetinn necessary to conform with the requirements of the Cantract Dacuments, the City shall give the Contractor written notice that such wark or changes are #o be performed. T`he written notice shall direct attention to the discr�pant condition and request the Coniractor to take remedial action �o correct the condition. In the event the Contractor does not talce positive ste�s to fulfill t�us written request, or does nat show just cause for not taking the proper action, vv�thin 24 hours, the City rnay 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 ar become due the Con#ractor on the Project. 6.1 S Submittals A. Contractar shall submit requixed Submittals to City for xeview and acceptance in accordance wi�h the accep#ed Schedule of �ubmittals (as required by Paragraph 2.0'7). Each submittal will be id�nti�'ied as City may require. 1. �ubmit nurnber of copies speci�ied in the General Requirements. 2. Data shown on the Submittals wi11 be complete with respect to quantities, dimensions, specif ed performance and design criteria, rnaterials, and siunilar data to show City the services, materials, and equipment Contractor proposes to pro�ide and. to enable City #o re�view the inforrnation for ihe limited purposes required by Paragraph 6.1 S.C. 3. Submitkals submitted as herein provided by Co�.t.ractor and reviewed by City for conformance with the design concepfi shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are subxnitted for the purpose of showing the installation in greater detail, their review shall not excuse Cantractor from requirements shown on the Draw�ngs and Specificatinns. 5. �'or-Informatian-0nly submittals upan which the City is noi expected to conduct review nr take responsive aotion may be so identified in the Contxact Docurnents. 6. Sub�nuit required �urnber of Sarnples specified in the Speczfications. 7. Clearly identify each 5arnple as to rnaterial, 5upplier, pertinent data such as catalog numbers, the use for which intended and ot}�er data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF I�OItT WORT�f STAIVDA,RDCOI�I3TRUCTIQN SPECIFiCAT[ON bOCUMENT3 Revision: MIa[eh9,202D ao�zao-� GENERAL CON�ITfONS Page 32 of b3 B. VVhere a Subrnittal is required �y the Contract Documents or the Schedule of Submzitals, any related VVork perfnrmed prior to City's revi�w and acceptanc� of the pertinent submittal will be at the sale expense and responsibility of Cont�actar. C. City s I�eview: 1. City will provide timely review of required Submittals in accordamce with the Schedule af Submittals acceptable ta Czty. City's review and acceptance will be only to deterrnine if the items cavered by the submittals will, after installation or incorporation in the Work, cflnform to the iz�forrnation given in the Contz�act Documents and be compatible with the design concept of ihe completed Project as a funetioning whole as i.ndicated by the Contract Documents. 2. City's review and acceptance vvi11 not extend to rnea.n�, rnethods, techniques, sequences, or proced�res of construction (except where a particular maans, method, technique, sequence, ax procedure of construction is specifically and expressly called for by tlie Cantract Docurnents) or tp s�ety precautions or programs incident thereto. The review and accepiance of �. separate item as such will not indicate approval o�' the asseml�ly in which the item fi.inctions. 3. City's review atid acceptance shall not reIieve Contractor from responsibility for a.ny variation �rom the requirernents of the Cantract Dacuments unless Cantractor has complied with the requirernents of Section O1 33 00 and City has given written acceptance a� each such variatian by specific written notation thereof incorporated in or accampanying the 5ubmittal. Giiy's review and acc�ptance shall nat relieve Contracta� �rom respansibility for complying with the require�ents of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on i�ie Work and adhere to the Praject Schedule during all disputes or disagreements with City. No Work sha�l be delayed ar postponed pending resalution of any disputes or disagreements, except as City and Cnntractor may otherwise agree in writing. 6.2Q Contractor's General Warranly and Guarantee A. Contractor warrants an.d guarantees to City that all V�7orlc will be in accordanee with ihe Contract Documents and will not be defective. City and its off'icers, directoxs, members, partners, employee�, agents, consultants, and subcontractors shall be entitied to rely on represent�.tion of Contractor's warranty ar�d guarantee. B. Contractor's warranty and guarantee here�uider excludes defects or datnage caused by: 1. abuse, modification, ar improp�r mainten.ance or operation by persons other than Coniractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; ar CITYdF FOR"C WORTH STANDARD CONSTRLICTION SPECIFICA'I'lON DC)CUIv[EIVTS Rev is ion; Nlar�h 9, 2Q20 oo7zoo-i GENERAL CON�ITIONS Page 33 of fi3 2. normal �ear and tear under �armal usage. C. Coni,rractor's obligatian to perform and complete th.e Work in accordance with the Cantract Docurnents shall be absolute. None af the following will constitute an acceptance af Work that is not in accordance with the Con�ract Docurn.ents ar a rei�ase of Contractor's obligatian io perforsn the Work in accordance with the Contract Documen�s: 1, observations by City; 2. xecarn�nendation or payment by City of any progress or fu1a1 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 Woxk ar any part thereof by City; 5, any review and acceptance of a Submittal by City; 6. any inspection, tes�, or approval by others; or 7. any correcfian of defective Work by City. D. The Contractor shall remedy any de�ects ar damages in tI�e Work and pay for any darnage to other work or property resulting tYierefrom v�hich shall appear within a pexiod of two (2) years from the date of Final Acceptance of the Work unless a longer periad is specified and shall furnish a good and sufi'icient maintenance �ond, camplying with the requirements of Article 5.02.B. T`he City wi11 give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covena�ts and a�rees to indemnify, hald harmless and defend, at its o�vn expe�se, the City, its officers, servan�ts and employees, from and against sny and a11 c�aims arisin� ou� of, or alIeged to arise out of, the work and services to be performed by the Contractvx, its officers, agents, employees, subcontractars, licenses or invitees under fhis Contract. HI INDEMI�TIFICATIO SIQN IS SPECIFI I TE O OPE ATE A1�D BE EFFECTIVE .VEl�i IF IT IS ALLEGED OR PROVEN THAT ALL R SO D E HT ED LE O PART. BY ANY ACT. 011�II�SION OR GLIGEIiiCE OF THE CITY. This in.demnity pravision i� intended ta include, wiihout limitation, indemnity for cos�s, expenses and legal �ees inc�rred by the City in defendin� against such clairns and causes of actions. B. Contractar covenants and agrees ta indemnify and �old t�armless, at its or�vn expense, #he City, its o�icers, sex-vants and employees, frvm and �gainst any and all loss, damage or destr�etion of property oi �he City, arising out of, or alleged to a�e out of, the work and services to be performed by the Contrac#or, its officers, a�enis, employees, subcantractors, lice�sees ar irnv�tees under this Contract. THIS INDElV11�lIFYCATION PROVISIOI�T� CITY OP FORT WQKTH STANDARDCOA3STRUCT�ON 3PECIFICATION �OCUMENTS Revisian: MeErk�9,2Q20 aarzoo-i GENERAL CONDITIONS Page 34 af 63 ' \ i 1 1 � — - :_ '-:� � \II i�_ � � � � _ __ 1 _► '►I _� _._. ! �I1/ i .I 1:U_• ; ` ,-- ■ \. . � _. f 1, � , __ / � _ _� _�_ \ � � ��.. ` � �%_ . _ _ _ / . . . , � ►. i 6.22 Delegation ofProfessional Design S'ervices A. Contractor will not be required ta provide professionaI design ser�ices unless suGh service5 are spacifically required by the Contract Documents for a portion of the Work or unles5 such services axe required to carry out Contractor's responsibilities for canstruction means, rn�thods, techniques, sequences and procedures. B. If professional design sezvices or certifications by a design professional related to systems, materials ar equipment are sp�cifically required of Contractor by t}ae Con�ract Documents, City will specify all performance and design criteria that such sezvices must satisfy. Contractar shall cause such sezvices or certifications to be provided by a properly licensed professional, whose signature and seal shall appear an al] drawings, calculatior�s, specificatians, certifications, and Subrnittals prepared by such professional. Submittals related to the Wark designed or certified by such professional, if prepared by oibers, shall bear such professional's written approval when submitted to City. C. Cit� shal� 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 �o Contractor performance and design criferia that such services must satisfy, D. Pursuax�t to this Paragraph 6.22, City's review and acceptance nf desigxi calculations and d�sign drawings will b� only foz the limited purpos� of checking far conformanee r�vith per�ormance and design criteria given and ihe design concept expressed in ihe Contract Documents. City's review and aceeptance of Submittals {except design calculations and design c3ra�vings) will be only for the purpose stated in Paragraph 6, I8.C. 6.23 Right to Audit A. The Contractor agrees thai the City shall, until ti�e expiration of three (3) yea�rs after �nal payment under this Contract, have ae�ess to and the right ta examine and photocopy any directly pertinent books, dacuments, papers, and records of the Contxact�r involving transactior�s relating to this Cnntract. Coniractor agrees that the City shall have access during Regular Working Hours to alI necessary Contractor facitities and shall be pravided adequate and appropriate wark space in order to conduct audits in compliance with th.e provisions of this Par�graph. The City sha11 give Cantracior reasonabl� advanee notice of intended audits. B. Cantractor further agrees to include in alI its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years afier final payment under this Contract, have acces� to and the right to eacamine and photocopy any directly pertinen� books, documents, papers, and recards of such Subcontractor, involving transactions to the subcantract, and further, that City shall ha�e accass c�uring Regular Working Hours to all C['CY OF FORT WORTH 5TANDARC7 CqNST[tUCTION 3PEC[FICATLON DOCUMENTS Re�ision: Mamh9,ZDZ0 00 72 OD - 1 GENERAL CONDITION5 Page 35 of 63 Subcontractor faeilities, and sha1l be provided adequate and appropria�e work space in arder to conduct audits in compliance with the provisions of this Paragraph. The City 5ha11 gi�ve Subcontractar reasonable advance notice of intended audits. C. Coz�tractor and �ubcontractor agxee to photocopy such docwments as may be requ�sted by the City. The City agrees to xeim�urse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in affect as of the time copying is pe�Farmed. 6.24 NondiscYi�aination A. The City i� responsible for operating Public Transportation Programs and impl�menting transii- related prajects, which are funded in part wifh Federal financial assistance awarded by the U.S. Deparinient of Transportation and the Federal Transit Administration (FTA}, without discriminating againsi an�' person in the United States on thc: basis af race, color, ar national origin. B. �'itle VI, Civil Rights Act of 1964 as arraended.• Con�ractor sha11 camply witl� the r�quirements of the Act and the Regulaiions as further deiined in the Supplementary Conditions for any project reeei�ing Federal assistance. AR'IZCLE 7— OTHER WORK AT THE SITE 7.01 Related Wark at Site A. City may perfortn other work related to the Project at the Site with City's employees, or other City eoniractors, or through other direct contracts there�or, or have other work pe�ormed by utility owners. If such other worl� is not z�oted in the Contract Document5, then written nofiice ther�of will be given to Contractor prior to starting any such other work; and B. ConYractor shall afford each ather contractor who is a party to such a direct contract, each utility owner, and City, if City is perforn�ing other wark with City's employees or other City contractor�, proper and safe access to ihe Site, pro�ide a reasonahle opportunity far the introductian and storage of materials and equipment and the execution of sueh other work, and properly coordinate the Work with theirs. Con�ractox s17a11 do all cutting, f tting, at�d patching of the Work that may be required to properly connect or otherwise make its several parts come together and pxoperly integrate with such other work. Contractor shall not endanger any work o� others by cut�ing, excavating, ox otherwise altering such wark; provided, however, ihat Contractar may cut or alter athers" work with the wz-�tten consent of City and the athers whose work wi11 be affected. C. If the proper execution or results of any part of Contractor's Work depends upon wor� performed by others under this Articl� 7, Contractor sha11 inspect sueh other work and prornptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable fox t�ie proper execution and xesults of Contractor's Work. Contractor's faiiure to so xepart will constitute an acceptance of such other �vark as fit and proper for integration with Contractor's Work except far latent d�fects in the work provided by athers. CITY OF FORT WO1ZThI STANDAItD Ca%lSTRUC'E'[QN SPEC[FICATION DOCUMENTS Revision' Marclt9, 202D 007200-1 GENERAL CONDlTipNS Paga 35 af 63 7.Q2 Coordinataon A. If City intends to cnntract with others far the performance of other wflrk on ihe Project at the Site, the follawing will be set forth in Supplementary Conditions: t�e indivxdual or entity wha will have au�harity and respo�sibility far coordination of the activities among th� variaus contractors will be identified; 2. the specific matters to be covexed by such authorify a:zad responsibility will be itemized; and 3, the exteni of such authority and responsibilities will be provided. B. Unless otherwise provided ix� the Supplem�ntaty Canditic�ns, City shal� have authority for such coordination. ARTICLE � — CITY'S RESPONSIBILITIES 8.0� Cammunicatians to Contractor Except as otherwise provided in the Suppiezx�eniary Conditions, Ciry shall issue all communications to Contractox. 8.02 Furnish Data City sha11 timely furnish the data required under the Contr�.ct Documents. 8.03 Pay When Due City shall znake payments to Cnnh�actor in accordance with Article 14. S.Q4 Lands and Ec�sements; Re�orts and Tests City's duties with respect to providing lands and easements and providing engizieering surveys to establish reference points are set forth in Parag�raphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making a�ailable to Contractor copies of reports of explorations and tests o�su�surface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have �een utilized by City in pre}aaring the Contract Documents. $.OS Change Orde�s City shall execute Change Orders in accordaz�ce with Paragraph 10.�3. 8A5 1'nspections, Tests, and Approvads City's responsibility with respect to certain inspections, tests, and appro�ais is set farth in Paragraph 13.03. ci�rY or• roxT wor��•� S'1'ANDARQ CONSTRUCTION SPECIF[CATIQN DOCUIv[ENTS Rcvision: Marcf�4,2020 D072U0-! GENERAL CONDITiOf�S 1'age 37 of 63 8.07 Linaftation,s on Caty's Responsibilaties A. The City shall �ot supervise, direct, or have con�rol or authority over, nor be responsible for, Coz�tractor's means, methods, techniques, sequez�ces, or procedures of construction, or the safety precautions and pragrams incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the p�rformance af fihe Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Cantiractor of applicable safety plans pursuarit to Paragra�h 6.14. 8.0$ Undisclosed Hazar�dous Environmental Conditio�a Ciiy's responsibility with respect to an undisclosed Ha�ardous Environmental Condition is set forth in Paragraph 4.06. $.09 Campliance with Safety Pr�agram While at the Site, City's employees and representatives shall comply with the specific applicable requirernents of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATrON STATUS DURING CO1�iSTRUCTIOl�I 9A1 City's Praject Manage� Ciiy wiIl provide one or more Project Manager(s) during the construction period. The du�ies and responsibiliti�s and the limitations of autl�ority of City's Project Manager during con5truction are set farth in the Contract Docurnents. The City's Project Manager for this Contract is identif'ied in the Supplementary Condi�ians. 9.�72 Visits to Site A. Ci�y's Project Manager will make v'rsit� to the Site at interva�s appropriate to the various stages of constr�zction as City deems necessary in order to observe tha progress �iat has been rnade and the qualiiy of the various aspects af Cantractor's executed Work. Based on information obtained during such visits azxd ohservations, City's Project Manager vvill deternaine, in general, if tbe Work is proeeeding in aecardance �uith tlie Cont�act Documents. City's Project Manager will not be required to make e�haustive or continuous inspections on the Site to check the quaIity or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of canfidence that the completed War� will conform generally ta the Contraet Dacuments. B. City's Project Manager's visits and obser�vations are subject to all the limitations on authority and responsibility in the Contz�act Documents including thase set forth in Paragraph 8.07. CITY OF �flRT WORTI-I STANDARD CO�iSTRUCTION SPECIPICA'�[pN D(�CUIVI�NTS Revisinn: Ma�h9,202U OO T2 00 - 1 GENERAL CONDITIONS Page 38 of fi3 9.03 Authorized f�ariatians in T�ork City's Project Manager may autharize rninar variations in the Work from the requirements of the Contract Doeuments v�rhich do not involve an adjustment in the Contract Price or the Contract Time and ar� compatible with the c�esign concept of the completed Project as a functioning whole as indicated by the Contract Documents. These rriay be accomplished by a Field Order and wi11 be binding on City and also on Contractor, who shall perform the Work involved prompily. 9.04 Rejecting Defective Yd�at�k City will have autharity to reject Work which City's Project ]Vlanager believes to be defecti�e, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the in�egrity of the design cancept of the completed Project a� a fiznctioning whole as indicated by the Cantract Documen.t�. City will have autharity to conduct special inspection or testing of the Work as provid�d in Article 13, whether or nat the Wark is fabricated, installed, or completed. 9,05 Determinations far WorkPerformed Contractar will determine the actual quantities and classifications of Work performed, City's Project Managez� will review with Contracior the prelim.ina�cy determinations on such matters before xendering a written recommenda�ion. City's written decisian will be finai (e�cept as modified to reflect changed factual conditions ar more accurate data), 9.06 Deeisions on Requirerrtents af Contract Documents and Accepiability of Wvrk A. City will be the iniiia.l interpreter of �e requiremer�ts of the Contract Docum.ents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written d�cision an th� issue referred �vill be final an.d binding on thc Contractor, suhjec� to the provisions of Paragraph l 0.Q6. ARTICLE 10 — CHANGES IIiT THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in �he Wark A. Without invalidating the Contract and without no�ice to any surety, City may, at any time or from time to tirne, ordex Extra �Vork. Upon notice of such Extra Work, Contractor shall pramptly proceed with the Work involved which will be perfortned under the appIicable canditions of the Contract Docurnents (except as otherwise specifically provided). Extra Work shall be rnemorialized by a Change Order vvhich may or may not precede an order o� Extra work. B_ For minor changes af Work not xequiring changes to Coniract Time or Contract Prie�, a Field �rder znay be issued by the City. C[TY O� FORT WORTH STANDARD C�AISTRUCTION SPEC[FICAT[ON l70CiJMEN'CS Revision: Merch 9, 2020 007200-i GENERAL CONQITIONS Page 39 of 63 10.02 Unautl�orized Change.s in the Wor1e Contractor shall noi be entitled to an increase in the Contract Price or an ex�ension of the Contract Time with respect to any v�rork 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, I7. 10.03 Execution of Change D�ders A. City and Contractor shall ez�ecute appropriate C�ange Ordars covering: cha.nges in #he Work which are: (i) ordered by City pursuant to Paragraph 14A1.A, (ii) required because of acceptance of d�fective Work under Paragraph 13.08 or City's correction of defec�ive Work u�.der Paragraph 13.09, or {iii) agreed to by the parties, 2. changes zn the Contract Price or Cantract Time which are agreed to by the parties, including any undisputed surn or amount oftime for Work actually performed. 10.04 F�t�a Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the Ciiy insists upon its performance, the Con�ractar shall proceed with the work after making written request for wz7itten ord.ers and shall keep accurate account of the actual reasona.ble cost thereof Contract Claims regarding Extra Work shall be made pursuant to Paragraph 1 �.06. B. The Coniractor s�all furrush the City such installation records of all de�iations from the original Contract Documents a5 rnay be necessary ta enable the City to pr�par� for permanent recard a eorrected set of plans showing the actual installat�on. C. The comp�nsation agreed upor� for Extra Work whether or not initiated by a Charige Order shall be a fiill, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whethex said costs are lcnown, unknown, foreseen or unforeseen at that time, including without limitation, any costs far delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change ar Extra Work. 10.05 Notifacation to Su�ety If the pxovisions of any bond require notice to be given to a surety o� any change a.ffeeting the general scope of the Work or the provisions af the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any sueh notice will be Con�ractor's respansibility. The amot�nt of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. c���r ar roxT wa�z�r� STAI�DARD CONSTRUCTION SPECIPICATIQAI DOCLIIVIENTS Re�ision: Ma�rh9,2D20 007200-[ GEN�RAI� CONf}ITID1�5 Page 40 of 63 10.06 Cantract Claams Proce.�s 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 bq City shall be required as a condition precedent to any exercise by Cantractor of any rights or remedies he may ofiherwise har�e under the Contract Documents ar by Laws and Regulations in r�spect of such Contract Claims. S. Notace: Written notice stating the gen�ral natura of each Contract Claim shall be delivered by the Contractor to Cit}� no later than 15 da�s after the stat� of the event gi�ing rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making fihe Cantraci Claim. 2. Notice of ihe amouz�i ot extent of the Contract Claim, with supporting data shall be delivered to the City an or before 45 days from the start of the event gi�ing rise thereto (unless the City allows additional �ime for Contractor to submit additional or more accurate data in suppart o� such Contract C1aim). 3. A Contract Glainr� for at� adjustment in Contract Pric� shall be prepared in accorc�ance with the provisions af Paragraph 12.01. 4. A Contract Claim for an adjustmant in Contract Time shall be prepaxed in acaordance with the pro�isions af Paragraph I2.02. 5. Each Cont�act Claim shall be accompanied by Contractor's written statement that ihe adjustment claimed is the entire adjustment to which the Contractorr be�ieves it is entitled as a xesult o� said event. 6. The Gity shall submit any response to the Contractor within 30 days after reeeipt of the claimant's Iast submittal (unless Contract allows additianal time). C. City's Action: City vvill review each Coniract C1aim and, within 30 days after r�ceipt of the last submittal of the Contractor, if any, take one of the follawing actiona in writing: 1. deny the Contract Claim in whole or in part; Z. appxove the Contract Clairn; or 3. notify the Contractor that the City is unable to r�solve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resalution of the Contract Claim, such notice shall be deemed a denial. �rrY o�� FOR'f WORTH STAI3DARDCOI�FSTRUCTION SPECIF[CA'l'ION DOCUjV�CNTS Revisinn: IvT�nch 9, 2f}20 OQ72QO-1 GENERAL CON�IT{ONS Page 41 of G3 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Cont�ractot invoke the c�ispute resolution procedure se� forth in Article 16 within 30 days of such aciion or denial. E. No Contract Claun for an adjustment in Contract price or Contract Time will be valid if not submitted in accordance with this Paragraph 10A6. ARTTCLE 11— COST OF THE WORK; ALLOWANCES; U�TIT PRiCE WORK; PLANS QUANTITY MEASUREMEI�IT 11.Q 1 Cost o, f the Work A. Costs .Included.• The term Cos# of the Work means the sum of ail costs, exce�t those e�cluded in Paragraph 11.41.B, necessarily incurr�d and paid by Contractar in the proper perfor�nance of the Woxk. When the value of atry Work covered by a Change Order, th� costs to be reimbursed to Contractor will �e only those additional or incremental casts required because of t17e change in the Woxk. Such costs sha�1 not include any of the costs itemized in Paragraph l I.O1.B, and shal� include but not be limited to the following items; Payroll costs for emplayees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Gantractor. Such employees shall incIude, �ithout limitation, superintendents, faremen, az�d other personnel employed fu11 time on the Work. Payroll cost� for emplayees not employed fitll tirne on the Work shall be apportioned on th� 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 sha11 include �ocial security contributions, unemployment, excise, and payroll taxes, warkers' compensation, health and retirement benefits, bon�ases, sick leave, vacation and haliday pay applicable thereto. The expenses of perforrning Work outside of Regular Working Hours, Weel�end Working Hours, or legal holidays, shall be included in �ie above ta the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Wark, including cast,s of transportation and staxage th�reof, and Suppliers' field services required in eonnection therewith. 3. Rentals of all construction equipin�nt and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportaiion, loa.ding, unlaading, assembly, dismantling, and removal thereof. AII such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, rnachinery, or parts shal� cease when the use f.hereaf is no langex necessary for the Work. CITY 0�' FORT W012TH STANQARI3 CONSTRl3CT[ON SPECIFIGATION I70CUMENTS l2evision: M�h9,202U oo�zoo-i GENERAL CON�IT]ONS Page 42 of 63 4. Payments made by Contxactor to Subcontractors for Work per�ormed by Subcantractors. If required by City, Contractor shall obtain competitive bids from subcontractars acceptable to City and Cantrac�or and sha11 deliver such bids to City, r�ho will then determine, which bids, if any, will be acceptable. If any �ubeontract pxovides that the Subeontractor 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 sarne 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 limiied to engineers, architects, testing laboratories, surveyors, attarneys, and accountants) �mployed far services specifically relaied to the Work. 6. Supplemental costs in.cluding the followiz�g: a. The proportion of necessary transportation, firavel, az�d subsistence expenses of Contractor'� employees incurred in discharga of duties connectec� with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machiriery, appliances, office, and temporat� faci�ities at ihe Sit�, and hand tools not owned by the workers, which are consumed in the performance ofthe Work, an.d cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, an.d other siz�c�ilar ta�es relate�i to ihe Work, and for which Coniractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes ather tl�an negligence of Contractor, any Subcontra�tor, ar anyone ciirectly ar indirectly employed by any of them or for vwhose acts any of thern zx�.ay be liable, and rayalty payments and Fees for permits and licenses. e. Losses and damages (and r�la#ed e�penses} caused by damage to tlle Work, not corripensated �y insurance or otherwise, sustained t�y Contractor in cannec#ion r�vith the performance of the Work, provid�ed such losses and damages ha�+e resulted from causes other than the negligence of Con�ractor, any Subcantractar, ar anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such Iosses shall i�zclude settlements made wi�li the written consent and approval af City. No such Iosses, damages, and expenses shall be included in the Cost of the Wark for the purpnse af determining Contractor's fee. f. Tke cost of utilities, fu�l, and sanitary faciliti�5 at the Sit�. g. Minar expenses such as tel�grams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash it�ms in connection with the Work. ciTY or FaR�� woR�•Ei STANDARD CpNSTRUCTION SPECIFICATION DOCUMENTS Revis ion: Mam,�s 9, 2U20 DO 72 00 -1 GENERAL CONbITIONS Page 43 of b3 h. T�ie costs of premiums far 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 inolude any of the following items: 1. Payr�ll costs and oiher cornpensation of Coz�tractor's o�cers, executives, principals (of partnerships ax�d sole proprietarships), general managers, safety rnanagers, engineers, architects, estima.tors, attorneys, a�c�itors, accountants, purcha�ing and contracting agents, expediters, tizxzekeepers, clerks, and other personnel employed by Contractor, vvhether at the Site or in Contractor's principal or braz�ch aff ce for general administration of the Work and not speci%cally included in ti�e agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specif cally cavered by Paragraph 11.O1.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 Cantractor's office at the Site. 3. An.y part of Contractar's capital expenses, inc�uding interest on Cantractor's capital employed for the Work a�d charges against Cantractor for delinquent payrnents. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectl�+ emplayed by any of tl�em or for whose acts a�y of them may b� liable, including but nat limited to, the correctian of defectiv� Work, disposal of materials or equipment wrongly supplied, and making good any damage to propear�y. 5. Other overhead or general expense costs af any kir�d. C. Contracto�'s Fee: When alI the Work is performed on the basis of cost-plus, Contractox'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 o� Cost of the Work, Cnntractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Wl�ae�ever the Cost of the Work for any purpose is ta be deternuned pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractar will establish and maintain records thereof in accordance with generally accepted accounting practices and subxz�.it in a fo�n acceptable tfl Cifiy an itemized cost breakdown together with supparting data. 11.02 Allowances A. Specified Aliawance: It is understood tha# Contractor has included in the Contract Price all allowances so named in the Co�.txact Dacurnents and sha11 cause the Work sa covered to be pe�ormed for such sums and by such persons or ez�t�ties as may he acceptable to City. � B. Pre-bic�Allowances: 1. Contractor agreas that: CITY OF FORT WDRTH 5T�INBARD COI�fSTRISCTION SPE�CIF[CATION �OCUMEiVTS Revision: March9,2620 oonao-� G�N�RAL CONDITIONS Page 44 of 63 a. the pre-bid ailowances include the cosi to Contractor af materials and equipment required by the allowances to be delivered at the Site, and aI] applieable taxes; and b. Contractor's costs for unloading and $andling on the Site, labor, installation, averhead, profit, and other expenses eonte�nn:plated for the pre-bid allo�vvances have been included in the alIowances, and no demand for addi�ional payznent on account of any of the foregoing will be valid. C. Contingency Allowcance: Contractor agrees that a contingency allowance, if any, is for the sale use of City. D, Priar to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractox on account of Wark eovered by allowances, and the Contract Price shall be carrespondingly adjusted. 11.03 Unit Price YYot�k A. Where the Coniract Documents provide that all or part of the Work is to be Uni# Price Work, initially th� Contract Price will be deemed to include for al� Unit Price Work an amount equal to the sum of the unit price for each separatel� identified item of Unit Price Work tirnes the estimated quantity of each item as inc�icated zn the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are salely for the purpose o� comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and cIassifications of Unit Price Work perfortned by Contractor will be znade by City subject ta the provisions of �aragraph 9.05. C. Each unit price will he deemed to include an amount considered b}� CQntractor to be adequate to cover Contractor's overhead and prafit for each separately identif�ed item. Work described in the Contraet Docurnents, or reasana�ly inferred as required for a functianally cornplete installation, but not identified in the listing of unit price items shal� be considered incidental to unit pri�ce work listed and the cost of incid�nta.� work included as part of the unit price. D. City may rnal�e an adjustment in the Contract Pric� in accardanoe with Paragraph 12.01 if: 1, the quantity of any item of Unit Price Work performed by Contractor differs materially and sigruficantly frozn the estimaied quantity of such item xndicated in the Agreement; and 2, there is no correspanding adjustment with respect ta any other item of Work. E. Increased or Decreased Quar�tities: The �ity reser�es the ri�ht to arder Extra Wark in accardance with Paragraph � 0.01. 1. If the changes in a�uantities or the alterations do not significantly ck�ange the character of work under the Cantract Documents, thc altered work will �e paid for at the Contract unit price. CITY OF FOAT WORTH STANDARD CONS'CItUCT1O3V SPEC[FICATION DOCUN[ENTS Revision: Ma�h9,2020 00 �z oo - i GENERAL CONDITIONS �'age 45 of 63 2. If the changes in quan#ities or altera�ions sign.ificantly change ihe character of wark, the C�ntract w�ill b� atnended by a Change Order. 3. If no unit prxces exist, this will be consic�ered Exira Work and #he Contract will be aFnended by a Change Order in accordance with Article I2. 4. A signiiicant change in the eharacter of work occurs when: a. the character of work foarar any Itern as altered dif�ers materially in kind ar nature from that in the Contrac� or b. a Major Item of work varies by niaore than 25% fr�m the original Contract quantity. 5. When the quantity of work to be done under any Majar Item of the Contract is more than 125% oi tk�e original quantity stat�d in tl�a Contract, then either party to the Contract may request an adjustment to the unit price ort the portian ofthe work tl�at is above 125%. 6. When the quantity of work to be done under any Majar Itenn af the Con�ract is less than 75% of the original qiiant�ty stated in the Coniract, then either party to the Contract may request an adjustment to the unit price. 11.04 P2ans Quantaty Measurement A. Plans quantities may ar may not reprasent the exact quantity of work per%zmed or material moved, handled, or placed during the executi�oz� of the Contract. The estimated bid quantities are desigz�ated as fina.l p�.yment quantities, unless revised by the governing Section or this Article. B. If t,�ie quantity z�neas�red as autlined under "Price and Payment Proced�ares" varies by more than 25% (or as stipuia�ed under "Price and Payznent Prncedures" for specific Items) from the total estimated quantity for an individuaal Item originalIy shown in the Contract Documents, an adjust�nent may be rnade to the quaniity of author�zed work dane for payment purposes. The party to the Contract reques�ing the adjustrnent will provide field measurements and calculatians showing the finai quantity �'or which payment will be made. Payment far revi�ed quantity will be made at the unit price bid for that Item, except as pravided for in Article 10. C. When quantities are revi�ed by a change in design approved by the City, by Change Order, ox to correct an ez�ar, or to correct an error on the plans, the plans quantity will be iz�creased or decreased by the amaunt involved in the change, and the 25% �ariance will apply to the new plans quantzty. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is noi ariginally a plans quantity I�em, then th.e Item may be paid as a plans quantity Tfi,em if the City and Contractor agree i�t� writing to fix the final quantity as a plans q�antity. CITY OF FORT WORTH STANDARDCONSTRUCTIQt�f SFECIFICATION DOCUMENTS Revision: Maroh 9,202q 00 �z oa - i GEMERAL CONDITIONS I'age 46 of 53 E. For callout work or non-site specific Contracts, the plans quaz�fiity measurement requirements are not applicable. ARTICLE 12 — CHA�iGE OF COI�TTRACT PRICE; CI�ANGE OF COI�TTRACT TIME 12.01 Change of'Cantract Prace A. The Contra,ct Price may only �e changed by a Change Order. B. The value of any Wark covered by a Change Order will be determined as follows: 1, where the Wark involved is covered by unit prices contained in the Contract Documents, by applieation of such unit prices to the quantities of the items involved {subject to the provision.s of Paragraph l 1.p3); or 2. where the Work invol�ved is not cnvered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit priee (which may include an allowance for overhead and profit not necessarily in accordance �vith Paragraph 12.O1.C.2), and shall include the cost of any s�condary impacts that are fareseeable at the time of pricin� the cost of Extra Work; or 3. where the Work involved is not covered by unit price� contained in the Contract Documents and agreerrient to a�ump sum or unit price is not reached under Paragraph 12,41.B.2, on the basis of t}xe Cost o�the Work (determined as provided in Paragra�h ll.DI) plus a Contractor's fee for overhead and profit (determin�d as pravided in Paxa�ap�. 12.� l.G). C. Contractar's Fee: The Contractar's additional fee for averhead azad pro�t sha11 be deterrnined as follows: 1. a mutually acceptable fixed fee; or 2. if a fiXed �ee is not agreed upon, #hen a fee based an the following percentages of the various portions of the Cost vf the Work: a. for costs incurred under Paragraphs 11.01.A.1, I1.Ol,A.2. and 11.01.A.3, the Contractor's additiona� fee shall be 15 percent except for: 1} rental fees far Co�.taractor's own equipment using standard rental rates; Z) bonds and insura.nce; b. for costs incurred under Paragraph 11.01.A.4 and l 1.O1.A.5, the Contractor's %e shall be five parcent (5%); 1) where one or mpre tiers a�' subcon.iracts are on the basis of Cost of tha Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and I2.01.C.2.b is that ti�e Subcont�actor who actuall� perfozms the Work, at whatever CITY OF FORT WORTH STANDARDCONSTRUCT[ON SPECIFICATION dOCUMENTS Revision: Mei�h 9, 20z0 au�zao-i GENERAL CON�iTIpNS Page 47 of b3 tier, wi�ll be partd a fee af 1 S percent of the costs incurred by such Subcontractor under Paragraphs 11.�1.A.1 and 11.01.A.2 an.d that any higher tier Subcontractar and Contractor will each be paid a fe� of five pereent {5%) of the amount paid #o the next Iawer tier Subcontractor, hawever in. no case shall the cumulaiive total of fees paid be in excess of 25%; c, no fee shall be payable on the basis of costs itemized under Paragraphs i 1.O 1.A.b, and 11.O1.B; d. the amount of credit to be allowed by Contractor to C�ty for any change which results in a net decrease in cost will be th� amount of the actual net decrease in cast plus a deductio� in Contractor's fee by an amount equal to five percent (S%) of such net decrease. 12.02 Cha�age of Contraci Time A. The Contract Time may only be changed by a Change Order. B. No exfiension ofthe Cantract Time will be allowed far Extra Work or for claimed delay uniess the Extra Work contemplated or claimed delay is shown ta be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Exira Work or clai.�aed delay adversely affects the critical path. 12.03 Delc�ys A. Where Contractar is reasonably delayed in the performance or completian of any part of the Work within the Contract Ti�x�.e due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lo5t due ta such delay if a Contract Claim is made therefor. Delays beyond the control of Contractar shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other cozztractar� performing ot��r work as contemplated by Article 7, fires, floods, epidemics, abnortnal weather conditions, or acts of God. Sueh an adjustmen� shall be Contractor's sole and exclusive xemedy far t�e delays described in this Paragraph. B. If Contractor is delayed, City shall nat be liable to Contractor for any claims, costs, losses, ar dannages (including but not limited to al! fees and charges of engineers, arclaitects, attorneys, and other professionals and all court or arbitration or other c�ispute resolution costs) sustained by Caniracto:r on or in connection with any other project or anticipated project. C. Contracior sha11 xzot be entitled to an adjustment in Contract Priee or Contract Time far delays wiikin the contral of Contractor. Delays attributable to and within the cantral of a Subcontractor or Supplier shall be deerned to be d�lays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direei and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, i� any, which is to be furnished by the City. CLTY OF FORT WORTH STAiVDARD CONSTRUCTION SPECIFICATION �QCI€[vI�NTS Revisinn: iVlarch 9,2020 oo�aoo-� GENERAL CONDITIONS Page 48 pf 63 ARTICLE 13 — TESTS A�iTD INSPECTIOl�S; CQRRECTIOI�, REMOVAL OR ACCEPTANCE OF DEFECTIVE WUR� 13.01 Notice af Defects Notice of all defecnve Work af which City has actual knowledge will be given to Contractar. Defective Wark z�.ay be rejected, corrected, ar accepted as provid�d in this Article 13, 13.Q2 Aceess to Work City, independent testing laboratories, and go�ernmental agenci�s with jurisdictiornal i�teresfis will have access to the Sit� an� the Work at reasonable times f�r their observation, inspection, and testing, Contractor shall provide thern pxoper at�d safe conditio�s for such acee�s and advise them of Contractor's safety pracedures and programs so that t�ey may comply therewitln as appIicabie. 13,Q3 Testsand.lnspections A. Contractor shall give City timely notice of readiness of t�e Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspectinns ar tests. B. If Contract Dncuments, Laws ox Regulations of any public bady having jurisdiction require any of the Work {or part thereo� to be inspected, tested, or approved, Contractor shall assume full respansibility for arranging and obtaining such iz�dependent inspections, tests, retests or approvals, pay atl costs in connection therewith, a.r�d furnish City the required certificates of inspection or appro�al; exce�ting, however, those f�es specifically identified in tY�e Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in ihe Supplementary Conditions. C. Contraetor shall be responsihle for arranging and obtaining and shall pay al] costs in connection with any inspections, tests, re-tests, ox approvals required for City's acceptance o� materials or equipment to be incorporated in the Work; or aceeptance of materials, mix designs, ox equiprz�ent submitted far approval prior to Contraetar's purchase ther�of for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be perfarmed by organizations acceptable ta City. D. City may arrange for the services of an independe�t testing labaratory {"Testing Lab") to perform any inspections ar tests ("Testing") for any part of the Work, as determined salely by City. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.0� D re�ult in a"fail", "did not pass" or other similar negative result, �e Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without causa of City initi�ted Testzz�g shall be deemed a negati�e result and requir� a retest. c�rY oF Fo�T wo��rEi STANDAiZD CONSTRUCTION SPECIFIGATION DOCUMEN7"S Revision: Ma�h 9,2020 0072D0-1 GENERAL COIV�ITIONS Page 49 of 63 3. Any arnounts owed for any retest under this Section 13.03 D shali be paid directly to the Testing Lab by Contractor. City �wili forward all invoices for retests to Contractox. 4. If Contractor fa.ils to pay #he 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 iz�spected, te�ted, ar approved is covered by Corztractor without written concurrence of City, Contractvr shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E sk�all be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invaice issued under Section 13.03 D. 13,04 Uncoverirag Work A. If any W ork is covered contrary to the Contract Documents ar specific instructions by the City, it must, if rsquested by City, be uncavered for City's obse�rvation and replaced at Contractor's expense. S. If Ciry considers it necessary ar advisable that eovered 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, inspeciion, or testing as Ciiy m.ay require, that portion of the Work in question, furnishing alI necessary Iabor, mate�ial, and �quipment. l. If it is found that the uncovered W�rk is d�fective, Contractar shall pay al� claims, costs, lasses, and damages (inc�uding but not limited to aIl fees and charges of engineers, architects, attorneys, and other �rofessionals an.d aIl court or other dispute resalution costs) arising out of or relating to such uneovering, exposure, observatian, inspection, and testing, and of satisfactory xeplacement or reconstructibn (including but not iimited to all costs gf repa�ir or replacement of work of others); or City s�all be entitled to accept defective Wark in accordance with Paragz�aph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, obser�ing, and testing the defective Wark. 2. If the uncavered Wark is not %und to be defective, Contractor shall be allowed a� inerease in the Contract Price or an extension of the Con�ract Tirne, or both, direcily atiributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.Q5 City May Stop the Work If the Work is defective, or Cantractor fails to supply sufficien� skilIed workers or suitable mateMals or ec�uipment, or fails to perform �he Work in such a way that the completed Woxk will eonform to the Contract Documents, City may order Coniractor to stop the Work, or ariy portion thereof, w�.til the cause for such arc�er has been eliminated; however, this rzght of City to stop the Wark s�a�l not give rise to any d�uty on the part of City to exex�ise this right far the benefit of Cvntractor, any CITY OF FORT WOR'1'H STAN�ARD CONSTRUCTION SPEC[FICATI02� I�OCiI�+AENTS R�v ision: Ma�h9, 202{l oo7zoo-i GENERAL CONDITiQNS Page SO af 63 Subcoantractor, any Supplier, any other individual or entity, ar any su�rety for, or employee or agent af ariy of them. 13.06 Correction ar Re�raoval of Defectiwe Wor�k A. Prarnptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable scheduie, whether or not fabrieated, installed, or corr�pleted, or, if the Work has been rejected by City, remove it from the Project and replace it wxtk� Work that is not d�fective. Contractor shall pay a11 claims, costs, additional testing, losses, and darnages (including but not lirnited to all fees and charges of engi�eers, architects, attorneys, and otk�er professionals and all caurt or arbitration or nther dispute resolution costs) arising out of or relating to such correc�on or removal (incIuding but not limited to all costs of repair or replac�ment of work of others). �aiIure to require the removal of any defective Work shall not canst�tute acceptance of such Work. B. When correcting defective Work uz�der the terms of this Paragraph 13.D6 or Paragraph 13.p7, Contractor shall t�,ke z�o actian that would void or otk�ervvise impair City's special r�varranty and guarantee, ii any, on said Work. 13,07 Correct�on Period A. If vvithin two (2,) years after the dat� of Final Acceptance (or such longer period of time a5 may be prescribed b� the terms of any applicable �pecial guaran�ee required by t�ie Coniract Documents), any Work is found to be defective, or if the repair of any dama.ges to the Iand or areas made available %r Contractor's use by CiYy or per�mitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City az�d in accordance wztI� City's written insiructions: 1, repa�r such defective land or areas; or 2, correct sueh defective Work; or 3. if the defeciive Work has been rejected by City, remove it frpm the Proj�et and replace it with Wark ihai is not defective, and 4. satisfaetorily correct or repair or remove and replace any damage to other Work, ta the work of others or other land or areas resulting �erefrom. B. If Contxactor does not promptly carnply with the terms of City's w�ritten instructions, or in an emergency where delay woul.d cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may h�.ve the rejected Work removed and replaced. All claims, costs, losses, and damages (including but nat lirnited io all fees and charges of engineers, architects, aitorneys, and other professionals and all court or other di�pute resolutian costs} arising out af or relating to such correction or repair or such remo�ral and replacement (incl�ding but not limited to a�l costs of repair or replacement of work af othexs) will be paid by Contractor. CITY OC PORT WORTH STANDARI] CQNSTRUCT[ON SPECIF[CATION dOCUMEt�i'TS Revision: Ma�h9,2020 007200-I GENEF2AL CONDITIONS Page 51 of 63 C. In speciai circumstax�ces where a particular item af equipment is placed in continuous service before Final Acceptance of alI the Vi�ork, the correction period far that item may start to run from an earlier date if �o pravided in the Contract Documents. D. Where defective Wor�C (and damage to ot�er Work resulting therefrom) has been carrected or removed and replaced under tYtis Paragraph 13.07, the correction period hereunder with respect to suc� 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 wa�xanty coverage be required. Contractor may dispute this xequ�rement b� filing a Contract Claim, pursuant to Paragraph lO.Ob. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other abligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver nf, th� provisions of any applicabie statute of limitation ar repose. 13.Q8 Acceptance of Defective YVo�k If, instead o� requiring correction or removal and replacemeni of defective Work, City prefers to accept it, City may d� so. Cantractor shall pay all claims, costs, losses, and daYx�.ages (includi�g but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs} attributable fio City's �valuation of and deter�nination to accept such defecnve Work and far the diminished value of the Work to the extent not otherwise paid by Contractar. If any such acceptance accurs prior to Final Acc�ptanee, 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 tl�e diminished val�te of Work so accepted. 13.a9 City �leay Correct Defecttve ➢f�ork A. If Contractor fails vvithin a reasonable tizrke after written notice from Ciiy to correct defective Work, ar to remove and xeplace rejected Wor� as required by City in accorda�ace with Paragraph 13.Ob.A, or ii Contractor fails to perform the Work in accordance wzth the Co�tract Documents, or if Contractor fails to comply with any ather provision af the Con�ract Documents, City rnay, after seven {7) days written notice to Coniractor, carrect, or rernedy any such deficiency. B. In �xercising the rights and remedies under this Paragraph 13.09, City shall �]TDC�OCI expeditiously. In connection with such carrective ar remedial actian, City may exclude Contractor frarn all or part of the Site, take possession of a.11 or part of the Work and suspend Cantractor's services related thereto, and incorporate in the W'ork all materials and equipment incor�orated i.n the Wor�c, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Cantractor shail allow City, Cit�'s representatives, agents, consultants, employees, and City's other eontractors, access to the Site to enable City to exercise the rights and rernedies under this Pa�ragraph. C. All ciainns, costs, losses, and darnages (including but nat lamited to all fees and charges of engineers, architects, attorneys, and other proftessional� and all court or other dispute resolution CITY (}P PORT WORTH STANDARDCONSi'RUCTION SPEC[FTCATION T]OCUMENTS Revision: Maroh 9, 2(i10 oonno-� GENERAL CONDITIQNS Page 52 oi 63 costs) incurred or sustained by City in exercising the rights and remedies �under tnis Paragraph 13.Q9 will be charged against Cantractor, and a Change Qrder will be issued incorporating the necessary revisions in the Cantract Docurnents wi�th respeet to the Work; and City shall be entitled to an apprapriate decrease in the Cantract Price. D. Contractor s�all not be allowed an extension of the Contract Tirzae because of any delay in the performance of the Work attributable to the exercise af City's rights and remedies under this Paragraph 13.04, .A.RT�CLE 14 -- PAYNIENTS TO CONTRACTOR A1�ID COMPLETIO�T I4.01 Schedule bf values T`he Schedul� of Va.lues for lump sum con�ract� established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated irzto a form of Application fox Payment acceptable ta City. Progress payments on account of Unit Price Work will be based on the number of units completed. 1 �.02 Progress Payments A. Applfcc�tians for Payments: 1. Contractor is z-�sponsible for providing ai1 information as required to became a vendar o� the C1n. 2. At Ieast 20 days bafore the date established in the General Requirements far each progress payment, Contractor shaZl s�bmit 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 acco�npanied by such 5upporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equiprnent not incflrporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payrnent skzal.l alsa be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the �naterials and equipment free and cZ�ar af all Liens and evidence that the materials and equipment are covered by appropriate insurance or ott�er arrangernents to protect City's interesfi th�rein, all of wl�ich must be satisfactory to Ciiy. 4. Beginning vvith the second Application for 1'ayment, each Application shall include an affidavit of Contractor stating that previous progress �ayments received on account of the Work have been applied on accaunt to discharge Cannactor's legitimate obligations associated with priar Applicaiions for Payment. S. The amozaxit af retainage with respect to progress payments wiI1 be as stipulated in the Contract Documents. ciTY or ro�T woxTrt STANDARD COi�ST�2t1CTION SPECIPICATIOAI DOCUMENTS Revision: Ma�eJi9,202D ao7zoo-i GEN�RAL CONDIT{aNS Page 53 of b3 B. Review ofApplications: 1. City will, after receipt of each Applicat�on� for Payment, either indicate in writing a recommendation of paynr�ent ar re�urn the Applicatio� to Cantractor indicating reasons for refusing payment. In the latter case, Contractor may rnake the necessary corrections and resubmit the Application. 2. Ciiy's processing of any payment requested in an Application for Payment will be based on City's observations of the executad Wark, 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 progres�ed to the point indicated; b. the quality of the Work is generally in accardance wifih the Contract Documents (subject to an evaluation ofthe Work as a functioning whole priar to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Dacurnents, a final determination of quantities and class�cations for Woric per�ormed under Paragraph 9.05, and any other qualifications stated in the r�commendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the qualit}� or the quan�ity o� the Work as it has been performed have been exhaustive, extended to eve�ry aspect of the Work in progr�ss, or involved detailed inspections of the Work beyond the re�ponsibilities specificaily assigned to City in the Coniract Docurnents; or b. t,i�ere may not be oiher matters or issues between the parties that might entitle Contractor to be paid addi�ianally by City or entitle City to r�vithhold payment to Contractor, or c. Contractar has cornplied with Laws and Regulations applicable to Contractor's performance of the Wark. 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 re�ise or revoke any such payment previously made, to suck� eXtent as may be necessary to protect City from loss because: a. the Work is d�fecti�e, or the campleted Work has been damaged by the Contractor or his subcontractors, requ:�ring corr�ction or replacement; b. discrepancies in quantities contained in previous applica�ions for payment; c. the Contract Price has been reduced by Change Orders; d. City has been r�c�uired to correct defec�ve `1Vork or complete Work in accordance with Paragraph 13.09; ar C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCiJMEt�iTS Revision: Ma�h 9, 2p20 Q072p0-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge ot' the accurrence of any of tk�e e�ents enumerated in Paragraph 15.42.A. C. Retainage: 1. For contracts less thar� $400,040 at the time of exec�tion, retainage shall be ten percent (10%). 2. For contracts greater than $400,OQ0 at the time of execution, retainage shall �� five percent �5��4�. D. Liquidated Damages. Far each calendar day that any work shall remain uncornpleted after the time specified in the Contract Documents, the sum per day s�ecified in the Agreement, will be deducted from tY�e monies due the Contractor, not as a penaity, but as liquidat�d damages suffered by the City. E. Payment: Contractar wi11 be paid pursuant to the requirements of this Articie I4 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refi�se to rnake payment of the amount requested because: a. Liens have been filed in connectian with the Work, exce�t where Contractar has delivered a specific band satisfactory to City to secure the saiisfaction and discharge af such Liens; b. ther� are other items entitling City ta a set-off against the amaun# recornrnended; or c. City has actual knowledge of the occurrence of any of the events enumerated zn Paragraphs 14.02.B.4.a through 14.02,B,4.e or Paragraph 15.02.A. 2. If City refuses to rnake payzxient of ihe amount requested, City will give Contractor written notice stating the reasans for such actia� and pay Contractor any amount remaining after deduction of the arnount so witk�ela. City shall pay Contractor the amount so witkiheld, or any adjustment theretn agreed to by Ciry and Contractor, when Con�'actar rexnedies the reasons for such action. 14.03 Contractar's Warrtrnty of'Title Coniractor warrants and guarantees that title to all '�?Vork, ma.terials, and equiprnent covered by any Application for Payment, v►Thei�er incorparated in th� Praject or not, will pass to City no later than the time of payman� free and clear of alI Liens. C[TY OF FORT WORTH STANQARD CONSTCLUC'T'IQN SPFCIPICATION �OCUMF.[�f`CS I�e�isiun: Marc��9,2Q20 oo�zno-i GENERAL CON�ITIDNS Page SS of 63 14.04 Pc�tial Utalization A, Prior to Fina1 Acceptance oi all the Work, City may use or occupy any substantially completed part of the Work which has s}�ecifically been identified in the Contract Documents, or which City, determines constitutes a separately func�ioz�.ing and usable part of the Work thai can be us�d by City for its intended purpase without significant interference with Contractox's performance of the remainder of the Work. City at ar�y time rnay notifjz Contractor in writing to permit City to use ar occupy any such part ofthe Work whieh City deterrnines to be ready for its intended use, subject to the follavving conditians: 1. Contractor at any time rnay notify City in writing that Cantractor considers any such part of the Wark ready for ifis intended use. �. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.I , City and Contractor shall malce an i_nspection of that part of the Work to determine its status of completion. If City does not cansider that part of the Work to be subs�aniially complete, City will notify Contractor in writing givin.g the reasons therefor. 3. Partial Utili�atxon will nat constitute Final Acceptance by City.. 14.05 Finallnspection A. Upon written notice frorx� Contractor that the entire Work is compiete in accordance with the Con�ract 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 inspectian reveals ihat the Wor� is incomplete or defective. Cantractor shall imrnediately take such measures as are neccssary to complete such Work or remedy such deficiencies. B. No tim�e charge will be made against the Contractor between said date of notification of the City and the date of Final Ins�ection. Shauld the City d�termine that the Work is not ready for Final Inspection, City will natify the Canbractar in writing af the reasons and Contract Time will resurne. 14.06 Final Acceptcance Upon completinn by Contractar to City's satisfaction, of any additional Work identified in the Final Inspectaan, City will issue to Contractor a letter of Final Acceptance. CITY Of FORT WORfH STAI�PAI2D CONSTRiTCTiO3� BPECIFIGAT�ON DOCUMENTS Revision: M�9,2U20 00 �z aa - � GENERA� COfV�fTIOiVS Page 56 of 63 14.07 Ftnal Pcryment A. Application fo� Payment: 1. Upon Final Acceptance, and in �h� opinion ai City, Contractor may make an applicaiion for firtal payment following the procedure for progress payrnents in accardance vvith the Contract Documents. 2. The final Application for Payment shall be accampanied (except as previously delivered) by: a. all docurnenta.tion called for in the Contract Documents, including but not limited to the evidence a�iur�surance required by Paragxaph 5.�3; b. cons�nt of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are uns�ttled; and d� affidavits of payments and complete and legally effective releases ar waivers (satisfactory to City) of all Lien right� arising out of ar Liens filed in conz�ection with the Work. B. Paynaent Becomes Due: I. After City's acceptance of �l�e Application for Payment and accompanying documentatian, requested by Contractor, less previous paym�nts made and any sum City is entitled, inc�uding but no� limiied to liquidat�d damages, will become due and payable. 2. After all Damage Claims have been resalved: a. directly by the Coniractor or; b. Contractor provides evidence that the Damage Clairn has been reported to Cant�actor's insurance provider for resoluiion. 3. The making of the final payment by the City sha11 not relieve th� Contractor of any guarantees or other raquirernents af fihe Contract Documents which specifica�ly continue thereafter. 14.0$ Final Completion Delayed and Partial Retatnage Release A. If final completion of t�e Wa�k is significantly delayed, and if City so confirms, City may, upon receipt of Contractox's final Application fnr Payzx�ent, and without teYminatiz�g the Contract, make payment of the balance du� for that portion of the Work fully completed and accepted, If tl�e remaining balance tn be held by City for Work not fully completed ar carrected is less �han the retainage stipulated in Paragraph 14.Q2.C, and if bonds l�ave been furnished as required in Paragraph SA2, the written consent of the s�arety to tk�e p�.yment of the balat�ce due for that C[TY OF FORT WORTH STA�IDARD CONST€tUC I'IpN SPECIF[CATION DOCi3MENTS Re�ision: MatCh9,2020 oonoo-� G�NERAL CONDITIONS Page 57 of 63 porti.on of ihe Wark fully completed and accepied sha11 be submitted by Contractor to City with the Applicanon for �uch payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not consiitute a waiver of Coniract Claims. B. Pariial Retainage Release. For a Conbraet that pro�ides fox a separate vegetative es#ablishment asid maintenance, and test and performance periods following the co�pletion of aIl other construction in the Contract Docurnents for all Work locations, the City may release a partion of the amount retained pravided that all other wark is cornpleted as determined by the City. Befoxe the release, all submittals azad final quantities must be completed and accepted for all other work. An amount sufficient to ensure Cont,ract campliance will be retained. 14.09 Waiver of Claams The acceptance of final paym�ni will constitute a releas� of the Ciiy from all claims or Iiabilities under th� Coniract for anything done or furnished or relating to the work under the Cantract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPEIiTSION OF WORK AND TERMII�iATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereaf by written notice �a ContraCtax and which may fix the date on which Work will be resumed. Contractor shall resume the Work on �he cia�e so £'ixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by tu��e of construction equipment and/or canstruction crews. B. Should the Cantractor not be able to cornplete a portion of the Project due io causes beyo�d the control of and wi#hflut the fault or negligence of the Contractor, and should it be determined by mutual consent of the Gontractor and City that a sQlution ta allow construction �o proceed is not avaiIable within a reasanabl� period of time, Contractor rnay request a�n extension in Contract Time, directly attributable to any such suspension. C. Tf it should become necessary to �uspend the Work for an indefini.te pe�iod, the Contractor shall store all rnaterials in such a manner that they will not obstruct or impede fhe pubiic unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shali provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of maving his equipment aff the job and returning tl�e necessary equipment to the job when it is determined by the City that construction may be resumed. Such. reimbu�sement shall be based on actual cost io the Contractor of rnoving the equiprnent ar�d no profit will be allowed. Reimbursernent may not be allawed ii the equipment is moved to another construction project for �he City. CITY OF FORT WdR'T'H 5TANDARDCO3�I5TRUCTEON SPECIFICATION DOC[}MENTS Revisian: March9, 2A20 oo�aoa-� GENERAL CONDITIONS Page 58 of 53 15.02 City Mcay Terrninate for� Cause A. The occurrence of any one ar zxzore of the following even�s by way of example, but not af limitaiion, may justify termination for cause: 1. Contractor's per�istent failure to perfarm the Work in accordance wi�th the Contract Documents (including, but not limited �o, �aiIure to supply sufficient skiIled wark�rs or suitable materials or equipment, failure to adhere to the Project Schedule esiablished under Paragraph 2.07 as adjusied from time to time pursuant to Paragraph 6.04, ar failure to adhere to the Czty's Susiness Diversity Enterprrse Ordinance #20020-1.2-2011establiahed under Paragraph 6.06.D); 2. Contractor's disregard of Laws ar Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contxactor's vialation in any substantial way of any provisions of the Con�ract Documents; or S. Cantractor's failure to prornptIy make good any defect in materials or workmaz�ship, or defects of any nature, the correction of which has �e�n directed in vvriting by the City; or 6. �ubstantial indication that ihe Contractpr has rnade an unautharized assignment of the Contract ar any func�s due therefram for the benefit of any creditor or for any other purpose; or 7. Substantial evidenc� tbat tk�e Cantractor has became insolvent ox bankru}�t, or otherwise financially unable to carry on th� Wnrk satisfactorily; or 8, Cantractor comxnences legal action in a court of competent jurisdiction against the Ciiy. B. If one or more of the events identified in Paxagraph 15.02A. occur, City wiil provide written notice to Contractor and Surety to arrange a confer�nce with Contractor and Surefy to address Contractor's failure to perform tha Wark. Canference shall be held not later than 15 days, after receipf of natice. If the City, the Contractar, and the Surety do not agree to allow the Cantractor to proceed io perform the construction Caniract, t�e City may, to the e�ent permitted by Laws and Regulations, declare a Cantractor default and formaily terminate the Contraetor's right to complete the Cantract. Contractor default shall not be declar�d earlier than 20 days after the Contractor and Surety have received notice of conferenc� to addxess Contractor's failure to perform the Wor�. 2. I�' Contractor's services are terminated, �urety shatl be obligated ta tak� over and perform the Work. If Surety daes not comm�nce per�'ormance thereof vvi�in 15 consecutive calendar days after date of an additiona� v�nritten notice demanding Surety's performance bf its crry ar roRT wo�Tr-i STANDARD CONSTRUCTIQN SPECI�'[CATION f]OCUMENTS Revision: Ma�r,h9,202Q oa7zoo-i GENERAL CONDITIONS Page 59 af 63 obli�ations, then Ciiy, without process or action at Iaw, may take over any portian of the Work and complete it as described below. a. If City completes t�e Work, City may� exclude Conixactor and ��u'ety from the site and take possession of the Wark, and ail materials and equipment incorporated into the �ork stored at the Site or for which City ha.s paid Contractar or ��rety but whieh are stared elsewhere, and fmish the Work as City may deem expedient. 3. Whether City or Surety completes tl�e VVork, Contractor shall not be entitled to receive any �w ther payment until the Work is f nished. If the unpaid balance of the Contract Frice exce�ds all claims, easts, losses and damages sustained by City arising out of or resulting from completing the Work, such e�cess will be paid to Contrac�ar. If such claims, eosts, losses and damages exceed such un�aid balance, Contractor shall pay �he difference to City. Such clai�ns, COSYS, losses and damages incurred by City v►�ili be incorporated in a Change Order, pro�ided that when exercising any righ#s or remedies under this Paragraph, City shall not be required to obtain the lowest p�ice for the Work perfarmed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or ernployees sha11 be in any way liable or accountable to Contractar or Surety for the method by which the campletion of the said Work, or any portion thereof, may be accomplished or fox the price pajd therefor. 5, City, notwithstanding th� method used in completing the Contract, shall not forfeii the right to recover damages fram Contractor or Surety for Contractor's faiIure to timely camplete the entire Contract. Contractor sha11 not be entitled to any claim on account of the method used by City in campleting the Contract. 6. Ma:tzrtenanc� of the Work shall continue to be Contracfor's and 5urety's responsibilities as provided for in the bond requirements of fhe Contract Documents or any special guarantees provided for under the Con�tact Doeuments or any other obligations otherwise prescribed by law. C. IVotwithstanding Paragraphs 15.02.B, Contractor's sezvices vvill not be terrninated if Contractor begins wi�hin seven days of receipt of natice of intent to terminate to carrect its failure to pez�form and proceeds diligently to cure such failure within no nnore than 30 days of receipt af said notice. D. Where Contractor's services have been so terminated by City, the t�rmination will not affect any rights or remedies of City against Contractor then existing or which may thereafter acerue. Any retention. or payment of moneys due Contractor by City will not release Con�ractor frozn. Iiability. E. If and to the extent that Contractor has provided a performance bond under the provisioxxs of Paragraph 5.02, the terminaiion procedures of that band shall not supersede the provisions of this Article. CITY OF FORT WOR CH STANDAIiD CONSTRUCTION SPECIFICATION DOCU3v1ENT5 Revision: N1�h9,2�f2Q 00 �a oo - z GENERAL CONdITIDNS Page fs0 of 63 15.03 Giry May Terminate For Convenience A. Gity may, withaut cause and without prejudice ta any other right or remedy of City, teiminate the Contract. Any termination shall be �ffected by mailing a natice of t�e termination to the Contractor specifying the extent to �bich pexfortnance af Work under fhe contract is terminated, and the date upon which such termination becomes efFectave. Receipt af the nnfiice shall be deemed conclusively p:resumed ancl established when the letter is p�aced in the United States Postal Service Mail by the City. Further, it shail be deernad conclusively presumed and established ihat such terminaiion is made with jusi cause as therein stated; and no proaf in any claim, demand or suit shall be xequired of the City regarding such discretionafy actian. B. After receipt of a natice of termination, and except as otl�erwise directed b�y the City, the Contractor shall: 1. Stap work under the Contract on the date and to ihe extent specified in the notice of terminatian; 2. place no further orders or subcontracts for materia�s, services or faczlities except a� may be necessary for cornpletion of such portion of the Work under the Con�ract as is not terminated; 3. terrnina.te all orders and subcontracts ta the extent that they reIate to the perfor�nance nf the Work terminated by notice of tenninatian; 4, txansfer title to the City and deliver in the manner, at the times, and fo the extent, if any, directed by the City: a. the fabricated or unfabricat�d parts, Work in progress, completed Work, supplies and ather material produeed �.s a part of, or acquired in connectian with the perfarcnazace of, the Wark terminated by the notice of the ierzninanon; and b. the completed, ox partiall� completed plans, tlrawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete perfnrmance of such Work as shall not have been term.i_nated by the notice oF terminatian; and 6. ta.ke such action as may be necessazy, or as the City may direct, for the protec�inn and preservation of the property related to its contract which is in the posses�ian of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after #he termination date specified in the notice of termination, the Contractor may suhmit ia the City a list, certified as to quantity and quality, af any or all items of termination inventory not pre�iously disposed of, exclusive of items the disposition of which has been direcied ar authorized by Ci#y. CI'I'Y OF FORT WORTH STANDARD CONSTRI1CT10N SP�C[FICAT[OA1 DOCUMENTS Revision: Mai�ti4,2020 oo�xoo-� GENERAL CONDI�'iQNS Page 61 of 63 D. Not later than 15 days thereafter, the City sl�all accept title to such item.s provided, that the list submitted shall be subject to veziiication by the City upan removal of the items or, i� the items are stored, within 45 days from the date o� submission of the list, and any necessary adjustments #o correct the list as submitted, sha11 be made priar to final settlement. E. Not later than 60 days after the notice of termination, the Contractor sha11 submit his terrnination clairn to the City in the form and with the certification prescribed by the City. Unless an extension is made in writin.g within such 60 day period by the Contractor, and granted by the City, any and al.l such elaims shall be conclusively deemed waived. F. In such case, Contractor snall be paid %r (vvithout duplication of any iterns): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums far overhead and prafit on such Work; 2. expenses sustained priar to the effecti�e date of termination in per%rming services and furnishing labor, materials, or equipment as required by the Contract Documents in connecdon with uncompleted Work, plus fair and reasanable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to terminaiion. G. In the event o£ fhe fa.ilure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reasoz� of the termination of the Work, the City shall deternaine, on the basis of information aWailable to ii, the aznount, if any, due to the Contractar by reason af the termina�ian and shalI pay to the Contraetor the amounts determined. Cantrac#or shall not be �ai�d on account af loss of anticipated profits or revenue or other economic loss arising aut af or resulting from suc� terminatian. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and PYocedur�e�s A. Either City or Cantractor may request mediatian of any Contract Claim submitted for a decision under Paragraph 10.06 befare such decisian becornes final and hznding. The request for mediation shall be submitted to th� other party to the Contract Timely submission of the request shall sta.y the efFect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation �rocess in good faith. The process shall �e co�nmenced within 60 days of filing of the request. C. If the Contract Claim is �ot resolved by mediation, City's action under Paragrap4� 10.06.0 or a denial pu�rsuant to Paragraphs 10A6.C.3 ar iQ.06.D sha11 become fznai and binding 30 days after termination of the mediatian unless, within that time period, City or Contractor: C1TY OF FORT WORTH STA]V[)ARD CONSTRUCTTQN Sk'k:CPFICATION DOCUMENTS Revisioa: M�ch 9, 202U 007200-1 GENERAL COfV�ITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution proce�s provided t'nr in the Supplementary Conditions; or 2. agrees with the other party to submit the Contraet Claim to another dispute resolutian process; ar 3. gives written notice to the atk�.er party �f the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 1'� — NIISCELL.A,NEOUS 17.� 1 Giving Notice A. Whenever any provisinn of the Contraci Documents requixes the giving of written natice, it witl be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or fio an ofFc�r of the corporation for whom it is intended; or 2. delivered at or s�nt by registered or certified maii, postage prepaid, ta ihe last busine�s address known to the giver of the notice. B. Business address changes must be promptlp made in writing ta the other party. C. Wh�never the Contract Documents specifies giving notice by �lectronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Camputation af Tirraes When az�y period of time is r�ferred to in the Cantract Docutnents by days, it will be comput�d to exclude the first and incIude the last day of such period. If the last day of any such per�od falls on a Saiurday or Sunday or on a day rnade a legal holiday the next Working Day shall become the last day of the period. 17.03 �umulative Remedres The duties and obligatiaris iz�.posed by these General Conditions and the r'rghts and remedies available hereund�r to the parties hereta are in addition ta, a�nd are not to be construed in any wa.y as a limitation af, any rights and remedies available to any or all of them �vl�ick� are otherwise imposed or available by Laws or Regulatioz�s, by special waxranty or guarantee, or by otY�cr provisions of the Contract Documents. Th� provisians o� this Paz�agraph will be as �ffective as if repeated specifically in the Contract Dacuments in co�nection with each particular duty, obligation, right, and rernedy to which they apply. CITY OE' F'ORT WO[�TE-I STANDARD CONSTRUCTION SPCCiPICATIQI�i pOCUMCNTS Revision: March9,2020 oo�zoo-i GENERAL COND4TION5 Page b3 of b3 17.04 Sur�vival of Obligations All representations, indemnifications, warranties, and guaxantees rnade in, requ�red by, or gi�ren in accordance with the Contract Documents, as well as all continuing obligaiions indicated in the Con�ract Documents, will surviv'e final payment, completion, and acceptance of the Work ar ternvnation or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted far convenience only and do not constitute parts of these General Conditior�s. crTv o� roRT wo�� STANDARD CONSTRUCTION SPCCIFICATION DOCiIivfE1VT5 Revisian: Ma�h9,2020 OD 73 OD SUPPL�MENTARY CON�IT10iVS Page l of 6 sECTioN oa �3 oa SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 'Chese Supplementary Gonditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of tlae Contract Documents as indieated below. All provisions of the General Conditions that are. modi�ed or supplemented remain in full farce and effect as so madified or supplemented. All provisions of the Generai Conditians which are not so modified or supplemented retnain in full force and effect. Defned Terms The terms used in these Supplementary Conditions which are deiined in the General Conditions have the meaning ass�grzed tv them in the General Conditions, unless spa�ifically nated herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the Generai Conditians and other Contract Documents. SC-3.03B.�, "Resolving Discrep�ncies" Plans govem over Specifications. SC-4.01 A Easetnent limits shown on t�►e Drawing are approximate and were provided to esfablish a basis for bidding, Upan recei�.ing the final easements descriptions, Contracior shall compare them to the lines showr� on the Contract Drawings. SC-4.O1A1., "Availability af Lands" The fallowir�g is a list of knawn outstanding right-of-way, andlor easemenis to be acquired, if any as of None. Outstanding Rigbt-Of-Way, and/or Easements to Be Aeqnired PARCEL OWNER TARGET DATE NUMBER OF P05SES5[ON None The Contractor understands and agrees that the dates listed above are estimates pnly, are not guaranteed, and do not bind the Cit}+. If Contractor considers the fmal easements provided fa differ maierially fro�n 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 diifering easement line locations. CI'I'Y OF FORT WORTH ICAP CONTRACT PAKT !(M-458A) STANDARD CQNSTRUCT[ON SP�CIF[CATIOi�I DOCUMENTS CITY PRpJ�C'f i�fo. 1Q1334 Revised March 9, 2a2D 00 �� no SUPPLEMENTARY CON�ITIOPiS Page 2 nf 5 SC-4.OlA.�, "Availability nf Lands" i7tilities or obstructians to be removed, adjusted, and/or relocated The %llowing is list af utilities and/or obstructions that have not been remove�, adjusted, and/or relacated as of: None EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE O�' ADJUSTMENT The Contractnr understands and agrees that the dates listed abo�e aa-e estimates only, are not guarantead, and do not bind the City. SC-4.OaA., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Wark: A Geotechnical Study, Report No. 8Z9-I8-14A, dated September 4, 2018, prepared by CM7 Engineering, Inc. a sub-consuitant of BGE, [nc., a cnnsultant ofthe City, pro�iding aclditional infonmation on Geote�hnical investigation of the site. A Geotechnica] Study, Report No. 0521-3079, dated June 18, 2021, prepared by Landtec Engineers, LLC, a consultant of th� City, providing additional infarmation on Geotechnical investigation of the site. The follawing are drawings of physical condition� in ar re�ating to existing surface and subsurface structures (except Underground Facilities} wh.ich are at or contiguous to the site of the Work: None SC-4A6A., "Hazardous Environmental Condit'rons af 5ite" The fallowing are reports and drawings of existing haaardous environmental conditians known to the City; None 5C-S.03A., "Certi�cates of Insurance" The erztities listed be�ow are "additional insuxeds as their interest rnay appear" inc[uding their respective officers, directors, agents and employees. {i} City (2) Consultant: BGE, inc., Gorrandona & Assoeiates, Inc., CM3 �ngineering, [nc. (3) Qther: Landtec Engineers, LLC SC-5.04A., "Contractor's Insurance" The l'rmits of liability for the insurance required by Paragraph GG5.04 shall pro�vide the following coverages %r nat less than the foilowing arnounts or greater where required by laws and regulations: 5.04A. Workars' Compensation, under 1'aragraph GC-5.04A. Statutory lirnits Employer's liability $140,006 each aecident/occurrence $100,000 Disease - each employee C[TY OF FORT WORTH ICAP CONTRACT PAI2T I(M-458A) STANDARD CONSi'RUCTION SPECIFICA'1'lON DOCUIVIBN7'S CITY PRUIECT IVo. 101339 Ravised March �, 2U20 00 �3 on SUPPL�MENTARY CONDITIONS Page 3 of G $SOp,D00 Disease - pvlicy limit 5C-�.OaB., "Cnntraetor's Insurance" �.04B. Commercial C'reneral Liahility, under Paragraph GC-5.045. Contractvr's Liability Insurance under Paragraph GC-5.04B., which shall be on a per praject basis car+ering t4�e Contractor witli minimutn limits of $1,000,000 each oceurrence $Z,DOD,000 aggregate limit The policy must have an endorserrtent (Amendme�t — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. Th� Cotnmercial General Liability Insurance policies shall provide "X", "C", and "U" caverage's. Verification of such coverage must be show�n in tha Aemarks Article of the Certificate of [nsurance. SC 5.04C., `°Contractor's Inaurance" 5.04C. Automobile Liability, under Faragraph GG5.04C. Contractor's Liability [nsurance under Paragraph GC-SA�4C., which shall be in an amount npt less than the following amounts: (1) Automobile Liability - a commercial business paliey shall provide coverage on "Any Auto", defined as autos owned, hired and nor�-owned. $1,000,400 cach accident an a combined single limit basis. Split lirnits are acceptable if Iimits are at 1 east: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident 1 $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractnrs, equiprnent, and material deliveries to cross railroad properties and tracks None. 7'he Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, ar obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. 5uch operations on railrosd 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 requiremen�s of each railroad company and be pregared to execute the right-of=entry (if any) reyuired by a railraad company. 'I'he r�quireme�ts specified herein lilcewise relate to the Contractor's use of privaie andlor construckion access roads crossing said railroad cornpany's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall pravide 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 properfy: (1) General Aggregate: {2) Each Occurrence: � Required for this Cantract C1TY OF FORT WORTH STANDARD CONSTRUCT10I15PECIFICATION bOCUMENTS Revised March 9, 2020 N/A N/A X Not required for this Contract �CAP CQNTRAC'P PART I {M-458A) CI1'Y PRDJECT t3o. 101339 00 73 UD SUYPLEMENTARY C0�IDITION5 Page 4 of 6 With respect to the abo�e outlined insurance requirements, the following shall govem: 1. Where a single railroad cnmpany is in�ol�ed, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation ar at-grade crossing is affected by the Project at �ntu'e2y separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the am.ount stated above. 2. Where more than one railroad campany is operating on the same right-of-way or where se�eral railroad companies are involr+ed and nperated on their awn separate rights-of-way, the Cnntractor may be required to provide separate insurance policies in the name of each railraad company. 3. If, in addition to a grade separation or an at-grade crossing, otlaer work or activity is proposed on a railroad company's right-of-way at a location entirely separate &om tE�e grade separation or at- grade crossing, insurance coverage for this work rnust be included in the policy covering the grade separation. 4. If no grade separation is in�o�ved but other work is proposed on a railroad company's right-of- way, all such other wark may be covered in a single policy far that railroad, even though the work may be aY two or more separate loca#ions. No work or acti�ities on a railraad cnmpany's praperty 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 abo�e. All such insurance must be approved hy th� City and each affected Railroad Company prior to the Cnntractor's beginnzng work. The insurance specified abave 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 Contraatar. 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 c.ompany as the insured, together wi#h any tenant or lessee of the railroad campany operating over traeks invalved in the Project. SC-6.04., �°Project 5chedule" Project schedule shall be tier 3 for khe project. SC-6.07., "Wagc Rates1° The following is the prevailing wage rate table(s) applicable to this project and is pro�ided in the Appendixes: GC-6A7 Wage Rates CFW Horizontal Wage Ra#e Table -- Davis Bacon Act Heavy and Highway Canstruction {2013) A copy of the ta61e is a[so available by accessing the City's website at: ht� s:lla s.fortworthtexas. ov/Pro'ectResourees/ You can access the file hy fallowing the directory path: 02-Construction Documents/�peci�icationslDivO� — General Conditions SC-6.09., °LNermits a�d IIfilities" SC-6.09A., "Contractor nbtained permits and lacenses" Tha fallowing are fcnown permits and/or licenses required by the Gontract tn be acquir�d by the Contractor: CI1'Y OF FORT WORTH IGAP CONTRACT PART E(M-458A) STANDARD CONSTRUCTION SPECICCCAT[�N DOCUMENTS C1TY PROdECT No. 101339 Revised 141aech 9, 2020 04 73 00 SUPPLE3vIEN'I'ARY CONDf�lONS Page 5 af 6 1. Storm Water Pollution Prevention Plan with TCEQ 2. Street Use Permit with the City of Fart Worth SC-6.098. "City obtained permits and licenses" The follawing are knovvn permits andlor lic�nses required by the Contract to he acquired by the City: None SC-6.Q9C. "Outstanding permits and licenses" The %llowing is a list of known outstanding permits andlor licenses to be acquirec3, if any as of July 2021: O�tstanding Permits andlor Licenses to Be AcRuired OWNEA PERMIT OR LICENS� AND LOCATION None SC-i.02, "Coordination" TARGET DATE QF PQSSESSION The individuals or entities listed below have contracta with the City for the performance of ather work at the Sit�: Vendor Sca e of Work Coordinakion Authorit Dunaway Associates, L.P. Paving, Drainage, water, S.anitary Dunaway Associates, L.P. Fate Ranch Commercial, L.P. Sewer and Street Lighting Pate Ranch Single Family, L.P. Improvements to serve Tavolo Park SC-8.01, "Comrnunications to Contractor" None 5C-9.01., "City's Project Mana�er" T'he City's Prajecl Manager for this Contract is S.eott Taylor, P.E., or his/her successor pursuant to writEen notification frnrn the Director of Water Department. SG13.03C., "Tests and Inspections" None SG16.O1C.I, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH ICAP CONTRACT FART I(M-4S8A) STANDARD CONSTRUCTIOiV S�ECIFICATIOM DOCUMENTS C1TY PROJBCT Na. l O1339 Revised Mazch 9, 20zU 00 73 00 SUPE'LCMENTARY CONDITIaNS Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANG� 1122l2�16 F. Griffin SC-9.01., "City s Project Representati�e" wording chang�d to City's Projeci Manager. 3/9/2020 D,V. Magana �C-6.07, Updated the link such ihat files can be accessed �ia fhe City's w�bsite. Cl'CY OF FORT WOK'Tl-I ICAP GONTRACT PAR'C I(M-458A) STANDARb CONSTRUCT[ON SPEC[FICATIpN DOCUMENTS CiTY PR47�CT Na. 1Q1339 Revised March 9, 2020 DIVISION Ol GENERAL REQUIC2EMENTS O1 I100-i SUMMAIZY OF WqRK Page 1 of 3 r 2 3 PART1- GENERAL � 1.1 SUMMARY 5 6 7 S 9 10 I1 I2 1.� SECTION 01 1100 SUMMARY O� 'WORK A. Section lncludes: 1, 5ummary of Work to be performed in accordance with the Contraet Documents B. Devia#ions from this City of �'art Wnrth Siandard Speci�cation 1. None. C. Related 5pecificatian Sections inciude, but are not necessarily limited tn: 1. Division 0- Bidding R�quirements, Contract Forms, and �anditions of tiae Contract 2. Division 1- General Requirerr�ents PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 1�F l. Work assaciated with this Item is considered subsidiary to the various items bid. l5 No separate payment will be atlowed for this Item. i 6 1.3 REFERENCES [NOT USED] 17 1.4 ADMIN�STRATIVE REQLIIItEMENTS 18 19 Za 23 z2 23 24 25 25 27 28 29 3fl 31 32 33 34 3S 36 37 38 A. Work Cavered by Contract Documents 1. Work is to include furnishing alI labor, materials, anci equip.ment, artd per%rming all Work necessary for this construction project as detailed in the Drawings and Specifications. a. s�bs�a»y work i. Any and all Work specifically governed by documentary requ'vements for the project, such as conditions imposed by the Drawings or Cantract Dncuments in whic� no specific itsm for bid has bee� provid�d for in the Proposal and the item is not a typical unit bid item sncluded an tha standard bid item list, then the item shall be considered as a subsidiary itern of Work, the cost of which shall be included in the price bid in the Praposal for various bid itcros. G. Use of Premises 1. Coordinate uses of prernises under direction of the City. 2. Assume full respansibility for protection and safekeeping of materials and equipmant stored an the 5ite. 3. Use and occupy only portions of the public streets and alIeys, ox other public places or other rights-of-way as provided for in the ordinances oithe City, as shawn in the Gontract Docutr►ents, or as Ynay be specifically authorized in writing by the City. a. A reasonable amount of tvols, materials, and equipment far construction purposes may be stored in such space, but no more than is necessaty to avoid delay in the canstruction operations. CiTY OF FORT WORTH ICAP Cl�i�lTRACT PART I{M-45811) STANDARD COAlSTRUCTION SPECIFICATION �OCUzvfENTS CITY PROJECT No. 1a1339 REvised �ecember 2D, 2012 oi iioo-z suM�v oF woRx Page 2 of 3 1 b. Excavated and waste rnaterials shall be storad 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 sa 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 witli the operation of the railraad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as weil as the railroad permit. 8 D. Work within Ea�ements 9 1. Do not enter upon pri�ate property for any purpose without having previously i o obtained permissian from the owner of such property. I 1 2. Do not s�ore equ�pment or rr�aterial on private property unless and until the ( 2 specified approval of the property owner has been secured in wriiing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically pravided otherwise, clear a�l rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Worlc as a part af the project constructian operations. 17 18 19 20 21 zz 23 24 25 26 Z7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4. Preserve and use every precaution to preven# damage to, a11 trees, shru6bery, planfs, lawns, fences, culverts, curbing, and all other types of structures or improvernents, to all water, sewer, and gas Iines, to all conduits, averhead pole lines, or app�rtenances thereof, including the construction of temporary fences and to all ather public or private property adjacent to the Work. 5. Notify the proper repr�sentatives af the own�rs or occupants of the public or private lands of interest in lands which might be affected by the Work. a. 5uch notic� shall be ma.de at least 48 hours in ad�ance of the beginning of the Work. b. Notices shall he ap.plicab}e to both public and pxivate utility companies and any eorporation, company, indi�idual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resultzng from any act, ornission, neglect, or misconduct in the manner or mefhod or execution of the Work, or at any time due to defective work, material, or eyuipment. 6. Fenc� a. Restore all fences encountcred and removed during construction of the Praject to the ariginal or a better than ariginal condit�on. 6. Erect tempoxary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at afl times to provide site �ecurity. c. The cost for all fence wark within easements, including removaI, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the propasal. C17'Y OF FORT WORTH ICAP CONTIZACT PART 1(M-458A) STf�i�pARD CONSTRUCTIOI� SPECIFICA'CION bpCiiMENTS C]TY PROJ�C'C No, 101339 Re�ised Decem6er 20, 2012 Ol 1100-3 SUMMARY OF WO12K Psge 3 of 3 1 2 3 4 5 6 7 s 9 1,� SUBMYTTALS [NOT iTSED] LG ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT iTSED] Ly CL05EOUT SUBMITTALS [NOT iTSED] 1.8 MAiNTENANCE MATERIAL SUBMITTALS [NOT USED� L9 QUALITY ASSUIZANCE [NOT USED] 1.10 DELNERY, STORAGE, ANll HANDLING �NOT USED� 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.1� WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] lo PART 3- EXECi1TION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I3 CITY QF FqRT WORTH STANDARb CON5TRUCT[C1N SFECIPICATION DOCUMEN7'S Revised Decemher 20, 2Q12 ICAP CONTL2ACT PART I (M-458A} C1iY PR07ECT No. 101339 012500-1 SUBSTITUTIQt� PROCEDURES Page 1 of5 1 2 SECTION O1 �� 00 5L7B5TITUTION PROCEDi]RES 3 PART1- GENERAL 4 Ll SUMMARY 5 A. S�ction Includes: 6 7 8 9 1p 11 1� 13 14 15 1. The pracedure for requesting the approval of substitution of a product that is not equivalent to a product which is speci�ed by descriptive or perfarmance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalag number 2. Substitutions are not'br-equals". B. Deviations from this City of Fart Wort4i Standard Specification 1. None. 16 C. ReIated Specification Sections inclucie, but are not necessarily limited to: 17 1. Division 0— Bidciing Requirements, Coniract Forms and Conditions af th� Contract 1 S 2. Division 1— General Reyuirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this IYem is considered subsiciiary �o the v�rious items bid. 22 Na separate payment will be allowed for this Itetn. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATPVE REQUIl�EMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitutinn - General 1. Within 30 days after awarc} of Contract (unless noied otherwise}, the City will consider formal requests from Contractnr fbr substitution of products in p�ac� of thase speeified. 2. Certain types of equiprnent and kinds of material are described in 5pecifications by nneans of references to names of manufac#urers and vendors, trade narnes, or catalog nurnbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's ot vendor's names, trade names, or catalog numbers, provided said praducts are "or-equa�s," as determine.d by City. 3. Other t�pes oF equipment and kinds af material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued produetion oiproducts meeting specified requirernents, or other factors beyond control of C.ontractor; or, CI7'Y DF FORT WORTH STANDARD C�NSTRUCTIpN SPCCIFiCATION DOCUMENTS Re�ised du1y I, 2011 1CAP CONTRACT PART l (M-458A) CiTY PROJECT No. 141339 o i zs oa - z SUB5TITUTION PAOCEDURES Page 2 flf S b. Contractor proposes a cost and/or tiznia reduction incenti�e to the City. 2 1.� SUSMITTALS 3 A. see Request f�r S.ubstitution Form (attached) �l B. Procedure for Requesting Substitution 5 l. Substitution shall be considered nnly: 6 a. After award of Cantract 7 b. Under th� conditions stat�d herein S 9 10 11 I2 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 35 37 38 39 40 4l 2. Submit 3 copies of each written request for substitution, incIuding: a. Documentation 1) Complete data su�stantiating cnmpliance of proposed substitutian with Contract Documents 2) Data relating ta changes in construction schedule, when a reduction is propnsed 3) Data relating ta changes in cnst b. Far products I ) Product identification a) Manufacturer's name b) Telephane nurt�bcr and represenfative contact name c) Specification Section or Drawing refereace of originally specified product, incl�ding disctete na�e or tag nuanber assignEd to nriginal rproduct in the Contract Docutnients 2) Manufacturer's literature clearly marked to show campliance of proposed product with Contract Documenis 3) Itemized comparison of original and proposed product addressing product eharacteristics ineluding, but not necessarily limited to: a) Size b) Composition or materials of construction c) Vlleig�t d) Electricat or mechattical requirements 4} Product experience a} Location of past projeets utilizing product b) Name and telephone number af persans assaciated with referenc�d projects knowledgeable concerning propased praduct c) Available field data and reporEs associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction mathods: 1) Detailed description of proposed method Z) Ill�stration drawings C. Approval or Rejectian 42 1. Written approval or rejeetian of substituYion given by the City 43 2, City reserves thc right to require proposed groduct to cotnply with coIor and pattern 44 of specif�ed product if necessary td secure design intent. 45 3. In the event the substitution is approved, the resulting cflst and/or time red�ction 46 wili be dacumented by Change Order in accordance with the General Conditions. CTTY OF FORT WORTH [CAP GONTRACT PART I(M-458A) STAI�l�ARD CONSTRUCTfON SPEC3FICATION DOCUMEN'E'5 CITY PROJ�C'I' No, 101339 Revised July 1, 2011 0125OQ-3 SUBSTITUTIpN f'ROCEDURES Page 3 of 5 2 3 4 5 6 7 S 4. No addi#ional conhact tirne will be gi�en for substitution. 5. 5ubstitution will be rejacted if; a. Submittal is not through the Contractor with his stamp of approval b. ReQuest is not made in accordance with this Specificatian Section c. In the City's opinian, acceptance will require substantial revision oithe ariginal design d. In the City's npinion, substihttion wiI1 not perform adec{uateiy the �'unction consistent with the design intent 9 I.6 ACTION SiTBMTTTALS/INFORMATIONAL SUBMITTALS (NOT USED� 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.� MAINTENANCE MATERIAI., SIIBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 l4 15 16 17 l8 19 20 21 22 23 A. In making request for substitUtion or in using an approved product, the Contractar represents that the Contractor: 1. Has investigated propvsed �roduct, and has determined that it is adet�uate ar superior in all respects to that specified, and that it will perForm func�ion %r which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate instaliation of acce�ted substitutian into Work, to include building rraodifications if necessary, making sueh changes as may be required for Work to be complete in all resp�cts 4. Waives all claims for additional costs related to substitution which subsequently SC15E 24 L10 DELIVERY, STORAGE, AND HANDLING [NOT IISED] 25 111 FIELD [SITE] CONDITIONS [NOT IISEDj 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUT�ON [NOT USEDj 29 30 END OF SECTION Revisipn Lng DATE NAME SUMMARY OF CHAIVGE 31 Cf'i'Y OF FORT WORTH STANDAI2U CpNSTRUCTIOtJ SPECIF[CATION DOCUMEI�iTS Revised July 1, 201 I ICAP COiVTRAC.'T PART I (M-0.58A} CITY PROJECI' No. iQ1339 012500-4 SUHSTI'I'UT[ON PROCEDURES Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 16 ]7 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 3 �. 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 E�iIBIT A REQUEST FOR SUBSTITUTIOI� FORAZ: TO: PROJECT: DATE: We hereby submit �ar your consideration the following praduct instead of the specified item for the abo�ve project: SECTION PARAGRAPH SPECIFIED ITEM Proposed 5ubstitution: Reason for 8ubstitution: Include comp�ete information an changes to Drawings andlor Specifications wY�ich proposed substitution will requir� �or its proper installatzon. Fill in Blanks $elaw: A. WiII the undersigned cantractor pay for changes to the building design, including engineering and detailing costs caused by the requested subsCitution? B. What ef%ct does substitution ave on nther trades? C. Differences between proposed substitution and specified iterra? D. Dif�erences in praduct cost or product deli�ery time? E. Manufacturer's guarantees af the groposed and speci�ed items are: Equal Better {explain on attacl�ment) The undersigned states that the function, appearance and guality are equiva�ent or superior to the speciiied item, Submitted By: For U5e by City Signature as noted Recomrnended _ Recotnmended Firrn Address Date Te�ephone _ Not reeommended By Date Rez�narks For Use by Cify: Approved C1TY OF FOR'C WQRTH STANDARD CONST�iUC7'[ON SP�CIFICATION DOCUI�[ENTS Itevised 7uly E, 20 [ 1 Rejected Recei�ed late [CAP GONTRACT PART I (IvI-458A) CITY PROJECT No, 10.1339 01250fl-5 Sl[I35T[TUTION PROC�DUR�S Page S of 5 City Date CiTY O�' FaRT WDRTFI ICAP CONTRACT PART I(M-458A) STANI3ARD CONSTR[1CTION SPECIFICATIdN DOCUMENTS CITY PRa7ECT No. 1D1339 Revised July 1, 2�11 0131 L9-1 PfiECONSTRUCTION ME�TING Page i of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTIDN 0131 19 PRECONSTRUCTIOhT MEETING 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held priar to the start of Work to 7 clarify constructian cantract administration procedures S B. De�iations from this City of Fort Warth Standard Specification 9 1. None. 10 11 12 13 1.2 C. Related Specification Sections inciuda, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions af the CQntract 2. Di�ision 1— General Requiraments PRICE AND PAYIVIENT PROCEDURES 14 A. Measurement and Paym�nt 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separa#e payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQiJIREMENTS 19 20 21 22 23 24 zs 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Coardination 1. At�end preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualiiied and autharized to act on behalf of the en#ity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes wil! be used to prepare minutes and retain�d by City for future referenc�. B. Preconstruction Meeting 1. A preconstruction meating will �e held r�ithin 14 days after the execution of the Agreement and before Work is startad. a. The meeting wil� b� scheduIed and administered hy the Ciiy. 2. The Project Representative will preside at the meeting, prepare the no�es of the meeting and distribute copies af same ta all }�articipants who so request by fully cott�pleting the attendance form to. be circulated at the be�inning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractar's superintendent c�. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives CITY OF FORT WORTH ICAY CQNTRACT PART I(M-458A) STANDARD CQNSTRUCTIOI�3 SPECI�'ICATION DqCUMENTS CITY PADJEC'� No. 101339 Revised August I7, 2fl 12 OL 31 19 - 2 PRECONSTRUCTIdN MSETING Fage 2 o f 3 1 2 3 4 5 6 7 S 9 10 II 12 13 14 IS 16 17 18 19 za zr 22 23 24 25 Z6 27 28 29 30 31 32 33 34 3S 36 37 3$ 39 4a 41 42 43 44 f. Others as appropriate 4. Canstruction Schedule a. Prepare base[ine constructio� sehedule in accordance with Sectian Ol 32 16 and provide at Preconstruction Meating. b. City will notify Contracfor o� any schedule ehanges upon Notice of Precanstruction Meeting. 5. Preliminary Agenda may include: a, intrnduction of Project PersonneI b.. General De�cription nf Projec� 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. ConsTruation Staking h. Progress Payments i, Ex�ra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter far Waste Material l. Insuranc� Renewals m. Payroll Certification n. Material Certifieations and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pra-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u� Coord�nation. with the City's representa�ive for operatians of existing r�vater systems v. Storrri Water Aollution Pre�vention Plan v�. Coordination with ather Contractors x. Early Warning System y. Cantractor Evaluation z. Special Conditions appIicable to the project aa. Darnages Claims bb. Submittal Procedures cc. Substitution Proceciures dd. Correspondence Routing ee. Record Drawings fF. Temporary consiruction facilittes gg. IYI/WBE or MBBISBE procedures hh. Fina1 Acceptance ii. Final Payment jj. Questions or Comments crrY or• roxr wox•rx STANDARD CONSTRiICTION 5PECIPICAT[ON DOCUMENTS Revised August 17, 2012 [CAP CONTRACT PART I (M-458A) CITY FIZO.TECT Alo. 1O1339 DL 3I 19 -3 PRECOhISTRUCT[Ot�i M�.ETING Page 3 of 3 1 L� SUSM�TTALS [NOT USEDj 2 l.b ACTYON SUSMITTALSlINFORMATIDNAL SUBNIITTALS [NOT USED] 3 l.i CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT i15ED] 5 1.9 QUALITY A�5URANCE [NOT USED] b 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [,SITEj CONDITIONS [NOT USED] S 1.1� WARRANTY [N�T iTSED] 9 PART 2- PRODUCTS [NOT USED] I o PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OP FORT WORTH ICAP CO3VTRACT PAR'I' I(M-458A} STANDARD GQNSTRUCTION SPECIPICATION DpC[IMENT5 CI`I'Y PROJECT �lo. 1D1339 Revised August 17, 2012 013120-I PROJECT ME�'I'INGS Page 1 af3 1 2 SECTION 0131 20 1'ROJECT M�ET�NGS 3 PART1- GENERAL 4 1.1 SUMMARY S A. Section IncIudes: 6 1. Provisions far project meetings thraughout the construction period to enable orderly 7 re�iew oFthe progress of the Work and to pravide for systematic discussion of 8 potential problems 9 B. Deviations this City of F'ort Worth Siandard Speci�ication l0 1. Nana. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Diyision 0— Biddir�g Reguix'ements, Contract Forms and Conditions of the Contract 13 Z. Division 1— General lZequirements 1� 1.2 PRICE AND PAYMENT �ROCEDURES 15 A. Measurement and Payment 16 1. Work as�ociated with this Item is considered subsidiary to the various items bid. 17 No saparate payment will he allowed for this Item. 18 1.3 REFERENCE,S [NOT USED] 19 1.4 ADMINISTRATiVE REQUIREMENTS 20 2l 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. CbordinatiDtt 1. Schedule, attend and administer as speciiied, periodic progress rneetings, and speeialiy called meetings throughout progress ofthe Work. 2. Representatives of Contractor, subcontractors and suppliers at�ending meetings shall be qualif ed and authorized to act on behalf of the enti�y each rep.resents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes w�ll he used to prepare minutes and retained by City. for future reference. 4. Meetings, in addition to Yhns� specified in this Section, may be held when rec�uested by the City, �ngineer or Contrae#or. B. Pre-ConstructiQn Neighborhoad Meeting 1. After the execution af the Agreement, but before construction is allowsd to begin, attend 1 Public Meeting with affect�d residents to: a. Present projected schedule, including eonstruction start date b. Answer any canstruction related c�uestions 2. Meeting Locatian a. Location oi meeting to be determined by the City. 3. Attendess a. Contractor b. Project Repr�sentative CITY OP FORT WORTIi STANDARB CONSTRUCTION SPECIFICATION DOCUMHNTS Revise� July l, 201 I ICAP CQNTRACi' PART I (M-�SSA) CITY PK07ECT No. 101339 o��iza-z PRd7ECT MEET[NGS Page 2 of 3 c. Other City representatives 2 3 4 5 6 7 8 4 10 11 12 13 14 15 16 17 18 i9 20 21 22 23 2�l 25 z6 27 2.8 29 30 31 32 33 34 35 36 37 38 39 4a 41 42 43 4� 45 46 47 48 4. Meeting Schedule a. In general, the neighborhood meeting will occu.r within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings l. Formal project caardination meetings will be held periodicall}�. Meetings will be scheduled and administered by Project Representati�e. 2. AdditianaI progress meetings to discuss speeific topics will be conducted on an as- needed basis, Such additional meetings shall include, but not be limited to: a. Coordin�ting shutdowns b. Installatian of piping and equipment c. Cnnrdinaiion beiween other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project R�presentatiue wiil preside at progress meetings, prepare ihe notes of the meeting and distribute copies of the same to all participants who so request by fully compl�ting the attendance fortn to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Cantractor's project manager b. Contractor's superintendent c. Any s�bcontraetor or supplier repr�sentatives whom the Contiractor may desire to in�ite ar the City may r�quest d. Engineer's representati�es e. Cifiy's representatives f. Others, as requested by the Project Representatiue 5. Prelimi.nary Ag�nda may include; a. Review of Work progress sinoe previous meettng b. Fisld observations, problems, conflicts e. Items which impeda construction schedule d. Re�iew nf off-site fabrication, delivery schedules e. Review of construction interfacing and sequancing requirements with other cnnstruction contracts f. Corrective rneasures and procedures fo regain projected schedule g. Revisions to construction schedule h. Pragress, schedule, during succeE;ciing Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards I. Pending changes and substitutions m. Review proposed changes for: 1} Effect on construction schedule and on completion date 2) �fFect an other cflntracfs af the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requesfis for Informatian 6. Meeting Schedule CITY OF F'QRT WOR'1'H S'E'AI�DARD CONSTRLICTIOiV SP�CIFICAT[ON DOCUIVIENT5 Re�ised July 1, 2011 1CAP CONTRACT PART I (M-458A} C[TY PROJECT No. 1O1339 013120-3 PRO]SCT ME�'I'INCS Paga 3 af 3 1 a. Progress nneetings will be held periodically as detertnined by the Project 2 Representative. 3 1) Additional meetings may be held at the reguest af the: 4 a) City 5 b) Engineer 6 e) Cont�actor 7 7. Mee#ing Location 8 a. The City will establish a meeting location. 9 1) T'o the extent practicable, meetings will be held at the Site. 10 1.� SUBMITTALS [NOT USED] 11 l.b ACTTON SUBNIITTALS/INFORMATIONAL SUBMTTTALS [NOT USED] 12 1.7 CLOSEOUT SiTSMITTAL� [NOT USED] 13 1.� M�IINTENANCE MATERIAL SUBMITTALS [NOT iTSED] 14 1.9 QUALITY ASSU1tANCE [NOT USED] 15 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 I1� WA�tRANTY [NOT USED] 18 PART � - PRODUCTS [NOT USED] 19 PART 3- EXECUT�ON �NOT USEDj 2Q 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 22 ClTY OF I'ORT WORTH ICAP CQN'I'RAC7' PART I(M-458A) 3TANDARI] CONSTRUCTION SPECIPICATION bQCUMENTS GITY PRDJECT Na. I01339 Revised 7uly i, 2011 oi3z�6-t CONSTALtC'PION PROGR�55 3CHEDULE Page 1 of 5 2 3 PART1- GENERAL 4 Ll SUMMARY 5 6 7 8 9 1D 11 SECTION U13� 1G CONSTRUCTION �ROG�ESS SCHEDULE A. Section [ncludes: 1. General reqvirements for the preparation, submittal, u�dating, status reporting and mastagement oFthe Gdnstruction Prog;ress Scheduie 2. Speciiic requirements are prese�ted in the City vf Fort Worth Schedule Guidance Docutnent B. Deviations ftom this City of Far� Worth Standard Specification I. None. 12 C. Related Specification Sectinns include, but are not necessarily limited to: 13 1. Division 0— Bidding RequireYnents, Contract Forms and Conditions ofthe Contract 14 2. Division 1— General Requirements 15 1.2 PRICE t�Nll 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 �ayment wil� 6e allorved for this Item, 19 1.3 REFERENCES 20 23 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. 2. 3. Schedule Tiers a. Tier 1- No schedu3e subznittal required by contract. Small, briefr duration projects b. Tier 2- No schedule submittal required hy contract, but wiIl raquire some milestone dates. SmaIl, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City pro,�ects, including all bond program projects d. Tier 4- Schedule sub�nittal required by contract as described in the Specification and her�in. Large and/Qr eomplex projects with lang durations 1) Examples: large water pump station project and assvciated pipeline with interconneetian to another governmental entity e. Tier �- Schedule submitYa! required by contract as described in the Specification and herein. Large andior very cotxzplex projects with long duratians, high public visibility 1) Exam}�les might include a water or wastewater traatment plant Baseline Schedule -lnitial schedule submitted before work begins that will serve as the baseline far measuring progress and departures from the schedule. Progress Schedule - Month�y submittal o.f a pragress schedule documenting progress on the project and any changes an�icipat�d. CITY QF F'012T WORTH 5TA[�IDARD CONSTRUCTION SPEGI�ICA'TIOIri DOCUMEI�TS Revised July 1, 2011 [CAP COi�iTRACT PART I (M-�58.A) C1TY PR07ECT No, 10l339 or �� �6-z CONST[�iICTI0h1 PROGRE55 SCHEDUi.B Page 2 of S �4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 4 1. City af �ort Worth Schedule Guidance Document 5 l.�t ADMI1vISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. Genera] 8 a. Prepare a cost-laaded haseline Schedule using approved software and the 9 Critical Path Method (CPM) as requiged in the City of Fort Worth Schcdule 10 Guidance Document. 11 b. Aeview the draft cost-loaded baseline Schedule wit� the City to demonstrate 12 understanding of the wark to be performed and known issues and constraints 13 related ta the schedule. 1�1 c. Designate an authorized representative (Project Scheduler} responsible for 15 develaping and updating the schedule anc! preparing reports. lb $ 17 18 19 Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth 5chedule G�zidanc� Document. 2. Prepare the Schedule Narrative to accompariy the monthly pragre5s Sehedule. 2� 3. Change Orders 2z a. Incorporate approvEd change orders, resulting in a change af contract time, in 22 the baseline 5chedule in aecordance with City of Fort Worth Schedule 23 Guidanca Dacument. 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C. Responsibility far Schedule Complian�e 1. Whenever it 6ecomes apparent frQm the current progress Schedule and CP1VT Status Repoz� that delays to the eritical path ha�a resulted and the Contract eomplet�on date will not be met, or when so directed by the City, rnake some or alI of Che fallowin� actions at no additional cast to the Ciiy a. Submit a Recovery Plan to the City for appmval revised baseline Schedule outlining: 1) A written statement of the steps intended to take tn remove ar arrest the delay to the critical path in the apgroved schedule 2) �ncrease constructian manpower in such quantities and erafts as will substantially eli�tninate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number nf working haurs per shift, shifts per day, warking days per week, the amount of canstruction equiprr�ent, or ar�y combination af tl�e foregoing, sufficiently to substantialiy eliminate the backlog of wark 4) Reschedule activities to achieve ma�cimum practical concurrency af accomplishment niactivities, and comply with the revised schedule 2. If no written statement aF the steps intended ta take is subrnitted wh�n sn requested by the City, the City may direct #he Contractor to increase the leveI of effort in manpawer (trades}, equipment and work schedule {overtime, weekend and haliday work, ete.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. C[TY OF FOI2T WORTH ICAP CONTI2ACT PART I(M-45SA) STANDARD COIVSTRUCT[ON SPEC[FICATION DOCUMENTS C3TY PR07ECT No, 101339 Revised duly 1, 2D l 1 Q1321f-3 CONSTRUCTIpi+� PRQGRE55 SCHEDULE Page 3 of 5 1 D. The Coniract completion time will be adjus�eci only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract campletion date must be 4 supplemented with the %llowing: 5 1} Furnish justification and supporting evidence as the City may deem G necessary ta determine whether the requested extension of time is entitled 7 under the provis�ons of this Co.ntract. S a) The City will, after receipt of such jus�ification and supporting 9 evidence, make findings of fact and will advise the Contractar, in 10 writing thereof. 11 2) If the City �nds that the requested extension of time is entitled, the City's 3� de#ermination as to the total number ofdays allowed for the extensions 13 shall E�c based upon the approved totai baseline schedule and on all data 14 relevant ta the extension. 15 a) Such data shali be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline scheduls, 18 do not aiFect any Contract completion date si�own by the critical path in 19 ihe network will not be the basis %r a changa therain. 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 3fi 37 38 39 4D 41 42 43 4�l 4S 46 47 48 49 50 2. 3. Subnait each request for change in Contract cotnpletion date to the City within 30 days after the beginning nf the deiay for which a time extension is requssted but before the date of final payrnent under this Contract. a. No time extension will be granted far requests which are not submitted within the foregoing tim� limit. b. Fram tinne to tirne, it may be necessary far ihe Contract sehedule or completion tirr�e to be adjusted by the Ciiy to reflect the effects of joi� conditions, weather, technical diff'tculties, strikes, unavoidable delays on the part of the City or its representati�es, and other unforeseeable conditions wk�ich may indicate sehedu�e adjustments ar comp�etion tiine extensions. 1) Under such conditions, the City will direc� the Contractor to reschedule the work ar Cantract completion time to ref�ect the changed conditions and tiie Contractor shall re�ise his schedule accordingly. a) No additional campensatian will be made to the Contractar for such schedule changes e.xcept for unavoidable c�verall contract time extensions beyond the actual completion of unaffected work, in whicl� case the Contractor shall take all possible action to minimize any time extension and any additianal cost to the C.ity. h) A�ailable flaat time in the Baseline schedule may be used by the City as �we11 as by the Contractor. Flnat or slack time is defined as the amo.unt of time between the earliest start date and the latest start date or between the earliest finish date and fihe latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use ar beneft of either the Contractor vr the City. b. Proce�d vvith work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. c. AcknowIedge and agree that actual delays, afFecting paths of activities containing float time, will not have any effect upo� cantract completion tirnes, providing that the actual delay does not exceed the float time associated with those activiti�s. CITY OF FORT I�VORTH STANDARD CONSTRUC110N BPECIFICATION DOCUMENTS Revised duly 1, 201 l 1CAP CONTItACT PART I (M-458A) CITY PROd�C'1' Na. 101339 O1321fi-4 CO[�iSTRUCTION PRClGKESS SCHEDULE Page 4 of 5 I 2 3 � 5 6 7 S 9 10 il 12 13 E. Coordinating Schedule �ith Other Contract Schedules 1. Where wor[c is to be performed under this Contract conourrently with or contingent upon work performed on the same iacilities or area under o#her contracts, the Baseline Schedule shall be coordinated with tha schedules of the other contracts. a. Obtain the schedules of ttte other appropriate contracts from the City for the pr�paration and updating of Baseline sclaedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In cas� of interference between the operations o.f different contractors, the Ciiy will determine the wark priority of each contractar and the sequence of work necessary to expedite the cornpletion of the entire Project. a. In such cases, the decisiQn of the City shall be acc�p�ed as iinal. b. The temporary delay of any vvark due to such circumstances shall not 6e considered as1ustification for claims for additionaI carnpensation. I4 1.� SUBMITTALS i5 16 17 18 19 20 21 A. Baseline Schedule 1 2. Submit Schedule in native file �ormat and pdf fo.rmat as requir�d in the City of Fort Worth Schedul� Guidance Doeument. a, Native file format includes: 1} Primavera (F6 or Primavera Con�ractor} �ubmit draft base.line Schedule to City prior ta the pre-construction meeting and bring in hard co}�y to the meeting for review and discussion. 22 B. Pragress Schedule 23 1. Submit progress �chedule in native file format and pdf format as required in the 24 City of Fort Wor�h Schedule Guidance Document. 25 2. Submit prngress Schedule monthIy na latar that� the las� day of the month. 26 C. Schedule Narrative 27 1. Submit the schedule r�arrative in pdf format as required in the City of Fort Worth 28 5cheduIe Guidance Document. 29 30 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Procass 31 1. The City adininisters and manag�s schedules through Buzzsarv. 32 2. Contraetor shall submit dacuments as requirad in the City of Far� Warth Schedule 33 Guidance Docurnent. 34 3. Once the project has been compl�ted and FinaI Acceptance has be�n issued by the 35 Gity, na further progress schedules are required. 36 1.fi ACTI�N SUBMITTALS/INFORMATIONAL �UBMITTALS [N�T USEDj 37 1.'� CLQSEOUT SiTBMTTTALS [NOT USED] 38 1.� MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE 40 A. The person preparing and revising the canstruetion Progress Schedule slaall be 4l experienced an the preparation of schedules af similar cornplexity. CITY pF FqRT WQRTI-[ [CAP COi�lTRACT PART ](M-458A} STANDARD CONSTRUCTIpN SPECIPICATION �OCUMEN'1"5 C1TY PRQJECT No. lOI339 Revisad July I, 2011 ai3z �6-s �ONSTRilCTION PROGR�SS SCIiEDULE Page 5 af 5 1 B. Schedule and supporting doc�m�nts addressed in this 5pecification shal� b� prepared, 2 updated and re�ised to aceurately reflect the performance of the construction. 3 C. Contractar is responsible for the quality of all submittals in fhis section meeting the 4 standard ofcare for the construe�ion indUstry for similar projects. 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WA1tRANTY [NOT USED] 8 PART � - PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 14 11 END OF SECTION Re^vision Lag DATE NAM� SUMMARY O�' CHANGE 12 CITY QF FpRT WORTF[ IEAP CONTRACI' PART 1(M-458A) STANIIARD C0�15TRUCTION SPFGFFICATTON DOCUMENTS CITY PRO.TECl' No. ] 01339 Revised July I, 2011 OI3233-I f�RECONSTR.IlCTIQN VIT3E0 E'age 1 of 2 3 2 SECTION 0132 33 PRECONSTRi1CTION VIDEO 3 PART1- GENERAL 4 L1 SUMMARY S A. 5ection [ncludes: 6 1. Administrative and procedura3 requirements for: 7 a. Preconstruction Videos S B, Deviations from this City ofFort Worth Standard S.pecification 9 1. None. 1p C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract 12 2. Division 1— General Requirements l3 1.� PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment i5 �. Work associateci with t�is Item is considered subsidiary to the �arious ifems bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 A. Precanstruction Video 1. Produce a preconstruction video ofthe sitelalignment, including alj areas in the vicinity of and to be affected by construction. a. Provide digital cop� of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenanee surety period. 1.� SUBMITTALS [NOT iTSED] 1.6 ACTION SIIBMITTALS/YNFORMATIUNAL SUBNIITTALS [NOT LTSED] I.7 CLOSEOUT ,SUSMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 29 1.9 QUALITY ASSiTRANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [N4T USED] 31 l.l.l FIELD [SITE] C4NDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT LTSED] GITY OF F�RT WORTH STANDARD CONSTRiSCTION SPECIFICAT[ON DOC[Ilv[EI�lTS Revised July 1, 2011 ICAP CflNTRACT PART [ (M-458A} CITY PROJECT Na. EOl339 013233-2 PRECONSTRUCTIQN VIDEO Pagc 2 of 3. PART 3 - EXECIITION [N�T USED] 2 3 �ATE NAME 4 END OF SECTION Re�ision Log SUMMARY OF CHANGE CITY OF F412'C WORTIi ICAP CONTRACI' PART I(M-458A) STANDAIZD CONSTRUCTION SC'ECIFICATIqN DOCUMEI�fTS C[TY PROJ�CT No, 1U1339 Revised July 1, 2011 013300-1 SU�MITTALS Page l of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION U133 00 SUBMITTALS S A. 5ection Ineludes: 6 1. General methods and requirements of submissinns appli�able to the following 7 Wark-relatec� submittais: 8 a. Shap Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 1 l d. Mock Ups 12 B. Deviaiions from this Csty of Fort Worth Standard Spacification 13 l. None. 14 15 16 17 1.2 C. Relaied Specification 5ections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions o�the Contract 2. Division 1-- General Requirements PRICE AND PAYMENT PROCEDURES 1$ A. Measurement ancl Payrttent 14 1. VVork ass�ciated with this Item is consiciered subsidiary to the various items bid. 2p No separate payment wil� be allowed %r this IYem. � l 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. Coardination l. Notify ihe City in writing, at the time of submittal, of any deviations in the submittals from the requirernents of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work ar other applicahle activities, or within the titne specified in the sndividual Wark Sectians, of the Specifications. b. Co�tractor is responsible such that the installatian wi11 not be delayed by processing times including, but not li�zxited to: a) Disapproval and resubmittal (if required} b) Coordination with other submittals c) °I'esting d) Purchasing e) Fabrication � Delivery g) Sinnilar sequenced activities c. No extension oftime will be authorized because ofthe Contractor's �ailure to transmit submittals suff'iciently in adva�ce of tha Work. CITY OF FORT W012TH ICAP CQNTRACT PART [(M-458A) STANDARD COi�ISTRUCTIOt+15PECIFTCATIOt�I DOCUMENTS CITY PROJECT No. 101339-} ltevised December 20, 2012 01 33 00 - 2 SiIBMITTAI,S Page2of� 2 3 4 5 6 7 8 9 10 11 I2 13 14 15 16 ] '1 18 19 � d. Make submittals promptly in accordance with appraved schedule, and in such sequence as to cause na delay in the Work or in the w�rk of any other cont�aetar. B. Submittal Numbering When submi�ting shnp drawings or sa�nples, utilize a 9-character submittal cross- re.ference identification r�umbering system in the Following manner; a. Use the �rst 6 digits of the app�icable Specificatian Section Number. b. For the next 2 digits number use numbers O 1-99 to sequentially number each initial segarata item ar drawing submiited under each specific Section number, o. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submissifln, B=3rd submission, C=4th submission, etc.). A typical submittai nurriber wauld be as follows: 03 34 00-08-B 1} b3 30 �0 is the Speciiication 5ection for Concreie 2) 08 i� �he eighth initial submittal under this Specification Section 3) B is the third submission {second resubmission) of thai particular shop drawing C, Contractor Certification 21 1. Review shop drawings, product data and samples, inc�uding those by 22 subcontractors, prior to submission to determine and verify the �oIlowin.g: 23 a. Fzeld measurements 24 b, F'ield construction criteria 25 e. Catalog numbers and similar data 26 d. Confarrnance with the Contract Documents 27 2. Pro�ide each shap drawing, sam�le and pxoduct data submit�ed by the Cantractor 28 with a Certi�cation �tatement affixed including; 29 a. Th� Contractor"s Company name 30 b. Signature of submittal revi.ewer 31 c. Certificatian Statement 32 1} "By this submittal, I hereby represent that I ha�� determined and verified 33 field measuraments, �eld construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item vvith other applicab.le approved shop drawings." 3b 37 3$ 39 40 4l 42 43 44 45 4& 47 D. Submittal Format 1. Fold shop drar�ings larger than S Y2 inches x 11 inches to 8'/a inches x 11 inches. 2. Bind shop drawings and produet data sheets together. 3. Order a. Cover Sheet 1) Description af Packet 2) Contrae�or Certification b. List of items 1 Table of Contents c. 1'roduct Data IShop Drawings/Sampfes /Calculations E. Submittal Content The date of subrr�ission anfl the dates of any previous submissions 2. The Projec� title and number CITY QF FQRT WORTH STANDARD CQNSTRUCT30N SPECIFICATEdN nOCUMCNTS Revised Decemher 2Q 2Q l2 ICAP COAITRACT PART I (M-458A) C1T�' PR03�CT No. ] 01339�- oi 33 oa - 3 StiSMITTALS Page 3 oF $ 3. Cantractor identification 2 3 4 S 6 7 S 4. The narnes of: a. Contractor b. 5upp�ier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensians, clearly identiFed as such 9 7. Relation to adjacent or critical features of the Work or materials S 0 S. Applicable standards, sueh as ASTM or Federal Specification nurnbers 11 9. Icientification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of rer�isions on resubmittals 13 11. An 8-inch x 3-inch blank space far Contractor and City stamps 14 15 16 17 18 19 2Q 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 46 F. Shop Drawings 1. As specified in individual VVork Sections includes, hut is not necessarily lirnited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Schedulad information e. Setting diagrams d. Actual shapwork manufacturing instructions e. Custom templates £ Special wiring diagrams g. Coordination drawings h. Individual syste�n or equiprnent inspectian and test reports including: 1) Perfo�nance euzves and certifications i. As applicabie to the Work 2. Details a. Rela�ion of the various parts to the main members and lines af the structure b. Where correct fa�rication of the Work depends upon field rneasurements 1) Provide such measurements and note on the drawings prior �o submitting for approval. G. Product Data 1. Far subrnittals of product data for products includec� on Y,he City's Standarci Product List, clearly identify each item seleeted for use on the Project. 2. For submittals of prod�zct data for products nat included on the City's Standard �'roduct List, submittal data may include, but is not neeessarily limited ta: a. Standard prepared data for manuiactured products {sometimes referred to as catalog data) 1) Such as the manufacturer's product specificatinn and insEallation instructions 2) A�ailability of colors and patterns 3) Manufacturer's prin�ed statements of complianoes and applicability 4) IZoughing-in diagrams and templates 5) Catalog cuts � Product photographs 7) Standatd wiring diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCLIMENTS Rcvised December 20, 2D12 ICAA CONTRACT PART I (M-458A) CITY P6ZdJ�CT No. 101339 � oi33ao-a SUSM[TTALS Page 4 of 8 1 8) Printed perforrnanee curves and operational-ran.ge diagratns 2 9) Production or quality control inspection and test repor�s and certi�cations 3 10) Mill reports 4 11) Product operating and rr►aintenance instructions and recommended S spare-parts listing and printed product wan-anties 6 12) As applicable to the Worfc 7 8 9 10 11 12 13 l4 15 16 ]7 18 l9 20 21 H. Sampies 1. As specifed in �ndividual Sections, include, but are nat necessarily limited to: a. Phy�ical examples of the Work such as: I) Sectians af manufactured or fabricated Work 2) Small cuts or oonta iners of rnaterials 3) Complete units of repetitivel� used products colorltexture/pattern swatches and range sets 4) Specixnens fnr coordination of visual effect 5) Graphic symbols and units of Wark to be used by the City for independent inspection and testing, as applicable to the Work I. Do not stark Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. L Fabrication pec�orm�d, materials purohased ar an-site construcfiion accomplished which does not conform �o approved shop drawings a�d data is at the Contractor's risk. 22 2. The City will not be liable for any expense or delay due to corractions or remedies 23 rec�uired to accompiish conformity. 24 3. Complete project Work, materials, fabrication, and installations in conformance 25 with appro�ed shop drawings, applicable samples, and prQduct data. 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 J. Subrnittal Distribution I, Electronic Distribution a. Confirm de�elopment of Project directory for eleetronic su�smittals to be uploaded to City's Buzzsaw site, or anothar extema! FTP site approved by the City. b. S.hap Drawings 1) ilpload subtnittaI tn designated project directory and natify apprapriate City representatives �ia email of submittal posting. 2) Har�d Copies aj 3 copies for all submittals b) If Contractor requires mare than I hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed c. d. above. Product Data 1) Upload submitta] to designated pxoject directory and notify appropriate City representatives via ernail of submittal posting. 2} Hard Copies a) 3 copies for all submittals Samples 1) Distributed to the Project Representativ� 2. Hard Copy Distributinn (if req�cired in lieu of eleetronic distribution} a. Shop Drawings CITY flF FORT WORTH STAIdbARD CON3TRUCTION 3PECIFICA'C[pN bqCUMENTS Revised I]ecember 20, 2012 [CAP t;OIVTRACT PART I (M-458A) CITY PROd�CT Na. 101339-f OL3300-5 SUBM{TTALS Yage 5 aF $ l 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 IS 19 2U 2] 22 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 40 41 42 �3 44 45 46 47 1) Distributed to the City 2) Copies 2) Copies a) 4 copies c. 5amples 1) Distributed to the Project Representative 2) Copies a) 8 co}aies for mechanical submittals b) 7 copies for all other submittals c) If Contraetor requires more than 3 copias of Shop Drawings returned, Contractor shall submit rr�ore than the number of copies listed above. b. Product Data 1} Distributed to the City a) Submit the nurnher stated in the respective Speaification Sections. 3. Distribute reproductions of approved shop drawings and. eopies of approved product data and sampies, where required, to the,�ob 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 specifted. K. Submit�al Review � 3. 4. The review of shop drawings, data and samples will be for general confo�ance with fhe design concept and Contract Documents. This is not to be construed as: a. Permitting any departure fram tha Contraet requirements b. Relieving the Contractor af responsihility for any errors, including details, dimensions, and materials c. Approving departures from detaiis fu�-nished by the City, except as otherrvise provided herein The review and approval of shop drawings, saaaaples or product data by the City does not relieve the Contractar from hislher responsihility with regard to the iulfilIment of the terms af the Contract. a. All risks of error and omission are assumsd by the Contractor, and ihe City will have no responsibility therefflre. The Contractor remains responsihle for details and accuracy, for coordinating the W�ork with all other associated work at�d trades, fox s�electing fabrication processes, far techniques of assembly and far performing Work in a saf� manner. If the shap drawings, data ar 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 io Y�e so minor as not to involve a change in Contract Price or tizne far performancc, fhe Ciry may return the reviewed drawings without noting an e�ception. Suhmit#als will he returned to th� G.ontractor under 1 of the %llowing 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 co�e the Cantractor may release the equipment andlor material far manufacture. b. Code 2 CITYOF FORT WQR'I'f�i STA3VI�ARD CONSTRUCTIOt+f SPECfFICATIO�I C70CC1MEt�fTS Revised December 2Q, 2012 jCAP CONTRACT PART [ (M-458A} CTTY PR�.1�CT No. 1 p1339 � o� 33 ao - 6 SUBMCTTALS Page 6 of 8 2 3 4 5 6 $ 9 10 11 12 13 14 15 16 i7 18 19 20 21 22 23 24 25 26 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notatians and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, alI notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTEDIRESUBMIT". This combination af cades is assignec� whcn nQtations and comments are extensive enough ta require a resubmittaI of the package. a) The Contractor may release the ec�uipment ar rnateria] for manufacture; hawe�er, all notations and comments must be incorparated into the �na[ produci. b) This resu6mittal is ta address all cotnments, omissions and non-conforming items that were nated. c) Resubmittal is ta be received by the City zvithin 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor rr►ust resubmit the entire package revised ta 6ring the submittal into conformance. b) It may be necessary to resubmit using a dif%rent manufacturer/vencior to meet the Contract Docurrsents. Resubmittais a. Handled in the sazne manner as first sub.mittals 1) Corrections other than requested by the City Z) Marked with revision triangIe or other similar method a) At Contractor's risk if not marked b. �ubmittais for each item will be reviewed no more than twice at the City's expense. 1) AII subsequent re�iews will be performed at times convenient to the City and at the Contractor's exp�nse, 6ased on the City's or City Representati�e's ti�en pre�ailing rates. 2) Provide Contractor reimbursement to the City vvithin 30 Calendar Days for all such Fees invoiced by the City. c. The need for mnre than 1 resu6mission or any a.ther delay in obtaining City's review of se�bmittals, will not entitle the Contractor to an extension of Contract Time. 7. Partiai Submittals a. City reserves the right ta not review subrnittals deemed parti�l, at the City's discretion. b. Su6mittals deemed by the City ta be not complete will be returned to th� Contractor, and will be considered "Not Approved" until resnbmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomipfete. 46 S. If the Contractor cansiders any correction indicated on the shap drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 pro�ided thereof to the City at least 7 Calendar Days pri.or to release for 49 manufacture. CITY OF FORT WORTH [CAP CONTRACT PnRT I(M-458A) STAA!€�ARD CDNSTRUCTION SPECII']CAT[ON DOCUMEAITS CITY FRO.IECT No, iD1339+ Revised �ecem6er 20, 2012 Oi 33 DO - 7 SUBivI1TTALS Page 7 of 8 1 9. When the shop drawings ha�e been comp3eted to the satisfaction of the City, the 2 Contractor may carry out th� construction in accordance therewith and na further 3 changes therein except upon written instructions frorn the City. 4 10. Each submittal, appropriately coded, wi11 be returned witnin 30 Calendar Days 5 following receipt of su6mit�al6y 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 ta be 9 used on the Project. Remove at the cam�letion of the Work or when directed. 10 M. Qualifications 11 1. If speci�cally required in other Sections of these Specifications, submit a P.E. 12 Certification for each iiem required. 13 14 SS 16 17 18 19 2Q N. Request for Tnformation (RFI) I. Conttactor Request for additional information a. Clari�cation or interpretation of the cantract documents b. When the Contractor beliaves there is a conflict between Contraet Documents c. When the Contractor believes ihere is a eonflict beiwe�n the Drawings and Specificaiions 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering af RF'I 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "O 1" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient infornnatian shail be attached to permit a written res�onse withaut furCher 25 infarmation. 26 5. The City will log each r�quest and will review the request. 27 a. If revievv of the project information request indicates that a change to the 28 Cantract Dacuments is required, th� City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj 32 l.i CLOSEOUT �UBMITTALS [NOT USED] 33 L$ MAINTENANCE MATERIAL SIIBiVIITTALS [NOT iTSED] 34 1.9 QUALITY ASSURANCE [N�T U�ED] 35 1.10 DELIVERY, �TORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT IISED] 37 112 WARRANTY [NOT USED] CITY OP' FORT WORTH iCAA CONTRACT PART [(M-458A) STA,Npt1RD CpI1STRUCTIO�+I SPECIFICATIOiV DOCUMEAiTS CITY PROJEC7' No, 1D1334+ Revised Decemher20, 2fl12 OE33Q0-8 SUBMITTALS Pagc 8 of 8 1 PART � - PRODUCT,� �NOT USED� 2 PART 3- EXECUTION [N�T USED] 3 END OF SECTION Revision I�og DATE NAME SUMMA�Y OF CHANGE I2/2QI2Q12 D. 7olu►son 1.4.IC.8, Working Days moclified to Calendar Days CITY OF FORT WQRTH [CAP CONTRACT PAfZT I(M-458A) STAN�ARD CONSTRUCTIQN SY�CIFICATi0�1 DOCUMENTS CITY PRO]ECT No. 101334+ Revised Pecember 20, 2012 U13S13-1 SPECIAL PROIECT PROCEDURES Page 1 of 8 1 2 SECT�ON Q13� 13 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 I1 I2 13 14 15 16 17 18 19 1. The procedures for special project circumstances that includes, but is pot Iimited to: a. Coordination with the Texas Departrnent of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e, ilse of Explosi�es, Drop Weight, Etc. £ Water Department Notification g. Public Notification Prior to Beginning Constructian h. Coordinatian wi�h United States Army Corps of Engineers i. Cnordinafion within Railroad permits areas j. Dust Control Employee Parking B. Deviations fr�m this City of Fort Worth Standard 5�ecificatian 1. Nona. 2o C. Related Specification Sections include, but are not necessarily limited to: 21 I. Division Q— B:idding Requirements, Contract Forms and Conditinns of the Contra.ct 22 2. Division 1— General ReqUirements 23 3. Seetion 33 12 25 — Conneciion to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4i 42 A. Measurement and Payment 1. Coordinatian within Railroad permit areas a. Measurement 1} Measurernent for this Itern will be by lump surr�. b. Payment 1) The work performed and materials furnished in accordance with this Item will be �aid for at the lump sum price bid for Railroad Coordination. c. The price bid shalI include: 1) Mobilization 2) Insp.ection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates 6) Other requirerrxent� associated wi#h general coordination with Railroad, 'tncluding additionaI emp�oyees required to protect tn� righi-of-way and property of the Railroad from da�nage arising out oi and/or from the cnnstruction of the Project. 2. Railroad Fiagmen CITY OF FORT WORTI-L STANDARD CONSTRUCT[ON SPECTi�iCAT[ON I7pC[1MENTS Revised I]eeember 2U, 2� 12 ICAP CONTRACT PART � (M-458A) CITY P12D]�CT Na. 101339 01 35 13 - 2 SPECIAL PR07ECT PROCEI7UR�S Rage 2 of S 1 2 3 4 5 b 7 8 9 10 11 12 13 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work perforrr►ed and materials furnished in accardance with this Item will be paid for each warking day that Railroad Flagmen are present at the Site. c. The price bid shatl include: 1) Coordinatian for scheduling flagmen 2) Flagm.en 3) Other requirements associated with Railroad 3, A!1 ather items a. Work associated with these Iterns is considered su6sidiary to the various Items bid. No separate payment will be allowed far this Item, 14 1.3 REFERENCES ] 5 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard publishec� at the time of fhe latest revision date logged at the �nd o�this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Sa%ty, Chapter 752. 20 High Voltage �verhead Lines. 21 3. North Central Te.�s Council of Governments (NCTCOG) — Clean Constructian 22 Specifrcation 23 1.4 ADMINISTRATIVE REQUIIZEMENTS 24 A, Caordination with the Teacas Department of Transportation 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 When work in the right-of-way which is under the jurisdiction of the Texas Deparhnent of Transportation (TxDOT)� a. Notify th� Texas Department of Transpor�ation prior to commencing any wnrk therein in accardanee with the provisions of the perrnit b. All work perfarmcd in the TxDOT right-of-way shall bc perforzxi.ed in compliance with and subject to approval from the Texas Department of Transpar�ation B. Work near High Voltage Lines 1. 2, 3, 4. Ragulatary Re�uirezxi,ents a. All Work near High Voltage Lines (more than 600 volts tn�asured between conduotars or between a conductor and the ground) sha�1 be in accordance with Health ar�d 5afety Code, Tit1e 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of suf�cient size meeting all OSHA requirements. Equipment operating within 10 feet of high r�oltage lines will require the following sa%ty features a. Cnsulating cage-type of guard about the boom or arm b. Insulator links on the Iift hook connections for back hoes or dipp�rs c. �quipment must meet the safety requirements as set for�h by OSHA and the safety requirements of the or�ner of the high valtage lines Work within 5 feet of high voltage electric �ines CITY OF FORT WORTH ICAY CONTRACT PART I(M-458A} STANDARD C.ONSTR.UCTION SPECIFICAT[ON bpCUMENTS CITY PR07EC'[' No. 101339 Reviaed December 20, 20I2 Oi 35 l3 -3 SP�CIAL PRQ7EC`I' PRQCEI7l]RE5 Page 3 nf 8 I 2 3 4 5 6 7 8 9 ia lI 12 ]3 l4 15 16 17 18 19 za 21 22 23 24 25 25 27 28 29 30 3] 32 33 34 35 36 37 38 39 40 41 42 43 44 45 a. 0 c. Notification shail be given to: 1} The power campany (exar�iple: ONCOIZ) a) Maintai.n an accurate log of all such calls to power company and re.card action taken in each case. Coordinat�on with power company 1) After nofification coordinate with the pawer company to: a) Erect temporaty mechanical barriers, de-energize the lines, or raise or lower the Eines No personnel may wark 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 Prograzn in accordanae with OSHA requirements. 2, Confined 5paces include: a. Manholes b. A11 ather confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution 1Nafch Days 1 2. General a. Observe the following guidelines relating to working an City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31, c. Critical Emission Time 1) b:00 a.tn. to 10:00 a.m. Watch Days a. The Texas Commission on En��ronmental Quality (TCEQ), in coordination with tha National Weather Service, will issue the Air Pollution Watch by 3:60 p.m. on the afternoon prior to the WATCH day. b. Req►�irements l) Segin work after 1Q:00 a.m, whenever construction p.hasing requires the use of motorized equipment for periods in exeess of 1 haur. 2) However, the Contractor may bagin work prior to I0:00 a.m, if: a) Use of m4torized eguipment is less than 1 hour, or b) If eyuipment is new and certified by EPA as "Low Etnitting", or �quipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Pertnit for construetion activities per requirernents of TCEQ. F. Use of Explosives, Dtop Weight, Etc. 1. When Contract Doeuments pertnit on the project the follovving wiIl apply: a. Public Notification 1) Submit notice to City and prooiof adequate insurance cn�eraga, 24 hours prior ta commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 4b G. Water Departrnent Coordination C1TY OF FORT WORTH STANDARI� CONSTRUCTiQN SE'CC1�ICAT[ON DOCUMENTS Revised Deoember 2Q, 2012 ICAP �ONTRACT PART 1 (M-458A) CITY PROJECT No. 101339 013513-4 3PECIAL PROJECT PROCE�URES Faga 4 of 8 I 1. During thc construction of this projact, it will be necessar� to deactivate, for a 2 period of time, existing Iines. The Contractor shall be required ta caordinate with 3 the Water Department to determin� the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require eonnecting to ar the operation of an existing 6 City water line system with the City'� representati�e. 7 a. Coordination shal] be in accordance with Section 33 12 25, 8 b. If n�eded, �btain a hydrant �vater meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a wat�r valv� on an �xisting live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 acti�ity through the appropriate City repr�sentative. 13 1) Do not ogerate water line valves of existing water system. 14 a} Failure to camply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28,03 (Criminal Mischief) and the Contractor 16 will be prosecuted tn the full extent of the law. 17 b) In addition, the Contractar will assume all liabilities and 18 respansibilities as a result of these actions. 19 H. Public Notification Frior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 2l basis, ptepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence ar business that will 6e innpacted by construction. Thc natic� 23 shall be prepared as folIows: 24 a. Post notice or flyer 7 days prior ta beginning any constructian activity an eaeh 25 6Lock in the project area. 26 1) Prepare �lyer on the Contractor's �etterhead and include the fol.lowing 27 information: 28 29 30 31 32 33 34 35 36 37 38 39 ao 41 a) Name of Prnject b) C.ity Praject No (CPN) c) Scope oi Project (i.e. type oF construction activity) d) Actual canstructian duration within the blook e) Name of the contractor's foreman ar�d phone number � Name of the City's inspector and phone numb�r g) City's after-hours phane number 2) A sample of th� `pr�-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to tha inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b, No construction will be allowed to begin on any block unti3 the flyer is delivered to all residents of the block. 42 I. Pubiic IVotification of Temporary Water Service Interrupfian during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to �+4 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending intcrruption to the front door of each aFfected resident. 46 2. Pre.pared natice as fnllows: 47 a. The notification or flyer si�all be posted 24 hours priot to the temporary 48 interrup�ian. C1TY OF P'ORT WOR'C]-i ICAP CQN'1'RACT PAR'C I(M-458A) 5'I'ANDARD CONSTRUCT[ON SPECIFICATION DOCUM�NTS C[TY FRQ7ECT No. 1O1339 Revised Deeember 20, 2012 013513-5 SPECIAL PR07ECT PRpC�blil�S Page 5 of 8 1 2 3 4 5 6 7 8 9 �a I1 I2 13 14 15 16 17 18 19 2Q 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 34 40 �l 42 43 4� b. Frepare flyer on the cont�aotor's ietterhead and include the fal�owing information: 1) Name oftha projeet 2) City Project Number 3) Date of the interruption of service 4) Period the interruption wil! take plaee 5) Na�te af the contractQr's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water ser�ice interruption notification is aftached as Exhibit B. d. Deliver a copy ofthe temporary interrup�ion nodfication to the City inspector for review ptiar to being distributed. e. Na int�rruptian of water ser�iee can occur until the flyer i�as been delivered to all affected residents and businesses_ f. Electronic versians of the sample flyers can be obtained from tl�e Project Construction Insp.ectar. J. Coordination with United States Army Corps af Engineers (USACE} 1. At Zocations in the Project where constructian acfivities occur in areas where USAC� parmits are required, nneet all requirements set farth in each designated permit. K. Coardination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requiraments set forth in each designated railroad permit. This includes, but is not Iimited to, provisions for: a. Flagmen b. Lnspectnrs c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railraad Campany from damage arising aut af and/or from the consteuction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemen�al information n�eded fo comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City far verification of working days that railroad flagFnen were present on Site. L. Dust Cvntrol 1. Use acceptable meas.ures to control dust at the Site. a. If water is used to control dust, capture and prop�rly dispose of waste water. b. If wet saw cutting is per#'ormed, capiure and properly dispose of slurry. M. Employee Parking 1. Provide parking far employees at Ioaations approved by the City. CITY OF FORT WORTH STANDARD COi�S'I'l2UCTiON SPECIFICATION DOCUIVIGNTS Itevised 17ecemher 2D, 2012 ICAP CONTRACT' PART I (M-458A} CITY PROJECT No. 101339 O13513-6 5PECIAL PR07ECT PROCEDURE� Page 6 oF8 � 1 1.5 SiTBM�TTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED� 3 1.7 CL�SEOUT SUBMITTALS [NOT USED] 4 1.� MAINTENANCE 1VIAT�RIAL SUBMITTALS [NQT USED] 5 1.9 QUALITY ASSi1RANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 Lll FIELD [SYTE] CONDITIONS [NOT IISED] 8 1.12 WAI7RANTY [NOT USED] 9 PART 2- PR�DUCTS [NOT US�Dj 10 PART 3- EXECUTION [N�T USED] I1 12 END OF SECTION Revision Lag DAT� NAME SUMMARY OF CHANGE 1,4.B — Added requirement of compliance with 1-Iealth and Sa�ety Code, Title 9. 8/31/2012 D. Johnson Safe#y, Subtitle A, Public SaFety, Chapter 752, High Voltage Overhead Lines. ].4.� — Added Contractor responsibility for obtaining a TC�Q Air Permil 13 C[TY qF FORT WORTH ICAP CONTRAC'[' PAR'I' I(M-458A) STANbARD CONSTRUCf[ON SPECIFICATION DOCUMEN'fS CITY PRdJECT No. 1O1339 Revised Decem6er 2p, 2p12 013513-7 SPECIAL PRO.FECT PROCEDURES Page 7 of 8 2 3 4 5 6 7 s 4 10 ll 12 13 14 15 16 t7 18 19 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 EXFIiBIT A (Ta be prin#ed on Cantractor's Letterhead) Date: CPN No.: Project Name: Mapsco Locatior�: Limits o� Construction: — � - , — — � i � i � � �, , i THIS IS �'O IN�ORf� Y8U ibAi Ui���� /4 CORlT�ACi 1d�111iH iFiE CIiY O�' �OR� �lBR�'b, OIJ� �OMPdP�Y Ii�ILL 1�IORK Of� U f ILI�Y �[N�S �iV 8R Af�0Uf�9 YOUR P�OPF�iY. CONS�RUGilO�' I�f�� ��.Glld �P��OXIIVfI�Y�LY S�V�iV �/�YS �ROf� Tb� �AT� �1� TbIS RlDTIC�. I� Y�U bAV� Gal1�SiI�R�S A�OUi ►�CC�SS, S�GURI�Y, �A��iY OR ARlY OTb�I� 15SU�, PLE�S� CALL: �iP. �CONTRACTOR'S 5UPERINTEND�NT� A� �TELEPHONE NO.> Oa 19�C. CCITY IPlSFECTOR� �1T� � TELEPHONE NO.� AFT�R 4:3D F�NI �R ON I���Ft�iV�S, F'��/�S� GALL {�17) 392 8306 PLEASE KEEP TH1S FLYER HAIUDY WHEN Y4U CALL CITY OF FORT WOEiTH STANDARD CONSTREJCTION 5PBCIPICATiON DOCUMENTS Revised Decem6er 24, 2�12 ICAP CONTRACT PART I (M-458A) CTTY PRO.T�CT No. 101339 013513-8 SPECIAL PROJECT PROCEDURES Page 8 oF8 1 2 EXHIBIT B �o�� �O�T � ���a.� � �: �no�t�� �� ����o�t►�x �rw�°�� s����� ��`����6IP°!°'I��il DU� TO UTILITY I14IPk20VEMEI�TT'S IN YOUR NEiGI�BC?�IQQD, YOIlR WAT�Ii SERVLCE WiLL BE IN'FERRUPTED QN BETVV�.�i�f THE AOUItS OF ANlI IF' Yt7U HAVE QLIESTIOP{$ ABOCJT THIS SIiU'1'-OiJT, PLEASE CALY.: MR. AT (CON'L'RACTORS SUPExtI�T'fEI�fDENT) (TEI,EPAONE NLTM�ER) :i7�� 1VIR. A'1' (CiTY INSPECTOR) (TEI.�PHOIVE NLIMRER) THIS INCONV�NIENCE Wli.i. BE AS SHOitT AS POSSIBLE. TI3ANI{ Y�YJ, CONTRACTO�t 7 4 CITY OP' PORT VsTORTH STANDARD CONSTRUC'FION SPEC[FICATIDN DOCUMENTS Revised becember 20, 2012 ICAP CONTRACT PART 1 {IuI-458A) CITY PROJECT No. ] 01339 01 45 23 3'ESTINCr AND INSPECTION S�12VICES Page I of 2 SECTIQN Ol 45 23 TESTING AND INSPECTION SERVICES PART1- GENERAL Ll SUMMARY A. Section IncIudes: 1. Testing and inspection servicas procedures and coorciination B. Deviations fram this City vf Fart Worth Standard Specification 1. None. C. R�lated Speci�cation Sections include, but ars nat nece.ssarily iimited to: I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PR�CED[TRES A, Measurement and Payment 1. Work associated with this item is consi�fered subsidiary to the various Iterns bid. No separate payment will be allowed for this Item�. a. Contractor is responsible for performing, cootdinating, and payment of all Quality� Control testing. b. City �s responsible for �ecformang and payment far first set of Quality Assurance testing. 1) If the first QuaIity Assurance test performed by the City fails, the Contractor is responsible for payment af subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until alI required payments for testing by CvntraGtor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Cam�lete testing in accordance with the Contract Documents. 2. Coardination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when t�sting is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing wiiI be performed. 3. Distribution of Testing Reports a. Electronic Distributi�n 1) Confirm development of Project directory fvr electronic submittals to be uploaded to the City's document management system, or another external FTP site appraved by the City. CITY OF FORT WORTH IC.4P CONTRACT PART I(�VI-458A) STANDARD C�NST1tUCTION SPECiFICATION BQCUMENTS CITY PRQ7ECT No. ] 01339 Revised March 9, 2020 0 i A5 23 TESTING AN� [IVSPCCTION S�RVICES Page 2 oF2 2) Upload tesf reports �o designated project direc.tory and notify appropriate City represantatives via email of submittal pasting. 3) Hard Copies a) 1 copy for alI submit�als submitted to the Project Representative b. Hard Copy Distribution (if required �n lieu of elactronic distribution) 1} T�sts performed by City a) Distribute 1 ha�rd copy to the Contractor 2} Tests performed by the Contractor a) Distribute � hard copiea to City's Project Representative 4. Provide City's Project Representative with trip ticicets for each delivered load of Concrete or Linne material including the follawing information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection l. Inspection or lack of inspection does not relieve the Cantractor from obligation to perform wprk in accardance with the Contract Documents. 1.� SUBMITTALS [NOT USEDj 1.6 ACTION SUBM�TTALS/Ik�'F�RMATIONAL SUBMITTAL� [NOT USED] 1.9 CLOSEDUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATER.IAL SiTEMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT iFSED] 1.10 DELIVERY, ST�RAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS jNOT USED] 1.12 WAI2RANTY [NOT IIS�D] PART 2- PRODUCTS �NOT USED] PART 3 - EXECUTION [N�T USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference tn Buzzsaw and nated that electronic submiita[s be uploaded through the City's docurr3ent managemenE system. C[TY OF POii`I' VVOl2TH ICAP CONTRACT PART [(M-458A) 5TA[�IDARD CONSTItUC'I'ION SYBC[F'TCATION DQCUM�NTS CITY PRp7�CT No, 10i339 Re�isad March 4, 2D20 Ol54QO-1 TCMPORARY PACIL�TIF.S ANIa CONTRQG5 Page I aF4 � 2 sECTroN ai �a oa TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 A. Section Includes: 1. Provic�e temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temparary utilities� b. Sanitary facilities c. Storaga Sheds and Bui�dings d. Dust control e. Temporaty fencing of th� construction site B. DEr�iations firom this City of Fart Worth Standard Specification 1. None. 15 C. Related Specifieation Sections include, but are not necessarily limited ta: lb 1. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contract I7 2. Division 1— General Requirements I8 I.2 PRICE AND PAYlVIENT PROCEDi]RES 19 A. Measurement and Payment 20 1. Work assocsated with this Item is considered subsidiaiy to the various Items bid. 21 Na s.eparate payment will be allow�d for this Item. 22 1.3 REFERENCES [NOT USED] a� i.4 AVNmvISTRaT� �Qu�n�rENTs 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 A, Temporary Utilities I . Obtaining Tem}aorary Se�ice a. Make arrangemants r�vith utility service cotnpanies for temporary services. b. A6ide by rules and regulations of ufility service companies or authorities having jurisdiction. c. Se rasponsible for utility servica eosts uniil Work is approved for Final Acceptance. 1} Included are fuel, power, light, heat and other utility services necessary for axecution, complation, tasting and initial operatian af Work. 2. Water a. Contractor to provide water required for and in connection with Work to be perforzned and for speci�ed tests of piping, equipment, devices or other use as reyuired for the complefion of the Work. b. Provide az�d maintain adequate supply of potable watex for damestic consumption by Contractar personnel and Cfty's Project Representatives. c. Coordination 1) Contact City 1 week before water far construction is desired CITY OF FOR'1' WORTH STANDARD CONSTRUC'1'IQN 5PECIFICATIdN DOCUMENTS Revised J�ly 1, 2011 TCAP CQNTRACT PART l (M-4S8A) C1TY PROJECT hlo. 101339 ai sooa-z TEMPORAEiY Ft�CIL1TIE$ AI�iD CONTEtOLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 14 20 21 22 23 24 25 26 27 28 29 �a 31 32 33 34 35 36 37 38 39 40 41 d. Contractor Payment for Construction Water 1) Obtain constructinn water meter fram City for payment as billed by City's established rates. 3. Electricity and Lighting a. Fro�ida and pay for electric powered service as required for Work, including testing of Work. 1) Pro�vide power for lighting, operation of equipment, or other use. b. Electric po�rrer service includes temporary power serviee or generator to maintain operations during schaduled shutdown. 4. Telephone a. Frovide �mergency telephone service at 5ite for use by Contractor personnel and othars performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Pro�ide terzzporary heat as necessary for protcction or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. S�nitary Facilities l. Provide and maintain sanitary facilities for p�rsons an Site. a. Cornply with regulations of State and local deparhnents of health. 2. Enforcc use of sanitary facilities by canstruction persQnnel at job site. a, Enclose and anchar sanitary facilities. b. No discharge will be allowed from these faeilities. c. Collect and store sewage and wast� sa as aaat to cause nuisance or health problem. d. Haul sewage and waste off-site at no Eess than weekly intervals and properly dispose in accordance with applicable reguIation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Rernov� facilities at completion of Project C. 5tarage Sheds and Buildings l. Frovide adequately ventilated, watertight, weatherproof storage facilities with floar abo�e ground Ieva1 for materials and ec�uiptnent susceptible ta weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and ordarly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lackable daors and lighting, and provide electrical sarvice for equipmer�t space heaters and heating or ventiiation as necessary to provide storage environments acceptabl� to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from ternporary and existing buildings. 6. Reznove building from site prior to Final Acceptance. 42 D. Temparary Fencing �43 1. Provide and maintain for the duration or construetion �hen required in contract 44 docutnents 45 E. Dust Controi CiTY OP COR'1' W012'I'I�I ICAP CONTRACT PrS,RT I(M-458A) S'I'ANDAIiD C.�NSTRUCTION SPECIFICATIQN DOCUMENTS C[TY PRO.IECT No. 101339 Revised July 1, 2011 1 2 3 4 5 6 7 s C 10 11 OISDOD-3 TE�v[PO�t,4RY FACILITIES ANb GONTR()L$ Page 3 af 4 i. Contractor is responsible for maintaining dust controI through the duration of the project. a. Cantracfar rerna'rns on-call at all times b. Must respond in a timely manner F. Temporary Proteetion of Construction 1. Contractor or subcontractors ar� rasponsible for pro�ecting Work from damage due to weather, i.s sUBn�riTTAr.s �NOT usEn� 1.6 ACTIQN SUBMTTTALSlINFORmATIUNAL SUBMITTALS [NOT USED] 1.7 CLOSE�UT SUSNIITTALS [NOT TTSED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE �NOT USED� l3 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NQT ITSED] 16 PART � - PRODUCTS [NOT USED] 17 PART 3- EXECUTIQN [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.� EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT T7SED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1, Maintain all temparary facilities far duration of constructian aetivities as needed. 24 3.� [REPAIR] / [RESTORATI�N] 25 3.6 RE-INSTALLATIDN 26 3.7 FIELD �oR] SITE QUALITY CONTROL [NOT USED] 27 3.� SYSTEM �TARTIIP [NOT L15ED] 28 3.9 ADJUSTING �NOT U�ED] 24 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Teznporary Facilities CITY Or P�RT WORTH ICAi' CqN'I'IZACT PAR'I' 1(M-458A) STANDARD CONSTRUCTION SPECIFLCATION DOCUMENTS CITY PROJECT No. 1D1339 Revised July l, 2011 01 50 00 - 4 TEMPQRARY PACII,IT[�S ANI� CONTROLS Page 4 of 4 1 1. Remove alI temparary facilities and restore area after completion of the Work, ta a 2 condition equal to or betier than prior �o start of Work. 3 31� PR�TECTION [NOT USED] 4 3.13 MAINTENANCE [NOT U�ED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WQRTH ICAP COI�iTRACT PART E(M-458.A) STANDAR[� CONSTRUCT[ON SPECIF[CATION DQCUMENTS GITY PRDJECT No. ]01339 Revised July l, 2011 OI 55 26 -1 STRBET USEY�RMI'f ANll1VIQDIFICATIONS TO'I'RAPk(C CONTROL Page I of 3 r 2 SECTiON 01 55 �6 STREET USE PERMIT AND MODI�`ICATIONS TO TRAFFIC CONTROL 3 PART i - GINIItAL 4 1.1 SiIMMARY 5 A. Section IncIudes: 6 1. A�ctministrativa procedures for: 7 a. Street Use Permit 8 b. Modification of approvec� traffic control 9 c. Remaval of Street Signs 10 B. Deviations from this City of Fort Worth Standard Speci�ication 11 l. None. I2 C. Related Specification Sections include, but are nnt necessarily limited to: 13 1. Division 0-- Bidding Requirernents, Cantract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 3. 5ection 34 7l 13 — Traffic Control l6 1.2 PRICE AND PAYMIIVT PROCIDTIRFS 17 A. Measurement anc� Payment 18 l. Work assc�ciated with th�s Item is considered subsidiary to the various [tetns bid. 19 No sep.arate payment vw ill be allawed for this Itetr�. 20 1.3 RF�'E12ENC ES 21 A.Aeference Standards 22 1. Reference standards cited i� this specification refer to the currentreference stanc�ard 23 published at tne time af the �atest revision date logged at the end of this 24 speciFication, unless a date is specificaily cited. 2S 2. Texas Manual on Uniform Traf�c Control Devices (TMUTCD). 2b 1.4 ADNIIlVISTRATIVE RF�(�UIRENIINTS 27 28 29 30 31 32 33 34 �5 36 A, Traffic Control 1. General a. Contractar shalI minimize ]ane closures and impact to vehicularlpedestrian kraffic. b. When traffic control plans are included in the Drawings, provide Traffic Contral in accordance with Drawings anri Section 34 7I 13. c. When traffic control plans are not included in the Dra�vings, prepare traffic eontroI plans m accardance with Section 34 71 13 and submit to City for review. 1) Allow rninimum 1 U working days for review of prapased Traffic ControL CITY QF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2U21 ICAP CONTR�ICT PART [ (M-458A) CT'I'Y PI�O.iECT Na, iQ 1339 D1 552b -2 ST R�ET US E PERMIT AND M(iDIFICA"i�1QN5 TQ T RAF'F IC CONTROL Page 2 of 3 1 2) A traffic eontroI "Typical" published by City of Fort Worth, the Texas 2 Manual Uniiied Tra�fic Control Devices (TMUI'CD} or Texas Department 3 of Transportatio� (TxDOT� can k�e used as an alternative ta preparing 4 projectlsrte speciiic traffic conirol plan if the typie.al is applicable to the 5 specific projecf/si�e. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Cantrol, a City 5treet Use Permit is required. 8 a. To ohtain Street Use Pernni�, submit Traffic Cantral Plans ta City 9 Transportation and Public Works Department. 10 �) Allow a minimum of 5 working days for perm'rt review. 11 2) It is ihe Contractar's responsibility to coordinate review of Traffic Contral 12 plans for Sfiree# Use Permit, such that constn.ict�an is nat dela.yed. 13 14 15 16 17 IS 19 2D 21 C. 1VIodification to Approved Traffie Control l. Prior to installation traffie control: a. Sub.mit revised traffic contrnl plans to City Departrnent Transportation and Pubiic Works Departrnent. 1) Revise Traffic Control�lans in accordance with Section 3� 71 13. 2) Allow minirnum 5 workin� days fnr review of revised Traffic Contro2. 3} It is the Cantractor's responsibility to coordinate re�iew of Traffic Control plans for Street Use Permrt, such that constructiar� is not delayed. D. Removal of Street 5ign 22 1. If it is determined that a street s ign must be rema�ed for construction, then contact 23 City Transportation and PubGe 1h�orks Department, Signs and Markings Division. to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, repIace permanent sign with temporary sign meeting 27 requirements af the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (M[1`I'CD). 29 2. Install temporary sign before the removal of permanent sign. 3Q 31 32 33 34 3. When construction is aompfete, to the extent that the permanent s ign can be reinstalled, contact ihe City Transportation and Public Works Departm�nf, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the CiRy's websi�e. 35 1.� SUBNIITTALS [NOT iJSID] 3fi A. Submit all required dacumentation to City's Project Representative. CITYOF FOR3' WORTH TCAI'CONTRACTPART 1(M-458A} STAiVi7ARD C()NSTRUGTION SPECIFIC:AT[pN [7C)Gl1M�N'I'S CITY PR07ECTNn. 101339 Revised Marc[i 22, 2021 01 552b-3 STREE'1' USEYERNllT AN�MODIFICATIONS TOTRAFFIC COAlTROL Pag� 3 af 3 1 1.6 ACTION SUBNIITTALSCINFORMATIONAL SUBNIITTAL� [NOT USID] 2 1.7 CLOSEOUT SUSNIITTALS [NOT USIDJ 3 1.8 MAINTFI�IANCE MATERIAL SiJBM[TTALS [NOT LTSID] 4 1.9 QU��LITY ASSURANCE [NOT USID] 5 1.10 DELIVERY, STORAGE, AND AANDLING [NOT USID] 6 l.11 FIELD [SITE] CONDI'TIONS [NOT iTSID] 7 1.12 WARRANTY [NOT USED] 8 PART � - PRODUCTS [NOT USID] 9 PART 3- EXT'.CiITION [NOT USED] 10 11 IND OF SECTION Re�ision Log DATE NAME SUMMARYOF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures aad impact to traffic. 3/22l2021 M Qwen 1.4 A. 1. c. Added la►3guage to allow for use of pu6lished traffic contro! "Typicals" i applicabEe to specific project/site. 1.4 i=. 1) Remaved reFerence to Buzzsaw 1.5 Added language ra: submittal of permit l2 CITY OF FORT W�RTH ICAPCOiV'I'iiACTP:4I2T I(IV�-458A) STANDARDCON5TRUGT[4N5PECIFICATION DOCUMEIdT� CITYPRQ3ECTNa. ]01339 Revised March 22, 2021 015713-1 S'�ORM WATER POLLUTiON PREVENTIOI�f Page I oF3 � SECTION 0157 13 STORM WATER POLLUTI�N PREVENTION 3 PART I - GENERAi� 4 1.1 SUIVIMARY 5 6 7 8 9 10 11 12 13 A. Section Includes: 1. Proeedu:res for Storm Water Pollation 1'revention Plans B. Deviations frotn this City of Fori'UVorth Standard specificatian 1. None. C. Related Specification Sections inc[ude, but are nat necessarily lirr�ited to: 1. Division 0— Bidding Requirements, Contract Forrns and Conditions of the Contract 2. Division 1— General Requiremenis 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 lb 17 18 19 24 A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Ttem is considered subsidiacy to the �arious Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in graater than I acre oidisturbance a. Measurement and Fayment shall be in accordance with Section 31 25 00. �I 1.3 REFERENCES 22 23 24 25 26 27 28 29 30 31 32 33 A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pol�ution Prevention Plan: SWPPP 4. Texas Comznission on Environmental Q�zality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard pub�is�.ed at the time of the �atest revision date lagged at the end of this Specification, unless a data is specifcally cited. 2. [ntegrated Storm Management {iSWM} Technical Manual for Construction 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 compIiance to Starmwater Pollution Prevention Plan. CITY aF FORT WORTH ICAP CONTRACT PART I(IVI-458A) STANDRRD CONSTRUCTION SP�CIFICATION DOCUMEI�€T5 CITY PROJEGT Na. iD1339 Revisad July l, 2011 O1 57 13 - 2 STORM WATER POLLEJTION PREVENTION Page 2 of 3 B. Constructzon activitiss resulting in: 2 3 4 5 6 7 S 9 l0 11 12 13 14 15 16 l7 18 19 20 21 22 23 24 25 26 27 28 29 34 3i 32 33 34 3S 36 37 38 39 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordanee �vith Section 31 25 00 and Drawings. �. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Gonstruction Fermit is requ.ired b. Complete SWPPP in accordance with TCEQ rec�uirements 1} TCEQ Small Canstruction Site Notice Required under gen�ral permit TXRI 500�0 a) Sign and post ai job site b) Prior ta Precanstruction Meeting, send 1 copy to City Department of Transportation and Public Works, �nvironmental Division, (817) 392- 6088. 2) Provide erosion and sediment contral in accordance with: a) Section 31 25 00 b) The Drawir�gs c) TXR150000 General Permit d) SWPFP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas �'oilutant Discharg� Elimination System {TPDES) General Constructian Permit is required b. Comglete SWPPP in accordance �vith TGEQ requirements 1) Prepare a TCEQ NOI farm and submit to TCEQ alang with required fee a} 5ign and post at}ob site b) Send copy Yo City De�aartment of Transportation and Public Works, Environmenta� Division, (817) 392-608$. 2) TCEQ Notice of Change required if znaking changes ar updates to NQI 3) Provida erosion and sedim�nt control in aceordanee with: a) Section 31 25 �0 b} The Drawings c) TXRI 5000� General Permit d) SWPPP e) TCEQ requirements 4} Once the project has been completed and all the closeout requireme.nts of TCEQ have been met a TCEQ Notice of Termination can ba subnn.itted. a) Send copy to City Department of Transpartatian and Public Works, Environmenta] Division, {817) 392-608$. 40 1.5 S�TBMITTALS 47 42 43 44 45 4fi �47 A. SWPPP Submit in accordance with Section O1 33 �0, except as stated herein. a. Priar to the Preconstruction Meeting, submit a draft copy of �WPI'P to the City as fallows: 1) 1 copy to the City Proj ect Manager a) City Project Manager vvill forvvard to the City Depat�tment of Transportation and Public Works, Environmental Division for review C11'Y OF FORT WORTH STANDARD CONSTRUC'C'[ON SC'�CIrICA'C[ON DOCUMENTS Ctevised July l, 2011 ICAP COIVTRACT PAR1' 1(iv[-458A) CITY PROJECT No. 101339 015713-3 STORIvi WA'iER POLLUTIpN PREVENTION Pege 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accQrdance with Section Q1 33 00. 4 1.6 ACTION SUBMITTALS/1NFORMATIONAL SUSMTTTALS [NOT USED] 5 �.7 CLOSEOUT SUBMITTALS [NOT IISED� 6 1.� 1VIAINTENANCE MATERIAL SLTBMITTALS [NOT USED] 7 1.9 QUALITY ASSiJRANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] I O 1.12 WARRANTY [NOT USED] 11 PART � - PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 I4 END OF SECTION Re�ision Log DATE NAME SL7MMARY OF CHANGE i5 CITY OF FQRT WORTFI ICAP CONTRRCT PAIZT I(M-45SA) S'tANDARD CDNSTRUCTION SPECfFICATION DOCUMENTS CITY PROJECTI�#o. ]01339 Revised July I, 201 I 015813-1 T�MFORARY PRQJECT 51GNAG� Aage l qf 3 1 2 SECTION 01 5813 TEMPORARY PROJECT SIGNAGE 3 PART1� GENERAL 4 1.1 SUMMARY 5 A. 5ection Includes: 6 1. Temporary Project Signage Requireanents 7 B. Deviations ftom this City of Fort Worth Standard Speci�cation S 1. None. 9 C. Related Specification Sections include, but are not necessarily limited ta: 10 I. Dz"vision 0— Bidding ReqUirements, Cantract Forrns and Conditions of fhe Contract 1 l 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 I. Work associated with this Itern is considered subsidiaty to the varinus Items hid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADNiINISTRATIVE REQi1IREMENTS [NOT USED] 18 1.� SUBMITTALS [NOT USEDj 19 1.6 ACTION SiTBMITTALS/INFORMATI�NAL SUBNIITTALS �NOT USED] z� zi 22 23 24 25 26 27 28 29 30 31 1.7 CLOSEOUT SUBNIITTtiLS [NOT U,SED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NQT IISED� 1.9 QUALITY A�SURANCE [NOT iiSED] 1.10 DELIVERY, STQRAGE, AND HANDLING [NOT LTSED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PR�DUCTS 2.1 OWNER-FIIRNISHED �oR] OWNER-SUPPLIEDPRODUCT� [NOT IISEDJ 2.� EQuIPMENT, PRODIICT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City"s Standard Details for project sig►as. CITY OF FOR'T WOI21'H STANDARD COI�STRUCTION SPECIFICATIdN DOCUMENTS Revised JuEy l, 2Q11 ICAP COiVTRACT PART I (M-458A) CITY PROJ�CT Na. 141339 01 58 13 - 2 TEMPORARY PROJECT SIIrNAGE Page 2 of 3 1 B. Materials 2 1. 5ign 3 a. Canstructed of'/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTTON 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXANIINATION [NOT iTSED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION I1 A. GenEral 12 1. Pro�ide vertical installation at extants of project. 13 2. Relocate sign as needed, upan request oftt�e City. 14 B, Mounfing options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIIt / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 24 3.'� FIELD [oR] SITE QUALITY CONTROL [NOT U�ED] 21 3.� SYSTEM START�TP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT US�D] 24 3.11 CLOSEOIIT ACTIVITIES [NOT USED] 25 3.1� PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Main�enance will include painting attd repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT IISED] 30 END OF SECTION 31 CITY pI�' PORT WOR7'tI [CAP GONTRl�CT PART I{M-458A) STANDARD CQNSTRUCTIDN SFECIFICATION DOCUMENI'S CITY PROdECT No. 1U1339 Revisad July l, 2011 OL5813-3 T�MPORARY PR07ECT SIGNAGE Page 3 of 3 Revision Lo.g DATE NAME SUMMARY OF CHANGE CITY OF F[)RT WORTN ICAP COI�i'I'RACT PART I(M-458A) STANDARD C�NSTRUCTTON SPECIFICATION DOCiRvIENTS CITY PROJECT No. 1O1339 Revised .Tufy 1, 2011 O L 60 00 PRQDUCT REQUIREIvfENTS Page 1 of 2 SECTIDN 01 GU 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References �or Prdduct Requirements and City Standard Products List B. DOviaiions from this Ci� oF Fort Worth Standard SpecificatiQn 1. None. C. Re�ated .Specification Sections include, l�ut are not necessarily limited to: 1. Division 0— Bidding Rec�uirernents, CantracY Forms and Conditions of the Contract 2. Division 1— GeneraI Requirements 1.� PRICE AND PAYMENT PROCEDi]RE$ [NOT LTSED] 1.3 REFERENCES [NOT USED] 1.4 ADMIIVISTRATIVE REQUIREIVIENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResourcesl and follawing the directory path; 02 - Cnnstruciion Documents/Standard Products List B. Ottly products specifica[ly included on City's Standard Product List in these Cont�•act Doauments sl�all be allowed for use on the Project. I. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specif c product requirements in the Contract Documents supersede similar prnducts included nn the City's Standard Product List. I. The City reserves the right to not allow products to be used far certain projects even though the praduct is listed on the CiTy's Standard Product List. D. Although a specific product is included on City's Standard Product [.ist, not a11 products frorn that tnanufacturer are approved far use, including but not limited to, that manufactixrer's standard praduct. E. See Section Ol 33 �Q for submittal requiretnents of Product Data included o� City's S�andard Praduct List. 1.� SiISMITTALS [NOT USED] l.b ACTION SUBMiTTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7' CLOSEOUT SUBMITTALS [NOT USED] l.8 MAINTENANCE MATERIAL SiTSNIITTALS [NOT iTSED� 1.9 QUALITY ASSi1RANCE [NOT USED] CI'�Y OF FORT WORTH ICAP COIJ'i'RAC'I' PART I(M-458A) S"fAN�ARD CONSTRUCTION SPECIFIGATION DOCUMENTS CiTY PRD.TECI' No. 101339 Re�ised March 9, 2020 o i 6a oa YRQDUC'1' REQU1ftEMENTS Page 2 af 2 L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS INOT USED] 1.12 WARRANTY jNOT USED] PART � - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USEDj END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE ] 0/12/12 D. Johnson Modified Location of City's Standard Produet i�ist 3/9/2026 D.V. Magana Removed reference tn Buzzsaw and noted that the City approved products list is accessible through the Ciiy's website. CITY OP FQRT WORTH iCAP CQ3V"I"R.ACT PAR'I' I(M-458A) STFINDARD CONSTRUCTtON SPECIFICATf0�1 DOCUMENTS CITY PRO.TECT T�Io. 1Q1339 Revised March 9, 2Q2� O16600-1 PROQUCT STORAGE AND HANDLTIVG R.�QUIREMENTS Page 1 of4 i 2 sECTroN o� 66 oa PR�DUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUIVIMARY 5 b 7 8 9 10 11 12 13 14 IS 16 1.2 A. Sectzon lncludas: I. 5cheduling of product delivery 2. Packaging of products for delivery 3. Prntection of pro�ucts against damage from: a. Handling b. Expos�re to elements or harsh en�ironments B. Deviations from this City of �'ort Worth Standard �pecification 1. None. C. Related Speei�catian Sections include, but are not necessarily limited to: 1. Division D— Bidding Reyuirements, Contract Forms and Canditions of the Contract 2, Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment l 8 1. Work associated with this Item is cansidered subsidiary to the various Iterris bid. 19 Nn se�ar�te payment will b� allowed far this Item. 20 I.3 REFERENCES [NOT USED] 21 I.4 ADIVIINISTRATIVE REQUIREMENTS [NOT USED] 22 1.� SiTBMITT�ILS [NOT USED] 23 1.6 ACTI�N SUBMITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 24 1.7 CL�SEOUT SiTBNIITTALS [NOT iTSED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY AS5URANCE [NOT USED] 27 1.10 DELIVERY AND IIANDLING 2$ 29 30 31 32 33 A. Delivery Requiremen#s �. Schedule delivery of products or equiprnent as required to aliow timely instailation and to avoid prolonged starage. 2. Provide apprapriate personne� and equipment to receive deli�+eries. 3. Delivery trucks will not be permitted to wait �xtended periads vf time on the Site %r personnel or equipment to teceive the delivery. CITY OF FORT WdRTH ICAP CONTRACT PART I(M-458A} STANDARD CDNSTRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT No. 1.01334 Revised July I, 2011 O166DO-2 PRODUCT STORf1GE AND HANDLING REQUIREMLNTS Page 2 of A 1 4. Deiiver products or equipm�nt in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents fram physical ar 3 environz�ental damage. 4 S. Clearly anc3 fully mark and idantify as to manufacturer, item and installation 5 location. 6 6. Pravide manufacturer`s instructions for storage and handling. 7 B. Handling Requirements 8 I. HandIe products ar equipment in accordance with these Contract Dacuments and 4 tnanufacturer's recommendations and instruction�. ld il 12 13 14 15 16 17 18 19 20 2l 22 23 24 25 26 27 28 C. Storage Requirements I. Store materials in accordance with manufacturer's recammendations and r�quirements of these Specifications. 2. Make necessary provisians for safe storage of materials and equipment. a. Place loose soil rnaterials and materials to be incorporated into Work to �revent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service campany installations in �icinity af Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, puhlic travel, adjoining owners, tenants and occupants. a, Arrange s�arage to provide easy aceess for inspection. 4. Restrict starage ta areas available on constructzon site for storage of tnateria� and equipment as shown on Drarr�ings, or approved by City's Froject Representative. 5. Provide off-site starage and protection when on-site storage is not adequate. a. Provide addresses af and access to off-site storage locations for inspeetion by City's Project Representative. b. Dn not use lawns, grass pints ar other pri�ate property for starag� purpnses withnut written percnission of owner or other person in possessian or control of premises. 24 7. Store in manufacturers' unopened containers. 30 S. Neatly, safeiy and compactly stack materials d�livered and stored along lin� of 31 Work to avoid incon�+enience and damage ta property owners and general public 32 and maintain at least 3�eet from fire hydrant. 33 9. Keep pubiic and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other impravements ta 35 satisfaction of City's Project Representati�+e. 36 a. Tota] length which materials may be distributed along routa of construction at 37 one time is 1,000 linear feet, unIess otherwise approved in writing by City's 38 Project Representativ�. CITY OP PORT WORTH ICAP COt�iTRACT PART [(M-458A} 5TANDARD CONSTRUCT30N SP�CIFECATION DOCUMENTS CITY PROJ�CT No. [pt339 Revised luiy l, 20i1 0166D0-3 PRODUCT STdRAGE AI�D HANDLING REQiliAEMEI�]TS Page 3 of4 1 l.11. FIELD [Sl`1'E] CONDTTIONS [NOT USEDj 2 1.12 WARRANTY jNOT USED] 3 PART 2- PRODIICTS [NOT USED] 4 PART 3 - EXECUTION S 6 7 8 9 10 11 3.1 INSTALLERS [NOT LTSEDJ 3.� EXAMII�TATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTTON [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 �-nvsTA�,AT1oN �NOT usED� 3.7 FIELD �nR] SITE QUALITY CONTROL 12 A. Tests and Inspections 33 1. Inspect all products or equipment delivered to the site prior to unloading. l4 B. Non-Conforming Work 15 L lteject all products or equipment that are damaged, used or in any other way 16 unsatisFactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 39 ADJU�TING [NOT USED] 19 310 CLEANING [NOT iTSED] 20 3.11 CLOSEOiTT ACTIVITIES [N�T iTSEDj � 22 23 24 25 26 27 2S 29 30 3.12 PROTECTION A. Protect all produets or equipment in accordance with manufacturerr's writtan directions. B. Store products or equipment in location to avoid ptaysical dannage to items while in storage. C. Protaet equipment from exposure to elements and lceep thoroughly dry if required by the manufacturer. 3.13 MAINTEN�TCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECT�ON CITY UF FORT WOi2TH STAPIDAI2D CONSTRUCTION 5PECIFICATIOIV DOCUMENTS Revised Juiy 1, 20l 1 ICAP CONTRACT PART I (M-458A) CITY PROIECT Nn. 101334 O 1 66 00 - 4 Y120DUCT STO#�.AGE AND 1-IAIVDLING REQU[REM$NT5 Page 4 oi4 CITY OF FORT WOR7'H [CAP CONTRACT PAR'T 1{M-458A) 5'TANDARD CONSTRUCT[ON SPEC{FICATIOt�1 DOCUMENTS C1TY PROJECT No, IOf339 Revised ]u!y 1, 2011 oi�000-i Iv[OBiL[ZATiON A3�D REMOBILIZATIOi�I Page 1 of4 2 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART l. - GENERAL 4 1.1 SUMMARY A. Section Incl�dea: 6 7 8 9 �a 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 1. Mobilization and Demobilization a. Mo6ilization 1) Transportation of Contractor's personnel, equiprnent, and operating supplies ta the Site 2) Establishment of necessary general facilities for tiie Contractor's operation at the �ite 3) Premiurns paid fot perfor�nance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another lacation within the designated Site 5) Relocation of necessary general facilities for tiie Contractar's operaiion irom 1 lacation to another location on the Site. h. Demobilization 1) Transpnrtatian of Contractor's personnel, �quipment, and operating supplies away from the 5ite includir�g disassembly 2) Site Ciean-up 3) Removal af all builciings and/or other facilities assenabled at the Site far this C.ontract a Mobilization and Demabilizatian do not include acti�ities fQr specific iiems of vvork that are for which payment is pra�ided elsewh:ere in the eantract. 2. Remobilizatian a. Remvbiiization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transpar�ation of Contractor's personnel, equipment, and operating supplies from the 5ite including disassembly or temporarily securing equipment, sup�alies, and other facilities as designated by tha Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in �he Contract Documents 2j Remobilization a) Transpartation of Contractor's personnel, equipment, and aperating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operatioo at the Site necessary to resume the Work. 3) No Paymer�ts will be made for: a) Mobilization and Demobilization fror�n one location to another on the Site in the norrnal pragress of perforrning the Work. b) Stand-by or idle time c) Last pxofi#s 3. Mobilizations and Demobilizaiion for Misceliar�eous Prajects a. Mobilization and Demobilization CITY OF FORT WC7IiTH STANDARD CONSTRUCTION SP�.CiFICATION DOCUIVIENTS Reviaed November 22, 2016 ICAP CONTAACT PART I (M-45&A) CI'CY PRO,I�CC Nn. 10339 017000-2 AI�OB[LIZA�'IOiV APlD REdvIOBILIZA"C30N Page 2 of 4 1 2 3 4 5 b 7 $ 9 10 11 12 13 14 15 15 17 1$ 19 20 zt 22 z3 1) Mobilixation shall cansist af the activities and cost on a Work �rdsr basis necessary for: a) Transportation of Contractor's personneI, equipment, and operating sUpplies to the Site far the issued Work Qrder. b) Establishment of necessary general facilities for the Contractor's operation at the 5ite for the issued Work Order 2) Demobilizatian shall consist of the activities and cast necessary for: a) Transportation ofCantractor'� personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Ciean-up for each issued'4Vork Order c) Remavai of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Detnobilization do not include activities for specific itenns o� work for which payment is provided els�where in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mo6ilization for Misce�laneous Proje.cts when directed by the City and the mobilization occurs within 24 hours of the issuance of the Wnrk Order. B. Daviations frorn this City o� Fo.�t Worth Standard 5peci�cation 1. None. C. Related Specification Sections incl�de, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions af the Contract 2. Divisinn 1— General Requirements �.4 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 2b 1. Mobilization and Demo6ilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Iterr�s bid. 29 . b. Payment 3Q 1) The wark performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other eompensation will he 32 allowed. 33 2) The work performed and materials f�rnished for demobilization in 34 accordance wiYh this Item are subsidiary �o the various Items bid and no other 35 campensation will be allowed. 36 37 38 3� 40 41 42 43 44 45 46 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for tk�.is Item shall be per each remobilization perfarmed. b. Payrnent 1) The work performed and rziaterials furnished in accardance with this Item and measured as provided under "Measurernent" will be paid for at the unit pric� per each "�pecified Remobiiization" in accordanca with Cantract Doeuments. e, The price shall include: 1) Demabiliza�ian as described in Section 1.1.A.2.a.1) CITY OF FORT i'VORTH STANDARD CONSTRUCTION SPECIF[CATIDN �OCUM�NTS I2evised �lavember 22, 2016 [CAF COTVTRACT PART I {M-458A) CITY PROJECT No. 10339 017000-3 MOBILIZA7'IaN AND REMQBII.IZATION P�ge 3 oi4 Z 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 2) Remol�ilization as d�scribed in Sectian I.1.A.2.a.2} d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization �or suspension o� Work as r�quired by CiTy a. Measurerrient and Payment 1) This shall be submitted as a Contract Claim in accardance with Article 10 of Section 00 72 00. 2) No payments will be rnade fvr standby, idle tisne, or lost prafits associated vvith this Item. 4. Mobalizatians and DamabiIizations for Miscellaneous Projects a. Measuremer�t 1) Measurement for this Item shall be for each Mobilization and Demobitization required by the Contract Documents b. Payment 1) The Work perfornaed and materials furnished in accorc�ance with this Item and measured as provided under "Measurejnent" will be paid far at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered suhsidiary to mobilization and shail ttot be paid far s�parat�ly. c. Tha price shall include: 1) Mobilization as described in Section 1.1.A3.a.1) 2) Demo�ilizatian as described in Section 1.1.A.3.a.2) d. No payments will be made for standhy, idle time, or lost profits associated this Item. 5. Emergency Mabi�izations and Demobilization.s for MisceIlaneous Projects a. Measurement 1) Measurement for this Item shall be for each MobiIization and Demabilization required hy the Contract Documents b. !'ayment i) The Wark performied and rr�aterials furnished in accordance with this Item and measured as provided under "Measureme�t" will be paid for at the unit price per each "Work Order Em�rgency Mobilizatiot�" in accordance with Contract Documents. Demobilization shall be cansidered subsidiary to mabilization and shall not be paid for separately, c. The price shall include 1} Mobilization as descri6ed in Section 1.1.A.4.a) 2} Demobilization as described in Section I.1.A.3.a.2) d. No payments will be mada %r standby, idle tizne, ar lost prflfits associated this Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.� SUBMITTALS [NOT USED] 43 1.6 INFOItMATIONAL SUBNIITTALS [NOT USED] 4�1 1.'� CLOSEOUT SUBMITTALS [NOT II�ED] 45 1.8 MAiNTENANCE MATERiAL SUSMITTALS [NOT USED] CITY OF PORT WORTH ICAP CONTRt1CT PART I(NI-458A) STANDARD CONSTRUCTIOt�i SPECIFICATION DOCUMENTS CITY PR07ECT No. 1 D339 Revised November 22, 2p16 oi�aoo-a Mo131LtzAr[prr .�vD x��qsl�,rzA'rION Page 4 of 4 1 1.4 QUALITY ASSURA1vCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND �IANDLING [NOT U$ED] 3 1.11 FTELD [SITE] CONDITIONS [NOT USED] 4 1.1� WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT IISED] b PART 3- EXECUTIDN [N�T USED] 7 $ END OF SECTION Revi�ion Lag DATE NAM� SUMMARY OF CHANGE ] 1/22116 Michael Qwen 1.2 Price and Payment Procedures - Revised specification, including blue text, to maka specification flexibte for eitkter subsidiary or paid bid item For Mobilization. � C[TY OF FORT WORTH ICAP CflNTRACT PF1RT I(M-�35&11) STANDARD CON3TRLICTION SPECIFICATION DOCUMENTS CI7'Y YI20.C�C7' No, I0339 Revised t*Iovember 22, 2016 017123-I CONSTIiUC7'IO1V STAKTNG AN� SUR�IEY Pgge t of 8 E SECTION Ql i123 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 A. Section Includes: 1. R�quirem�nts for canstruction stiaking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. 9 C. Related Speciiication Sectians include, but are not necessarily lsmited to: 10 1. Division Q— Bidding Requirements, Contract Forms and Co�ditions of the Cantract 11 2. Division 1-- General Requirements 12 1.� PRICE AND PAYMENT PROCEDURES 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 z� 28 29 3Q 31 32 33 34 35 3b 37 38 39 40 41 A. Measurement and Payment I. Consiruction Siaking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The wark performed and the �aterials furnished in accordance with this Item shall be paid for at the lump sum price bid for "ConstrUction Staking". 2) Payment for "Construction Staking" sha�1 be mad� in partial payments prorated by work completed cocnpared to totai work included in the lump sum item. e. The price bid shal3 include, but not be limited ta the following: 1) Verificatian of controI data provided by City, 2) Plac�rttent, maint�nance and replacemant af r�quired stakes and markings in the iield. 3) Preparation and submittal of construction staking documentation in �he farm o�"cut sheets" using the City's standard tempIate. 2. Construction Survey a. Measurement 1) This Item is consid�red subsidiary tn the varinus Items bid. b. Payment 1} The work performed and the materials furnished in accardance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Buitt Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1} The wo:rk perfarmed and the materials furnished in accordance with this Item shall be paid for at �►e lump sum price bid for "As-Built Survey". CITY O� FORT WORTH STANDARD COt*fSTRUGTION SPECICICATION POCUMENTS Revised r'ebr�ary E4, 2018 1CAP CONTRACT PART I (Ivf-458A) CITY PROJECT No. 101339 017123-2 CON5TRUCTION ST�KING AND SURVEY I�age 2 of 8 1 2 3 4 5 6 7 8 9 2) Payment for "Construction Staking" s3�al] be made in partial payments prarated by work eompleted compared to total work incl�ded in the lump sum item. c. The price bid si�a11 include, but not be lirnited to the fallawing: 1) Field zneasurements and suz�vey shots to identify �ocation of completed facilities. 2) Documentatinn and submittal of as-built survey daia onto contractor redline plans and digital survey files. l0 1.3 REFEREN�CES 11 12 13 14 15 16 i� lg f9 20 2I 22 23 24 25 26 27 28 29 3a 31 32 33 A. Definitions 1, Construction Surve - The survey measurements made priar to ar while cnnstructian is in progress to control elevation, horizontal position, dimensions and configuration af structures/impro�ements included in the Project Dravvings. 2. As-built Survev —The measurements made after the construction of the improvament features are complete to provide position coordinates for the featuras of a project. 3. Construetion Stakin� — The plaoement of stakes and markings to grovide offsets and elevations to cut and fill in or�er to locate on the ground tha designed structures/improvements included in the Project Drawings. Construction staking shall include staking easem�ents and/or right of way if indicated on the plans. 4. Survey "Field Checks" — MeasuremeRts made aftar construction staking is cnmpleted an� befnre construction work begins �o ensure that structures marked on the ground are accurately iocated per Project Drawings. B. Technical References 1. City of For� Wnrth — Canstruction Staking Standards {avaiIable an City's Buzzsaw website) — O1 71 23,16.�1_ Attac��nt A_Survsy Staking Standards 2. City of Fort VVort� - Standard Survey Data Collector Library (fxl) files (availabEe on City's Buzzsaw website). 3. Texas Department af Transportafian (TxDQT} Sur�ey Manual, latest revision 4. Texas Society of Professional Land Surveyors {TSPS}, Manua] af Practice for Land 5ur�eying in the State of Texas, Category 5 34 1.4 ADIVIINISTRATNE REQUIREMENTS 35 A. The Contractor's selection of a surveyor m.ust comply wi#h Texas Govern�ent 36 Code ���4 (qualifications based seiection} for this proj�ct. 37 1.� SUBMITTALS 38 A. Submiitals, ifrequired, shall be in accordance with Section Q1 33 00. 39 B. Alf submittals shall be received and reviewed by the City prior to delivery of work. 4a 1.6 ACTION �UBMITTALS/IN�ORMATIONAL SUBMITTALS 41 A. Field Quality Contrnl Submittals CITY OF PORT WOE�'T1�I ICAP CONTRACT PART I{.M-458A) STANDAI2D CONSTRUCTION SPECIFICAT[ON DOCi1MENTs CI1'Y YRO]EC'I' No. 101339 Revised I�ebruary 14, 2018 o� �i z3-� co�vsT�ucTraN s�rArc�rG aNb su�v��r Page 3 nf 8 1 1. Documenta�ion verifying accuracy of fie�d engin�eri�g vvork, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Gut-Sheets" conforming to the standard ternplate provic3ed by the City 9 (refer to Ol 71 23.16.01-- Attachment A�- Survey Staking Standards). 5 1.9 CLOSEOUT SUBMITTALS 6 B. As-bui3t Redline Dr�wing Submittal 7 8 9 10 11 12 13 14 l5 1. 2. Submit As-Built Surv�y Redline Drawings documenting the locationslelevations of c�ns#ructed improvements signed a�d seaI�d by Registered Prvfessional Land Surveyor (RPLS} responsible far the work (refer ko O 1 71 23.16.Q1 — Attachment A — Survey Staking Standards} . Contractor shall submit the propased as-bui�t and completed redline drawing submittal one (1} week prior to scheciuling the project �nal inspection for City review and comment. Revisions, if necassary, shall be made to the as-built redline c�rawings and resubmitted to the City prior to scheduling the construction �nal inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] I7 i9 QUALITY ASSUI2ANCE 18 A. Construction Staking 19 1. Construction staking wiYl be performed by the C.ontractor. 20 21 22 23 24 25 Zs 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 2. Coordination a. Contact City's �'roject Represen#ative at least one v�reek in advance natifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibiiity to coflrdinate staking such th�t constructivn activities ar� not d�layed or negatively impacted. 3. General a. Contraetor is responsible for preserving and maintaining staices. If City surveyors are required to re-stake for any reason, the Contaraotor will be responsible for casts to perf'arm sta:alcing_ If in the opinion of the City, a sufficient number of stakes or markings have been jost, destroyed disturbed or omit�ec� that the contracted Work cannot take p.lace then the Contractor wili be required to stake or re-s�ke the deficient areas. B. Constructinn Survey Constructi�n Sur�ey will be performed by the Contractor. 2. Coardination a. Contractar to verify that harizontal and ver�ical contral data established in the design starvey and required for construction survey is avai�able and in plac�. 3. General a. Constructian survey wi11 be perfo:rn�ed in arder to construct the work shown on the Constructian Drawings and specified in the Contract Doeuments. b. Fnr construction methods other than open cut, the Contractar shall perfarm eonstruction survey and verify control data including, but not limited #o, the following: I) Verification that established benchmarks and control are accur�.te. C[TY OF FORT WORTH STANDARD CONSTRUCTIC)N SPECI�'1CATION DOCUMENTS Revised February 1�4, 2018 iCAP CONTRACT PART 1 (M-458A) CITY PROJECTNo. i01339 017123-4 COi�3STk�i7CTIOPi STAKING AND SURV�Y Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain aIl ref�renc� lines and grades 2 for tunn�ling. 3 3) Use of line and grades to establish the lacation of the pipe. 4 4) Submit to the City copies of fie�d notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Pro�id� access for the City, if r�quasted, to �erify the guidance system and 8 the line and grade of the carrier pipe. 9 G) The Contractor retnains fully responsible For the accuracy of the work and 10 correction af it, as required. 11 7) Monitar �ine and grade continuously during construetion. 12 $) Record de�iation with respect to design line and grade once at eaeh pip� 13 jnint and submit daily records to the City. 14 9) If the installation does nat meet the specified toleranees (as outlined in 15 S�ctions 33 OS 23 and/or 33 05 24), immediately nQtify the City and correct 16 the instailation in accordanc� �vith the Contract Documents. 17 18 19 ZO 21 22 z3 24 25 26 27 28 29 30 31 32 33 34 35 C. As-Built Survey 1. Required As-Built Survey will be performed by the Cantractor. 2 3. Coordination a. Contractor is to coordinate with City to cor�firm wh�ch features reqair� as- built surveying. b. It is the Contractor's responsibility to coordinata the as-built survey and required measurements for items that are to be burted sueh that construction activities are not delayed or negatively irnpacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptabis to physi.cally measure depth and mark the ]ocation during the progress of construction and take as-built sur�e}� after the facility has been buried. The Contractar is respansible for the quality control needed to ensure accuracy. General a. The Contract�r shall provide as-built survey including the elevatian and location {and provide written docutnentation to tha City) of construction features during the progress of the construction including the foljowing: i) Water Lznes a} Top af pipe elevations and coordinates for waterlines at the follawing locations: 36 (I) Minimum every 250 linear feet, inc�uding 37 (2) Horizontal and vertica] points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) P1ugs, stub-outs, dead-end lines �� (5) Casing pipe (each end) and all buried �ttings 42 43 44 45 46 47 48 2) Sanitary Sewer a) Top of �ipe elevations and coardinates for force mains and siphon sanitary sewer iines (non-gravity facilities) at the following locations: (1) Miniznum er�ery 2541inear feet and any buried ittings (2) Horizontal and vertical p4ints of inflectian, curvature, eic. 3) Stormwater — Not Applicabie CITY OF EORT WDRTH STANDARD CONSTRUC'I'[ON SPEC[FICATION 170CUMENTS Revised Fe�ruary 14, 2018 ICAP CONTRACT PAR`C [ (M-458A) CITY PRQ7ECT I�Fa. 101339 017123-5 C.OMSTRUCTIO�V STAKING AND 5[]RVEY Page 5 oi 8 1 2 3 4 5 6 7 8 9 10 ll r2 13 14 15 16 17 18 19 20 21 22 23 24 25 b. The Contractor shall provicie as-built survey incIuding the ele�ation and location (and provide vvritten dacumentatian to the Gity) flf construction features after the cans�ructian is completed including the following: 1) Manholes a} Rim and f�ow�ine elevations and coordinates far each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling statians c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) � Air Release valves (Manhdle rim and vent pipe) g) Biow ofFvalves (Manhole rim and valve lid) h) Pressure plane �alves i) Underground Vaults (1) Rirri and flowline elevations and coordinates for each Undergraund Va�lt. 3} 5anitary SEwer a) Cleanouts (I) Rim and flowline elevations and coardinates for each b) Manholes and Junctian 5tructures (1) Rim and flowline elevations and coordinates for 0ach manho[e and junction structure. 4) 5tormwater — No� Applicable 1.10 DELNERY, STORAGE, AND IIANIILING [NOT USED] 26 1.11 FIELD [SITE] CONDITI�NS [NUT USED] 27 1.1� WAItRANTY 28 PART � - PRODUCTS 29 30 3i 32 33 34 35 36 37 38 39 4Q 41 42 43 44 A. A constr�ction survey will produce, but will nnt be limited to: 1. Recovery of relevant contro! points, points of curvatur� and paints of intersection. 2. Establish temparary horizantal and vertical contral elevations {benchmarks} sufficiently permanent and located in a manner to be used throughout cottstruction. 3. The location of planned faeitities, easements and imprnvement�. a. Estab�ishing final Iine and grade stakes for piers, fla4rs, grade beams, parking areas, utilities, streets, highways, tunnels, and other cons�ruction. b. A record of revisions ar corr�ctinns noted in an order[y manner for reference. c. A drawing, when required by the cIient, indicating the horizontal and vertical location of facilities, easernents and improvements, as buiit. 4. Cut sheets si�all be provided to the City insp�ctor and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template �vhich can be obtained from tlie Survey Superinte�dent ($17-392-7925). S. Digita! survey files in the followrng formats shal� be acceptable: a. AutoCAD {.dwg) b. ESRI Shapefile (.shp) CI'I'Y OP FOR'I' WORTH SThNDARD CQNSTI�UCTION SP�CIF[CATION DDCUM�I�iTS Revisad February 14, 2018 [CAP CONTRACT PART I (M-45$A) CITY PRpJ�CT Nn. 101339 q17123-6 COI�ISTRUCTION STAK[NG AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with ?� and 1� c� ordinu.� ii� .epar��,� ,;olurnr,� �.��,: r3�rt 41�� ��,nNlat� it a�ailabl..) 3 6. 5urvey files shall include verticat and horizontal data tied to original projec# 4 control and benchmarks, and shalI include feature d�scriptinns 5 PART 3 - EX�CUTTON 6 3.1 INSTALLERS 7 A. Tolerances: 8 I 9 10 11 12 13 1 �} 15 16 17 18 19 2D Z1 22 23 24 25 26 27 28 29 �o 31 32 33 34 35 36 37 38 39 40 41 42 43 44 The staked Iocatian of any improvement or facility should be as accurate as practical and necessary. The deg7ree of pr�cision required is dep�ndent on many factors all of which must remain judgrnental. The tolerances listed hereafter are based on generalities and, undar certain eircum.stances, shall yield to sp�cifc requirements. The surveyor sha�l assess any situation by review of the o�erall p.lans and through consultation w�th responsible parties as tn the need for specific tolerances. a. Earthwark: Grad�s for earthwc�rk or raugh cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment far earthwork and rough cut sh.ou�d not exceed i .0 ft. to}erance. b. Horizontal alignment on a structure shall be within .Q.lf� tolerance. c. Pavin� or cancrete For streets, curbs, gutters, parking areas, drivas, alleys and walkways shall 6e lacated tivithin the confines of the site boundaries and, occasionally, along a boundary or any other restricti�e line. A�vay from any restrictfve line, these facilities should be staked with an accuracy producing no mare than O.Q5ft. tolerance from their specified locations. d, Underground and o�erhaad utilitiEs, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas flr easements. Within assigned areas, these utilities should be staked wi�h an accuracy producing no more than Q. Z ft toterance from� a speci�ed location. e. The accuracy required far the vertical location of utilities varies widely. Many underground utilities require anly a minimurx�. co�er and a tolerance of 0.1 ft. should be mainfiained. Underground and ouerhead utilities on planned profle, but not depending on gravity �ow for perFormanc�, shnuld nat exceed 0.1 ft. toleranc�e. B. 5urveying instruments shall be kept in close adjustment according to manufacturer's specificatians ar in cozn�liance to standards. The City reserves the right to requesi a ealibration report at any time and recommencis regular maintenance schedule be }�erformed by a cerYified technician every 6 rnonths, 1. Field measurements of angles and distances shal] be done in suc� fash'ron as to satisfy the closures and tvlerances expressed in Part 3.1.A. 2. Vertical locations shaIl be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or canflicts found shall be reported promptly tn the City. �. Revisions, correc�ions and other pertinent data shall be logged far future referenca. CITY OC' f'ORT WORTH STANDAl2D CdNSTRUCTION SPECfFICATION DOCUM�I�I'FS Ftevised Cehruary 14, 2018 ICAY COtdTRACT PART I {M-458A) C1TY PROJECT 7�Io. 101339 oi��z�-� CON5TRUCTION STAKIIVG ANb 5URVEY Page 7 af 8 1 3.� EXAMINATION [N�T USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RE�TORATION 5 6 7 8 9 ia 11 12 13 14 3.G A. If the Contractar's work damages or destroys one or rriore of the con�rol monunaentslpoints set by the City, the monuments sha11 be adequately r�ferenced for expedientrestoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operatior�s. a. Contractor shall perfortn replacements andlor restorations. b. The City may reQuire at any tirne a survey "Field Check" of any monument ar benchmarks that are set be verified by the City surveyors 6efore further associated work can move forward. RE-INSTALLATION [NOT USED� 1S 3.7 FIELD �o�j SITE QUALYTY CONTROL lb 17 I8 19 20 3.8 21 22 23 24 25 26 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accnrdance with this Speci�cation. This includes easements and right af way, if � noted on the plans. B. Do not change or relocate s�akes or cantrol data without appraval from the City. SYSTEM STARTUP A. Surv�y Checks 1. The City reserves the rig�t to perfvrm a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3'� parly contrac�ed surveyor are not intend�d to relieve the cantractor of his�er responsibility fnr accuracy. 27 3.9 ADJUSTING [NUT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTTVITIES [NOT USED] 3D 31 32 33 34 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NQT USED] END �F SECTION Revision Log CITY q�' FdRT WORTfi ICAP CONTRACT PART I(M-458A) STANDARD CO�STiiUC'f10N SPECIFiGAT10N bOCL1ME[�f`I'S CITY PROJ�CT Na. LO1339 Revised February l4, 2018 ai�iz3-s GONSTRUCTION STAICiIVG AND SURYEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modi�ed measurement & payment under L2; added 8/31/20t7 M, qwen definitians and references under 1,3; modified 1.6; added 1.7 closeout submiital requirements; mod.ified 1.9 Quality Assurance; added P�I,RT 2— FiAQDUCTS ; Added 3.1 Installers; added 3.5 RepairlRestoration; and added 3.$ System Startup. Remaved "blue text"; revised rneasuremant and payment sEctions for Constructinn Staking and As-Builf 5urvey; added reference to seleckian comp[iance with TGC 2/1412018 M Owan 2254; revisad action and Closeout submitGal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey "during" and "after" construction; artd re�ised acceptable digital survey file format CITY OF FORT WORTH ICAP CONTItACT PART 1(M-4.58A) STANDARb CqNSTRUCT[ON SPECIFICATI�A! DdCi3MENTS CETY PROdECT No. IO L339 Revisefl February 14, 2018 - � i - '-_ _ _ - n S�c�i�n O1 7� �3.�� � Att�ch���t A Suru�y �t�ki�� �t�ndard� February 2017 G:�TXN�Projects�City_FortWorth�5552-00_CoFWPipeBursting�04_ENGR�03_Docurnen#s\01_Tech_5pecs�M458A�pIV 01- GENERAL REqUfREMENT5�017123.16.01_Attachment A_Sur�ey 5taking 5tandards.docx Page 1 of 25 These procedures ar� intended to provide a standard method far construction staking ser�ices associated with the City of Fort Wnrth projects. These are not to be considered aEl inclusive, but only as a�eneral guideline. Forprojects on 7XD0� right-vf-way or through joint YXD�T participation, adherence to the ►1fDQiSurvey i�Vianual shall be followed and if a discrepQnty arises, the TXD�� manual shall prevail. (http://onlinema___nuals.txdot.�ov/txdotmanuals/ess/ess.pdf] If you have a unique cireumstance, please consu�t witF� the project manager, inspector, or survey department at 817- 392-�925. Yable of C��ntent5 I. City of Fort Worth Contact Information I�. Construction Colors I�I. 5tandard StakingSupplies IV. 5urvey Equipment, Control, and Datum Standards V. Water 5taking VI. Sanitary Sewer Staking VII. Storm Staking Vlfl. Curb and Gutter Staking IX. Cut Sheets X. As-built 5urvey G:\TXN�Projects�City_F�rtWorth�5552-00_CoFWPipeBursting\04_�NGR�03_Documents�01_Tech_5pecs�M458A�DIV 01- GENERAL REQUIREM�N75�0171 �3.16.01_Attachment A_Survey 5taking Standards.dacx Page 2 of 25 I. Surr�e� �epar�rr�en� �en�a�t I�forr�ati�r� Physical and mailing address: 885�. Camp Bowie West �oulevard Suite 3D0 Fart Worth, Texas 75116 Office: (817j 392-7925 Survey Superintendent, d�rect line: ($17j 392-8971 II. Constru��ion �olvrs The following colors shall be used for staking or identifying features in the field. Tf�is includes #iagging, paint of laths/stakes, paint of hu6s, and any identificatian such as pin flags i# necessary. U�ilif� Colt�r PROP05ED EXCAVATION WHITE ALL ELECTRIC A�ED CONDUiT5 � -� '� � I pOTABLE WATER � GAS OR OIL '�EL.LOV4' TELEPHONE/FIB�R OPTIC O�tA�JGE SURVEY CO[�TROL POINTS, BENCHMARK5, PROPERTY CORlVER5, RIG�IT-OF-WAYS, AND �tNK ALL PAVING INCL.UDING CURB, 51DEWALK, BUILDING CORNERS SAf�ITARY SEW ER IRRIGATION AN� RECLA{MED WATFR III. Stand�rd ���l�ing �Up Ip i�s Item lVYinimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferredj b" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" lang Iron Rods [1/z" or greater diameter) 1S" lang 5uruey Marking Paint Water-bas�d Flagging 1" wide Marking Whiskers (feathersj 6" long Tacks (fnr marking hubs� 3/4" long G:�TXN�Projects�City_FartWorth�5552-00_CoFWPipeBursting\04_ENGR\D3_Documents�01 Tech_5pecs\M458A�DIV 01- GENERAL REQUIREMENTS\017123.16.01 Attachment A_5urvey 5taking 5tandards.docx Page 3 of 25 I!!. Surr►� � ui men� �on�rol a�d Datum ���ndards A. City Benchmarks AI! city benchmarks can be faund here: http_//fortworthiexas.�av/itsofutians/t;15/ Look for `Zoning Maps'. Under `Layers' , expand 'Basemap Lay�rs', and check on `Benchmarks'. B. Cnndentional or Rabotic Total Station Equipment I. A minimum of a 1D arasecond i�strument is required. II. A copy of the latest calibration report may be requested qy the City at ar�y time. !t is recammended that an instrument be calil�rated by cerCified technician at least 1 occurrence e�ery 6 months. C, iVetwor�%V.R.S. and statie GP5 Equipment I. It is critical that the surveynr v�rify the correct harizontal and vertical datum prior commencing wnrk. A site calik�ration may be required and shall consist of at least 4 contro[ points spaced e�enly apart and in varying quadrants. Additional field checks di the horizontal and �erticaf accuracies shall be completed and the Ciiy may ask for a eopy of the calibration report at any time. II. Network GPS such as the Western Data Systems or 5martNet systerns may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. lVo GP5 stakin for concrete sanitary sewer, sturm drain, final grade, or anvthin�, that needs r►ertical �radin� with a tolerance uf 0.25' ar less is allowed. a. Contral Points Set I. AII control paints set shall be accnmpanied by a lath with the appropriate Northir�g, Easting, and Elevatiort (if applicablej of the point 5et. Control points can fie set rebar, `X' in concrete, or any ather apprapriate item with a stable base and of a semi-permanent nature. A re6ar cap is optional, but preferred if the cap is marked `contro] poin#' or similar wording. II. batasheets are required for all control poinis 5et. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, Narth Cer�tral Zone 42D2, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Exarrtple: GE�ID�,2A G:�TXN�Projects�City_FortWorth�5552-00_CoFWPipeBursting\04_ENGR�D3_pacurnents�01_Tech_5pecs�M458A�DIV p.1 - GENERAL REQUIR�MENT5�OZ 7123.16.01_Attachment A_Survey Staking 5tandards.docx Page 4 of 25 E. Pre#erred Grid Datum Although many plan sets can �e in surface coordinates, the City's preferred grid datum is fisted k�elow. Careful consideration must be taken tn verify what datum each proj�ct is in prior to beginning work. It is essential the sur�eyor be familiar with caordinate transformatians and how a grid/surface/assumed coordinate system affect a project_ Proiect�d Coordinate System: hlAD_19�3�StatePiane_iexas_North_Gentra[_FIPS_�X02_Feet Proj�ction: Lambert_Conformal_Conic False_Easti ng: 19685Q0.00000000 Fa Ise�North ing: 6561666.G6666f�67 Central Meridian: -98.5DOOOODO Standard Parallel 7.: 32.13333333 5tandard Parallel 2: 33.96666667 Latitude_Of Origin: 31..6666b667 Linear Unit: Foot US Geographic Coordinate 5ystem: GCS_North_American_1983 ❑atum: D Nnrth American ].983 Prime Meridian: Greenwich Angular Unit: Degree i�ote: Regardless of what datum each particulai pro�e�r is in, deliverables ta tF�� City must �� --�nverted/translated into this preferred grid da�um. 1 copy af the deliverable should b� in the project adtum (whate�er it may bej and I copy shauld be in the NAD83, TX Nor#h Cen#ral 4202 zone. See �', �ferred File Namina Convention below F. Preferred Deliverabfe Farmat txt .csv .dwg .job G. Preferred Data Format P,�,E,z,n,�s Point Numl�er, Northing, Easting, Efevation, �escription, Notes (if applicable) H. Preferred File Naming Con�ention This is the preferred format; City Project Number Qescription_Datum.csv Exam le far a ro'ect that has surface coordinates which musfi be translated: File 1: C1�234 Rs-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234 As-built of Water on Main 5treet_Project Specific Datum.cs� G:�iXN�Projects�City_FortWorth�5552-0�_CoFWPipeBursting\Q4 ENGR�D3_Documents�Q�._Tech_Specs�M458A�DIV 01- GENERAL REQUIREMEN75�0171 23.16.01 Attachment R_Survey Staking 5tand�rds.cfocx Page 5 of 25 ���r�ple Co��rel �$al��s � � � � � � � � I_._.L_, � � � � � w � m d � J 7 � � w � — m , � , a 1Q16 i �1 � , - ,} � _, � �. _ � L�3 � � . J U1 _i � W Q.7 _ � � r7 � �� �I� �1 ' � � h -�i � w � �s ��. = 100. aa' � � � 0 � C� t7 :� �v�5aoa.aa E=�aoa.ao �� u� � � C� � 2 � H � �- 2 � I1� � � J � 41. W � � m� � � � �r��_���-. ,� � G:�TXN�Projects�CiYy_Far'tWorth�55��-00_CoFWPipeBursting�04_Ef�GR�03_�ocuments�01_Tech_5pecs�M4S$A\D!V a1. - GENERAL REQUIREMENTS�01 71 23.16.01 Attachment A_Survey Staking 5tandards.dncx Page 6 of 25 �. li���er 5�akin� ���n�1�r�s A. Centerline Staking -- Straight �ine �angents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/PJ for 12" diameter pipes ar smaller iV. Grade to flovu line (F/Lj for �6" and larger diameter pipes V. Grade shauld be 3.50' belaw the proposed top of curb line fnr ti0" and smaller diameter pipes Vf. Grade should be 4.00' 6elow Che proposed top of curb line for i2" and larger diameter pipe� VIL Cut Sheets are required on all staking and a copy can be received from the suruey superintendent Optronal: Actua! stakes shal! consist of Q SOD narl or hub set with a whisker �. Centerline Staking - Curves [. If arc leng�h is greaier than 100', POC (Point of Curvature) offset stak�s shfluld be set at a 25' interval II. Same grading guidelines as above III. Stakjng of radius paints of greater than 100' may be omitted C. Water Meter �oxes !. 7A' perpendiGular offset is preferred to the center of the box ll. Center of the meter should be 3.0' hehind the proposed face of curb Ill. Meter should be staked a minimum of 4.S' away from the edge of a driveway IV. Grade is to top of box and should he �+O.Ofi' higher than the proposed top of curb unless sho►nrn otherwise on the plans b. Fire Hydrants I. Center of Hydrant should be 3.0' behiRd proposed face of curb II. 5urvey offset stake should be 7.Q' from the center and perpendicular to the curl� line or water main III. Gracie of hydrants should be +O.�d higher than the adjacent top of curb E. Water Valves � Vaults I. Offsets should be perpendicular to the praposed water main 11. RIM grades should only he provided if an {�lans G:\TXN\Projects�City_FortWorth�555z-00_CoFWPipeBursting�Q4_ENGR�03_Documents�01_Tech_Specs�M4SSA\DIV 01- GENERAL REQUIREMENTS�0171 23.16.01_Attachmeni ATSurvey 5taking Standards.docx Page 7 0# 25 �x�rr�ple V4later Siak�s a Q. C� `�? � �ku s � � � F� 1� , � f � ��~ � =� �. �� ' � y �.; .� � � � 7' �/S � �,+�� Il sran3+oa,� � c-�.s2 � - � � �, 1 L.�- a � � ' � � ��' - � �---� �, , - '• � � � � z � ` � �•-' c� �— - �-._._ --- . . 2���' - �� � �� �r� � ���. _ _ S�Am��+��.�, � G�.�.�, � � � � - �[ � F-� � � � ` 1 �..i._. � �` � �� - 1 � � �a�� a..� ,�,.��� � m� N � 1 l 1 � � � . . � I � 1 t 1 ; RI l � - � � ; � 4i � � � � � � �' b � � c � , l� �.T.. � � � , T � � [� ' - — i ,.0 � . � � � �' q/K v� S"JfL � STamn+Oo 'll M C_.3.�� � . ,-� - I 1.�. � a --� � � � �� � u ��,, — — - � � � �, � q 'OW)� �� 14�1.6n"� �By� F U! (� � � . � �a�� W � W �r � � �� x�x G:�TXN�Projects�City_FortWorth�5552-QQ_CoFWPipeBursting�D4_ENGR�03_Documents\OS Tech_Specs�M4S8A�bIV 01 -GENERAL REQUIREM�EVTS�017123,16A1 Atiachment A_Survey Staking Stanrlards.docx Page 8 of 25 VI. Sar�ita�r� Sew�r ��akin� A. Center�ine 5taking — Straight Line Tangents I. In�erts shall be field verified and compared against the plans before staking 11. Painted green lath�stak� WIiH hub and tack or marf�er dot, no flagging required 111. 1 offset stake between manholes if manholes are 400' ar less apart IV. Offiset stakes should be located at e�en distartces and perpendicular to #he centerline V. Grades will be per plan and the date of the plan5 used shouid be noted VI. If multiple lines are at one manh�ole, each line shall have a cut/fill and direction noted VII. Stakes at e�ery grade break VIII. Cut sheets are required on all staking Qp�ional: Actual stcrkes shalf consist of a GOD narl or hub set with a whisker B. Centerline 5taking—Curpes l. If arc length is greater than 100', POC (Paint ofi Curvature) offset stakes shnukd f�� set at a 25' interval Stalcing of radius points of greater than 100' may be omitted C. Sanitary Sewer fiAanholes I. 2 offset stakes per manhole for th� purpose of providing afignment to the contractnr 11. Flowline grac�e should be on the lath/stake for e�ch flowline and direction noted III. RIM grad� should only be on the stake when provided in the plans G:�TXN\Projects\City_FartWorth\5552-00_CaFWPipeBursting�04_ENGR�Q3,�Documents\Ol_Tech_Specs\M45$A\pIV Ol- GENERAL REQUIREMEI�TS�0171 �3.16.01 Attachment A_Sur�ey 5taking Standards,docx Page 9 of 25 E�sam�ai� Sani��r�+ Se►av�r Sfiakes 'r '!� �� {i"� 4^ ��}: � ��0. ��r �� :. . ���, ,- r� � � ' � ' I � � � • • hb �U fj -E j- / � � %� ��$ � S� II� II STAzs3+71� Il�v� 4,t� II �� C�.d�ll � C-4� � _- _ �! ` � ' � .{ � � _ � � ��� l t �— � � ,;�° l � /-- � � � �� � � � 1 %' O�S � S5 � � II 5fA 3+71� �� �w C-3�-' II � � C-3� �� � � 0 � � � � � � u �� .� ��� , �� .� � c� �' a% `� . � � A. � hl � � . �� � 7' 4/$ �k. SS II �'Tk�i•M68� � � G-4 `�-' � Q � ' � � � � � ' � � . � � '� � i � � � b� - ` � , � � � �� �� �� �� `: . ��' � ,' F-- c� r � � � �� �� �� �� � �� � . ` �s`� — � � . . ' � � �� � � i' 0/: & SS ,� rQ, S~r�o-roo ����1 a-5� ���,v� c-s�'��' � f+A � , �� � � � _ ` � � �� LL � '� � a 3 � � �`� I ��� si• � �� C7 ° � � I � �� 12� O%S � 55 11 ��� g1'r1�a�ron �IL� C'-�� �� i�' a-e�� � c••a�' ���a6 � `'' 3� � � -# � �� ' � � ,_., _ 4 � � �� � � �� � . � �� G:�TXN\Prqjects�City_ForiWorth�5552-00_CoFWPipeBursting�04_�fVGR�03_Documents�0l�Tech_5pecs�M458A�bIV 01 - GENERAL REQUIREMENT5�0171 23.16.01_Attachment A_5urvey Staking Standards,dacx Page �.0 af 25 VII. �$�rr�r S�r��r �a Inlet Stal�in� A. Center{ine 5tak'rng � Straight bine Tangents I. 1 affset stake every 200' on e�en stations II. Grades are to flowline of pipe unles5 otherwise shawn on plans III. StakeS at every grade break lV. Cut sheets are required on all staking Dptional: Actual stakes shall cansist af a 60D nail or hub set wifh cr whisker B. CenterfineSfaking—Cur�es I. If arc length is greater than 100', POC {Point af Curvature) offset stakes should be set at a 25' interval II. Staking of radius paints of greater than 100' may be omitted C. StQrm Drain Inlets L Staking distances should 6e measured from end af wing Il. 5tandard 10' Inlet = 16.00' tatal length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Starm brain FVlanholes I. 2 ofFsei stakes per manhole for the pur�ose of pro�iding alignment to the contractor II. Fiowline grade should be on the lath/stake fpr each ffawlEne an� direction noted II1. RIfWI grade shauld only be on the stake when proWided in the plans G:�TXN�Frojects�City_FortWortf�\SS52-OO�CoFWP�peBursting�04_ENGR�03_Docurrtent5�01 Tech_Specs�M458A�DIV 01- GENERAL REQUIREMENT5�0171 23.16.01�Attachment A_Survey Staking 5tandards.ciocx Page 11 af 25 Ex�r�rp�e ��orrr' Inle� Stak�s FRQNT �SIDE FACING �� BACK (sine Fxcir� �.nw.) PGIhFT i ih� I HI6 Fl£YAT7iI1 @ � � � n � m 4 � 2 y I � � F ` Ipe�ITiFl�3 �M�EfCH �� �1 F]yD 11f THE SNNy BElNG STpifEp � � � INLEr STATIDN � (IF' N47E0 ON P�4N51 � .I.��J ����i� �`Ar . � � ,� � «,�,� + �� � �� in..�,.-,�� ..�4bE � S� I � � B RGK {�ne F.s�r�c rt.aw.) I�IN� �4 �� �� Hu� Fssw�� � p �� �_I � � � �� � �I � r �, �� � � ' �'IIFIFS �+� F i qF v,. �MS 9Tf. :EG � � fi �i T� I � + � � ��� c� I -A � ,__ _ _ _ pISTANCES FOR IHLEPS _ MUB Vnn-i rr. ea�; � cur� 4. .J � FLOVL[fi5 — — — —F]]G� qF F7A1+Eh1ENT STANDARQ 10 � 18 RECE56ED 1Q' � � 5TAHDPRO DOSIBLE 10' � 2@.67' — ._.. ._...._. ._ F�CE5�6 DOUBLE 10� � 3Q87` — — -- � �. J. .J _ _ � — — — — — — — — — — — — S � � � 9A"�.K CF INLET I I , . . � . . � ,, 1— � a'i��'�'.1�: 'y:. ]�. .;a. �' . �I '�' '� �i b I AIA,MMqLE � . RIM �� '�{ r� ." � � _a" ,� I �Vr1NG ':'�i�.4.•'•.+ y.: : k: FAC� C}F' IktET F EDGE 4F PP,4g�iFA1i ;'+ • _ ''• ti FPrCE OF INLET + EUt'� OF PA FRC�f�T (51DE FAGIN� �) Bv�Ck: C1F CURB FL.OWLtJE �EOGE # F�4YEFdEhJT G:�TXN�Projects�City_FortWorth�5552-00_CoFWPipeBurs#ing�Q4_ENGR\03_Documents\01_Tech_5pecs�M458A�DIV D1- GENEl3AL REQUIREMENTS�{11 71 23.15.01_Attachment A_5urvey 5#aking 5tandards.docx Page 12 of Z5 VIlL Curb an� Gutt�r Sial�in� A. Centerline Sta�ing — 5traight Line Tangents V. 1 affset stake every 5D' on even stations VI. Grades are to top of curb unless otherwise shown on pfans VII. Stakces at e�ery grade break VIII. Cut sheets are required on al1 staking �ptianal: Actua! stakes shall consrst af a 60D nail or hub set with a whisker �. Centerline Staking— CurveS III. If arc length is greaCer than 1�0', POC (Point of Curvaturej offset stakes should be set at a 25' interval IV. 5taking af radius paints of greater than 100' may be omitted G:�TXN�Projects�City_FortWqrth�5552-00_CoFWPipeBursting�0a_ENGR\03_Dncuments�01_Tech_5pecs�M4�SA�DIV 01- GENERAL REQUfREMENTS�0171 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 13 of 25 ��ar�pl� Curb � �u��er ��akes FR C� �I T CZI��f� (sioE �Ac�r�� �.a,w. �.�r' , 's � ��, r�u� �EvanaK ' Q� I�' � (s��� F,acir�� �) 0 FR � N T �o FRQNT ,,,�._,� �- v� (sb� FaCiNc �J'��,#CENf 19/C F�Q�� ei (516E FACII�#G �) ,�,�� � o �.�s � +. � n� PC.1 �Sld� FR4`ING �'} � , v� � e �, p � � �y * � Pi r`�^n � � r{� � � ��I '..-. ___' - �_- ._ __ �� 4 � � o � � � � iii i N �' � � � I I I I °' - III I �rl� � i' �- n I II I .� a� r,�e� aN --=� I� 4 � t*uxfs pdwrs P � —� f�4� . . , _. ! 1 � ti I � � ,�� � ; j 1 � j �'� ' / r � � —�—�---� � �i`- ! f f f t _� ���.f i f 1 �� I �•�a �/� ! ,�' �'� �1 ��� � � � � � � ..� �'_ f� 1 � '� � � � f ,.' / - - TC]P OF �lJ �E �,. � � � � � � \�� ��-- � � rr' � _ �'"�.Y�.,� �f� fl�� ��, _� � �� ��T ��� � �� BRGIC QF wl.�f�� - ��_-- { ,�� I � �� _f -_ - _ - r ����,� .., FA�� C�F Ci1�B I �~ —{—' �] (]�.��� � ___.�- � ��.� FL04l�LlNE E�t�E 43F Pf4VEMENT G:�TXN�Prnjects�City_FortWort��5552-00_CaFWPipeBurs#ing�04_ENGR�03_Dacuments�01_T�ch_Specs�M458A��IV 01- GENERAL REQUIREMEf�T5�017123.16.01^Attachment A_Survey Staking Standards.cfocx Page 14 nf 25 EM�r��le Curb �a Gutt�� Stakes at lntersec�i�n � � �- � ��� - � a� � a� o/s � m p sr,��ztso �� r+n� � � � �.a ,a � � � ._. , � ; i -� ; ��.�.� s ,� _ .� _ � •b — '_ � ... � ,��� I a-� — —. a ,a � A•� � �; � �Ui,S G:�TXN\Projects�City_FortWorth�5552-00_GnFWPipeeursting�Q4_ENGR�03_Docurnents�01_Tec�_Specs�M458A\AIV 01- GENERAL REqUIREMENT51017123.16A1�Attachment A�Survey 5taking Standards.docx Page 15 of 25 Ik. �u$ Sheets A. �ate of field work B. Staking Method (�PS, total station) C. Project Name D. City Project Number (Example: C01�34.) E. Location (Address, cross streets, GPS coordinatej F. Survey company name G. Crew chief name H. A blank temp��itc �an b� obtalned fr�m tne �urve� superin��ndent {see itern I abo�el �$andard �i�d �ut Sheet �ate: ❑ 70l'AL Staking A�ethod: ❑ GPS STA710fV LOCATION: city P�oject Numbee: Project Plame; ❑ OTHER CONS U L7ANi1CO P1TR�4CT0 R 5U�V�Y CR�W INITIALS ALL CR��]ES AR� TO FLOWLIRlE OR i0� OF CL1R� L11V��SS O�'b�R1i�IS� N�TEb �T# STATION �FFSET D�SCRIPTION PROP. STAK�D _ CUT + FI�L -LT/*RT GRADE ELEV. G;�[XN�Projects�City_FortWorth�5552-00_CoFWPipeBursCing�04_ENGR�03_Do[uments�01 Tech_5pecs�M458A\DIV O1- GENERAL �iEQUfREMENTS�0171 23.16.03._Attachment A_5urvey Staking Standards.docx Page 15 nf 25 �. �S-buit�c Sur�e� A. Definitian and Purpose The purpose of an as-built sur�ey is to verify the asset was in5talled in the proper locatian and grade. Furthermore, the inforrrtatinn gathered will 6e used to supplement the Ciiy's Gi5 data and must be in �he proper format when s�bmitted. See section !V. As-built survey shauld include the following (additionai items may be requestedj: Manholes Top of pipe elevatrans every 25� feet NorizontQl and vertrcal points of rnfleciiorr, curvature, etc. (A!! Fittingsj Cathvdic pr'otection teststations Sampling si'ations Meter 6oxes/vaults (A!1 sizesj Fire lines Fire hydrants Gate valves (rrm and top of nut'J Plugs, stub-outs, dead-end fines Air Releose valves fManhole rim and venr prpeJ Blow nff valves (Manhole rim and valve Iidj Pressure plane valves Cleaning wyes Clean outs Casing pipe (each endJ lnverts of pipes Turbo Meter's G:�TXN�Prajects�City_FortWorth\5552-00_CoFWPipeBursting�04_ENGR�03_Documenfis�Q1_Tech_Specs�M458A�DIV D1-GENERAL REQUIREMEN7S�01 i123.16.D1_Attathment A_Survey Staking 5tandards.docx Page 17 of 25 B. Example Deli�erable A hand written red line by the field surveyor is acceptable in most cases. This shnuld be a capy of the pians with the point number nated by each asset. If the asset is missing, then the surveyor 5hould write "Na � FOuND" to notify the CiCy. G:�7XN�Projects�City_FortWorth�5552-00_CoFWP9peBursting�04_ENGR�03_Dacuments�OZ_Tech_5pecs�M458A�DIV 01- G�NERA� REQUIREMENTS�0171 23.16.01_Attathment A_Survey 5taking 5tandards.doex Page 18 af 2� � 1 r. 6y� !y a� p �y e a� � �� � � � ���� � � �tg �����€,,,�k x � �@f� �� i� � � �'i i�o-a� � ���� . � �� .� �� � �� �� R ���� � ��� e e �€���� �� 8 �a tp LSst.'k14 �mk,t,�7� - I i� i -�ri'a.�ll :_ . —, ru J �ry;,�.. —'�—r �- -'.,�ru j�+ ,Llh {• I I f � � : .�var� d`` : �""'��''��� , i� �' � ��� � � ---.. _ .. �� t"---���� -.__._�r� ' __.. _ ��� _--_: �� � -- :-: -��:�� ���r � . � :�::=.�..:_=�� �� � � :-_--___: a i =-�;���� . . .. ' ��?.- �_:: _ ; ._- _. . -. . ; �, � ,._. .-- . � _.. w.+. - . . _ ... .._=�i . . .. �.�.�:��. ;� � t�' � -- �---- - —�--�:,� .r;� � w � ��.-- .{�� ----:�.-- _..__ . —�1 � _..����i � �@:� n.. � �- � � .._ y, .� . p_31�� ��-. 3 '_— ' " I __ ___ , i �¢ _'__ t: 1yy _--.. . ; "_ .. ��'�"� '—'� , ""'...— _.. �'�r'' �' r� _ .�" � 4� yM ' ""' —' ' — .� � :�� . �: _ . ._ . __� _..� --i-� .'�} ..f_ ... -'�_-- t ' ' '---..�.--:�-, Rl� . — .. . . . . . . f2I + I — �] P'� "�_"" ���.+f' ��� —_ f _ __. -- ��._..�;�� .�:_ . : � - �- -- � ,;�; .. - -::�__� : •� - ����:,�.,, _-_,:+. , , F�� ...��;�R � �r,,; � - . � - .. .,r �,• �� _�'� . .. -, ' �'��'A;�� � �i�i � - � P= �T��'�.4� ��� �1 � .�=- ..�ax.:xf I .:E ---' -+.-�4 '�?i .�r �-�72�.� ��� - r,, ra — �i.�_r. . �—"" . . .. �..��4:�m3i�1' �'.�#�r'�rt .���"- -`wa�r� �,: sr{�I—`��+: 1 ,��1.� . __.^�.:_:, :: , --:��r:dY9x'i�9--_ } �W � �pllf?�+'' - � ':�::_- : __ "—:'_ _ I "_ "_-_—'-- � �__ —� � — — `- , , , - - - . �- . � -- ����� /.: � G:�TXN�Projects�City_FortWorth�5552-00_CoFWPipeBursting\OA�_ENGR\03_bocuments�Q1_Tech_Spec5�M45$A\DIV 01- GENERAL REQUIREMEIVTS\0171 Z3.�6.01_Attachment A Survey Staking 5ta�dards.docx Page 19 of ZS -1r, �nr.. �:a.�r cw rr.� r - ��t�L rftarn kv i�YfiPE'i" F � l�MD 9 FA Qi.fi s �� s�1r:,� �rm�a�a 1 �l h r'.•_by] I17 �t• �..-;2 �itlJS EXIb7:� p� 16'.1�E74 �� � � � �� �r� �� � � �C� . , sr� ayrAo - rzw�. r�cvro uaa I�WVf 6 SS[Y� EXlSf. cae varv� a ra�nur�� ARFk�Ci' TC E'Xr,cT. Fs'IiNFR M57'fJ1a h!$ST�UD SiEiVF; l�1�X fs'�CEri Fl��„'ffF Vi�tYE A'�69�09:�0 , c,�snss.�rnsr .,...,.�_+...... . p *�,,, r ;,�� , d��' �' y. ��. `- � ' S fl' � . � �.y� H C ± �P " � � �. , � R �� . �,+ � I - r�r ' ,- � /7 T �77' � �)7" . � f;� , � ,«��'� � _.a �� �t� �--�R� ---.� f ¢�6fi �� . h3--rsm Si7-' . � ��9 ���ry �:��-_��:_-�� . ��r �-�c�vr. a sr.ur� �x�sr. �.v� v,�rE - d�'ii'L 19Y A 'FiFi4� ��wc.c.'�6:::crWr�aS 3? [�-au.:�r uc >s r.�.•auti.�f J�{/_ % S7'A�IOIGQp +,S�k1, fFf?o�D LYf1 ' // / �+3i�N1x ! F r�r�t. s�� sr�ev� � bP 1F f�� t?.'WitTER f�WE � L+Qi"i�z'GT 70 �xr5T.13'a�J�� 1 r,:cs,�run� e�a�sr.x� - : �F—� : � - - �-- � �=� __ � � : . ; r�_I = - : ; : � - . . . : �- - . . -�. . _ - .' � - . - • - ��_-� - : . � �--�: ifE'k,D SlAO�GF�3 - d°NL . - OG 6ar3Y�V4 HE� x e�7ez rt,F � Fd'FiVE vAtY� -.� i-FiR� Ha'cl4kft -; � !!!P' 9 i�F'C�7fflf' l�la? � � h��Ye Yi�tYE �'2F.i"c3 1DT ! CP.'i3 xer<':�'+rf r.Fmuiu 'X CUY e;�i;; : o�.y�+_-.i n �� �4.7el�iM t�9�r,� �r�v. rr�o � � � 5 ���� � •� °�S+��Lv' ,� �re� , .., n � � � `' � � �ww �-�_- _ r sY--- .-- —u-�-.r = �:,,—_: i�- r � e ��• - _.._ � � _ , ' �� ,2_ .. _ . _�= _ - '`� �� --- �_ _ 5=�_ -�:�---- �.� . r:'r _�...�.._� � .. ___._-- ? P��'�'D �� � SPAIfF� : `�� % ��' ; S�£ �lf�'� .� $` 0 �� �_� _.: f-� G:\TXN�Prajects�City_FartWorth\5552-00_CoFWPipeBursting�04_ENGR�03_Documents\Ol Tech_5pecs�M458A�DIV 01- GENERAL REQUf REMENT5�0171 23.15.01_Attachmen# A_5urvey 5taking Standards.docx Page 20 of 25 - --�i•�4.��5 i , �� !+ 1������ � �G�r.�����,1 'ti:: G:�TXN�Projecl . ` ✓ V Ol - GEN�RAL R�QUIREMENTS�Oi 71 �3.16.01_Attachment A_Survey Sia[cing Standards.docx Page 21 of 25 G:\TXN�PrajecCs�City �DIV 01- GENERAL Page 22 of 25 Obviously the .csv or .txt file cannot be signed/sealec! 6y a sur�eyor in the format requested. This �s just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POIN7 N0. NORiFEING �ASTING ELEV k 5ga6257.189 Z29507�,tti5 l 69Afi260.893 2296062.i43 3 694G307.349 2296038306 4 6948ZZ0.582 229fi0J.1.Q25 5 6946195.23 2296015.118 6 aS�Si,�,.��5 i29€02�.i21 7 6946136.012 2295942.115 8 6946ff02.257 2295919.133 9 G946003.056 2295933.418 10 b945934.677 2295SS0.52 11 69A5986.473 ZZ958G9.89Z 1Z b345895.077 22958G4.962 13 5945896.591 22458S2.i88 14 6945934.286 2245841.925 15 6945936.727 2295830.441 16 6945835.G78 i295799.707 17 55458�7.A$8 2295827.011 18 6945759.776 2295758.643 19 694S7fi8_5fi3 229S7T8.42A z0 G945TA3_318 229578$392 21 6945723.219 2295754.39A 22 b9A5b82.21 2295744.22 23 6945621.902 2295&69.471 24 690.5fi43.R07 2245736.03 25 6945571A59 2295655.195 26 69A5539.�88 2295667.803 27 &}45519.E34 2295619.G� a8 6445417.879 229SS80.27 29 fi44545b.557 2295643.1A5 30 6445387356 2295597.101 31 69a5370.fi88 22956Q6.793 3z 5945383.53 2295610559 33 8945321.228 2295551.%05 i4 b945319.355 ZZ95539.7Z8 35 53A5z4�.289 22955i0.715 3S G9A5233.624 2295544.&26 37 5945206.483 2295529.305 38 694514�.�15 22R5557.665 39 69A5113.445 2�9552U,335 au s���oas.az xz,»z�.�as 41 6445Q41.024 2295552.675 42 6945038,875 2295552.1A7 43 6945a06.397 2295518.135 44 69A4444.782 2295520.635 45 5944943.432 2245556.479 4�7 A���d�.��4 229553K.39; pESCRiP710N 72G.QR SSMH R4M 725.fiG6 GV RIM 726.85 GV RlM 723.358 SSMH RiM 722.2Z3 GV RIM lLL.JLj f� 719.448 WM REfVI 713.331 WM RIM 713.652 CO R1M 711.662 SSMH RIM 710,04G WM RIM 7W.72 WM HIM 708.205 WM RIM 709.4G7 WM EiIM 710.084 CO RIM 707.774 S$MF1 RIM 708,392 SSMH RIM 711.218 SSMii RdM 714.U86 GV RINf 71�.631 GV RIM 712.8d9 GV RiM 71fi.68S WTA RIM 723.7fi WM RINi 714.737 CO RIiN 727.514 55MH RIM 729.123 WM RIM 75�.689 ;Alh'i RIfJI 740.521 WM FtIM 736.451 LO RIM 74D.756 GV R1M 740.976 GV R1M 74p.4Q$ FH 7A6.34 WM RIM 746.777 CO IiIM 748.454 LNM RiM 749.59 SShIiH RINE 751.058 WM RIM 750.853 WM RIM 751.871 WNf RIM !JZ LJl �J��� RIIYI 751.79 WM RIM 751.88 WM RIM 752.615 WM RiM 752.801 Wl+il RiM 752.156 WM RIM 752.4fin SS�viii RiMi � _ �� � , I � - ' �. � _ _ r ° �' .. .� . � - ' � . i , '. � • - ' • 5 - ` � . _ ' i� , . „ - � � G:�TXN�Projects�City_FortWarth\5552-00_CaFWPipe6ursting�04_ENGR\03_Documents�01 Tech_Specs�M458A�DIV O1- GENERAL REQUIREMENTS�017123.16.�1�Attachment A_Survey Staking Standards.docx Page 23 of 25 C. Other preferred as-built deli�erable Some �endors ha�e indicated that it is easier to deliver this information in a different format. B�low is an example spreadsheet that is also accep#ahle and can be obtained by request from the survey superintendent, G:�TXlV�Projects�City_FortWorth�5552-0�_CoFW PipeBursting�04_ENGR�03_Do[um�nts�01_Tech�Specs�M45$A�p1V 01- GEN ERAL REQUIREMENT5�0171 23,16.01_AttachmentA_Survey 5taking 5tendards.docx Page 24 of 25 G:�TXN\Projects�City�,FortWorth\555z-OQ_CoFWPipeBursting�04_ENGR\03_Documents\OI_Tech_Specs\M458A�DIV 01- GEfVERAL REQUIREM�NT5�017123.16.01 Attachment A_Survey Staking Standards.docx Page �5 of 25 Dl 7423 - 1 CLEANING Page 1 of 4 1 z 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 1� 1.2 1.10 STORAGE, AND �IANDLING 15 A. Measurement and Payment 16 1. Work associated with this Item is cansidered subsidiar� to the various Ite�tts bid. 17 No separate payment will be allovwed far this Item. 18 1.3 REFERENCES [NOT iTSED� 19 1.4 ADMINISTRATIVE REQUIREMENTS 2Q 21 22 23 24 25 l.S SECTION Ol 74 23 CLEANING A. Section Includes: 1. Intermediate and final cl�aning for ViWork not including special cleaning of closed systems specified elsewhere B. Deviations irom this City af Fort Worth Standard Specification 1. None. C. Related Specification Sections include, hut are not necessarily limited to: 1. Division a— Bidding Requir�ments, Contract Forms and Conditions of the Contract 2. Division 1-- Genera3 Requirements 3. Sectian 32 92 13 — Hydro-Mulc�ing, Seeding and Sodding PRICE AND PAYMENT PR�CEDjJRES A. Scheduling 1. Schadule cleaning operaiians s� that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cieaning upon completion of Work and immediately priar to fina� ittspection. SUBMITTALS [NOT iTSED� 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBNIITTALS [NOT USED] 2'1 1.7 CLOSEOUT SUBMITTALS [NOT i1SED] 28 1.8 MA.INTENANCE MATERIAL SUBI�ITTALS [NOT USED] 29 19 QUALITY A�SURANCE [NOT USED] 30 3l 3z 33 A. Starage and Handling Requirem�nts 1. Store cleaning products and cleanir�g wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDAT2I7 COAiSTRUCT[ON SPECIFiCAT10N DOCUMENTS Revised .�uly l, 20i 1 ICAP CON'l'RACT PART I (M-458A) CITY PR�JECT No. ]01339 O1 74 23 - 2 CLEAt�1ING Page 2 of 4 1 111 FIELD [SITE] CONDITIONS jNOT USED� 2 1.12 WARRANTY [NOT i7SED] 3 PART � - PRODUCTS 4 �.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT iTSED] 5 �.3� MATERIALS 6 7 8 9 10 11 12 A. Cleanin� Agents 1. Compatible with surface being cleaned 2. New and uncantaminated 3. For manuiactured surfaces a. Material recomm�nded by rnanufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOiTRCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTTON I4 3.l INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USEDI 1 S 3.5 REPAIR / RESTORATION [NOT YTSED] i9 3.6 RE-INSTALLATION [NOT i15ED] 20 3.7 FIELD CoR� �ITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] �2 3.9 ADJUSTING �NOT USED] 23 24 zs 26 27 28 29 3a 3l 32 3.10 CLEANING A. General 1. Pre�ent accumulation of wastes that create hazardous cnndifiions. 2, Cnnduct cleaning and disposal operatior�s to corr�ply �vith laws and safety orders of governing authorities. 3. Do not dispose of volatil� wastes such as mineral spirits, nil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approvad soIid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in at�, alternate manner approved by City and regulatory agencies. CITY OF PqRT WpRT]-[ ICAP CQI�TRACT PART I(M-458A) STANDt1RD CONS'I'R[JCTIpN SPECIPICATION DOCUMENTS CITY PRO]CCT No. 101339 Revised 7u€y 1, 2011 ai�a�-3 CLEANit�1G Page 3 af 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroug�ly clean, sweap, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfactiQn of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractar. 8 10. Do not burn on-site. 9 10 11 12 13 S4 15 l6 i7 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 B. Interimediate Cleaning during Constructron 1, Keep Work areas clean so as not to hinder hea3th, safety or convenience of personnel in existing faciiity operafions, 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Con�ne canstruction debris daiIy in strategically located container(s): a. Co�er to prevent blowin.g by wind 6. Store debris away from constructian or operatianal activities c. Haul from site at a minimum of once per rveek 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacu�zm cleaning an an as-needed basis, until Final Accaptance. 5. Prior ta storm e�+ents, thoroughly clean site of all loose or unsecured items, which may becvme airborne ar transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastie, adhesi�es, dust, dirt, stains, fingerprints, �abels a.nd other foreign materials from sight-expos�d surfaces. 2, Wipe all Iighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and tnirrars. �. Polish glossy surfaces to a clear shine. 5. Ventilating systerns a. Clean permanent flters and replace disposable filters iiunits ware opsrated during construct�on. b. Clean ducts, blowers and coils if units ware operated without filters during construction. 6. Replace a13 burned out lamps. 7. Broom clean process area flvors. 8. Map off ce and contral room floors. 35 D. Exteriar (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers fram site. 37 a. Re-seed areas c�isturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces vf asphalt, concrete or any other object 40 that may l�inder or disrupt the flow of traffic along �he roadway. 41 3. Cjean any interior areas including, but no� limited to, vaults, manholes, structures, 42 junction boxes and inlets. C1TY OF FORT WORTH ICAP CONTRACT PART 1(Ni-458A) STANI�ARD CONSTRUCTIaN SPECIF[CATIOI� �OCUMENTS CITY PR�JECT No. 101339 Revised Iufy 1, 2011 O 1 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erasian facilities, and upan approval by 2 City, remo�e erosion contral fram site. 3 5. Clean si�ns, lights, signals, etc. 4 3.11 CLQSEOUT ACTIVII'IES [NOT USED] 5 312 PROTECTION [NOT USED] 6 313 MAINTENANCE [NOT USED] 7 314 ATTACHMENTS [NOT USED] 8 9 END OF SECTION Revisiori Log DATE NAME SUMMARY OF GHANGE I [1] CITY OP FORT WORTH TC.4P CONTRACT AART I(M-458A} STANDARD CONSTRUCTIC}N SPEC[rICATIOIV DOCiIMEN'tS C1TY PROdFCT No. 101339 Revised July 1, 2D11 01 77 19 -1 CZ,�S�OUT REQUIREMENTS Page 1 of 3 1 2 SECTiON O1 77 19 CLOSEOl1T REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY S A. Section Inelude5: 6 1. The procedure for closir�g out a contract 7 B. De�iations from this City of Fort Worth Standa.rd Speciiicatian 8 1. None. 9 C. Related Specif'�cation Sections include, but are not necessarily limited to: 10 1. Division a— Bidding Requirernents, Contract Forms and Conditions of the Contract 11 2. Di�ision 1— Gen�ra! Requirements 12 l.2 PRICE AND PAYMIIV'T PROCIDURES 13 A, 14leasurem�nt and Payment i� 1. Work associateci with this Item is considered subsidiary to the various Iterns bid. 15 Na separate paymant will be allowed for this Ite�n. l6 1.3 ItEFIItINCES [NOT USID] 17 1.4 ADNIII�IISTRATIVE REQUIRIIVIEI�iTS 1S A. Guarante�s, Bonds and Affidavits i4 1. No application for fia�al payment wrll be accepted until all guarantees, bonds, 20 certif'icates, licenses and affidavits re��ired for Work or equipment as specifisd are 2I 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 �4 release af liens has been submitted tfl the City. 25 1.5 SUBMITTAL� 26 27 ZS 29 30 3S 32 A. Submit all required documentation to City's Project Representative. 1.6 INFOItMATIONAL SUBNIITTALS [NOT USID] i.i CLOSEOITI' SUBM[TTALS [NOT LTSED] PART 2 - PRODUCTS [NOT USID] CITY OF FORT WORTH STAIVDARD COT�ISTRUCTIUi+I 5PECIFICA'TION DOCUMENTS Revised ivfarch 22, 202i ICAP CQN'CRAGT PART I (M�158A) CITYPRQ,T�CC No. 101339 or �� E9 -z CLO5COU`I' REQUIREMEI�TS Page2of3 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USID] 3 3.2 F.XAMINATION [NOT USED] 4 3.3 PREPARATTON [NOT IISID] 5 3.4 CLQSFAUT �'ROCIDURE 6 A. Prior to requesting Final Inspection, submit: 7 1. Project Record Documents in accordance with Section O1 78 39 8 9 ia 11 12 13 14 15 16 17 18 19 20 21 zz 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 2. Operation and Maintenance Data, if required, in accordance with Sect�on 01 78 23 B. Prior to requesting �'inal Inspection, perfarm iu�al cleaning in accordance rvith Section o r �r4 23. C. FinalInspection 1. After final cleaning, provide notice to the City Praject Representative that the Work is cornpleted. a. The �ily will make an initial Final Inspec�ion with the Cantractarpresent b. Upon corr�pletion of this inspection, tha City will notify the Contractor, in writing tivithin 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receivirag writte� notice fram the City, immediately ur�dertake the Work required to r�medy defic iencies and camplete t�e Work to the satisfaction of the City. 3. The Right-af-way shall be cleared of all construction materials, barricades, and temporary signag�. �. Upan completion of Work associated rvith 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, ini the presence of the Contractor, willmake a subsequent Fir�al Inspection of the project_ 5. Provid� all special accessories required to place each item of equipment in fuU operation. These spec ial accessory items include, but are not limited to: a. Sgecified spare parts b. Adequate oil and grease as required for the first Iubrication of the eqUipment c. Initial fill up of all c�emical tanks and fuel tanks d. Light bulbs e. Fuses f. VauIt keys g. Handwheels h. Other expendable items as required for inrtial start-up and operation of all equipment 38 D, Notice of Project Completion 39 1. Once the City Project Representative finds tha Wark subsequent to Final Ins.pection 40 to be satisfactary, the City will issue a Notice of Praject Campletion (Green Sheet). 41 E. Supporting Dacumentation GITY OF � ORT W ORT FI [CAP CQN'1'RACT PART I(M-458A) STANDARD CONSTRUGTION SPECI['iCATION DpCUM6I�TS CE'1'YPRQ7ECTNn. Efl1339 Re�ised Mazch 22, 2021 01 77 19 - 3 CLOSEQU'C REQUIREMENTS Page 3 of 3 1 2 3 4 S b 7 8 9 l0 11 12 13 14 3.� 1. Coordinate with the City Pro3ect Repres�ntative to complete the Following additional forms: a. Final Payment Request b. Statement of Contraet Time c. Affidavit of Payment and Release of Li�ns d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's E�aluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance l. Upan review and acceptance ofNotice of Project Completion and Supporting Documentation, in accordance with General Condikions, City wijl issu� Letter of Final Acceptance and release the Final Payment Reguest for payment. REPAIR / RESTORATION [NOT iT�ID] 15 3.6 R�INSTALLA'ITON [NOT USID] 16 3.'� FIELD (oR] SITE QUALITY CONTROL [NOT U�ED] 17 3.8 SYSTEM STARTCIP [NOT USED] 18 3.9 ADJUS'I'�NG [NOT iISID] 19 3.10 CLEAN�NG [NOT iJSID] 20 3.11 CL�SEOUT ACTIVITIES [NOT USID] 21 22 23 24 zs 3.1� PROTECTION [NOT USID] 3.13 MAINTENANCE [NOT USID] 3.14 ATTACHMENTS [NOT USID] E,ND OF SECTION Revision Log DATE NAM� SUIVIMARYOF CHANGE 3/22/2021 M Owen 3.4 C. Added language to nlarify andemphasize requirement to "ClearingRQW" 26 CITY OC FORT WOT2TH STANDARD CONSTRi]GTTON SPECIFICAT[ON DOCUMENTS Revised Maceh 22, 2021 [CAP CONTR�ICT PART I (M-458A) CZTY PROIECT Na. 101339 o��aza-� OPERATIOt+I AI�iI] MAII�iTENANCE ��1TA Page l of 5 i 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 io lI 12 13 14 15 ]6 17 1.� 18 19 2D 21 1.3 SECTYON O1 98 23 OP�RATION AND MAINTEI*IANCE DATA A. Section Iacludes: 1. Product data and related infnrmation appropriate for CiTy's maintenance at�d operation of products furnished utzder Contract 2. Such products znay include, but are not limited io: a. Traffic Controllers b. Irrigation Cnntrollers (to be operated by the City) c. Butte.rily Valves B. Deviations fram this City of Port Worth Standard Specification 1. None. C. Related Specification S�ctions include, but are not necessarily li.mited to: 3. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Genetal Requirements PRICE AND PAYMENT PROCEDiTR.ES A. Measurement and Payment 1. Wark associated with this Item is cansidered subsid.iary to the �arious Items bid. No saparate paymant will be allowed for this Item, REFERENCES [NOT USED] 22 1.4 ADM�NISTRATIVE REQiTIREMENTS 23 A. 5chedule 24 1. Subinit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.S SUBMITTALS 27 A. Submitta�s shail be in accordance with Section OI 33 00 . A11 submittals shall be 28 approved by the City prior to de(ivery. 29 1.6 INFORMATIONAL SiTBMITTALS 3D 31 32 33 3� 3S 36 37 A. Submittal Form 1, Prepare data in form of an instructional m,anual far use by City personnel. 2. Format a. Size: 8 Y� inches x 11 inches b. Paper 1) 40 pound minirnum, white, for typed pages 2) Holes reinforcad with plastic, clath or mata� c. Taxt: Manufacturer's printed data, or neatly typewritten C[TY OF I�ORT W�RTH 1CAP CON'CRACT PART [(M-458A) 3TAPIDARD CONSTRUCTIUN SPECTI�ICATIpN DOCUMENTS CITY PRO]ECT No. 1D1339 Aevised �ecemher 20, 2012 or7s23-2 OPERATION AND MA1T+fTENANCE DATA Page 2 of 5 1 2 3 4 5 5 7 8 9 t0 il 12 13 14 IS 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3R 40 41 �42 4� 44 45 4d 47 48 d e. f. Drawings 1) Pro�rde reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fald to size af text pages. Provide fly-leaf far eaeh separate product, or each pieee of operating equiprnent. 1} i'rovide typed description 4f product, and major component parts of equipment. 2) Provide indexed tahs. Cover 1) Identify each volume with typed or printed title "OPERATING AND I�IAINTENANCE iNSTRLlCTIONS". 2) List: a) Title oiProject b} Identity of separate structure as applicable c) Identity af general subject matter cor�ered an tlZe manual 3. Bi�nders a. Commercial quality 3-ring binders with durable and cleanable plastic cavers h. Wh�n multiple binders are used, carrelate the data inta related consistent groupings. 4. If availabie, provide an electronic form of the O&M Manual. B. Manual Content � 3. � 1. Neatly typewritten table of contents for each vofume, ariranged in systematic �rder a. Contractor, name of responsible principal, address and telephane number b. A list of each product required to be included, indexed to cont�nt of the volume c. List, with each prociuct: 1) The name, address and telaphone number of the subcontractor or installer 2} A list af each product required to be included, indexed to cantent of the volume 3.) IdEntify area of responsibility of each 4) I.,ocal source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annatate each sheet to: 1) Clearly identify specific product or part installed 2} Ciearly identify data applicable to installation 3) Delete references to inapplicable information Drawings a. Supplement prodUct data with drawings as necessary to cleariy 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 nf completed installation. c. Do not use Project Record Drawings as maintenance drawings. Written text, as required to supplement product data for the �aarticular installation: a. Organize in consistent fotmat under separate headings for different proeedures. b. Provide logical sequence of instructions of each procedure. CI`PY pI' [�QRT WORTH STANDARD CONSTRUCTIflN SPECIf'ICATION DOCUNiEIVTS Aevised December 2D, 2012 1CAP COIVTRACT PART 1 (NI-A58A) CLTY PROJECT No. 101339 017823-3 QYLRATION AAlD MA[?�1TENANCE �ATA I'age 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 i7 18 r9 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 44 41 42 43 44 45 4b 47 48 5. Copy of each warranty, bond and service contract issued a. Pravide information sheet for City personnel giving: 1) Proper proc�dures in event of failure 2) Instances which might affect validity af warranties or bonds C. Mazlual for Materials and Finishes 1. Submit 5 copies of complete manual in final %rm. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving fu11 information on products 1} Catalog number, size, composition 2) Color and texture designations 3) Informatian required for reordering special manufactured praducts b. Instructions for care and maintenance 1) Manufacturer's tecommendation far types of c�eaning agents and tnethods 2) Cautions against cleaning agents and methods which are detritnental to product 3) Recammended schedule for cleaning and maint�nance 3. Content, for moisture pratection and weather exposure products: a. Manufacturer's data, gi�ing full information on products 1) Applicable standards 2) Chemical composition 3 ) Details of instaIlation b. Instructions for inspectioq, rnaintenance and repair D. Manual for �quiprnent and Systems 1, Submit 5 copies of complete manual in final farm. 2, Content, %r each unit of equipmen� and system, as appropriate: a. Description o�unit and component parts 1) Funetion, normal operating characteristics and tirniting cnnditions 2) Performance curves, engineering data anr� tests 3) Compfete nozrnenclature and commercial number of reglaceable parts b. Operatittg procedures 1) 5ta�t-up, break-in, routine and normal operating instructions 2} Regulation, cantrol, stopping, shut�down and emargency instructions 3} Summer and winter operating instructions 4) Special operating instructinns c. Maintenance procedures I ) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, rapair and reassembly 4) Alignment, adjusting and checking d. Servicing and �ubrication schedule 1) List of Iubrieants required e. Manufactur�r's printed operatin� a.nd maintenance instructions f. Description �f sequence of operation by control manufacturer l} Predieted tife of parts subj ect to wcar 2} Ite►ns recomrnended to be stocke.d as spare parts g. As installed control diagrarns by cnntrols manufacturer h. Each cantractor's coordina�ion drawings 1) As installed colar coded piping diagrams CITY QF FORT WOR'I'H STAi•!p/�RD C�NSTRUCTION SY�CIFICA,TION DOCUIVIENTS Itevised December 20, 2012 ICAP CONTRqCT PiART I (M-458A) CITY PRO,�ECT No, 101339 ai �s z3 - a OPERATTOAi AND 119AINT�NANC6 �ATA Page 4 of 5 1 2 3 4 5 b 7 8 9 10 11 I2 13 14 l5 16 17 18 19 za 2I 22 23 24 25 26 27 28 29 �. J• k. 3. Content, for each electrie and electranic system, as appropriate: a. Deseription of system and component parts i) Functian, normal operating characteristics, and limiting conditions 2) Performance c�rves, engineering data and tests 3) Complete namenclature and comrnercial number of replaceable parts b. Circuit directories of panelboards l ) Elecfirical service 2) Cantrals 3} Co�nmunications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normaS operating instructions 2) Seguences required 3) Special operating instructions e. Maintenance procedures 1 } Routine operations 2) Guide to "trouhle shooting" 3) Disassembly, xepair and reassembly 4) Adjustment and checking f. Manufacturer's p.rinted aperating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and xecommended quantities to be naaintained in storage h. Other data as required under pet�inent Sections of Specifications 4. Prepare anci includ� additional data when the naed for such data becomes apparent d�ing instruction of City's personnel. Charts of �alve tag numbers, with location and function of each valve List of original mannfacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage Other data as required under pertinent Sectians of Specifications 30 1.'� CLOSEOUT SUSMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL 5i7BN1YTTALS [NOT USED] 32 1.4 QUALIT'Y ASSURANCE 33 A. Provide operativn and nnaintenance data by persanr�el with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as tschnical writer to the extent required to communicate esseniial data 36 3. Skilled as draftsman competent to pre�are required drawings CITY Of �ORT WORTH ICAP CqI�TRAC1' PAR� 1(M-458A) STANDAR[] CONSTRUCT[ON 5PECIFICATION bQCUNE�NTS CITY PROJECT No. IOi339 Revised I?ecember 20, 2012 D 1 78 23 - 5 OPERATIOH AND MAfI�iTENANCE C�ATA Page 5 of 5 I 1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FYELD [SITE] CONDITIONS [NOT USED] 3 1.1� WARRANTY [NOT iTSED] 4 PART 2- PRODiTCTS [NOT USED] 5 PART 3- EXECi�TION [NOT USED] 6 END OF SECTIQN Rewisian Lag DA'FE NAME SUMMARY OP CHANGE 5/31/2012 D, Johnson 1.5,A.1— title af section removed CITY OF FORT WOR'PI-1 ICAP CON?'RACT PART I(M-458A) STANDARD CQNSTRl3CTION SPLCTPICATION AOCUM�;NTS C[TY PROIECT Na. 1Q1339 Revised Decemher 20, 2012 D17$39-1 PRO7ECT 12�CORD DOCUMENTS Psge I of 4 l 2 SECTION Ol �� 39 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 5 6 7 8 9 10 ll 12 13 1.1 SL�MMARY A. Section Cncludes: 1. Work associated with the documenting the praject and recording changes ko project dacuments, including: a. Record Dravwings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviatians from this City of �ort Worth Standard 5pecification 1. None. I4 C. Related Speciiication Sections incIude, but are not necessarily limited to: 15 3. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1�- General Reyuirements 17 1.2 PRICE AND PAYMENT PR�CEDURE� 1 S A. Measurement and Paytn�nt 19 1. Work assnciated with this Item is considered subsidiary ta the various Items bid. 20 Na separate payment will be allowed �or this Item. 21 1.3 REFERENCES [NOT USED� 22 23 1.4 ADMINISTRATIVE REQi7IREMENTS [NOT USED] 1.5 SUBMITTALS 24 A. Prior to submitting a requ.ast far Final Inspection, delive� Project Record Docutnents to 25 City's Project RepresentaYive. 26 1.6 ACTION SUBMITTALSIINF�RMAT�ONAL SUBMITTALS [NOT USED] 27 2$ 29 3Q 3I 32 33 34 35 36 1.7 CL08EOVT SUBMiTTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.4 QUALIT'Y A�SiJRANCE A. Accuracy of Records 1. Thoraughly coardinate changes within the Record Documents, making adequat� and propar entries on each page oi Sp�eifications and each sheet of Drawings and other pocurrients where such entry is required to show the change properly. 2. Accuracy of records shal[ be such that future search for items shown in the Contract Docum�nts may reiy reasonably on informatian obtained from the approved Project Record Documents. CITY O�' FORT WOItTH STAN�ARD CONSTRUCTIQN SPECIFICATIdN DOCUMENTS Revised July 1, 201 I 1CAP CONTRACT PART i (M-458A) CiTY YROdECT No. 101339 017839-2 FROJECT RECORD DOCUMENTS Paga 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 informatian that th� change has occurred. 3 4. Provide factua� information regarding all aspects ofthe �Vork, both concealed and � �isibl�, tn anable future modificatian of the Work to praceed without lengthy and S expensive site measurement, investigation and examination. 6 1.1D STORAGE AND I3ANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Recot�d Documents completely protected from deterioratian 9 and from loss and darrtage until completion of the Work and transfer of all record�d 10 data tn the final Prflject Record Documents. 11 2. In the event of �oss oFrecorded data, use means necessary to again secure the data I2 to the City's approval. 13 a. In such ease, provide replacements to the standards originally requir�d by the 14 Contract Docurnents. 15 I.� 1 FIELD [SITE] CONDITIONS [NOT USED] 16 L12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 19 Za 21 22 23 2�l zs 26 27 21 OVk'NER-�'[JRNI�HED [oR] OWNER-SUPPLIED PRODUCT� [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Prorr�pfly %Ilnwing receipt of the Notice ta Proceed, secure frazn the City, at no charge to the Contract�r, 1 complete set of all Documents comprising the Cflntract. B. Final Record Documents I. At a time nearing the completion of the 'UVork aiid prior to Final Inspection, provide the City 1 complete set of ail Final Record Drawings in the Contract, 2.3 ACCESSORIES [NOT IISED] �.4 S�URCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 30 3l 32 33 34 35 3.1 INSTALLERS �NUT USED] 3.3. EXAMINATI�N [N�T USED] 3.3 PREPARATION [NOT USED] 3.4 MA.INTENANCE DOCUMENTS A, Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCi1MENTS - JOB SET". CITY OF FORT WORTH STANDARD CQNSTRUGTION SPCCIPICATION DOC[1MENTS Revised July f, 2D1 l ECAP CONTRACT PAR'C I (Iv1-458A) CITY PROJECT No. 101339 O1 78 39 - 3 PR03ECT RECQRI� bOCUMENTS Page3 of4 1 2. PreServation 2 a. Considering the Contract completion time, the probable nurnber of occasions 3 upon which the job set must h� 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 protect�ng the job set. 6 b. Do not use the job set for any purpose except entry of new data and far review 7 by the City, until start of transfer of data to ftnal Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey I O a. At a minimum, in accordance with the intervals set forth in 5ection 03 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 instal3ation oFthe infrastructure. 13 14 15 15 17 18 19 20 21 22 23 2� 25 26 27 28 zg 3D 31 32 33 34 35 36 37 38 39 a�a 4i 42 4. Making entries an Drawir�gs a. Recard any deviations from Contract Docurnents. b. LTse an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Ca11 attention to the entry b.y a"cloud" drawn around �he area or areas affected. e. In the event of overlapping ehanges, use different colors for the overlapping c�anges. S. Conversion of schernatic layouts a. In some cases on the Dtawings, arrangements of conduits, circuiis, piping, ducts, and simiiar items, are shown schematically and are not intended to portray precise physica� layout. i) Final physical arrangement is determined by the Contractor, subject ta the City's approval. 2) However, design of future modifications of the facility may require accurate infor�nation as to the final physical layout of items which ara shown only schematically on the Drawings. b. Show on ihe job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arraaagement is determined by the Contractor, subject to the City's appro�al. 2) Show, by symbol vr nnt�, the vertical location of the item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make a11 identification sufficiently descriptive that it may he relatad reliabiy to the Specif cations. e. The City may waive the requirements for conversian of schematic layouts where, in the City"s judgment, con�ersion serves no useful purpose. However, do not rely upon waivers being issued except as specifically tssued in vvriting by the C ity. B. Final Froject Reaord Docutxients �3 I. Transfer af data to Drawings 44 a. Carefully transfer change data shown on the job set of Recard Drawings to the 45 correspon�ing final c�ocuments, coordinating the changes as required. 46 b. Clearly indicate at each affected defail and other Drawing a fu11 deseriptian of 47 changes rnade during construction, and the aetual locatian of �tems. CITY OF FORT WORTH ICAP CONTRACT PART I(M-458A} STANDARD CONSTRUCTION SP�CIFICA7'lON DOCUMEN7'S CIT'Y PRp1�CT No. 161339 Revised 7uly 1, 201 ! 01 78 39 - 4 PRO]CCT RECORD DOCIJMEFVTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 �S 19 20 21 zz 23 24 25 c. Call attention to each entry by �rawing a"cloud° araund the area or areas affected. d. Make changes neatly, consistently and with the proper media ta assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, vviil be accepted as final Record Documents. b. If any such Docurrfent is not so appro�ved by the City, secure a new capy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to th� approval of the City. 3.� REPAIR 1 RESTORA.TION [NOT ilSED] 3.6 RE-INSTALLATION [NOT IISED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USEDj 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT U�ED] 3.1� PROTECTIQN [NOT USED� 3.13 MAINTENA.NCE [NOT USED] 3.I4 ATTACHMENTS [NDT USED] END OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 26 CCE'Y OF I�QRT WDRTH STANDARD COt�15'CRUCTIpIV 5PEC[FICATION DOCUMENTS Revised daly 1, 2U11 ICAP CONTRACT PART 1(M-458A) CITY YROJECT No. 101334 DIVISI�N 33 UTTLITIES 330510-1 UTIi.ITY TRENGH EXCAVAI'ION, EMBEDMENT, A3VD BACKFILL Page 1 of2l 1 2 SECTION 33 0� 10 UTtLITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 z5 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 41 A. Section Includes: 1. Excavafion, Emhedment and Back�ll for: a. Fressure Applications 1) Water Distribution or Transmission Main 2} Wasiewater Force Main 3) Reclaimed Water Main b. Gravi .ty Applicatians 1) Wastewater Gravity Mains 2) Storm Sewrer Pipe and Culverts 3) Storm S�wer Precast Bax and Cul�erts 2. Including: a. Exca�ation af all material encount�red, including rock and unsuitable materials b. Disposal of'excess unsuitable maCerial c. Site specific trench sa%ty d. Aumping and dewatering e. Embedment f, Concrete encasement for utility lines g. Back�'ill h. Compaction B. Deviations from this City of Foet Worth Standaxd S�ecification 1. Sectian 2.2.A.3.6 2. Section 3.4.D.4.i 3. Section 3.�4.D.9.� 4. Sectaan 3.4.E.5 c 5 Section 3.4.E.6.d.T C. Related Speci�ication 5ections include, bui are not necessarily limited ta: 1. Di�ision D— Bidding IiequiremenYs, Contract Forms, and Conditi�ns afthe Cantract 2. Division 1— General Requirements 3. Section 02 41 13 — Selective Site Demalition 4. Section 02 41 15 — Paving Remnval 5, Section p2 41 14 — Utility Removal/Abandonment 6. Section 03 30 DO — Cast-in-place Conctete 7. Section 03 34 13 — Controlleci Low St�ength Material {CLSM) 8. �ection 31 10 00 — Site Clearing 9. 5ection 31 25 00 — Erosion and Sediment Cantrol 10. Section 33 OS 26 — Utility Markers/Locators CITY OF PORT WORTH STANDARD CONSTIZCICTION SPECfFICA'fION DOCUIVIEI�TS Revised April 2, 2021 ICAP CQAi"I'RACT PART I (M-458A) CITY PROJECT No. I O1339 330510-2 UTILITY TRENCH EXCAVATION, EMBHDMEI�IT, AND B;9CKFILL E'age 2 of 21 1 L 5ection 34 71 t3 — Traffic Control 2 1.2 PRICE AND PAYMENT PROCEDLIRES 3 4 5 6 7 8 9 IQ 11 l2 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3fl 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurernent 1} This Item is considered suE�sidiary to the installatia� of the uti]ity pipe line as designated in the Drawings. b. Payment 1) The work performed aryd the materials furnished in accordance with this Itcm are considered subsidiairy to the installation ofthe utility pipe for the type of embedment and backf Il as indicated on th� plans. No other compensation will be allowed, 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as deiivered to the site and recorded by truck ticket provided ta the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backftll other than thase identi�ed in the Drawings. The work performed and materials furnished in accordance �vith pre-bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to th� Site far: a) Various embedzzient/backf'iIl materials c. The price bid shall include: I) Furnishing backfilI or embedment as specified by this Sp�cification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3, Concrate Encasement for Utility Lines a. Measuremant 1) Measured b�+ the cubic yard per pIan quantity. b. Payment 1} The work perfarmed and materials furnished in accordance with this Item and measured as provided under "MeasUremen�" will be paid for at the unit priee bid per cubic yard of "Concrete Encasen;►ent for �Ttility Lines" per plan quantity. c. The price bid shal] include: 1) Furnishing, hauling, placing and fnishing concrete iaa accordanee with Section 03 30 d0 2) Clean-up 4. Ground Water Control a. Measurement ] j Measurement shall be Iump sum when a ground water control plan is speczfically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid%r "Ground Water Control" including: a) Submittals CI'CY OF FORT WOR'I'H [CAP CONTRACT PAR't I[M-458A) STANDARD CONSTRUC'I"IQN SPEC[FICATION DOCUMEI�IT5 CITY PROJ�CT No. 101339 l2evised April 2, 2021 339510-3 []TILI'�Y TRENCH CXCAVATIOI�S, EMBEDMBN'i, AND BA�KFILL Yage 3 of 21 1 2 3 4 5 6 7 8 9 10 11 I2 13 14 15 16 b} Additional Testing c) Ground water cantroi system installation d) Graund water control system operatians and maintenance e} Disposal of water fl Remaval af ground water controI system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches th.at require french safety in accordar�ce with OSHA excavation safety standards (29 CPR Part 1926 Subpart P Sa%ty and Health regulations for Construction) b. Payment 1) The wark performed and materials furnished in accordance with this It�m and measured as provided under "M�asurement" will be paid for at the unit price bid per l�near foot of excavation to cnmpiy with OSHA excavation sa%ty standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labar and equipment. 17 1.3 REFERENCES 18 19 20 21 22 23 24 A. Definitions 1. General — Definitions used in tlais section are in accardance with Terminaingies ASTM F412 and ASTM DS and Terminoiogy ASTM D653, unless otherrvise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching badding, springline, pipe zone and foundation are defined as shown in the following schematic: CITY OF FaRT WORTFI STANDARb CONSTRUC'T�ON SPECIFICATION DOCi1M�[�TS Revised April 2, 202] [CAP CQIVTRtICT PART I (M-458A) CjTY PR0,1�CT No. 1 p1339 330510-4 [ITIL[TY TREI�lCH EXCAVATION, EMB�DMENT, ANI] I3ACKFILL Page 4 of 21 T F� F / .. / / ' ` �i �.�;�,�_�� � �� � �/; � / a _ :�+.`/ m Q �� z �'�i - � � ,� 'f iNiria� �� :� �-- BAGKFI� � � w ' >>� � `��; � SPRfNGLIN� �;-�-:�' � W 'J � HAUNCHIN� BEOnI�IG FOUNDRTION 1 2 3. 3 4 4. 5 6 5. 7 8 4 iQ 11 12 ]3 14 15 16 17 rs 19 20 21 ��. ,� ,� y� f. � ;. U�IPAVED A�ER� � EXCAUA�ED TRENCH WIDTH �� � ` / �: ��. , :� • � `� . � .�� U � � ' _ 07 J Q � � w z 0 � w � � Ob CLEARANCE Dalaterious materials — Harmful materials such as clay l�mps, silts and organic material Exca�ated Trench Depth -- Distance from the surFaee to the hottom nf the bedding or the trench fo�ndation Final Backfill Depth a. Unpaved Areas — The depth of the �nal backfill measured from tha tnp of the initial i�ackfill to the surface b, Paved Areas — The depth of the final backfll measured from the top of the it�itial backfill to bottom of perrnanent or temparaxy pavement repair B. Reference Standards 1. Reference standards cited in this Spe.cification refer to the current re�'erence standard published at the time oithe latest revision date logged at the end of this Speci�cation, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-OS Standard Speczfications for Concrete Ag�regates b. ASTM C88-US Soundness of Aggregate by Use of Sodium Sulfate nr Magnesium Sulfate c, ASTM C136-U1 Test Method for Sieve Analysis of Fine at�d Coarse Aggregate d. A�TM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. CITY fli' FORT WOR'I'H [CAP CONTRACT PART [(M-458A} S'CANA�11tB CONSTRUCT[nN SPECIFICAT[DN DOCUMENTS CITY E'EtOJECT No. 101331 i2evised April 2, 2021 � �, 330510-5 UTIL[TY TREIVCH E�{CAVATION, EMBEDMEI�!'[', AND BACKNILL Page 5 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 2Q 2I e. f. g• h. i. .1• k. I. m. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Ange�es NCachine ASTM D588 — Sta.ndard Test rnethod for Moisture-Density Relations of Soil- Cement Mixture ASTM D698�07 Test Method for Laboratory Compacfiion Charaeteristics of Soil Using Stand EflForts (12,400 ft-lb/ft3 640 Kn-mIM3)). ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Piace �y 5and Cone Method. ASTM 24$7 —10 Standarci Classification of Soils for Engineering Purposes (Unified Soil Classification 5ystem) ASTM 2321-09 Undergraund Installatian of Thermoplastic pipe for Sewers and Other Gravity-Fiow Applications ASTM D2922 — 5tandard Test Methods far Density of 5oils and Soil Aggregate in Ptace by NucIear Methods (Shallow Depth) ASTM 3Q17 - 5tandard Test Method fnr Water Content of 5oi1 and Avck in place by Nuclear Methods (Shallow Depth) ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relativa Density 3. 05HA a. Occupational Safety and Health Administratinn CFR 29, Part I925-Safety Regulations for Constructian, Subpart P- Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 2$ 29 A. Coordination 1. Utility Company No�ification a. Notify area utility compa�ties at least 48 hours in ad�ance, excluding weekends and holidays, before s#arting excavation. b. Request the locatian of buried lines anci cables in the vicinity af the proposed work. B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placemeni an the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance wiih ASTM Db98 33 priar tn commencernent of constructian activities. 34 1.S SLIBMITTALS 35 A. Submittals shall be in accordance with Section U1 33 00. 36 B. All submittals shali be appxoved by the City prior to construction. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 S. Provide detailed drawings and explanation for gro.und water and surface water 40 cor�trol, if required. �k 1 42 43 �� 2. Treneh 5afety Plan in accardance with �ccupational 5afety and Health Administration CFR 29, Part 1926-Safety Regulations for Constr�ction, Subpart P- �xcavativns 3. Stockpiled excavation and/or backfill material CITY OF FORT WOA'fH S'iANDARIl CO[YSTR[JCTIpN SPECIFICATIdN DOCUMEi�]TS Rev'ised Apri12,2021 iCAP CONTRACT PART I (M-458A} CITY PR07ECT No. ID1339 33QS1U-6 [1TILITY'['RENCH EXCAVATION, �MB�bMENT, AND SACKFILL Page 6 of 21 I 2 3 a. Provide a description nf the storage of the excavated material only if the Cnntract Documents do not a11ow storage of materials in the right-of-way of the easement. 4 l.i CLOS�OUT SLiBMITTALS [NOT USED] S 1.8 MAINTENANCE MATERIAL SUBM�TTALS [NOT USED] 6 1.4 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING S 9 1D 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 A. Storage 1. Within Existing Rights-of-Way {ROW) a. Spoil, import�d embedrnent and backfilI materials may be stored within exis�ing ROW, easements ar temparary construction easements, unless specifically disallawed in the Contract Documents. b. Do not block drainage ways, inl�ts or driveways. a Pravide erasion control in accordance with Section 31 25 04. d. 5tore materials only in areas barricaded as provided in the traffic control plans. �. In non-pa�ed areas, do not store material on the root zone of any trees or in landscaped areas. 2. Dasignated Storage Areas a. Ifthe Contract Docum�nts do not alIow the storage of spoils, embedment or backtill materials within the ROW, easement or temporary canstruction ease�nent, then secure and maintain an adequate storage loeation. b. Provide an affidavit that rights hava been secured to store the materiaks on privata prnp�rty. c. Provide erosion control in accordance with Section 31 25 00, d. Do not block drainage ways. e. Only materials used for 1 working day will be allawed to be storad in the work xone. B. Deliveries and haul-off - Coordinate all deliver�es and hau]-nff. 29 1.11 FIELD [SITE] CONDITIUNS 3a A. Existing Conditians 31 1. Any data which has been or may be provided on subsurfaee conditions is not 32 intended as a representation or warranty of accuracy or cantinuity betrveen soils. It 33 is ex�ressiy understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from 6y the Contractor. 35 2, Data is made available for �he convenience of the Contractor. CITY QF FORT WORTI-E ICAP COt�iTRACT PART I(M-458A) STAN�ARD C4N5TRUCT[ON �PI:CCI�ICAT[ON DOCUM6NTS CITY PR03ECT Na. 101339 l2evised Apri[ 2, 2021 �� os io-� UTILITY TR�NCH EXCAVATIQN, EMBEDMENT, .4NI7 BAC[CFILL Page 7 of 21 1.1� WARRANTY [NOT [TSED 2 PART2- PRODUCTS 3 �.1 OWNER-FURNISHED [ox] OWNER-SLTPPLIED PR�DUCTS 4 �.� MATERIAi�S 5 6 7 8 9 10 11 12 l3 14 15 16 l7 18 14 20 21 22 23 24 25 �6 27 28 29 30 31 32 33 34 35 36 37 A. Materials 1. Utility 5and a. Granular ar�d free flowing b. GeneralIy meets or ex�eeds the lsmits on deieterious s.ubstances per Tahle 1 for fine aggregate according to ASTM C 33 c. Reasonably free af organic material d. Gradation: sand material consisting of durable partscles, free o�thin or elongated pieces, Iumps af alay, loam or vegetable matter and m.eets the %llowing gradation may be used for utility sand embedment/backfill Sieve Size Percent Retained %z" 0 '/a" 0-5 #4 0-10 # 16 U-20 #50 2Q-70 # 100 60-90 #200 90-1Q0 e. The City has a pre-approved list of sand sources for utility embedment. The pre-appraved list can be found on the City websit�, Project Resources page. The utility sand ao�arces in the pre-approved list have demonstrated continued quality and uniformity on City of Fart Worth projects. Sand from these sources are pre-approved for use on City projects without project specific testing. 2. Crushed Rock a. Durahle crus�ed rock or recyclad concrete b. Meets the gradation nf ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Fr�e from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C13 ] or C535 £ Not mvre than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. �ine Crushed Rack a. Durable crushed raak b. Meets the gradation of ASTI�I D448 size numbers 8 or 89 c. May �e unwashed d. Free from sig;nificant silt clay ar unsuitable materials. e. Have a percentage of �wear not more than 40 percent par ASTM C131 ar C535 f. Not more than a 12 perce�t maximum loss when subjectiv� to 5 cycles of sodium sulfate soundness per ASTM C88 4. BaIlast Stone CI'TY OF FORT WOR'�H 5TANDAR� CONSTR�JCTION SPECIPICATION DOCl1M�Ni'S [�evised April 2, 202i ICAP CONTRACT PAR'I' I (M-458A) C1TY PR0IECT No. 101339 33051i�-8 UTILITY TRENCH EXCAVATIOI�I, �iVIBEDMENT, AMD BACKFILL Page 8 of2l 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 I6 17 18 19 20 21 zz 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5 6 7. 8 � a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free frnm significant siIt c2ay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 131 or C53 5 e. NoY more than a 12 percent maxirnum loss when subjected to 5 cycles of sodium sulfate soundness per AST'M C88 Acceptable Back�ll Material a. In-situ or irnported soils classified as CL, CH, SC ar GC in accordance with ASTM D2487 b. Free ft'om deleteriaus mr�terials, boulrCers over 4 inclzes in size and or;�a�ics c, Can be placed free fram voids d. Must have 20 percent passing the number 200 sieve Biended Bacl��ll Materia[ a. In-situ soils classified as SP, SM, GP or GM ir� accordance with ASTM D2487 b. Blended with in�situ or imported acceptable backfill material tn meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have. 2Q percent passing the nu�nber 200 sie�e Unaccaptable Backfill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 Seleet Fi12 a. CEassified as SC or CL in accordance with ASTM D2487 b. Liquid limii less than 35 c. Plasticity index between S and 20 Cemen# Stabilized Sand (CSS) a. Sand 1) Shall be ciean, durable sand meeting grading reyuirements for �ne aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soi1 Classification System of ASTM D24.87 b) Deleterious materials (1) Clay lumps, ASTM CI4Z, less than 0.5 percent (2) Lightweight pieces, ASTM C123, 3ess than 5.0 percent (3) Organic impurities, ASTM C40, cnlor no darker than standard color (4) Plasticity index of 4 or Iess whan tested in accordanee with ASTM D4318. b. Minimum of 4 percent cemeni content of Type I/II portland ceznant c. Water 1} Potable water, free ofsoils, aci�ls, alkalis, organic matter ar other deleterious substances, meeting requirements of ASTM C94 d. Mix zn a stationary pug mill, weigh-batch or continuous mixing plant. e. 5trength �) 54 to 154 psi compre�sive strength at 2 days in accardance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accardance with ASTM D 1633, Method A CITX OF PORT WORTH S'I`ANDARD COI�i5TRi3CTION SPECIF[CA'CION DOCUMENTS Revised April 2, �021 [CAP CONTRACT PAR'C [ (M-q58A) CITY PROJECT I�la. 1Q1339 33OS 1D-9 UTILITY TRLNCFI �.XCAVA'i'IDN, ENEBEDivfENT, AIVD I3ACKFILi. Page9of21 1 2 3 4 5 6 7 8 9 1p 11 12 l3 14 l5 16 17 18 19 20 21 22 23 24 2S 26 3) The m�imum conr�pressiWe strength in 7 days shall be 400 psi. Backfill that exceeds the rn�imum compress��e strength shall be removed by ti�e Cantractor %r no additional compensation. £ Random sarnples of delivered praduct will be taken in the field at point of delivery for each day of placetr�ent in the work area. Specimens will be prepared in accnrdanc� with ASTM D1632. 10. Contro�led Low Strength Material (CLSM} a. Canform to 5ection D3 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of palypropyIene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) iJV Resistant 6) Mirafi 1�40N by Tencate, or approved equal b. Soils Classified as ML or OH in accorda�ce with ASTM D2487 1) High-tenacity monofilament polypropylen� woven yarn 2) Percent open area of $ percent tal0 percent 3) Fibars shall retain their relative position 4) Inert to biological degradation 5) Resist nat�zrally occurring ehemicals 6) UV Resistant 7} Mirafi FV�402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 40. 27 2.3 ACCE�SORIES [NOT USED] 28 2.4 SOIIRCE QUALITY CONTROL [NUT USED] 29 PART 3 - EXECUTION 30 3.1 I.NSTALLERS [NOT USED] 31 3.� EXAMINATION 32 A. Verification ofConditians 33 34 35 36 37 38 1. Review a1i known, identified or marked utilities, whether public or pri�ate, prior ta excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners �ithin the project 3imits 48 hours prior to beginning excavation. 39 �. The in%rmation and ciata shown in the Drawings with respect to utilities is 4ff approximate and based on record information ar on �hysical appurtenances 41 observed within the pro}ect limits. �42 5. Coordir�ate with the Owner(s) af underground facitities. CITY OP FORT WORTH ICAP GONT`RACT PART I(M-4SSA) STANDARb CQNST[tUCTIOI�i SPECIFICATION DOC[SMENTS CITY PROJECT No, 101339 Revised April 2, 2021 33as �o-ia UTII.ITY 1'RL:NCH EXCAVATION, EMBEI]MENT, AND BACKFILL Page 10 of 2 � 1 2 3 4 5 6. Immediately notify any utility owner of damages to undergro�.nd facilities resulting from eonstruction activitie�. 7. Repair any damages resulting from the consi�-uction activities. B. Notify the City immediately of any changed conditian that i�npacts exca^vation and installation of the proposed utility. 6 3.3 PREPARAT�ON 7 A. Protection of In-Place CQnditions 8 9 lb 11 12 13 14 15 16 17 18 l9 20 2i 22 23 24 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 42 43 �44 45 4fi 1. Pavement a. Conduct activities rn such a way that does not damage existing pavement that is designated to rernain. 1) Where desired ta move equipment not licensed for operation an public raads ar across pa�ement, provida means to protect the pavement from all da�age. b, Repair or r�place any pavement damag.eti due to the negligence of the contractor outside the limits designated for pavement retx►oval at no additional cost to the City. 2. Drainage a. Mainfain positi�e drai�age during construction and re-establish dxainage for all swales and cul�erts aifected by construction. 3. Trees a. When operating outside of existing ROW, stake permartent and Yemporary construction easeznents. h. Restrict all constructian aetivities t� the desigrjated easerr�ents and ROW. c. Flag and pro.tect all trees designated to remain in aecardance with Section 31 10 00. d, Conduct axcavation, embedment and backfill in a manner such that there is no �amage to the tree canopy, e. Prune ar trim tree limbs as specifically allowed by the Drawings or as specifically allawed by the City. 1) Fruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. [�emove trees speci�cally designated to be re�noved in khe Drawings in accordance with Section 3] 10 QD. 4. Above ground Structures a. Protect a]I above ground structures adjacent to the construcfiota. b. Rerr�ove abo�a ground stt-uctures designated for remo�al in the Drawings in accordance with Se.ction 02 41 13 5. Traf�c a. Maintain existing traffic, except as madified by the traffic control pian, and in aecordance with Section 34 71 13. b. Do not black access to driveways or alIeys for extended periods oftime unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3} It is sPecifically allowed in the traffie controi plan c. Use traffic rated plates to maintain access until access is restored. fi. Traffic Signa] — Poles, Mast Arms, PuII boxes, Detectnr loops CITY OF FORT WdRTH ICAP COt�lTR.ACT PART I(M-458A) STANI]ARD C�N3TRUCTIQN SPECIFICAI'ION DOCUN]ENTS C1TY PRfJJECT tVo. 101334 Revised April 2, 2021 33Q510-11 UTILfTY T�iENCH EXCAVATION, EMBEDMEI�T, ANT� BACK�'ILL Page 11 of 21 1 2 3 4 5 6 7 8 9 10 11. 12 13 a. b. c. d. Notify the City's Transportation Matsagement Divisson a minimum of 48 hours prior to any excavation that cnuld impact the operations of an existin� traffic signal. Protect all traffic signal poles, mast artns, �ull boxes, traffic cabinets, conduit and detector loops. [mmediately notify the City's Transportation Management Division if any darnage occurs to any compo.nent of the traffic signal due to khe c�ontractors activities. R�pair any dam�ge to the trafiic signal poles, mast arms, pull boxes, trafFic cahinets, conduit and detector loops as a result af the construction activities. 7. Fences a. Protect all fences designated to ramain. b. Lea�e fenee in the equal ar better condition as prior to construction. 14 3.4 �NSTALLATION 15 16 17 18 T9 20 21 22 23 24 25 2s 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �F l 42 43 A. Excavation 1. 2. 3. 4. S. Excavate to a depth indicated on the Drawings. Trench excavations are defned as unclassified. No additional payment shall be granted for racic or other in-situ materials encoun�ered in the trench. Excavate to a width sufficrent for laying the pipe in accordance with the Drawings and bracing in accordance wi�h the Excavation Safety Plan. The bottom of the excavation shail be firtn and free frorr� standing water. a. Notify the Cify irrimediately if the water andlor the in-situ soils do not pravide for a iirm trench bottom. b. The City wi�l determine if any changes are rec�ui�-ed in the pipe foundation or bedding. Unless otherwise permitted by #he Drawings or by the City, the �imits ofthe excavation shaIl not advance beyond the pipe placement so that the trench may be backfIled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as speeified for the speeific pipe to be installed. b. Na additional payment will be` made for over excavation or additional bedding material. 7. Llnaccaptable Backfill Materials a. [n-situ sails classiiied as unacceptable bacicfill material shall be separated from accaptable backiill rnaterials. b. If the unacceptable backfill maYerial is to be biended in acc�rdance with this Specification, then store material in a suitabie location until the material is blended. c. Remove all unacceptahle materia! from the projeet site that is not intene3ed to he blended or modified. S. Aock — No additianal compensation will be paid for rack excavation or other changed �eld conditions. 44 B. 5horing, Sheeting and Bracing CITY OF FORT V�ORTH STANDART] CONSTRUCTION SPECIF�CATIpN I]OCUMENTS Revised April 2, 202[ ICAP CON'�RACT PART I (M-458A) CITY PRQJECT No. 10 i 339 33 OS l 0- 12 U'I']LI�'Y TR�NCH EXCAVATION, EMBEDMENT, A�ID BACKFILL Page 12 of2l 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accardanca with �'ederal and 5tate 3 requitements. 4 2, Exca�ation protection systems shalI be designad according to the space limitations S as indicated in the Drawings. 6 3. Furnish, put ir� place and maintain a trench safety system in accordance with the 7 Excavatian Safety Plan and required by Federal, Stat� nr local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed hy fhe current 9 Excavation 5afety Plan, engage a T�icensed Professional Bngineer in the State of 10 Texas to modify the Excavatian Safety Plan and provide a revised subrnittal to the 1 t CiTy. 12 5. Da not a11ow soil, nr water containing so.it, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Mo�able bracing, shoring plates or trench boxes 15 used to sUpport the sides of the trench excavation shall nat: 16 a. Disturb the embedment Iocated in the pipe zane ar lower 17 b. Alter the pipe's lin� and grade after the Excavation Protection System is 18 removed l9 c. Campromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 ] . Surface Water 23 a. Furnish a11 materials and equiptnent and perform all incidental wnrk required to 24 direct surface water away from the excavation. 25 26 z� 28 29 30 31 32 33 34 35 36 37 38 39 40 4] 42 43 44 4S 46 47 2, Ground Water a. Furnish all materials and equipment to dewater ground water by a meihod which preserves the undisturbed state ofthe subgrad� soils. b. Do not allo�v the pipe to 6e submerged within 24 hours after placement. c. Da not allaw water to flow over concrete until it has suificiently cured, d. Engage a Licensed Engineer in the State of Texas to prepar� a Ground Water Control Plan if any of the fol�owing eond�tions are encountered: 3} A Ground Watez' Cantrol Plan is specifcally required by the Contract Documents 2) If in the sole judgment of the City, ground water is sn severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation af the pipe which may include: a) Ground vrrater le�els in �he #rench are unable ta be maintaine� below the tap of the bedding b} A firm trench bottom cannot be maintained due to grnund water c) Ground water entering the excavation undermines the stability of the excavation. d} Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Gontrol and the City requires an En.gineered Ground Watex Control Plan due to conditions discavered at the site, the contractor will be eligible to submit a change order. f. Contrnl of ground water shall be consider�d subsidiary to the excavation when: CITY OF FORT WOR1`H [CAP CONTRACT PART I{M-458A) STANDARb GONSTRUCT30N SPEC[FICATION �OCUMENTS CITY PROdEC'f No. 101339 Revised April 2, 2021 33os�o-i3 UTILITY TREiVCH �XCAVATION, EMBEDMENT, AND BACKFILL f'age l 3 nf 2 i 1 1) No Ground Water Control Plan is specifically ident�fied and required in the 2 Contract Documents 3 g. Ground Water Cantrol Plan installation, operation and maintenance 4 1) Furnish all t�naterials and equipmenf necessary to implement, operate and 5 maintain tha Ground Water Contro� Plan. 6 2} Once the excavation is complete, remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground vvater in accardance �with City policy or Ordinance. 1 p 2) Da not discharge ground water onto or across private properiy wzthout 11 written permission. 12 3} Pertt�ission fram the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal sha11 not viola�e any Federal, Stat� or local regulation�. 15 D. Embedment and Pipe Placement 16 1. Water Lines less than, or equal to, 12 inches w diametar: i 7 a. Tne entire embedrnent zane shall be of uniform rnaterial. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in suff cient quantity to cause sand to pump, then use 20 crushed rock as embedment. 21 1) Yf crushed rocic is not specif cally identified in the Contract Docum�nts, 22 then crushed rock shall be paid by the pre-6id unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Pro�ide firm, uniform bedding. 25 f. Place �ipe on the bedding in accordance with the aligntnent of t�e Draw�ngs. 26 g. In no case shall the top of the pipe be l�ss than 42 inches from the surface Qf the 27 proposed grade, uniess specifically ealled for in the Drawings. 2g h. PIace embedment, including initial backfill, to a minimum of 6 inches, but not 29 more than 12 inches, above the pipe. 30 i. Where gate valves are present, the initial backfill shall e�tend to 5 inches above 31 the eleva�ion of the valve nut. 32 j. Forrn all blocking against undisturbed trench wall ta the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 L Place marker tape an top of the initial trench backf ll in accardanee with 36 Seetian 33 05 26. 37 38 39 4Q 41 42 43 4�} 45 4b 47 48 �F9 2. Water Lines 16-inches through 24-inches in diameter: a, The entir� cmbedment zone shall be af uniform material. b. Utility sand may be used For embedment when the e�cavated trench depth is Sess than 15 feet deep. c. Crushed rock ar fine crushed rock shall be used for embedm�nt for exca�ated trench depths 15 %�t, or greater. d. Crushed rock shall be used for embedment for steel pipe, e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utili�y sand f. Place avenly spread bedding material on a firm trench bottorn. g. Provide firm, uniform bedding. 1) Additsonal bedding may be required if ground water is present in the irench. Ci'1'Y OF FORT W�RTH STANDARD CQNSTR�IC'i'IDN SPECIFICAT[ON POCUMEN'�5 Revised April 2, 2021 ICAP COI�iI'RACT PART I (M-458A) CITY PROJECT No. 101334 33 05 10 - 14 U'CILTTY TRENCI-i EXCAVATIdN, EMBEDMEN"T, AND BACKFILL Page ! 4 af 21 1 2 3 4 5 6 7 8 9 l0 11 i2 13 14 15 16 17 18 19 20 2] 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 h. i. J• k, l. m. n. o. P• 2) If additionaI crushed rock is required not specifically identif�ed in t�e Cantract Documents, then crushed rock shall be paid by the pre-bid ur�it price. P1ace pipe on the bedding according io the alignment shown on �he Drawings. The pipe line shall be within: r j �3 inches of the elevation on the Drawings f'or l 6-inch and 24-inch water lines Place and compact embedment material to adequataly support haunches in aceordanca with the pipe manufacturer's recommendations. Place remaining emb�dment including initial backfi�l to a mininnum of 6 inches, but not nnore than 12 inches, abave the pipe. Where gate valves are present, the initial backfill shall extend to up to the valve nut. Compact the e.rnb�dment and initial backfill to 95 percent Standard Proctor A�TM D 69$. Density test perfortned by a commercial testing firm approved by t�e City to verify that the compaction of embedment meets requiremants. Place tr�nch geatextile fabric on top of the initial backfill, Place marker tape on top of the trench geotextile fabric in accardance with Section 33 Q5 26. 3. Watet Lines 30-inches and greater in diameter a. The �ntire embedment zone shall be of uniform materia�. b. Cr�shed rock shall be used for em6edment, c. Prnvide trench geotextile fabrie at any location �uhere crushed rocic or fne crushed rock com� into contact with utility sand. d. Place evenly spread bedding material on a firm trench botiom. e. Pro�ide firm, uniform bedding, 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crush�d rock is required which is not speci�cally identified in ihe eontract Documents, then ctushed rock shall be paid by the pre-bid unit f. g• h. i. J• k. l. m. n. o. pric.e. Place pige on the bedding according to the alignnaent shnwn on the Drawings. The pipe line shall be within: 1} f 1 inch of the elevation an the Drawings for 30-inch and large� water linas Piaee and campact embedment material to adequately support hauncFtes in accordance with the pipa manufacturer's recommendations. For steei pipe greater than 30 inches in diameter, the initial embeament lift sha11 not exceed the spring line prior to compaction. Pface r�mainir�g embedment, including initial backfill, to a minirrtum of fi inches, but not more than 12 inches, above the pipe. 'tVhere gate valves are present, the initial backfill shall extend to up ta the �aive nut. Compact the embedtnent and initial backfill to 95 percent Standard Proctar ASTM D 69$. D�ensity test may be performed by a cammercial testing firm appraved by the City ta verify that the compaction of embedment meefs requirements. Plaee trench geot�xtile fabric on top of the initial backfill. Place marker tape or� top of the trench geotextile fabric in accordance with Sectian 33 OS 26. CITY OF FORT WORTH STt�NDARD COIriSTRUCTION SPECI�ICATIDN DOCCIMENTS Revised Apri12, 2021 1CAP CONTRACT PART I (M-qSBA} CITY PROJECT No. 161339 3305 10- IS UT1LI'1'Y TRENCH E3G�AVATION, EMB�bMENT, AND BACKFiLL Page 15 of 21 1 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 2 a. The entire embedm�nt zone shal� he of uniform material. 3 b. Crushed rock shall be used for emb�dment. 4 c. Place evenly spread bedding material on a iirm trench bottoax�. 5 d. Spread hedding so #hat lines and grades are maintained and thatthere are no 6 sags in the sanitary sewer pipe line. '7 e. Provide firm, Uniform bedding. 8 l} Additional bedding may he requir�d if ground water is present in the 9 trench. 1Q 2) If additiona! �rushed rock is requirad w�ich is not specifically i.dentified in l 1 the Cantract Documents, then crushed rock shali be paid by the pre-bid unit 12 price. 13 f. Place pipe on the bedding according to tlae alignment shown in the Drawings. 14 g. T4�e pipe line shall be within �Q.1 inches of the elevation, and be consistent l5 with the grada shown on the Drawings. 16 t�. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe rt�anufaeturer's recommendations. 18 i. Far sewer lines greater than 30 inches in diameter, the embedment iift shall not 19 exceed the spring line p.riar to compaction. 20 j. Place remaanira embed►ner�t ineludin ini#al back rll to a minimum o IZ 21 inches. a6ove the nine. 22 k. Compact the embedment and ini#ial backiill to 95 percent Standard Proctar 23 ASTM D 698. 24 1. Density test snay be per%rmed by a commercial testing firm approved by the 25 City to �erify that the compactian of embedment meets requirements. 26 m. Place french geotextile fabric ot► inp of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in acaordance with 28 See�ion 33 OS 26. 29 3D 31 32 33 34 35 36 37 38 39 40 �41 42 43 44 45 46 47 48 49 Storm 5ewer (RCP) a. Tha bedding and the pipe z�ne up to the spring line shall be of uniform ma#erial. b. Crushed rac�C shall he used for embedment up to the spring line. e. The specified backfill material may be used above the spring line. d. Place evenly sprcad bedding material on a firrn trench bottom. e. Spread bedding so that lines and grad�s are maintained and that there are no sags in the storm sewer pipe line. f. Provide frm, uniforcn bedding. 1) Additional bedding may be required if ground water is prasent m the t�rench. 2) If additiona3 erushed rock is required which is not specificaliy identified in the Cantrae# Documents, then crushed rock shal! be paid by the pre-bid unit price. g. Place pipe on the bec�ding aceording to the alignment of the Drawings. h. The pipe line shall be within �0. 3 inches of the elevation, and be consistent with the grade, shown on the Drawings. i. Plaee embedment material up to the spring line. 1) Piace embedment to ensuxe that adequate suppart is ohtained in the haunch. ,�. Compact the embed�nent and initia3 backfill to 9S percent Standard Proetor ASTM D 698. CITY OF FORT WORTH ST1�i�iDA12b CONSTRUCTION SPECIC'ICATIOIV DOCUMENTS �tevised Apri12, 2021 [CAP CONTRAC7' PART i (M-458A) CITY PROJECT t�o. 101339 3�asio-�6 UTIL[TY TEtENCH EXCAVATION, EMBEDivIENT, At�ID BACKF[LL Fage Ibof21 1 k. Density test may be perforn:�ed by a cammercial testing firm approved by the 2 City ta verify that the compaction of embedmenf ineets requirements. 3 1. PIace trench geotextile fabric an top of pipe and crushed rock. 4 6, 5 a, 6 b 7 c. S d. 9 10 11 12 13 14 15 16 I7 I8 19 20 21 22 f. g- h, Starm Sewer {PP - Polypropylene) The entire embedment zone shall be of unifot7m material. . Crusi�ed rock shall be used for embedment up to top of pipe. Place evenly spread bedding material on a firm trench bottom, Spread bedding so that lines and grades are maintained and that there are no sags in the starm sawer pipe line. Provide firm, uniform bedding. 1} Additional bedding may be required if ground water is present in the treneh. 2) If additional crushed rocl� is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. T'lace pipe on the bedding accflrding to the alignment shown in #he Drawings. The pipe line shall be within �0.1 inches of the eIevation, and be consistent with the grade s�own on the Drawings. Piace and compact embedzxient material fio adequately suppori haunches in accordance with the pipe tnanufacturer's recommendations. Compact the embedm�nt and initiat back�ll to 95 percent Standard Proctor ASTM D 698, 23 j. Density test may be performed by City to verify that the compaction of 24 embedm�nt meets requirements. 25 k, Place trench geatextile fabric on top of the initial backfi�l. 2b 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 �}8 49 f. 7. Storm Sewer Reinforced Concrete Bnx a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be; 1) Crushed rock,or 2) Acceptable backf 11 material compacted ta 95 percent Standarci Proctor density c. Place evenly spread cornpacted bedding material on a firm trench battom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. e. Prnvide firm, uniform beddin�. 1} Additional b�dding tnay� 6e required i�' ground water is present in the tr�nch. 2) if additional crushed rock is required vvhich is not specifically identified in the Contract Docuzxients, then crushed rock shall be paid by tE�e pre-bid unit g• h. � price. Fill the annular space between mu�tiple boxes with crushed rock, CLSM according to 03 34 i3. Place pipe on the bedding according to the alignment af the Drawings. Th� pipe shal! be within f0.1 inches of the elevation, and be consistent with the grade, shown nn the Drawings. Compact the embedtnent initial backfill ta 95 percent Standard Procfor ASTM D69$. $. Water Ser�ices (Less ihan 2 Inches in Diameter) a. The entire embedment zone shaIl be of uniform tt�aterial. C[TY OF F�RT WORTH ICAP CON'CRACT PART I(M-458A) STANDARD COIrI5TRLICT[ON SP�CIPICAT30N DOCCJMENTS CITY PRO.fEC"I' Nn. l0[339 Revised /�pril Z, 2D21 33 OS 1 D- l7 UTILI`CY'I'12ENCH EXCAVATION, EMBEDM��dT, AND BACKFILL Page 17 oF2! 1 2 3 4 S 6 7 8 9 10 11 I2 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 3.0 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 � b. Utility sand sha31 be generally used far embedment. c. Place evenIy spread bedding material on a firm trench bottom. d. Provicie firm, unifortn bedding;. e. Place pipe on the bedding according to the a3ignment ofthe Plans. f. Compact the initial �ackfili to 95 percent Standard Proctor ASTM D698. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Plaee evenly spread bedding material on a firm trench bottom. d. Spread 6edciing so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe Sine. e. Provide �rm, uni%rm bedding. 1} Additional bedding may be required if ground vwater is present in the trench. 2) If additinnal crushed rock is required which is noi specifically identifed in the Contract DQcuments, then crushed rock shall be paid by the pre-bid unit f. �• h. i. pnce. Pla�e pipe on the bedding according to the alignment of the Drawings. Flace remainin embed►ner�t includin initial 6uc iII to a minimum o 12 inches. a6ove tiae t�i�e. Compact the initial backfill to 95 percent Siandard Proctor ASTM D698. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfll 1. At a minimum, }�lace backfill in such a manner that the required in-place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement, a. Meeting the eequirement herein does not relieve the responsibility to damag�s associated with the Work. 2. Backfill Material a. Final hackfil! not under existing pa�ement or futuee pavement) 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when spe�ifically required b. Final backfiIl depth 15 feet vr greater (under existing or future pavament) 1} Back�l! depth from 0 to15 feet de�p a) Backfill with: (1) Acceptable backfill material (2} Blended backfill material, or (3) Select backfill material, C�S, or CLSM when speci�cally required 2) Backfill depth fram 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS, ar (3) CLSM when specifically required b) c. Backfill �or setvice lines: CTTY dr FORT WORTH STANDARD COi�fSTRUCT[DiV SPECIFTCATION DOCUMENTS Rev'rsed Apri12, 2D21 ICAP CONTRACT PART { (M-458A) C1TY PR07ECT No. 101339 33 05 10-18 U'1�ILITYTRENCH E]CCAVATION, EMB��MENT, AND BACKTILL Fage I8 of 21 1 1) Back�ll for water or sewer service lines shall be the same as the 2 requirement of the main that the service is connected to. 3 3. Required Compaction and Density 4 a. Final backfill (depths l�ss than t 5 feedunder existing or fitture pavement) 5 1) Compact acceptable baekfiIl material, blended backfill material or s�leet b backfill to a minimum oF95 percent Standard Proctor per ASTM Db98 at 7 maisture content within -2 to +S percent of the optimum mois#ure. 8 2) CSS or CLSM requires no compactzon. 9 b. Fina] backfill (depth� 1 S feet and greater/under existing or future pavement) 1p 1) Compact select backfill to a minimum of 98 percent Standard Proctor p�r 11 ASTM D 698 at moisture content within -2 to +5 percent of the optimurn I2 moisture up to the fnal grade. 13 2) CSS or CLSM requires no compaction. 14 c. Final backfill not under existing ar future pavement} 15 1} Compaet acceptable backfill material blended backfill rt�aterial, or select lb backfill to a minimum of 95 pe:rcent Standard Proctor per ASTM D 698 at 17 rrioisture content within -2 ta �-5 pereent of the optimuan moEsture. 18 19 20 21 22 23 24 25 2& 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 4S 46 47 48 4. Saturated Soils a. If in-situ soils consistently demonstrate that th�y are greater than 5 percent over optimum moisture content, tha soils are considered saturated. b. Flooding ihe trench or water jetting is striatly prohibited. c. If saturated soils are identifed in the Drawings ar Geotechnica� Aeport in the Appendix, Contraetor shall proceed with Work following all backfili procedures outlined in the Drawings for areas of sail saturation gr�ater than 5 percent. d. If saturated soils are encountered during Work but not identif ed in Drawings or Geotechnical Repnrt in tlze Appendix; 1} The Contractor shall: a} Imtnediately notify the City. b) Submit a Contract Claim for Extra Work assaciated wiih direction frocn City. 2) The City shall; a) Tr�vestigate soils and determine if Work can proceed ip the identified loeation. b) Direct the Contrac�or of changed backfiIl procedures associated with the saturated soiIs that may include: (1} Imported backfill (2) A site specific bacic�ll design 5. Placement of Back�91 a. Use only compactioq equipmant specifically designed for compactinn af a particular soil type and within the space at�d depth limitation experienced in the trench. h. Ffooding the trench or water setting is strictIy prohibited. c. Place in loose lifts n�t to exceed $ incl�es. d. Compact to specified densities. e. Compact only on top of initia� backfill, undisturbed trench or previously compacted back�ll. f. Remove any loose materials due to the movement af any trench box or shoring or due to sloughing of the trench wall. CITY Or FORT WOR'CI-I ICAP CONTILACT PART I(M-456A) STAI•iQARD COI�iSTRiICT10N SPECIFICAT[ON DOCUME�ITS CITY PRO.ICCT No. 101339 C2evised Apri12,2021 33 05 10 - 19 UTII.ITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 18 l9 20 21 22 23 24 25 26 27 g. Install apprapriate tracking balls for water and sanitary sewer trenches in accordance with Seetion 33 45 26. 6, Backfill Means and Methods Demonstration a, Notify tlae City in writing with sufficient time for the City to obtain samples and p�rform standard practor test in accordance with ASTIVI D698. b. The results of the standard proctor test must ba reeeived prior to beginning exca�ation. c. Upon commencing of backfill placement for the projecY the Contractor shall demonstrate means and methods to obtain the required densities. �. Demonstrate Means and Methods for compactian ineluding: 1) Depth of lifts fop back�ll whach shail not eacceed 8 inches 2) Method of moisture contro! for excessi�ely dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench S) Compaetion iechniques araund structure e. Provide a testing trench box to provide access to the r�cently baekfilled material. f. The City will provide a qualified testing lab full time during this perifld to tandorniy kest density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. h. Reyuest additional proctors when soil conditions change. c. The City may aequire additional proctors at its discretion. d. Significant changes in snil conditions will require an additional Means and Methods demonstration. 28 3.5 REPAIR [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.i FIELD QUALITY CONTROL 31 32 33 34 35 36 37 38 39 40 41 42 43 q4 45 46 A. Field Tests and Inspections 1. Praetors a. The City will per%rm Proctors in aceordance with ASTM D698. b. Test results wiI� generally be available t� within 4 calendar days and distributed c. d. e. to: 1) Contractor 2) City Praject Manager 3) City Inspe�tor 4) Engineer Notify the City if the chatacteristic of the sail changes. City will perform new proctors for varying soils: 1) Whan indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience afthe City Trenches where different s.oil typas are present at different depths, t�e proctors shall be based on the mixture of those soils. C1TY OF FORT WOi2TH STANDARD CONSTREICTION SPECfFICATION DOCUME�ITS Revised April 2, 2021 ICAP CONTRACT PART [ (M-458A) CI'FY PRO]LCT Na. I O1339 33 OS 10 - 20 IiTILITY TRENCH �.XCAVATIOIQ, EMBEDMENT, AND BACKFILL Page 20 of 2 ] 1 2. Density Testing af Backfill 2 a. Densij+ Tests shall b� in conformance with ASTM D2922. 3 b. Frovide a testing trench protection far trench depths in excess ot� �%et. 4 c. Place, move and renno�e tesfiing trench protection as necessary to faeilitate all 5 test c�ndncted by the commercial testing firm approved by tk�e City. 6 d. The ¢ommereial testing lab will perf'orm m,oisture/density test for every 20�-ft 7 or Iess of trer�ch length, as measured along the length af the pipe. A minimurn of S one test shalI ba p�r%rmed for every 2 vertical feet of compacted backfill 9 material, independent of the contractor's lift thickness for compaction. Tes# 10 loca#ians shall be staggered within each lift so that successive lifts are not tested 11 in the same lacatian. A random number generatar crtay b� used to determine teet 12 locations. Moisture/density tests shall be performed at a depth not more than 2 13 feet above the top ofthe pipe bedding and in 2-foot increments up ta the final �4 gracEe. The project inspector or project manager rnay raquest testing at an 15 increased freque.ncy andlar at specific locations, 16 e. The enntractor can proceed with subsaquent ear�hwark only a�ter test re�ults for 17 previously eomplat�d work comply with requirements. If the required 18 compacti.on density has not been obtained, the backfiIl should be scarified and 19 moistened or aerat�d, or removed to a depth r�quired, and be replaced wit� 20 approved backfill, and re-cornpaeted to the specified density at the cantracfor's 21 expense. In no case will excavation, pipe-laying, ar other operation be allnwed 22 ta proceed until the specifled campaction is attained. 2� f. The testing lab will provide results to Contractar and the City's Insp�ctor upon 24 completion of the testing. 25 g. A formal report will be pnsted to the City's Accela (DeveIaper Prnjeets) and 26 BIM 3G0 {City Projects) site within �8 hoUrs. 27 h. Test reports shall inci�ade: 2g l) Lacation of test by station number 29 2) Time and date of test 34 3) Depth of testing 31 4) Field moisture 32 5) Dry dansity 33 b) Froctor identifier 34 7} Perc�nt Proctor Density 35 36 37 38 39 �10 4] 42 3. Density of Ennbedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or s�lect material will follow the sanr�e testing proeedure as backfill, b. The City may test fine crushed rock or crushed rock embedrrient in accordance with ASTM D2922 or ASTM 1556. B. Non-Conforming WarI� 1, All non-conforming work shaIl be removed and replaced. CITY OP FORT WOR'I'li iCAP CO�ITRACT PART 1{M-458�) STANDARD CONSTRUC'CION SPECIF[CATIOI�! DOCiJNiEAlTS CITX PR0IECT No. i 01339 Revisad April 2, 2021 s3as io-2i UTILITY TRENCH EXCAVATiON, EMBE�MENT, A�ID BACKFILI. Page 21 of 21 3 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.1A CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT i15ED] S 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revisian Lag DA'CE NAME SUMMARY OF CHANGE 1.2 — Added Ttem far Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15' and greater 12/2D/2012 D. Johnson 3.3.A — Additional notcs for pavement proteetion and positi�e drainage. �,4.E.2 — Added requirements for bacldill of service lines. 3.4.E.5 — Added [anguage pro�ibiting flaoding of irench 1.2.A.3 -- Clarified measurement and payment for concrete encasement as per plan b118/2013 D. Johnsan q���1tY 2.2.A —Added language far concrete encasement 1 U09116 Z. Arega 2.2.A. l.d Modify gradation for sand maEerial 2.2 A. 1. E. - Added reference ta pre-approved fist of sand sonrces for embedment; 3.3 A. 6. - Changed reference to `Cransportation Managemcnt DivisiQn; 3.4 - 2/26/2Q21 Z. Arega Provided clarification re: use of cotnmercial testing. firms approved k�y Gity and backfill requirements; and 3.7 A. 2. Provided eiarification re: backfill testing requirsments. 41212D21 M Owen 3.4 D. 6. Add requirements 5torm Sewer (PP - Polyprapylene} � CITY OF POl2T WORTH IGAP CONTRACT PART i(M-458A) STANT)ARD CQNSTRUCTION SPECIPICATIUN BQCUMENTS CITY P[�OJECT No. 101339 Revised April 2, 2021 33 31 20 - 1 POLYVINYL CHLOE2IDE (PVC) GRAVII'Y SANITARY SEWERPIPE Page 1 of 6 SECTION 33 3120 POLYVINYL CHLQRIDE (PVC) GR.AVITY SANITARY SEWER PIPE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: S. Poly�inyl Ch�oride (PVC) pipe 4-ineh through 27-inch For gravity sanitary sewer applications 2. Polyvinvl ChCat�fde (PVC) nine 30-inch throup.h 48-i�ech fapFravatv sariitat�v seweY applications B. Deviatinns from this City of Fort Worth Standard Specification 1. Section I.I.A.2 2. Section 1.9.A.l.rf 3. Section 2.�.B.l.c C. Related Specification Sectio�s ino�ude, hut are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Fartns, and Conditions of the Contract 2, D.i�ision 1— General Requirements 3. Section 33 01 3D — Sewer and Mar►hole Testing �4. Section 33 O1 31 — Clased Circuit Te�evision (CCTV) Inspectzan 5. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 5ection 33 OS 26 — Utility MarkerslLocators 7. Sectian 33 31 50 -- Sattitary Sewer Service Connections and Service Line 1.� PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally aIang the surface from cent�r line to center line ofthe manhole or appurtenance 2, Payment a. The wotk perforrned and materiais furnished in accordance with this Item and measured as pro�ided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: I) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4} Variflus depths, for miscellaneous prajects on�y 3. The price bid shall include: a. Furnishing and instaliing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal c. Exca�ation d, Hauling CITY OF FORT VWORTH ICAP CONTRACT PART I{M-458A) STANQARD CpNSTRUCTION SPECIPICATION DOCUM�NTS CITY PRDlECT Na 101339 Revised June 19, 2013 ADD�NDUM iVO. 3 a33izo-z PDLYVINYL CHLOE21bE (PVC} GRAVCI'Y SANITARY SEWERP[PE Page 2 pf 6 e. Disposal af excess m.aterial f. Furnishing, placement and compaction of embednnent g. Furnishing, placernent and compaction of baekfill h. Trench watier staps i. Clean-up j. Cleaning ic. Testing 1.3 REFERENCES A. Aeference Standards 1. Reference standards cited in this 5pecification re��r to the current reference standard published at the time of the latest re�ision date Iagged at the end oi this Specification, unless a date is specif cally cit�d. 2. American Association of State Highway and Transportatian (AASHTO). 3. ASTM International (ASTM): a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride} {CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallei-PIate Loading. c. D3034, Standard Specification for Type PSM Paly(Vinyl Chloride) {PVC) Sewer Pipe anc� Fittings. d. D3212, SYandard Specification for 7oints for Drain and Sewer Plastic Pi�es Using Flexible Elastomeric Seals. e. F679, 5tandard Specification for Poly (Viny1 Chlorida} (PVC) Large-Diarrzeter Plastic Gravity 5ewex Pipe and �ittings. 4. Texas Commission on En�ironmental Quality (TCEQ}: a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Su6chapter C, Rule 217.54 — Criteria for Laying Pipe. c. Titie 30, Part I, Chapier 217, Subchapter C, Rule 217.57 — Testing Requirements for Installatian of Gravity Callection System Pipes. 5. tinderwriters Laboratories, Inc. (UL). 1.4 ADMINISTRAT�VE REQUIREMENTS [NOT USED] 1.� SUBMITTALS A. Submtttals shall be in accordance with Section O1 33 Q0. B. All submittals sha11 be appraved by the City prior to delivery, 1.6 ACTION SUBMITTALS/TNFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturet 3. Nominal pipe diameter 4. Standard dimensian ratia {SDR) 5. Cell classification 6. Laying lengths CITY OF T'QRT WORTH ICAP CONTKACT PART I(M-45&A) STANDARD COI�i3TRUCTION SPECIFICATIOtV DOCUMENTS C7TY PTZOJECT No. ]a1339 Revised June 14, 2013 AdDENQUM NO. 3 333120- 3 POLYVII�lYL C�ILORIDE (PVC) GRAVITY 3ANITARY SEWERPIPE Page 3 oF 6 B. Certifieates 1. Furnish an affidavit certifying that all FVC Gravity Pipe meets the provisiotts of ihis Section and has been air and deflection testad and meets the requirements of ASTM D3034 and ASTM F679. 1.'� CLOSEDIJT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUEMITTALS [NOT USED] 19 QUALITY ASSURANCE A. Qualifiaations 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1} Change orders, specials and field changas may be pravided by a different manufacturer upon City appro�al. h. Pipe manufacturing operations shali be performed under the control of fihe manufactuxer. c. All pipe futnished shall be in conformance with ASTM D3Q34 (4-inch through 15-inchj and ASTM F679 (18-inch throu.gh 27-inch). d. All i e uYnished shall 6e in can or�nanee with ASTMF6i9 46PS/IISPS (30-inch throu�h 48-inch). 1.10 DELNERY, ST�RAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secura and maintain a location to store the material in accordance with Section O 1 66 00. l..11 FIELD jSITE] COND�TIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART�-PRDDUCTS �.1 OWNER FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED� �.� EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufaeturers 1. 4nly the manufacturars as listed in the City's Standard Products List will be considered as shown in 5eetion Ol 6(} 00. a. The manufacturer must comply with this Specification and reiated Sections. 2. Any product that is not listed on the Standard Products �.ist is considered a substitution and shal� be subrnitied in accorcEance with Section O1 25 00. B. Performattce 1 Design Criteria 1. Pipa a. Meet all eequirements of TCEQ. b. Design in accardance with ASTM D3034 for 4-inch through 15-inch SDR 26 CTTT' OF FORT WOATFI IGAP CONTRAC'1' PAIiT I(M-458A) STAAIDARI.? CONSTRUCTIOl+I SFECIFICATION T7QCl{M�N'l'S CITY PRO.TECT No. L01339 Re�ised June 19, 2013 ADDENDUM NO. 3 33 3I 20 - 4 POLYVWYL CHLORID�: (PVC) GRAViTY 5AI�i[TARY SEW�RPiPE Page 4 of 6 and ASTM F679 for 1S-inch thraugh 27-inch 46PS/115P�. c. Desi�n in accordance with ASTM F679 for 30-ineh thrau�h 48-inch 46PS%YISPS. d. PVC Gxavity Sanitary Sewer Pipe shall be approved by the UL. e. Assume a standard lay length af 14 feat and 20 feet except far special fitiings or closure pieces necessary to comp[y with the Drawings. £ ilse green coloring for ground identification as sanitary sewer pipe. g. PVC meeting the requirements of ASTM D 1784, with a ceIl classification of 12454 or 12364 h. DefEectian Dasign 1) �ase pipe c�esign on pipe stiffness, soil stifFness and load on the pipe. 2) Dasign pipe accarding to the Modi�ed Iowa Fnrmula as detailed by the Uni-Bell PVC Pipe Associatian in the Hand600k of PVC Pipe, using the following parameters: a) Unit Weight of Fi11(w) = 130 pounds per cubic foot b) Live Load = AASHTO H5 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') � 1,0.OQ max e) Deflection Lag �`actor (DL) � 1.0 � Bedding Factor constant (K) = 4.1 g) Mean radius ofihe pipe (r), inches, as indicated in Drawings h) Marston's [oac� per unit langth {W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 4D0,�00 psi j) Moment ot' inertia of pipe wall per unit length, (I) � t3/12, (in$/in), par pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflecti�n = S percent i. Pipe Flotation: If the pipe is buried in cnmmon saturated soil (about 120 pounds per cubic faot) with at least 1'/z pipe diameters of cover, pipe is generally not sub;jecY to flotation. If shallower, check groundwater flatation potential. FEatation will occur if: Fb� Wp i- W{+ Wd Where: Fb = bunyant force, pound per foot Wp= empty pipc weight, paund per foot We= weight of fiaoded soil, pound per faot Wa= weight of dry sail, �ound perfoat Values and fortt�ulas for the above �ariables can be obtained from the pipe manufacturer and site specifie soil canditions. j. Verify trench depths aft�r existing utilities are located. k. Accorrimodate �ertical alignment changes required because o�existing utility or other conflicts �y an appropriate change in pipe design depth. 1. In no case shall pipe be installed deeper than its design allows. 2. Minirrtum pipe stiffness of 46 psi at 5 percent deflection when test in accordance r�vith ASTM D2412. 3. Pipe markings a. Meet the minimurn requirements af ASTM D3034 and A�TM F679, b. Minimtam pipe markings shall be as follows: CITY OF FORT WORTH ICAP CONTRACT PART I(M-458A} STANDARU CONSTRUCI'ION 5PECIFICATIQN bOCUMENTS C[T'Y P[2pJECTNo, 10:1334 Revised Iune 19, 2013 ADI7ENDUIv[ NO. 3 33 31 20 - 5 POI.YVII�lYL CHLORIDE (PVC) GRAVITY SANITARY SEWERPIPE Page S of 6 1) Manufacturer's Name or Trademark and productian record 2) Nominal p.ipe size 3) FVC cell classification 4} ASTM or Standard Dimension Rafio (SDR} designation 5} Seal of testing agency that �erified the suitability of the pip� 4. Joints a. Join#s shal! be gasket, bell and spigot, push-on type conforming to ASTM D3212. b. Since each pipe rnanufacturer has a different design for push-on joints; gaskets shall be part of a co�nplete pipe section and purehasad as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 3l S0. 6. Detectable Metallic Tape a. See Section 33 05 26. �.3 ACCESSQRIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USEDr 3.2 EXAMINATYON [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 YNSTALLATION A. General 1, Install pi�e, specials and appurtenances as specifed herein, as speci�ied in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Exca�ate and hackfilI trenches in acaordanc� with Section 33 O5 10. 4. Emhed PVC pipe in accordance with Sectian 33 OS 10. B. Pipe Handling 1_ EIaul and distribute pipe and fittings at th� project site. 2. Handle piping with care to avoici damage. a. Inspect each joint Qfpipe and reject or repair any damaged pipe priorto lawering into the trench. b. Use onSy nylon ropes, slings or other lifting de�ice� that will not dama�ethe surface of the pipe for handling the pipe. 3. At the close af each operating day: a. Keep the pipe clean and free of ciebris, dirt, animals and trash — during and afier the laying operation, b. Effectively seal the open end of the pipe using a gask�ted night cap. C. Pipe Joint InstaSlation a. Clean dirt and foreign material from the gasketed socket and the spig;ot end. CITY OF FORT WORTH ICAP COi�]TRAGT PART I(M-458A) S'I'ANDARI] CONSTRUCTIOPI SPECIFICATTON DOCUMEI+iTS CITY PRO.fECT No. lbl339 Revised Iune 19, 2013 ADDEt�[DUM NO, 3 33312D-6 POLYVINYL CI-CLQRI�E {PVC) GRAVITY SANITARY SEWCRPIFE Page 6 of 6 b. Assemble pip� joint by sliding the lubricated spigot end into the gasketedbell end to the reference mark. c. Install such that identification marking on each joint are oriented upward towaxd the trench opening. d. When making connection to manhole, use an elastomeric s�al or flexible boat to facilitata a seaI. D, Conneotion Installation 1. See Sectio.n 33 3I 50. E, Detectahle Metallic Tape Installation 1. See 5ection �3 QS 26. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-INSTALLATIDN [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post-CCTV inspection in accordance with Section 33 O1 31. 2. Air Test and Deflection {Mandrel) Test a. Perform in accordance with Section 33 �1 30. 3.� SYSTEM �TARTIIP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.I0 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PR�TECTION [NOT ITSEDj 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Re�ision Log DATE NAME SUMMAR'Y' OF CHANGE 6/18/13 D. Johnson 2.2,B.1.b — Pipe Material Clarification CITY OF FURC WOATH [CAP CONTRACT PACtT [(M-458A) STAN�ARD CqNSTRUCI'[ON SPECIFlC.4T10N DOCUMENTS CITY PROJECT Nn. 101339 Revised June l9, 2013 ADD�NDUM NO. 3 APPENDIX APPENDIX GC-4.01 A�ailability of Lands Recorded Sanitary Sewer Easements GC-4.D2 Subsurface and Physical Conditions Geotechnical Engineering Report Na. 829-18-14A Geot�chnical Engineering Report No. 0521-3079 GC-6.06.D Minnrity and Women Owned Business Enterprise Compliance MBE Good Faith Effort Form MBE Joint Venture Eligibijity Form Prime Contractor Wavier Form Special Instructions for Bidders MSE SubcontractorslSuppiiers Utilization Form GC-6.Q7 Wage Rates CFW Horizontal Wage Rate Table — Davis Bacon Act Heavy and Highrvay Construction (2013) GR-Ol 60 00 Product Requirements CFW Water Standard Pxoducts List CITY �� FORT WORTH LARCxE DIAMETER STANDARD CflNSTKUCTIOPI SPECIFICATION DOCUNiLIVTS PIPE BURST'ING CON7'RACT TCAP I2evised Iuly 1, 2Q1 I CTI'Y PI�(3.TEC'l' No. 101339 �C�4.�� Av��I���Yi� �f� �a�dls l�ec��°d�c� S��ni�a� S���r ]Ease���.�s CITY OF FORT WORTH LARGE DIAMETER STANDARb CONSTRUCTiON 5PECIFICATIOt+1 pOCU�VIEN'I'S PIPE BLfRSTII�IG CONTRACT ICAP Revised 7uly 1,.201 l CTTY PRq1ECT Na. 161339 Page 1 of � �220Q05881 119170201d;32AM PG 7 F�e. $43.Q3] Subrni#er. AVENII Electronically Recorded by Tarrant County Clerk in Official Public Records �, -���� Nfary Louise �fichalson F��71�� �� C�N�[DEi�TII��ITY I�I�kiT�c I�' YQ4! ,�E�� �►1�AiU�l� ��RSOPI,1fDU lV�dY RE�flO!!� �R siRli� I�3�Y �R A�� 0� �b� ��LL@id�IP�� IfdF�R�AAiI��V FROi� �'HI� t�l�iRUM�i�i ������ I� I� �[L�� �'C7R F��C��D [hl iH� PU�LI� R�C�R�S: Y�U� 5��11�� ��G�J�I�'Y WUI���� �� Y�[J� DF�l11E�'S �[C�R��� Nl1f����. GPRl: �073�� I�A� Cor����eC Ni4���4 �a�cel � 'I i C� I�art of �a�� Ranch Re�ail �� iPac�, Fort +�Vorth �l. b�ATi� �LI�V�, p,bstract Al�. 6�7, iarrant �ou�ty, �exas GI f 1f Ca� �C�frs� tdglQR�i� i��fl����i�Y C�NS�R�I�YI�F� �A����NT prCR��l1��Ni �]ATE: 6t.I��. %fo. v�l�%� GRANTOR: �ATE RANCF[ REiQ,IL LP GRANTOR`S MA[LING ADQR�SS �including CvUnty}: Go PROVIDENT R�A�,TY ADVISORS, INC. 10210 N. CENTRA�. EKRR�S5WAY, SUI7E 300 ❑ALLPrS, aALLAS COUNTY, T�XAS 75231 GRANT��: �ITY 6F F�Ri II��F!'iH GRANT�E'S MAlLING AD�RESS (incf�ding County): �00 i�4A� �iR��� ����' IN��ib, i,4RRA{+1T ��UP�lTY, �X 961�2 GONS[o�RATION: Ten Dallars ($1U.00} and ath�r goad and valuable aonsideration, the rer.eipt and suificier�cy of wf�[ch is hereby acknowletfged. PROPER7Y: ��EP�� rrrnre p�rt�culsrfy stescpibed in the attached �hibit "A," Grantor, for the consideratiorr pafd to Grantor, hereby grant, bargain and con�ey unto Grantee, its succ�ssors and assigns, ti�e use and passage in, ever, and acrnss, below and along fhe real property situated in Tarrant Gounty, Texas, in accordance with the legal descripfians hereto a##ached as �xf�ibif "A" (the, "T�mporary Constructi�n Easemen#") and ingress a�d egress over Grantor's property to the easernent. 1. It is furth�r agreed and understood that Grantee wlf! be permitted the �se of said (a) Temparary Construction Easement for the sole purpose of con�truc#ing and Temporery Coned'uailon Easdnanf Agreement Rev, 2p1812'E4 pege 1 Page 2 of 7 rehabilita#ing permanenf sewerfacili�ies including ingress and egress to the Temporary Canstruction Easem�n�. 2. T'he Temp4rary Canstrractian Easement shall �utamatically terminate orr the earlier o# (a) the substantial campletion nf the Improvements or {b} Merch 1, 2022 (the "TerminatEon Date"). 3. Grantee sF�all requir� that each of its contractors (each a�Contractor" and col[ectively, the "Contractors") c.�rry insurance coverage in amounts r�uired b� siate Eaw, throughaut the durafiion nf this Temporary Constructinn Easement. 4. Vlliihin thir#y {30) days aft�r the ierminatfon Date, Grantee 5hall (a) remove of all supplies, equipment, appur#enances, fen��ng, and ot�t�r matters p�aced on or in the and Temporary Constructian Easement, (b) regrade the 7emporary C�nstru�fion Eas�ment to match fhe then existing grade and drainage, {c) restore the Temporary Canstruction Easement with seasonal grasses and Iandscaping to rr►atch the pre- existing grass and landscaping, (d) repair any ru#s within the Temparary Consfruction Easement, anc� (ej if any impro►remen#s within the Temporary Construction �asement are disturbed, damaged or destroyed by the �xercise crf Grantee's rights under fhis Temparary Consfiact(on Easement, re�lace and restore such improvernenfs a� nearly as possible ta fhe cc�Rditlon that existed befare any disturbance, damage or destruction_ 5. Grantee shal[ be .responsible for any CD5f5 incurred in the exercise af its rights her�under. All work pertormed by or an behalf of Grantee pvrsuant to this iemporary Construution �asement shall be p�rform�d at GFantee's sole cost �nd expertse, in a gvod and rruorkman[iEce manner, wi#� due care and all reascanable difigence, and in accordance wiih all �ppCicable governmental laws, codes and regulatians. Grantee wilf not place a lien on the i�mporary Constructi�n �asement and wi�1 use its bes# efForts tn nnt ailow its Gontractors ar subcontractars to place a lien ❑n th� Temparary Construcfiion Eas�ment. 8. If either party refains an attomey to enforce th'ts Temp�rary Construetion Easement Agreement, #he par#y prevailing in li#igation is entit�ed #o recover reasanable atforn�y's �fees and cnurt and other costs. TO MAVE AND iU HOLD the abnve described Temp�rary Construction �asem�nt, together with, all and singular, th� rights and appurte�nances thereto in anyway belonging unto Grarrtee, and Grantee's suecessors and �ssigns uritil the Termination ❑ate. G�ar�tor herr�by bind themsei��s, their h8irs, successors, a�d assigns, to warrant and def�nd, all and singu�ar, said easement unto Grantee, its 5uccessars and assigns, against every persan whorrisoe�er lawfully cfaiming or ta claim the sam�, or any par� t�ereof'. WF�en the contexk requires� singular nouns and pronouns incfud� the plural. [SI�Nl�4iURl�� A�P��►f� dl� iF;� ��LLOWIP�� P�G�] Temporery Canslruction Easement Agraement Rev.2o�e1214 P�9e 2 Rage 3 0# � ��aNTaR: ���� R�NC:Ff R�iAaI� ��, a Texas limited parinership F3y: PRA Paie Rancf� GP LLC, a 7exas limited liability campar�y, its Administrator By: A Vice �sident Si,�Y� �� T�X►�5 ��l�P�iY �� �A���4S GRAN�fEE: Ciiy n o Wc�rth gy (5lgnature): �¢ {Print I�am�} , Titfe �ve �c�k� ]�p�r%� N![a8a�e�e�t �t�ta� APPROVEb AS T� FORM AND L�GALITY By (Signature): �if��� �Print Namej Al�e ,�� , Ti�fe,As���a�� AGFSFI�WL�9i�Ef�i�MT § § The for�going instrument was acknowlecfgeci before m� this � day of , 2019, by Julian Ha�nres, Jr., the Vice �resident of PRA Pate Ranch GP LLC, a Texas li�nited lia6ility company, Administratof of Pate Ran�h R�#ail LI�, a TexaS limited partnership, on behalf of said errti�ies. G1VEN UND�R MY HAND AND SEAL O� OFFICE this � day of �'/f7,1�� , 2Q19. .�;'":�'�. TANA ROEU�t ���t�`."-. Ava''. =x�: n� Natary Public, 5tate of iexas fy��� Comm. Expires 70•08-2020 f''ni�ii `'`` �ozery IR ti266S597D� 3�e-.w��rt�a+. "r�s`�s— Nvtary Publ9c in and far th€ Stat� af Texas 7@plpofSry Co11sLVGt10� Ease111er}�tl�g�eqiant Rev. 2a1812Z4 Page 8 Page � of i i4C"rCN�w�,C�G�fl��hli S�l��� 9� iCXAS § CpUPlTY ��' iA�i1�AAl�' § E3EFORE ME, the undersigned authority, a No#ary Public in and far the State ofTexas, on _ this day personally eppeared ��'c �oo�e, l'rope�►1Viuua�e�ent�i�� of the City of Fort War-th, knawn to me ta be the same persvn v+�hose name is subscribed to the #oregoing instrument, and acknowi�dged to m� that th� same was #he act of the Ciiy c�f �ort Worth and t�at hefshe executed t�e same as t�e act of the City of �ort Worth far the purpnses and consideration thereir� expre�sed and in the capac€ty therein stat�d. � GIVEfV UND�R MY HAND AND S�.AL �7F O�F[GE this � day af �� , 20 ��. , a;,�Y a� Rli�E�� B��V�id Nofary Public in and for fhe State ofi Texas r ��' No�fy �r+tl�io-��� Af%7�S Rf�ary iD �r'139��,�42d6 �� Con�is�On �xp. N�1� �, �2 Ternporary Constcuctian �assmerrt Agreement Rev. 2�187214 paee 4 �age 5 afr � �JCbl�l'� �a �empor�ary Cflnstruciion �asernent [to be attached by Grantee and ap�roved by Grantor] Ternporary ConsVudion Easeman! Agreement Rev.2018ti2l4 Page 5 �age6af� ���r�i�r ,.,�„ ����� �����r���o�a �EIPI�, all of tFrat 0.926 acre (4D,307 aquar� fqat) tract of land situatad in fhe ,!. Heath Surv�y, Abs#raet Number 641, irt the City of Fo�t Worth, T�rrant County, ie�cas; said tract being part of that tract of land described as Traot A in 5pecial Warrainty Dead ta Pate Ranch Retaif LP 2�s reccarded in lnstrument Number 02i5248526 of #he Of�ical Public Rec�rds of Tarrant Cnunty, Texas (Q,P,R.T.G.T.}; sald 0.9�5 acre t�-act of land being more parkicularly descriE�Bd by metes and bounds �s fallows: C�AIiMEiVCIRfG, at a 518-inch iron rod with "DUIVAWAY" cap founci in tha sQuth right-oP-way line af Aitamesa Bo�levard (� �ariable widtF� righ#-pf-way}; said poini being #ha northw�t corner of said Pate Ranch Ftetail tract and the northwest corner af fi�at certain tract of land dasoribed as Tract B-1 in Special Warranty peec! to Pate Ranch Commereial, LP as recordad in instrurnent Number D�15248527 (O.P.R.T,C,T.}; iWEN��, 5outh 8$ degr��s, 06 minutes, 34 sgcortds �ast, along ti�e said sauth liroe of Altamesa Boulevard and the north Iine of said Pate Ranch Retail tract, a d i5tance of 10,OQ feet to a point far corner at the PDI�1T �� ��CI�IPIIPIC; 7hi�WC�, 5outh �8 degre�s, O6 minutes, 34 secands �ast, eantinuing alang the said soufh Ilne of Aftamesa Boufevard and khE said norfh line afi Pate Ranch Retail tract, a distance of SO.pD ieet ta a paint Tor nnrner, from said poin# � 5I8-inch Iron rod wifh "DUNAWAY" cap found bears SoutF� S$ degrees, 06 minutes, 34 s�onds East, a distarlcs pf 1,226.84. feet; 'FH�PICE, Soulh 01 degrees 49 minutes 40 seconds West, dep�rting the said south line of Altarrcesa 64ufevard and over �hd across said Fa#e Ranch Retail kract, a distanee of 8p6.76 feet to a point for cnrner in the sauth lin� af s�id Pate Ranch Retail tr2�ct and ihe narth fine of Bloek 2, Ta�mla park, an addifiian to lfte City of Fort Worth accord9ng to the plat recarded in Instrument Numb�r D21�065978 af the Pfat R�cords af Tarrant County, Texas; �'w�I�C�, Narth 8$ degrees Q4 minutes 00 seconds West, along the north line qf 5aid Block 2 and the �outh line of s�id Fate Ranch I�efail tract, a distanae oF 50.OD �e�t to a�oint for corner; Tb�NCE, North Q1 degrees 49 minutes 40 seconds �ast, departing ths nprkh line af said Bloak 2 and the s�aid souih line of Pate Ranch Retail tract o�er and acras� said Pate Ranch Retail tract, a d9stance af SpB.93 fe�t to the POIP1i OF �EG�f�t���t� a�d aontaining an area of �.925 acres or40,3D'7 square feet af land, more or les5. �AE aF r •��4.-5CTC4� eep0laeneBOO'eeeqtlal�0a GREGQRY MAR�C P�ACE �foqep�sq������tl� atltl � �.A_ ssaa _ ; Registered Profiessianal I.and 5urveyor Nn. 8608 I NOTES A plat Of 5urv�y with euen date shown hereon was prepared in canpwcklon with tnis leaa! descrlptian. IBearing system fnr this survey is based an the Texas State Piane Coordinate System - NAD 93.. North Centrel Zo�e 4202, 6ased on nhservations made on Hovember 7, 2p�8 with an applied mm6fnetl s�ale factor af 1.00�12, C� eBurs fingt06 _S+. ��������� ������l�����1� �������� ��IIdG A�AR�' ��' ��,7� R�4NC[� Ft�YAIL L� TRACi an�a s�i�� o.sa� �ca�s ou�' a� ��� �. ���� su�v�Y, ABSTRAC7 I�UiY181�R 641, CI7Y O� �0�71�1f9RTH, iARR�1F[i COl1NiY, TE�AS r�ov�[����t ��, aa9s �G�, Inc. � = 2595 Dallas Park�ray, 5uibe 2D4, Frisco, TX T5034 � 7e1:972�64-48Q� � www,bgeinc,com TBPLS Regis�ration No. ifl�93953 JOB No. 5552-00 RSfJMH Cnpyrigh[ 201B PAC�E 1 OF 2 -d0_.COFW_iC�_�'5,UTi.dwg Jon 04,7_A1g-3:59pm moeace �age i of � �XHl�li `�A„ ���/�1���� �OI.���11A�� (v��,ae� win-r� �.aw.) P o�. �� 5/e—tNCH :R01� ROD W/ �� "DLlNAV7kY° CAP c0;1�� (C,N{.) � _" _ ` �--� = _' — ---1— — ._ ._.. ^-��- _ — _ __.^ ` ~I� � � ���.�:� ..� � .�, � L_ � 5 88'On'34""F� �j L__.._��_�io,ao'� � _ � , -----�_—L, , � PEii�hANENT pRAII�AGE ' 1 FACILITY EASEMENT � � �IN57. N0. D218000550) i + O.P.R.T.C.'i. I PATE RANCH COMM�RCIP�L LP PART QF TftACT B-I1 �� (INST. N0. ❑2i5248527) #J 01 �9'4D� E � _ � O.P.R.T.C.T. � 848.1��� --� — __.. � —. — � � � � � ,.._. � — — � -�--- --� - -- — _ .-- _ _ _ _ _ --- _ -- _ _ _ ----+ J pERMANENT WATER ,�EWER ( � � AND DRAINAGE FACILITY EASEMIEiVT I I� (I�f57. N0. D21$DOD553} i i � D_P.R.T.GT. f � PERMANENT DRAI�4A�E � i + FACILIiI' EASEMEN7 {wsr. �o. d�1 aaonsso) ��' O.P.R.T_C.T. � I I� 26' PUBC�IC ACCESS EA5EMENT ' ' ' (iNST. N0. fJ2iso55978) � � I O.P.R.7.C.T. . � 9p' UTILITY EA5EI�ENT (INST. N0. D218p65978) a BB 04'��" �� �- � ` � — � _.._ — O, P�R. T_ C. T. � � 1 �. 00' ��^ ` � �� � �`'L BLOCK 2� -� -- — L � _ -_ , � — .— .� TAY�.Q PARK � I � �fNST.lNO. D21806597$) -"� 1 j � , i O.P.R.T.C.T. LE�ENP � , D.R.F.C.T. OEED RECORUS, TA1tRANT CQUNTY,TEXAS i P.R.T.C,T. PlIn7RECOROS,iARfiANT N��+r� GOUNTY TF_yL45 O.P.R.T.C.T. OFFIGIAL PLi6LIC REDORdS. TARRANT OOUNTY TEXAS 0 5� 140 INST, Nq. INSTRUMEIVT MUtABER P,0.8. PO]M1CT OF �EGINNING p.o.a PoiNTo�cnn��+��rc�Na SCAL�:1" = 100' C14�F CaPPED IRON RO� F4llFJ� PERMANE�]'� DRAINAGE £ASEMEN7 (wsT. Na. azas2Qass�) O.P.R,T.C.7. APPROl�IMA1'E LOCA7fON 20' PIPELINE EASEMENT A (1NST, NC?. D208446636) O.R,R.T.C,i_ SANfTARY S£WER E'ASEM�N7 (VOL. 8524, PG, 1i0S) � D.R.T.C.7. TEMPQRARY CONSTRUCTIQN EASEMENT 0.925 ACR�S (40,307 S4. F7,) PA7E f�AMCH REiAfL LP PARi OF TRACT q (INST_ Np, p295248526) O.P.R.T.C.T. APPROXIIuEA7E LaCA710N 2D' PIP��INE �ASE�fENT (IN57. N0. �21727�654) D.P,R.T.C,7. ������� ��,� .�o �� �'� �. ����,�t /�N �8'04 00' W � 5C1.Oa' ��� � —�� --��_.�� �=; �-y. / —,���.—�� .__�_�- �`�I��Y��]��lt ��N�iF���ii�N �I'''���lirl �Itl� B�iI�G p► PA1�7 Ol� PA�� 1�.RlCH R��'AIL L� TRAGT' AP�� ��Ii+�G U.9�� ACR�S flU� Q� THE J. H��H uU�VEY, A�STRACT' Nt�MB�R 641, CITY O�' 1�OF�i WORT�i, TAF�FW3Vi �9UNTY, i�XA� ��V�������� Z��S No�rEs �(�E, Inc. A legal descriptivn with even date shvwn herean wss prepared in 2595 ballas Parkwa Suite 204, Ffi5�0,1X 7'5034 conjunction wilh fFiis plat af suroey_ � � Y� � 7e1: 972-464-4804 • vvww.bg�inc.com Bearing system for this survey i5 based on the Texas State Plane TBPLS Regf�tration No.1 D993953 Coordinate System - NAD 83, Narth Central Zane 4202, based on Copyright 2fl18 Jobservat�ons made an Novemher 7, 2098 with an applied combined scaie �ac�o� of z.000ia. �oe [�o. 55sz-no RSIJIIAI-{ PAGE 2 C}F 2 G�\TXN\PrcJe�ts\City_FortSNorta'�5�sc—C�_,CnFYdPipeBursting\�6_Survey\04_CAb\5552—CC_COFVJ_.TCE_ESMTl-dw� J�n �4,20i9-3;56pm mpeace S ��'Q6'3#` � 50.QQ� {s/s-��vcH r�zo+, Roo w� ^pu,�[,yua�,. ��P FouNo '`� � 5 86'0&'34'�E — 1, 6. ' � 22 SR')iC.M.) � Page -1 af � �220DU5$82 119l202010:32AF11 pG $ ���: $47.0� 5ubmitter:AV�I�U Electronically Recorded by Tarrant County Clerk in Offipial Puhlic Records _.,�, -���� Mary Louise Nichalsan i��ilC� �F ���l�ia�RlilAL1TY Fii�Hi$: f� YO�J /��� �, R�A��J�� P�Ft�OPl, YQ[! I�AY i�1V��V� �� �i�[f�t@ AMY Uf� AC L�� ib� FOl.L�'Ii�Al� INf�Olii41YATI0td �R8�,�1 �F11S I����UAN�WT �3E�pR� li I� �I��D FOR �E�O�� !i� Yb� �U��I� ���@RDa: VOU� SD�IA�. S��:URI'fY iVUIdI��R (7� YQUi� 9�tI1�R'� Ll���lSE F�U119���. CPN: 1�01339 ICAP Contraet iV�4�8A �arcel # 2a TC� �art af �at� �tartch Cammercial LP it�act J. b��,7'b SURIl�Y', Abs#ract 641, Tarrant �nuniy, 7exas �!�'1( �4� �r��T {�IC�R�b i�14�F'Q�A�Y ��1ik1�iRUGT'I�N �r4 i�fV��Ni A�'sR��19�i�Pd�' DATE= �f'.� �l�. �r�! �' GRANTOR: PATE RANCH COMM�RCIAL LP GRANTOR'S MAILING AD�RESS (including County): c10 PROVIDENT RFALTY AI�VISORS, 1NC, 1fl2'!0 N, CENTRAL EXPRES5WAY, SUITE 300 DALl.AS, DALL,q� CQUNTY, TEXAS 75231 GRANTEE: �IT'"f �� �8�� II�dRiH GFL4l�T��'S MAI�ING ADDR�SS (including County}: �OQ T��.A� �T�dE�I" FC?�i' 1!al�R��i, YA�Ft��T �Ol1�ll�lf, YX 76'102 CONSIDERA7I�N: 7en Dc�llars ($10.00) anc! other gaod and valuabEe can5ideration, the re�eipt and suff9ciency of whieh is herehy acknowledged. PR�PERTY: B�IFV� more particula�ly describ�d in t�e attached �xhibit "A." Grantor, for ihe consideration paid to Grantor, hereby grant, bargain anct convay unto Grantee, its successOrs �nd assigns, the use and passage in, ov�r, and acrass, f�elo�nr and along the real pr�perty situated in Tarrani County, Texas, fn accardar�ce with the legal descriptions hereta attaChed as Exhi3�it "A" (the, "Temporary Canstruc#ion Easemer�t"} end ingr�ss and egress nver Gtantor's property to the easement. 1. lt is further agr�ed and understoad #hat Grantee wiil be p�rmit{etf #he use of said (�) Temporary Canstruetian Easement for the sole purpase af constructing and Temporary Gonstticdon EasementAgre�ment Rev.3tl1B1214 Page 9 Page 2 0� � r�habilitating permanent s�wer faci[itias incfuding ingress and egress to the 'iemparary Construction ��sement. 2. The Temporary Cansiructi�n Easement sha�l automatica[ly terminate on the �arlier of (�) the substantial completion � of the Improvements a� (b) March 1, 2D22 (th� "Termina�tiar� D�te"). 3. Gra�tee shaf� require that each of its contractors (e�eh a"Contracto�' and collectively, the "Cantractnrsn} earry insurance cpverag� in amaunts req�ired by state law, thraughout ihe duration of this Tern�arary Canst�-uctian Eas�ment. 4. Within tf�ir#y (3�) days� after Eh� 7ermination [3ate, Grant�e shall (a) remove of all suppfies, �quipment, appurtenances, fencing, ancf oth�r matters placed or� or in the and Temparary Gonstruction Easemen#, {b) regrade the T�mporary Cons#ructic�n Ease�nent tv match the then existing grade and drainage, (c) restore the Temporary Construciiar� �asement with seasonal grasses ar�d lar�dscaping to match the pr� ��isting grass and landscaping, (d) repair any ruts within the Temp�rary Consfruction Easemeni, anci (e) i# any improvements within the Tertyporary Cons#ructidn Easement are disturbed, damaged nr destroyeci by the exercise of Grantee`s rights under this Temporary Constructifln Easement, replace and restare such impravements as near{y as possi�le to the conditian ii�at existed before �ny disturbance, damage or destruc�ian. 5. Grantee shall be respansible �or any costs incurred in the exercise of its rights hereur�der. All work perFarmed by ar on behalf af Grantee pursuant to this Temporary Construction Easement shal[ be performecf at Grantee's sole cos# and expense, in a good and worl�manlike manner, with due care and al[ reasonable diligence, and in accord�nce with all �pplicable go�emmental laws, codes,artd regulations. Grante� will not place � fien on tMe Temparary Canstructian Easement and will use its best efforts to n�i allow its Cflnt�actors or subcontractors to place a li�n on the Temporary Constructipn Easement 6. If either party retair�s an attorney to enfiorce this Temporary Construction Easement Agreement, the p�rty prevai[ing in litigatian fs ent�led ta recover reason�ble attorney's fees and court and other costs. TO HAVE AND TO HOLD the above descrihed Temparary Cor�structian Easement, together with, all and singular, the rights and appur#enanc�s ihereto in anyv+ray belonging urrto Grantee, and Grantee's succ�ssors anoi assEgns unti� the Termination Date. Grantar h�reby bind themsel��s, tFr�ir heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and as�igns, against every person whomsoeve� IawFully claiming or to cfaim the same, or any part thefeof. When the conte� re�uires, siRgular nouns ar�d pranouns include the plural. �s���vA�'ur��� ������ ard �a� ����c�wi�� �A��1 T�myerary Go�slrucEion Easement 1�greement Rev. 201$1214 Page 2 �age 3 of � 'i\ •: ��1�� �1��i� c.o�Y{�n�R��a� ��, a Texas limited partnership By_ PRA Pate Ranch GP I.LC, a 7exas limited liability company, its Administrator t By. uli Haw s, Jr., ice P sid�nt GRANTEE: City nf Fo. Worth By (Signature): (Print Name) 6�� � o� �peri� �i������si 1�ri�nr , e APPR�VE� AS TO FORM AND L�GAL.ITY By (Signature): /� (PrintName)��:�e�y ,�itle �,gs�s��s,�� �.�r�t�dw�����r���� STA7� Q� ��XA� C�1UNlY OF �Al�l�A� � § TFre faregoing instrument was ael�nvwledged befnr� me #his � day nf _���019, by Jufian �awes, Jr., the Vice President of PRA Pate Ranch GP �LC, a Texas limited liabiliiy corr��aany, Administrator af Pate f�a�ch Commereial LP, a'Fexas �fmited �ar�nership, on behalf of said enfities. GIVEN LfNDER MY HAMD AND SEAL OF QFFfCE this �� �. day of � - ;r � • `��41k;!!I � �.. ;,�P��aU�.� — TA#VA RfJ�UN` 3x°����� Notary Pu�lic, State of Texas ?lti;,,,., +�': Comm. �xpireq 1a•OB-2020 ''%Qi��`; Natary ID '12o6b597�� _-�--_...�.�.�.�._�����;�� ,�. ! " � Notary Public in and far the State af Texas Temparary Construution �asement Agreement Rsv, 20981214 Page 3 Pag� � of � AC��e�r��������� �TAT� �� TEX�S § ��UAIiY �� iARRAh!'� � BEFOR� ME, the undersigned authority, a Notary Pu�lic in end far the State of Texas, nn this day personally appeared �tev� �fla�a �rn� �Ra ,,�a�� af the Ckty of Fvrt Worth, known to me to be the same person whosa name is s�l�scribed to the fioregaing ins#rument, and acknowledged to m� that the same was the ac� of the City of Fort War�i� and that helshe exec�ated the sar'rre as the act af the City of Fart Worth for the purposes and consideration #herein expressed and in the capae�ty tF�erein stated_ � G{VEN UNDER MY HAND allo SEAL QF dFFlCE this � day of �� , �a � � ;��y p4Q ���� �RplfrdiV Notary Pu �lie in and f�r the 5tate of Texas :°�`� �� �lyd�c,S� a0 i�ie� * �� l� �13t�05i2-� , "� oF Co�s+i�sloh �p. P10Y �, � Temperery Co�g�e.tian EasemaniAgreement Rev. 20181214 Page 4 ��ge � ofi 8 �Xbl�l'� ,� iemporary Eor�s#ructivn ��sement [ta b� atiached by Grar�t�e ar�d approved by Grarstor] Temporary CortsVuctlop Ea�ament Agreement ReU. �ats121b Page 5 Pag� B of � ����s� ���c�r��°��t� �33�11BIT •,A•� ��liV�, all oi that 0.40i aer� (1i,749 square foot) traot of land sltu�ted in the J. beaih Survey, Abstract Numl�.er 641, in the City of �ort Worth, T�rrarri CounEy Texas; said track being part of that tract af lanci dascribed as Tract B-1 in W�rr�anty �eed to Pat� Ranc� Cammercial, LP as r�corded in �nsirumenk I�um�er d2'i�2�s527 of th� QfFie9al Public Records of Tarrant Goun#y, Te�cas (O.P.R.�.G.T.); said 0.4�7 acre tract �f land ��ing more particularly �escribecl by metes and bounds as folla�nrs: CUIY�ti���lCiPl�, at a 518-inch irfln rod wi#h "[�IJNAWAY" cap found in the south righf-of �nray lirte of Altamesa E3oulevard (a �ariable wic4tl� rig�t�f-way); said pai�t beiRg the norkheast corner of said Tra�t B-1 and the noi'thwest corner of th�t tract af land descrih�d aa Tract A in Special Warran�r beed fo �'a� Ranch Retail �P as recorded in lnstrument Number D21524�526 of said Official Puhlic Records; fram said paint a PK nail faund at the nor�hwest camer of safd Tr�ct B-1 hears No�h 88 degtees, 06 minutes, 34 seconds West, a distat�e af 2,391.7� feet; �b�lVGl�, Sauth� 0� deerees, 49 minu#�s, 4D secor�ds West, d�par�ing k�e s�ut� line ofsaid Aliame�a Bouieuard and alang an east lin� of said iract 6-� and a vvest line nf said Pate Ranch Reteil tract, a distance oF 806.1Q fe�t to a point lrl the north line af Lot 7, �lock 2, 'Cavola Park, an adc�it€on to th� City af Fart Warti� �ccording to the pla! recorded [n Instrument Number b2184�5978 of the Plat Reaprds of Tarrant Count�, 'fexas; ii��i�C�, South B8 degfees, 04 mlrtutes, 00 seconds East, alang the north line af said �oti 7, a distar�e of 10.�0 4eek ta a point for eamer; ��i��1��, Sauth 01 d�rees, 49 minutes, aa west, a distanc� of 414.38 to a point in #�e south line af s�id L�t 7 and the pO1P6i �� B�GIfVWIAi[� of ih{s tract of land; TH�NC�, in a northeasterly di.rection, ala�g a nGn-fangent nurue ta the right, having an arc [�ngt€� of 53,23 feet, a r�dius of 333.Q0 feet, s�entrai angle a# a9 d�grees 09 minutes 32 secon�s, and a chorci rn�hicFt i�ars Nor�}� 71 degrees 55 minutes 48 seoonds �ast, a dEstanc� af 53.17 fet to a p�ant %r corner; �i��t�G�, So�th fli deg�s qg minuies 40 secands West, de�arting the south IEne of said Lat 7, a�istance of 2BB.14 feet ko a point fior corner, ��f��[C�, Sovth �9 degrees 24 minutes 32 secands Eas�, a distance af 65,48 fe�t to � poi�t far corner in the sauth line of said �rac.t B-'I; said po9nt b�ing in the north line of Lot 28X, Block '}�, ia�ola Park, an addition to tFte City t�f Fofi Wo�th �ccarding to the p{at �c�rded ir� Instrum2rlt Num6er D218Q3QOS� of said Plat R�cords; ib����, iVa�th 88 �egrees 10 rr�inutes 'f S seconds West, along the sauth lirte af said Tract �-� anc� the north line of said Lot 28X, distanee o# 53.64 feet to a po9nt fior corner, iH��EG�, Narth 19 degrees Z4 minutes 32 secands West, departing the sout� fine of said Traci B-? arrd the north line of said Lot 28X, a distance of 55.42 feet ta a point for corner; i�I�R�C�, North 01 degrer�s 49 minutes �4Q secartds East, a distance of 288.42 feet to the POI[Vi' D� ���INNI�i� and cantaining an area af U.407 acres or 17,749 square feet of land, more or less. ,�p��e��'�'F arLr�, i� � a��`t'Gt���'Q�� �������� ���������G4�� ♦ p Yei4►�i��������l��M�waw �������� REh� SILVAS — —^� .. OqG���a�OSYY����o ,.. ��1A1� �e �ART 0� P1o0i€ fi1AiVCF� �Cil�llfl�c�f�lAa�, L� T�GT .A 592� .,e • �9'�° ;�ssoq�`% o�` ��D g�«� U.�Oi ACRgS OUT OF n� Siavas ata �� S� R'� �'� '�I-�� J. F�Er4Tb �URV�Y, A��i�4�� RI�1lR���Ft �49, Regi�;ered Professia�al GITY QF �ORT 1d�d'Q�f M, i°���AA6T COUrlTY, T�3'iAS tand 8urveynr Na. ss21 ��OF3�R 7B, 20�9 Nt]TLS A pEat oF survey wi#h even dale shrnnrn hereon was prepared irr wnjunekiun wilh this legal descrip6an. Bearing sysbam for this survey is bassd on the Te�cas S#ate P�ane Coord3nate $ystem - NAp 83, Ftorth Cenlral Zone 42Q2, based on abservabans made an Navernper T, 2018 with ar� applled cam6ined scale factor nf 1.4049 2. ����� �11G. ,� � 259g Dall�s Pa�kW3y, Suite 2U�, Frisco, T74 75fl34 � 7el: 972-46a-4804 • www.bgeinc.corn TBPLS Registration Nn.1D�93953 CnpyrSgirt 2098 J09 Np. 5552-00 RSIJIIAH PAGE 1 OF' 3 Page q of � ��ar��-r ,,,��, �►���4�A��� ���L��/�,�� �o���o � " (VARIv�BLE Y�'IDTH. R.0.1M. CWK Nh1L F6UNG � 5/9' INChI iRON R4d �p1/ � �_ .� �,� �N A9'a6'.34" W_ 2 394. %0')fc:.1�i� j .•l3U�AWAY' CA? FOUvf7 (C-M.) I �' � — „ � + � � � � — -f z�� - � _ _ � ^ �-I I � 2 �> � ` - -�-�--- _ - , --'-- � � __�a� 1 I PERMANEiVT WATER � �j � L — — — — -.._. �� � � i _ ^ `� PERMA�IENT DRA�NAGE EASEMENi FAC1�17Y �ASEMEN7 t� L..� ��_ ^ -• 1� � (WST. NQ. D2092Q0965) {1fVST. NQ. D218040547y� " �u a -� --r — Q.P.R.T.C.T, ' O.P.R.T.C.T, �7" � -- — — � � z d � I � �. � � � �,_ � � I � ��-` '� � f ff f7 � APPRaXIMAT� ZOCAT'lON f ='n � + 20` PIPELINE EASEME�VT A IAPPROXIMlAT'E LOCA T f O N I 1 I�� ` df R T. C. Y � D2i727165�) 24' AIPeLfNE zASEMEN� �� i � (C.C.F. N0, D20$446638) } SANI�ARY SEWER EA5El�ENT � O,R,T.G.�. +�-j�'-��� �VOL. 8524, PG. 1106) ' ��r, O,p,R.T.C.T, PATE RRNCH COMME{2CIAL LP � �� � � PART OF "fRAGT B-� i � � U I PATE RANCH F�ETAIL LP (INST. �IO, G215248527) � + �f � PAR7 OF TRAC� A Q_P.R.T.C.T. � � {INST. NQ. DZi5248.526j � � j �l I O.P.R,T.C.T. {5/s-i�uc» r�zoN Rpo w/ 'p.�n�,�,��Y„ I � � i ifl' U i ILITY FASEMENT �"� ,-- — z_� ti eg'oa fla" w- � x25_�.s;eaPl��Oun�o' �I 1 (1NS7. MO_ D218065978) � — — -- ,.. �. � �. � � -�— _ ,'� � � ,_,_ � � .,� � Q-P.R. T.C.7. �� — � 4. 5 ss''oa �o �' — � .�— � ` — — -� ` �� — -- � ` � --- — _ �, o.an' . E � — — — — — — -- ._ — � I f. i i i i LJ � Gi'a9'4U" w G14,3�� _Jl_ � — ����I1� �����.i� �� i �� ii � ;f� � - � � 1 � � ( � ,�� � �t�i ��I k I1 � �or7 � � � I' II�� TAVO�O�PARK � � �� �� �+�� (IN.ST. NO. D218065978) j � •I � ��� P R,T.C,T. I� p II i I+ �� ff E i'�� ,�I 1 26' PUBLIC ACGESS EASEMENT 4 •�".�� I�esT_ No. D2�ans5978 i '� � ; �I �� p f I � o.P,�.r.c.r. ��'����� a�'�,�°� .�e 4'� ��� . �ly� PAT� RAN�H CROSSiNG LP (INS'�. Nb. D21$ZS177d) O.P.h_T.G.�. APPRflXIMAT� LOCATION 2fl' PIPELIN� EASEMENT (C.C.F. NC. D20844fi636) (?.R_7.G.T, �EIV 0 n R,T C T oEEo REcaRnB, Tar�RANT couwTr, TE7fqS P-FI.T.0 7 PUSTRECORD6, TqRRANT COUNTY7ExAS O.P R.T C i QFFICIA� PUAIIG REG`4HC15, TRRRFiN� C011NTY TE%A9 IN6TNq IhlS7RUMENTNUMBER R.O,B. PQINTOFBEGINNING P O.0 p01NT OF CqMMENCING CIRF CRPPEp IFiON R40 FOUNCt I��EA�CI_!NE 5H�� - � �� �� ��� ���P��4i�Y �C3N��R���'��[V ������IV� 0 sa �DO B�IP1G A�l�R� Q�' P�li� �tQfVCH ��14AAAE�CIA6, !.� 'f'RA�� AFVC? ��ING Q.�07 AGR�S Ol�i OF sca�E: � �� = �aa� r�r� �. ���� �����r, ��rr�ac: r���n��� s�.�,. c�t�r o� �e�T �a�rH, ��e�,a�r-r cour�rv, r�xa� P�RT�S A lege� description with euen date shown hereon wag prepared in conjunctiare with this plat of survey, Bear�n9 sYs#errt 1'or this Survey is based on the Tex�e 5tate Plane Coardin�te Sy�m - IVAp B3, Marth Cs�tral T„one 42p2� qa� fln abs�n�afians made an Novemf�er 7, z018 with are apqlred com6irte.d sca�e fscior of 1.i7Dq12. OCYQB�R 18, 2�18 ���� �19�. . � 2595 Dallas Parkuvay, Sufte 20�, Ffisco,l?( 75d34 �,�, Tel: 972-4�4�Bd� v �,�einc.corn � iBPLS Regfstra�on iVu.10193953 CapYri9ht 2019 JOB No. 5552-pp RSIJn,rH var.F � nG 2 �age 8 of � EX�1�3l�° '.A" �R�AK!__I�JE 5H�ET 2 5 0� �49'40" w� i'� � � hi4,3E� I 4 ���E RANCH CR05SlNG LP I ` (INST. N0. b2ie25t774} j � o.P.R_r.c.r. J r � � � 1 � � / `� I�� � / -----_. . __ .._ . -� " � � � i � �. �. �p : v����� -�� � :l t _,�� � � � � .�,� ,�' 10' U11L1TY EASEMEN�' (INST. NO. D218030065) D,P.R.T,C.T. LOT 14?( �LOCFC 2 TAVOLD PARK (1NST. IVO. D21 �030065) Q.P.R, T.C_T. \ � �� � � �� j� � � I i. N 19'24'3�� W �f�-1,1C.1 tRON 1t�iJ w/ "pI�NAWAY' CA.= FpL�'6 � ��� �v --�; _� � - =__--- - - - - - - ! e �� d� � i � � � t EMPORARY � �� r ` CONSTRUCTION �-EAS�MENT � � 0.407 ACRES � � (17,749 SQ. F7.� �� � APPROXIMATE LOCATfON 2D' PIPEi_iNE EASEMEMT A (]NST. NQ. D2'7271854) 0. P.R_'�. C. T. PAT� RANCH COI�MERCIAL, LP PART QF 7RACT 8-1 S 19'24'��p E�I�ST. ND. D215248527) �&5.48' a, P_ R. 7. C. T. , '� 5 88'iCz'?��' E s/e-iNCM �ao�v ann w/ �57.1 %� "�UNAWAY" CAF ���Uti3 27.7Cr � �� � ^ ~' � �~ N�ip'T�n W LOT 70 S LOT 11 � 4�� � 1 53.fi4� LOT 287( BI.00 12 i 1 � � ����� �1 � TAVOI.a�PARK i, � � � � TRVOLO PARK {fN57_ NQ. D2'1�03D06�) : � � (I�lST_ �i0, D23B03�06�) O,P.R.T.C-` � � , . �, � n.P.R.r.c,�r_ ��'i3f�V� ;!+,�1�� �JA�'f� A�� �CVG�- RAGIUS C1:.; f, ! C;:-f;�P,7 F?EH=��NG (.:M�rtJ p �-ANC'= C' �3.�.5' s33.CfC: 9'G�'37' � hi :''a5'48'' E �.S-��� L�S��N6 I D-R-T C T OEE� RECORDS, TpRRqN7 ����1�u�" C4UNTY, TE7WS ��� a � p R, Y C T. PLAT REGOR�S, TwRaANT COUNTI� TEXqS O JO i OO O,P R T.C.T 6FFICWL PUBLIG RECOf1QS, TARRANT C6UNi`f TF.YAi$ ix8rMo- I�ustRarta�r�rNUMser� SCAL�_ 7" = '!00' P.O.B. POINT qF 6EGINNING P.�.C, POENTOF CaA�pyENGNG ci� cnaPen iRa�r Roo FouNa Nar�s A legal descrlption wit� even S�be shawn Yter�on was prepared in cvnjunctian with fhl& plst of survey. Beating system for tBis survey is based an the Texas State Plane Coordirtate System - NAI] 83, Notlfi Central Zone 4242, hased an observatians made ort hlovam6er 9, 2098 wlth an applied combined scale fg�nr of 1.Da41�, u� LOT 7 BLQCK 2 � TAVOLO pARk� � ` {WST. I�Q, D218065978) y � C1 ti �� O.P.R�T.G.T_ �~CA������ L� � � 1 _ _.,_. ._ _�..__— — --.., .., �� _. ��i�l���Rlr ���l�i�LJ��f�� �!'������� BEIP�C A�ART �� �Ai� I�,NCW G011�f����IAL, LP TRACT Atvo ��IP�� d.��7 AG��5 �1�'� �� TH� J, H�ATH �UI�V�Y, ��S7'�,�i AtlU19A��R 641,. �i� a� �oRr �rv��ra, -r����� ca u�rv, r��s bGiO�� 1 �, ��'!9 ���, In�. �. ,� 2595 Dallas Parkway, Suite 2U$, Fr�sca, TX 75D34 � Te1:972-464-4800 � wwuv.bgeinc.corn TBPLS Regisira�on Nn. 7 0193953 Copynght 2d�8 JOB Np, 5552-DO FiS1JMH PAGE 3 pF 3 Page 1 of 8 9220005888 i1812Q2010:33AM pG $ �g�: $47.OQ Submilker: AV�N�J Electronically Recorded by Tarrant County Clerk in Offieial Public Recnrds.l,�, -���� Mary Louise Nicholson NOiIC� C�� CQF��I��R]TIA�ITY RIGHT'�: 1� YCi�I A�� A�ATU�� ���S�Rl, YQI� NYl�Y R�M[�V� �� �T�Ii�� ANY �R A�� �� 7Fi� ���LdWIiVC Ihl�ORP�AiI��f F�9M iHl� IR��iRUi��F�i ����R� li 15 �II��� f��R ���@�I� IiV �� �UB�I� REC��I�S: Y�UR S��IAL S�C�RI7Y Rl�I�U[��� O� Y4Ui� �RIV�a'S L,I�GBd�� N�Ji�I���. C�i�: q013�9 IC�� Con�ract fld94��A €'arc�l � 2� iC� ParE raf �a�� �tanch Crossing L� �'�aci, �ori Wdorth �AVf��� €�ARK �ddition, Bloc�c �, Lot 7 J. b�AiH SU�V�Y, AI7StidCf FdO, �41, Tarranf Counfry, '�exas �IYY O� F0�7 �IIOR�b "�1�i�I���A�1F G�Id5i�UCTIUN �ASEIV��FVi�GR��ii�I�Ni DAT�: �Q. t.., i �� �a� g , GRANTOR: PATE RANCH CR08SfNG �P GRP�NTOR'S MAIl�ING ADDR�SS (including Counfiy): c/o �'ROVfD�NT REALTY AC�VISORS, INC. 1Q210 N. G�NTRAL, EXPf�ESSWAY, SUITE 300 pALLAS, DALLAS C(�LJNTY, T�8 7523'1 GRANTEE: �ITY �� ��Ri L��R'TH GRAf�TE�`5 MAfL1NG ADDRESS (including County): 2QOl"�XP�� ai���i �'aR� W�RiH, �ARRAf�T' GQUNTY, TX 7��fl2 C�NSIDERATIOh1: Ten Dallars ($1D.OD} and other gaod and valuable c�nsic�erat�on, the Teceipt and sufficie�ncy of which is hereby a�knorrvledged. �ROPERTY: ��IN� rno�e part��ulaPly d��crib�d in the attach�d �xhit�it "A." GrantQr, fnr the consideration paid to Grantor, hereby grant, bargair� and con�ey unta Grantee, its sWccessors ar�d assigns, the us� ar�d pas�age in, o�er, and across, below and a[ong tf�e real property situated in Tarrant County, Texas, in accorclance with the legal descriptions hereto attached as Exhibit "A" (the, "Temporary �onstrucfion Easemen#") �nd fngress and egress o�er Grantof'� prop�rty to the easement. 9. It is further agreed and understood that Grantee will be permitt�d tne use af said (a) Temporary Consiruction Easement for the sole purpose of canstructing �nd Tempo�ary C��istruciion Eaaement Agreement Rev. 20181234 P�ge 1 �age 2 of � rshabi[itating permanent sewer faeilities including ingress and egress to the Temporary Canstruction �asement. 2, The Temporary Construction �asement shall autamaticafiy terminate on the earlier of (a} the substa�ttial campletion of the Impravements or (b) March 1, 2022 (the "Termirtation Date"}_ 3. Grante� shall require ihat each of its contractors (�ach a"Contractor" and eoilec#ively, #he "Contractors") carry insurance cover�ge in amaunts requir�d by state law, throughaut the duratian af this Temparary Cons#ruction Easem�nt. 4. Wfthin thirty (3�} days aft�r the Terminati�n Date, Grarrt�e shall (a) r�move af �II suppliss, equipment, appur�enances, fEncing, and other matters �laced on ar in the and �'emporary Const�uction Easement, (b) regrade the Temporary Construcfian Easement #a match the then existing grade and drainage, (c} restor� �he Temporary Constru�tion Easement wi#h seasonal grasses and landscaping to match the pre- existing grass and landscaping, (d) repair any rufs within the Temporary Cvnstructi�n �asemertt, and (e) if any impravements withir tfie Temparary Cnnstruction Easement are disturbed, damaged or c#estroy�d b}� the exercis� of Grantee's righ#s und�r ti�is 7�mporary Cansfrucfion Easement, replace and restar� such impro�ements as near{y as possibfe to fh� condition that existed before any disturbance, damage ar destrUc�ion. 5. Granfee shail be responsible fnr �ny costs 9ncurred in the exercise pf its rig�ts hereunder. All work ��rtormed by ar an behalf of Gran#ee purs�ant to this Temporary Canstructian Easement shall b� perfarmed at Grante�'s sole cost and expense, in a goad and workmanlike manner, with due care and al! reasonablE diligence, and in accardance with all a�pficable governmental Iaws, codes and regulations. Grantee will not place a li�n or� the Temparary Construciion Easer�ent and will us� its best efforts to nat allow its Contrac�ors or subcnniracfors to place a lien on the Temporary Construction Easement. 6. If either parfy retait�s an attorn�y to enforce thrs Temporary Construction Easement Agr�ement, the p�rty p��vailing in litigation is entitled ta reco�rer reasonable attorney's fees and co�urt an� other costs. TO HAVE AND T� HC}LD the abvve described iemporary Canstruc#ian �asement, togeth�r with, all and singular, the rights and appurtenances ther�to in anyway beEonging unto Grantee, and Gran#ee's successars and assigns until the Termination Date. Grantor hereby bind themselves, their h�irs, successors, and assigns, to warrant and defend, all and singuiar, said easement unta GrantEe, �ts successors and assigns, against every person whomsoe�er iaw�ully claiming or to claim the same, or any part thereof. Wf�en th� context requires, singular nouns and pronouns incfude the pf�rai. �SI�NAiU��� �F���AR QAI iH� FO�OWIIdG �A�� 7emparary Construction Easement Agreement Rev. 2aiat214 Page 2 Fage 3 of 8 GRANTaR: Pd�`E RAN�H �����]i�G �P, a Texas limited partnershi{� By: PRA GP No, 2, Inc., a Texas corpnration, its Acfrninistra#ar . By: uf n H es Jr„ io sident GRANTEE: City af art . orth l $Y (Signature): ' ! � � ��e�► Ib�e�geffier�� ��i� (Print N�m�) Tit e RPpROV�� AS TO FQRM AND LEGALITY By (Signa#ure): � {Print Name) � _ , Titl��� � � ACKP��WL����NYENT � f ►�ii� O � T�iCAS § �OUF�TY QF 9Af�LAS § 7he far�gving ins#rument was acknowledged before me this � day af � 2�19, by Julian Hawes, Jr., the Vic€ Presiden# of PRA GP No. 2, Inc., n Texas ctirporation, Rdministrator af Pate Rarrch Crassing LP, a Texas limited partnErship, on foehalf of �aid entities. �� GlVEN UNDER MY HANl7 AN� S�AL OF OFFICE fhis d�y of .�r� �r l , 2099, ` ' �i �/! „1,,,,+1,� Nota Pu��ic in and for the S-tate of T�xas ��.�Ppva�,g � KAYLA FINST�IN 3z°� i,= �o#ary Pubilc, StatA of Texas ;�����„ Comm. Explres 66-14-2Q22 '•�� °;,�.�'' fVatary ID 131&d5529 Tamporary Consfruction �saement Agreement Rev.2�18921a Page 3 Page 4 of 8 ��KP�C��I�P��14NN�h�7' ��'A�� �� i�a� � § C�URiTY DP iA��AiV� � B�FDRE M�, the undersignec! auihorify, a Notary Public in and for the 5tate ofi�T��xas, an this day personally ap�eared �t�'� Caoi�e, Prr�oper�'t� �41�na�era��t�i� � of the City of Fart War�h, known to me to be th�: same pers�n whose name is subscribed to t�e for�going instrument, �rtd acknowledged to me th�t the sarne was the act of the City of Fort Worth and that he/she executed the same as the act af the City of �ort Worih for the purposes and cvnsidera�ian fherein expr�s�ed and in the capacity therein stated. GIV�N UfVD�R MY HAND AND SEAL U�' OFFICE this /� day of �l .rc+� _ , 2p � . k (RY �V���1 eY6'S�■!f� * ��, �iotary Pudtia+54� of `�ams � Nata�ylD#'lS18�5��-� ���� �rinmis�i�t �. N�V. 26, 2� Natary Public in and f�r the State af Texas YemporaryCanstruction EasamentRgreement Rev, �aT84214 P�ge 4 Page 5 of 8 �Xbl�li A �empo�arry Canstruct�an �asement [to be attached by Grantee and approved by Grar�#ar] Tempnrery �onstrucUan EasementAgreement Rev. 2D18� Q�q P�9g 6 �age 6 of � � �?CHI�I� "A" L�E�,�� ���G�[�'�1�{� ��lN�, a!i af that Q.464 �cre (20,225 squar� fcnt) traet of (and situated in the ,i. Heafh Survey, Ab�tract Number 649, in the Ci#y of Fart Wanh, Tarr�nt Caun�y, Texas; said tract being Sar� of �ai 7', Btocic 2, Tavaio Park, an additian �a �he City of Fort Worth accordin� #a fhe plat reearded in ln5trurnent Numbe.r D218Dfi59i8 of khe Plat Recards csf Tarra�t County, Te�cas; bein� part o# #n�t tract of land describ�d ir� Warranty C��eB tv �ate Ranch Crossing LP as recorded in Instrurn�nf Numk�er D21825177'4 oi the �ificlal PUhlic F��cords af 7�rra�k County, Texas (Q.P.R.T.C.T.); said 4.464 acre tract of land being more particularly ��scribed by rn�tes anr� bounds �s follows: G019�IV�NCINC�, at a 51�-'rnch iron rnd witl� "DUNqWAY" cap found irr the so�th right-pf-way line of Altamesa Boul��ard (a variahle wfdtf� right-of-w�y); said point befflg the northeast comer of that tract of land described as Tract B-7 in Warranty Deed ta Pate Ranch Corr�mer�ial, L� as recor�ed in lnst�ament Nurr►ber DZ�f5248527 of said Officfa! Public Records, and the rrortF�west �omer a# that tract pf land described as �ract �4 irr Special Warranty oeed to Pate Ra�sch Retail LP as recorded in knstrum�nt Number D2152�SS26 aP said Qfficial �ublic Recard6; f7om said point a P�f r�aii faund at the narthwest corner cxf sal� Tra�i B-1 bears Norfii� 8� degrees, 06 minWtes, 3� s�r,onds Vllest, a distahce af 2,391.70 feei; TH�PlC�, Soutl� q'i degrees, 49 minutes, �a seconds West, depariing tite sauth li�e of sald Aatamesa Bouleva►�i and along an east line of sald Tract 8-1 and a west line of said Pate Ranch Reiail traCt, a�istance of 806.10 feet to a point in th+e nprkh line of s�€id LQt 7; i�f�NC�, �outh B6 degrees, 04 minuies, OD seconds East, along the north I�ne of said Lot 7, a dis�ance of 10.0� f�t to tite �QIRlT OF ��CIR1PIIf�� af this tract of Ear�d, �H��IC�, South 88 degress 04 minutes DO secands Eas�, contin�aing along the north line of sald Lct 7, a distance nf 50.Q0 feet to a pnint for comer; Yb�A�C�, Sauth �� degrees A�9 minutes 40 seconds West, departing the nor�h line ai 5�id Lot 7, a distance oi 396_17 feet ta a point far camer; said point being the heginning of a non-tangent eur�e ta the left in the sauth line of said Lnt 7; '�i��PiCF, in a so�thvv�sterly direction, alang said curye to the I�R, having an arc tength df 53.23 feet, a radius �f 333.U0 feet, a cenkr�l angle �f fl9 degrees D9 minutes 32 secor�ds, and a chovd which hears South 71 degrees 55 minutes 48 seconds West, a distance of 83.17 feet to a point for corner; TF��P+1C�, fVorth (l1 degrees 49 minutes 46 seconds East, dep��ting the south line Of said Lot 7, � disiahce of 414.36 f�et to the PDiN7' ��` B��N�7I�IPIG artd cantaining an area of D.464 acres or 20,225 squarefeet af la�d, rnore or less. �������� ���������Q�� �������� ��IF�� A��Ri aF �AiE R�iI�Cb CFiOS�Il�C L� ��CT AW� �O'� 7, ��O�Fi �, �AV�LO 1��4RfC AeR1[3 B�l�l�a A.4��O�4 A��� OUT O� T�1E J. H�A1'H �U�1��lf, AB�TF�►G� NURd���l� �Si1, �1TY O� F�i�T bldaFi'�F�, �17��f�IVT COUFETY, ��S OCT���R'1�, 247� IJOT�S A pfat of survey wlth even date showr� herenn was prepared €n canjunctlon with this legai d�saiption. �earing sys�em For th�s survey €s based on the Texas 5t2te Plane Coord3naie 5yst�m - NAD 83, Narlh Certtral 2one 4202, based on vbservatians made on Noverr�her 7, 2a18 w"tth an applied cnrrEbEned scala iactor of i.OD012. ����s ���. �, � 2595 Dallas Padcway, 5itfte 2�4, Frisco,lX 75034 � Tel: 972-4644�Q0 � www, �geinacom TBPLS Registrat[n� Na.10193953 Capyr�ght 2019 JOB No, 5552-00 RSlJlUIH �qGE 1 �F 3 Registered professianal Land 5unreyor Na. 592t �'age 7 of � �ar�i� «�,. �4�1r,A11���� ��1�L�1/��� �' (Vi�RIA9i,E 1yIDFk R.O.W.) (px ,y�� �q�ka���` I 5/8—INCN IRON ROp 4V/ � ��'�...� Y N�� ps 3q�„� _ 2_397 7Q" �OUNAWhY" CAP FOUN� {C_�� � 1 f'f — � � � ,._, � ~ ._. tfC,M,} ' �T `----_ � I 2 l• � �...�i.. � ._... - y � � a ��� ' � — �-----�11 I L L�� oo� ! � PER�1A�iENT WqTER � --- -- --- - � - � � � � „_J. � ` -`� p�RMANE�IT DRAIVRGE EA5EA��NT FACiLITY EAS£PuIENT i� L��,,,� �� � c, ' 1! � (IhlST, ND. Q209200965) (fN5T. �l0. D21.80Ctd547 � > � t -� O.P.R.T.C.T. � O.P.R.T.C.T. �'(- - -- - -- ,_,, - - � c; �, f-�- � i �� � � ~�,�� -if � � ��' � f� II I APPROXIMA7E LOCATION w� � � 20' PIP�f..INE EAS�MENT A � ' I � f� � �I R.T.0 7Q. D217271654) I � � �� i � �� .�.,_���� SANITARY SEWER EA,SEME[VT � �� ��-I� ! (VOL. 8524, F'G. 1106) ' O.p.R.T,C.T. r�" PA7� RANCH CO�f�A�RCIAL LP �� PAR7 OF TRACT B-1 � � I I; I PATE RANCH R�7AI� LP (fNST. N�, Ci215248527) I � � �I [ PART pF TRAC7 A O.F.R,T,C.7. � � �' I (INST. N0. D21 52 485 2 6) I 1 II , U.P_R_T.C.T. {5/s-in�eH ��oN a�b � �•�•�II" I� f s�sro�•Q�` � 90' IJTILITY EA9E�IENT �--- � n ag�.' l_DUNAWRY �P F�TUNd , (INS7. ND. D238085978 �- ; = _ �'�-�-__ oa'��' - s.�� � J { � 5q.00 } , -^_----- _-"�-I--- ,�Q�P.R.i.C.T. i � — _ , � S �8'Q� 00„_E� � C _ _ — — � �:' _— �] `, r TEMPaRAIR � � I ' � �����1� 1������ .�� ��"� ��� I � GONSTRUCTi�N t� � f ( � �j�' I � EASEMENT� F ! ��' �� i � 0.464 ACRES ; ��`�. y i4��� F�TE R L`J �20,225 SQ. F7.) 1 �"'� �y AI�lCW CROS51N6 LP I � _ � {ifVST, NO. D218251774) I 0_P.R.T.C.T. I f " �p APPROXIMATE LQCATIQN � � ' 20' PIPEL2N� �ASEM�NT I f {C.C.r, VQ. D20$445536) � � D,R.T,C,i, ' 3REArCLINE �HEE � 3 LEGEVD a R.T.C.T OEED l2�COFiUS, TARRANT COUNTY, �zC/�S P.RT.C.7. PLAT RECORAB, TARRANT CUUNT! i'EXAS O P� R T C T. OFFIGp� pl}g�IG RECDR�S, TARRpNT C DUNTY TEXAS INS7 NO. INSTRl1MENT NUh1BER P�d-g� POWTO�BEGMNING PdC� P���9FCphIMENCING CIftF CRPPEQ IRON RDO FOUNq ��.p �4���� 1I 5Q 10D �_ � CJ{.'i�,�� � �� = � �}�� N�YES A iegal description wit#r erren dafe shawn hereon was prepared in aantuRctian wlth this plat ofsunrey, Bearing system for this survey is Qased on tha Texas Staka Plene Coordinaka 5ystem - NAO 83, North Centrsl �one �202, ba�cd an observations rnade on I�ovember 7, 20�8 with an appl[ed corpbined scale tactor nf 1.pp012. � ai•�s'�o- w 396,f 7` {INST LOT 7 BI�QCif 2 iAVOLO PARK N0. D218065978) P.R.T.C.T. 26' PUBLIC ACCES5 EASEU�ENT (INST. N0. D218085978) O.P.F2_T,C,T, �������� ������������ ���G Ii01�lr� ��[P,�fs A PhRT OF PAT� Rp1i�dCH �G�O$51h�� �F� ��1C1' d[�� L�i 7, ��QCFt �, T�1�0l�9 PARK ��� ��ir�� a.a�a �c��� a�r oF 7i�� .l. H�AT'H SUI�V�1(, A�3�RA�T h�UM��R 6#1, GITY O� FC�Rr ld�@���, TaP�1�AAfT CpUI��Y, T�7�A� OC�OBER 18, 2019 ��f�, In�. � �� 2595 Dallas Parkway, Suite 204, Friscn, 'iK T50�4 � Tel: 972-46�-��fl0 � �,vww.bgeinc.com T�PLS Reg�stra�ion No. 1Ui93953 Capyrighf 2016 �ag �lo. 5952-00 RS/JMF{ PAGE 2 pF 3 Page�of8 ��IHIBli ",�" PA�'� RAIUCH CROSSiNG LP (INST. NQ_ D218251774) o. P.a. r. c.Y. �g'L;9'3�� � � ' � I� R•�333.�' � � I l � �s.a� � , I C��S 7155'4�' W ' � CD�53.1�' % f� =�-- — - � `— �, f `� `� i1 �`�i� -w � r � � 1 --�._ _ . .. _ .- - _ � �� � � �f I _ — ---� _ � �, t0' UT;LITY EA5EMEI�T (INST. N0. D218b300B5) D.P.R.T.C.T. LOT 10X e�ac� 2 TAVOLQ PARK (INST. N0. ��1803Q�65) O.F.R.T.C.T. \ � 1� � 11� y� � ti � 1 ; I � � 5/8—:h�CM IFON Rc7G w/ "OLNAWAY" CA'- F���[} � �—� � `��. =_ � -- — — — � I.EGcNq D_R.T.C.T. �EEORECORUS,Tk{ZRAh1T caur�rr, r�ws V.H T.0 T PLAT RECORL7S, TARRANF C0�3iJ7Y TE)(o.5 D P.Ft.r.G.r. OfFICWL PV�L�C RECOROS, TaRw,�vr cauwr+r rexns IPSSTNp IN6TRUMEMTNllMBEIt P_0 B POlNT OF BEQkNNiKR P.O.C. PpINTOFC�141MENCINCs G1RF CAPP�p IROH ROD FOUNO � ����� . i I� � � 0 5f1 10Q sc��€: � �� _ � cro� HOT�S � legal descr�ption with even d�te shown herann was prepared in conjunctiDn rvith this plai oFsurvsy. Bearing systam far this suruey Is based an khe 7earas 5tate Plane Coard'mate System - NAD 83, Narth Cenkat Zone 4242, based nn observations made on Navembe� 7, 2R18 wfkh an applied combined scale Factnr of 1 A00'12. �R=AKLI�V� �H�ET 2 � Lf3T 7 6�flcx 2 TAVOLO PARiC 1 (lIN5T_ N0. D218a85�78) � a_�_R,T.c.T. ��. - _, � — �� -- — — � � _ ���������� ��e�� �� j ' TEMPORARY � CONSTRU�TI�N�� — � -- • L 4 EASEMENT d I 0.464 ACRES P I {20,225 SQ. FT.) I I �� � APPi�OXIMAT� �OCATION � � 20` PIr�ELINE EAS�A�EIVT A 1 i (i�vsT. �o. a2i �2�i fi��a) � I a.P.R.r,G.L � G PATE RANCH COMMERG�AL, LP i I PAR� OF TRACT B�1 I I (Ii�ST. N0. D215248527} �� � D.P.R.T.C_T_ 1 � � � 5/B-irtc:� R�N �oo w/ .,— t �� ' "Dl1NA'�71AY" CA� � cuNn � �" ` � ��� 1�j � LOT 1D LOT T1 � S LOT 2$X BLOCK l2 1 � � a�oc� >> T�vo�o�PARK � � � � TAVD�O PARK �(iNST. IVO, il2t,�030065} �t ��1(l�1ST. N0, D21$C13008�) Q.P.R.T.�-4 � O.P.R.7.C.7. r������� �ar����u�-ri�n� ������NT f��IPl� A PARY OF pAi� RAi�CH CRAaSiiVC �.P T�C7' AA�D L�T �, ���C� 2, iA1lOLQ f'A�K dPlD ��IiVC [i.46� ACR�S OLIi O� iH� J. F��ATH �UF�V�Y, �1B�if�C� FIU[i���R 641, �IiY QF' FORi IA�Q�iH, T�eR�AA�'i �AUN�Y, �'�XAS oc����� �s, aa�� ���, Inc. � � 2�95 Qallas Parkway, Suite 204, �f�SCfl, TX 75034 �,�, 7et: 97�-464-4.BD0 � www.bgeinc_com � T�PLS �sg[stration �io.107B8953 Copy�ight 2fl18 JOB No. 5562-00 R5lJMii PAGE 3 OF 3 Page 'I of � �220005900 1l91202010:38AM pGS 9 Fee: 551.00 Submitter: AV�NU E{eetronically Racorde� by Tarrant Cnunty Clerk in Official Public Records ��� ��� Mary Louise Nicholson fdC?il�� O� CC]M�19@F�iIALI�'Y Rl��i�'S: I� YOU �aR� A F�AiU�AL ���50AI, Y�U fl�flAY ��R19�V� GR ���IF�� ANY �R A�.� O� TFi� �OLL�iAlI�EC� iPl���ll�f�Ai[�N FR�i�4 ial� INSiR4�Pd��Ni �1�f�QF�� ii I� �'I��� F�R �GOF�Q IN Yb� PU�L[� ����f���: Y�UR SaC�A� ��C�1RI�1( NUiU���� �� Y�UR ��fV�R'� �,I�����' MUI�I���. ��fd: 1��339 [CA� �ontr�ct �fY4��A �arcel # 3 T�� �a�t af �af� �anch �ingle Famiiy L� irac�, �art lf�o�i h iA���g P,�RF( Aclditiar�, �lack 1'I, L�i 2�3�r �IOCIC �'�, �ets 9��, �locic i3, �ot 92 8� 12X .1. W�AT'H �II�V�Y, Abstrae# No. �49, iaPear�t Caunty, T'exas GiiY CI� �QRT WdO�Tb �'�hfl���tA�Y C�N�T'R�1��IOh! �A��hf�ENi AGREEiw�t�i �AT�: �� , /�'a .�?�a J � GRANTOR: PATE RANCH SINGL� FAMILY LP GRANTOR'S MAILING ADDRESS (including Coun#y): c/a PR�ViDENT R�ALTYAE]V�SORS, INC. 102�0 Id. CENTRAL �CPRESSINAY, SllITE 30Q , DALLAS, DALLqS COUNTY, T�S 75231 GRANTEE: �[�Y ��' �ORi V�IdRiW GRAf�TE�'S MAiLING ADDRESS (incfuding Cnuntyj: �00 ��� S7R��CT � �[��� 1lVORTb, i Ai�RAN� ��U��lf, iX 7610� GONSI�ERATION: Ten Dollars ($1p.q0) and ather good and valuabfe consideration, fihe receipt �nd suffici�ncy af vvhich €s hereby acknowledged. P1�QPERTY: ��[P!� m��e par�iculaPly describ�d in the attached �xhibit °`,�." Grantor, for the conslderation paid to Grantor, hereby grant, bargain a�n� convey untv Grantee, its succe�sors and assigns, fhe use �nd passage in, over, and acrvss, below and alang the real property situated in Tarra�t Gounty, Texas, iR accordance with the legal descriptions h�ret� attanh�d as Exf�ibit °A° (the, "Temporary Constructian Easerr�ehY') and ingeess and egress aver Grantor's praperty to th� easement. 4. It is fu►iher agreed and undeCstooc! that Grantee wlfl be permit�ed the use of said (a} Temporary Constru�tion �asement fior #he sol� purpose of constructing anrl 1'emporary Cflnetrucqoa Easemenf Agreement Ray. 2l}187214 Page 1 Page 2 ofi 9 ref�abiliiating �ermanent sewer facilities ir�cluding ingres� anct egr�s to the Temparary CoRstruction �asement. �. The Temporary Canstruction �asement shal[ automatically terminate on the earfier of (a) the substantial com�oletion af the Impro�ements ar (b) March 1, 2D22 (the "Termination Date"}. 3. Grantee shall r�quire that each of ifs coniractors (each a"Cont�acto�' and colfectivefy, the "Contractars") carry insurance Co�erage in amounts required by state law, throughout the duration of this Temparary Construetion Easemen#. ' 4. Wi�hin thirfy {3U) days after the iermination Da�e, Grantee shall (a} remove of all supplies, equipm�nt, appurkenances, fencing, and other matt�rs piaced on nr in the and Temparary Construc#ian Easement, (b) r�grad� the Temporary �onstruction Easement to match tihe then existing grade and drainage, (c) restore the Tem�,arary Cons#ruction �asement with seasonal grasses �nd lartdsca�aing to matcfi #he pr�, exisfing gras� and landscaping, (d) repair any ruts wi�hin the Temporary Constructian Easement, and (e) if any impra�ements vuithin the Temporary Construction Easement are disturbed, damaged or d�stroyed by the exercise of Grantee's r'rghts under tE�is Temporary Gonstruction �asemEnt, replace and restore s�ch improv�ments as nearly as pos5ible to ti�e condit4on that existed before any dis#urb�nce, damage or destruction, �. Grantee shall be responsible for any casts incurred in the exercise of its rights her�under. All wark p�:rForm�d by ar on beha�f of Gra�tee pursuant #o this Temporary Cons#ruction Easement shall be perfarmed at Gra�t�e's sale cost and expense, in a go�d and wbrkmanlike manner, with due care and aff reasonable difigenc�, and in accordance wi�h all applicable governmental laws, codes and regulations. Grantee wi[[ not place a lien on the T�mparary Construotion Easement and wifl use its best efForts ta not allow its Gor�tracior� ar subcantraetors to pl�ce a fien on the Terr�parary Cor€struction E��ment. 6. If either party retains an att�rn�y to enforce this Temporary Construction Easement Agrc�ernent, the party prevailing in iitigaiion is entitled to recauer reasvnable attorney's fees and court ar�d other costs. TO HAVE AND TO HOLD the above descr�bed Temparary Construc#ion E�serr7ent, #ogether with, ail and singufar, the rights and appur�enanc�s thereta in anyway be�onging unto Grantee, and Graniee's successors and assigns �rntil the Terminatian Date. Grantor hereby bind themselves, their heirs, suecessors, and assigns, #a v�rarrant and de�end, all and singular, said easement untn Grentee, its successors and assigns, against every persan whornsoever IawfuAy cla9rning �r to claim the same, or any part fihereof. VlEhen tf�e context requires, singular n�uns and �aronouns include the plura{. ��IGR�Af�I��S A���F� Oi� iH� �gLLd1NlAIC� #��4C�] Temporary Constructiun Easement Agreemant Rev,209B1294 P�qe 2 Page 3 of 9 Gl�ANTQR: P!!iL Rr4Pl�Ftl SINCL� F�'►Fillll�Y �,�, a Texas limited partn�rship BY= PRA Pate Ranch GP L.LC, a Texas �imited liability company, its Administrator sy: u �an w� , ., ' r�sident GR�i1dTE�: Gify of Fort " vrth By (Signature). (Print Name} e+�� 1�, ��v��► 1" tle �r�eni �9i�r , APPR�VED AS TO �ORM qfVD LEGA�ITY By (Signatur�): �'" . {Print Name) i�►� �,� _, Title�� �, ��,,� �lCKNQWL�t)CEI9��I�i ����'� 0� T�7CA5 § C�Ui�Y A�' �RLL�� The foregoing instrument was aoknowled�ed b�fore me this � day of p�9, by Julian Fiawes, Jr., the Vice President of PRA Pate Ranch G� LLC, a Texas [imited fiability aompany, Administrator of Paie Ranch Singt� Farnily Lp, a Texas fimited partnership, on behalf of said eniifies, GNEN UNDER MY HAND A�JD SEAL O� DF�f CE ihis __ �� _�day of ��"11J�'� , �019, - �-c•.-rx. �S�SApYP�<<r� TANA ROEUN Natary i�ublic in and for the Stafe af Texas � o�: :..,,8 . �r�.�•,�c�,� Ndtary Public, State vf Texas r ; •-... �q"= Cnmm. Explres 10-08-242D �ff F �� t ;;,�� ..,i�:ss No#ary I� 12$855970 .- _ --��..��... Temporary Canslfvetion �asement Agreement Rev. 201f B 1214 Paga 3 �age4of9 �Cxr��wr�����R���i SiAi�, �F i�XA� § �@L�W7�Y O� �ARF��li � BEFORE M�, the undersigned authority, a Notary Public in and far the 5tate of Texas, ort this day personally appeared �'������eriyl�a�ra�ernu�r�4D[��r af the City of �art Worth, knawn to me fia be th� same person whose name is subscribed to the foregaing insfrument, and aa�tnawledged ta me that the same was the act of the City af Fort !1►farth anti �at helshe executed the sam� as the act of th� City of Fort Worth far the purposes and consideration therein �xpressed and in the capacity therein stat�d. G� � GIVEN UND�R MY HANO AND SEAL OF OFFICE ihis / day of C' r �-.J�' , 20�: . 6Sp1�Yp4 Nt�� ��� Notary publie in and For tf�e Stat� of Texas r �° Mof� �If�.Sf�ta c�'P�xas 1�tot�ryl� �1��8051��� a� C,�nis�{ofl �. P�pY �, � Tempocery Canstruction Easement Agreement Rev. 20� ea 21a P�qe 4 Page 5 of 9 EXbl�li A ��r�p���at�y Corts�ructian �ase�ent [ta be atiaci�ed by Gr�ntee and apprn�ed by Grantor] Terrtporaay Consfnictio� Eesement Agresment REV,207B7214 Pgga 5 �age 6 oi 9 ���A� �����lPi[�� �SHf�li '•�►" BEING, all of that 2.519 aue (109,eoa s�ua�s rooq �ract ar ranu s�t�aied [R tne d. H�x su�vey, RbStraci Number 641, Clty o[ Fort Worth, Tarrar� CauMy, Texas; sa6q p� being perkof l,pt �(, B1ock ii arld Lat 12X Bloek 19, Tawlo Park, an additian to the Ciqr of FpA Worlh aocorrEng ta tt�C plat rerarded Sn Inslrument Mfl. D21803UU65 oithe Piat Records ot iarrsnt Caunry, TexesaeKl part nf tflet certain IPad oF lattd desUihed as Trac� C�lMatcalled 95,gpg acte trad vl lend desd4becl iR SpeCial Wananq� 06�ed to Paie Ftar�h 5ingle Family �P a6 recorded 1n I�Irument I�c. p215248528 nf I�e OEfiaal Pu613c Recoids oiTarrarrt Cauhty, Tes�as; sald 2,516 acre icac! of lar�d being rrwre particufarly d�cribed Uy meles and poun4s as followg; COhi�ti��dGiHG, at a 5Ia-Pnch I�an rod wilh '�UNAwAS^� cap found for the mnstsoul�erry oomer of seid Pate Ram�s Single �am�traoi ard ar� elt carner c�f u�at c8rtafn ffact ol land desaibed aa T�aet d pf Ihat ealled 742.955 acre lrar� o} lend desdihed En Spedal UVartanty ��d to Pale Rae�Gh tami LP as ree(xdetl fn Ins�rument No. D21524R525 Dt said 0f6CTal PUblic Ftemrda; TFI�hICE, �lorth 47 �gre�t 12 minuies 54 seCanda East, along the soulheast Iine pf said Pa{e Rand7 6ingla Family Iractand a norlFnvgst Une c5f safd Pate Ranetl Lend lydCt, a dslanpe o} Sx.95 {�et !D a polrrt ior oomeP !or lEte POIN7 O� BEGIHNIHG; THENCE, in 8 narlheriy diredi4n, departing Ihe geid no[thwvest rtrte oF Pate RgRClt Land Uact enp the said saithe�5t Ilna of Pate Ranth S'vagfe FamNy 1�9Ct azrcS aver and aCross saib Pa10 RBnCh 5ingle Famlly iratt 8nd said 6[pClcs 11 and t3, the Toll6wing foar (4} plls: Nv1ih 42 Gegrees 4+1 minutes 57 aeCorttls 1Nes� 9�slance oi 528.�i teet 6o a poir�t fa� �7nmer Nor1h 47 d�egrEes 12 minules *IB SEconds East, a distanoe pf 704,93 feeCto a ppiqt fOP cofier; NOrtlt 42 tlegre� 47 minlfias �4 9ecoRds kV@gt, a dislanceaf827.88 fsel to a pqnt tot oomer, Ndr�h 19 degrees 24 minut�s 32 s�ands VYest, a eGs,lance af 478.G1 f� to a polni far camer in Vse nocifl line af said Wt 29K, Biock ii and the soulh qne a! Ihat certain trad.a} land deSCii�d qs Treq &1 of Ihat Cetled 94,g5B act�s traCt af ��ntl descrit�ed In Speelal V�anly LleBd tu Pate Rsnr,� C WrFme7eial LP ag f�eeatd�i in insErument No. fl2152A8527 p[ gaid Olfip�Q PubliC ROColels; TH�HCE, South 88 degrees 70 mirtutes 48 9eeaKis East, atang tha said ncwih lir�e ot �Ot 2BK Bbck 1 y 8rui sad south pn� of paRa R�nch Gommereial uacl, a d'istanoe c�i 53.64 feei to a poir�k for aorr�er; THENCE, in a spu�Fegny �rection, depaRing the said south line of Pate R��t CommeCcial dactand I�e narlh I�ne af sald Lot 28K Bbck 91, antl overantl a��tnss said Sloeks � 1 and 73 $r�tl aaid pata Ransh 9ktigle Famiy Uact, t�e (oUowing geven (7p calls: Sa�lh 78 depraes 24 mf�utes 32 seonrtds East, a dicbnce of428,371eetta a pofnt fO�Gomef; Snuth 02 degree6 �7 minutes 50 6aGGnds Wesl, a distance 4t 27.59 feet 4o a point for comer, Soath 42 degreas 47 minutes 1� 9eoonds Easf, a di�lance of 495.t1 feeE 10 e ppt�llt for comer, korth a7 aegreac 12 minutes 47 seocmds Easi, s�fslarice of 12S1 teel ta a point For aomer, 5vuth d2 degrees•F7 minutes 14 saeorids East, a tlistanCe vf t79.5� Feetlo a poinl for Carner, 6Rulh 47 de�rees 12 minutes 48 seeonds West, a tlistanog pf 704.99 (eet to s pnint far tofner Soultt A2 �e�rcea 94 mfnu�es S7 secands �ast, s tllsiacice af 478.93 feet ta a pnirci !ar camer m the said so�xt line aF Pate Rar�cts 3fngle Family 1'raCt (9�606 avej aod tt��said northvrest{'rne of pate Ranch 5mgle Famfly traCt (t4z.955 ac�j; �'H�NCE, 3vuth 47de$rees 12 minute6 54 seoonds West, aloflg Eha saldsauth�st line nf Pate EtanCh Singte Farrtily 7r�t anC ihe said nvrlhuvest tlne oi pate RanCh Eand LP tracfi, 8 tlisi8nee af d9.97 fegt to ihe POfNT OF 6�GINNING and aonqirlir�g an area uf 2518 acres or � 09,840 square taet af land, mCre qr less. HOT�S A plat of survey v�ith evan date shown hereon was greparad in tonjunctton with this legal descrip�srn. �earing system for this survsy � based on the 'fexag 53ate Plane Coordina�a System - NA1] B3, NoRh CenFral Znna d2q2, based on abseraations made a� Novemher 7, 2018 with an appiiec! combined ss��e f�ctor af 1.Q0012. ��1�1��1'���� �����1'�.�1.s�f�1� �i�l����l�� ��IPlC �1 ��4�T OrF F'E1T� RA�CN SING�� F�►14III�.Y LP Ti�ACT APE� P��7 Q�' �,[�i �8X, B�OC�C 9�9 ARI� �.Di' 12X, BLO�Ft 13 O� iAV��U ��►R�rC AW� ��IP�G 2.51 � �C��S Ol1T 0� �'Ff� J. HE�eTF� ��[RV�1F, Ih��aif$�,CT �fU14A��R ��I, CI7Y t�� �O�i 1lVO�'�H, iA��Wi COUPi'iY, �'�XAS /4PRl� ��, �0'99 �C��, Inc. � 25g5 �Iallas Paricway� Suite 204, Frisca, 7K 75434 � Tel: 972-4S4�B00 • www.bg�inc.com 7BPLS Registratior� Na. �Q193953 co�y��i za�e JQg Na. 5552•OQ RSIJMW SFi��7' 1 OF 4 .. . . . ., _ ... . , ___,. .,,. _ �.._. ., .. . __ .. , ,. _ _-_• ___„ ,,., Fyegistered profEssional �and Surveyor No. 8�648 �age � of 9 �xbi�lr ���,,� f�1�,-�HLINE �HEET � � .._,. � � � � � .� �, � o �, � o Q , � � .� \ , b�`g � f�ti'� I � \ / 1 � �,��. J � � �' pt�'g '!�� t� �� - s/B-iHRoo w� f �j�`�� ` y> �o ���,�.���^� "DUNqWAY" \ � � ���b � ��t CAP FOJND 1.� W a� . PAT� RANCH SINGLE �A�AI�Y LP \ cs � APPRQXIMA7E �GCATIOhi pART dF TRACT C � � � 20' PIPELINE EASEhAE�VT (INST, N0, D21524e52$) � \ (lNS i . NO. D208446636) O.P.R.T.G.T. � � D,P.R.T.C.7_ \ \ APPROXIM,�iE LOCATiON \ � � �,� �� 20' PIFELfNE EASCMENT 6 � ��,\ (INST. I�O. D21727� 654) � ! �y �'�s � O.P.R.T.C,T. ��� � ��, t" \ \ q.e '��r. R\ \ .� �,� \ �`�, '}s� \ \ SANlTARY SEWER EASE�ENT �,s��y���'. � � ��\\ �\ D R,T.0 724, PG. s106) �`ao�.�� TEMPORARY s��,�. `�` �\ �� � �� CONSTRUCTION � � ,,��`� EASEM�NT � ti\ �� `h`� 2.516 ACRES � (� os,600 SQ. �T. ) ` � � � � � � PA1'E RANGH LANQ LP � � � �\ `t PART OF TRACT D '�� ° � �', \\ � PATE RANCH LAND LP (IN5T. N0. D215248525j � � � D���q��\ `\`� \\ (���TRNO {1215248n Q.P.R.T_C.T. • o o � • • 525) \ \ \ \ O.P_R.T.C.T, �/e-INCH ieaH �ao w/ N 47'12'S4" E� � \ "n�NnwAY• caP Faurv�(c.M.) 52.85' � \ � \ \ � \ � \ � \ t ' � \ � \ �������� ������������ �EOEiVD �/'A��1�l�Iti� �,R,7.C,T. OE�pREC4R➢S,7ARRANT � ���N� �► �+��T �� �AY� �ANCH $I�IGLE �AfwILY L� 7�,C7 cou�-rv,T�x�as d�1(��.'Ri�l AP[� FAR7 O� LOT 29X, �LQCF{ 79 P.R.T.C.T. PLqi REODR�B, 7qF2fiqNT eoun�Trr�xns o 50 10o AND LQ�' 1�Ji, �l�OCkt 13 p� 7AVQL0 �'�,R1rt O.P.R,T,C.7. OFF1CIAL PUBLIG RECORL�S, 7n�e�.nnrrrcoutirr-r�x,as .�P1CJ B�IF�lG �,548 ����� OU�' O� I�V$F. NO. INS7RUMENT NUMBER SCAL�_ 1" � 10D' �Fi� J. Fr�,4�{� S,URV�Y, A�ST�ACT Al�1116��� 64�y P.O.B. PLSINT Qp BEGINNING ClRF CAPPED R4FJRODFO N� �i�� �� �d�� W����"�� �pl�}��i� Cr�{���� T�.i�/4,ri A�RlL 23, 2049 N07'E5 8��, Inc. A fagal descrf�lion with even date shown hereon was prepared in oonjun�tlan with this plat of survey. � � Z595 �alfas Parkway, 5[lltE 204, �flSCO, TX 75b34 � Te�: 972-�G4-4800 � www.bg�inc.com Bearing system for this survey is based on the Texas 5tate Plane Coordinate System - lVAD 83, Nprth Ceniraf Zpne 4202, based on TBPLS Reg�stration No. 10193853 abservatians made on November 7, 2019 with an applied combined Gopyrighi 2�y8 sa�le facfor ai 1.00Qi2. J06 No. 5552-00 R91JMH SHEET 2 QF 4 G: \TXN Pr.ojects Ci1y_PortWorth SSS2-tlp_CaFWpiseBursting\O6_Survey\04_CAD\55$2-OO�C4FW_TCE...ESMT3.dwg Apr 23,2099-5:1oam ihorn ��ge � of 9 �XHl�li "A'" 1��f�T ;rLENE � �� � �5' SIDEl�1A�LK � � � � ���\ ( NSTM N0. �� � LO \ �� D21$D30065)�� S ��� � � � ` P.R.T.C.T. ��� ` � y\ Df�AINAGE �1'U � � �� EASEI�ENT� ��; � � (INST. N0. �/ LdT 26 � D21SO�OR65) / � , \ `� P.R.T.C.T, f// � \�� / � � r � �H=ET � � � � � QT 8 � � � 5� SANITARY � LOT 9 1 S�WFR EASE NT � �INST. N0./ � BL4CK 13 �,� D29843 65)t,� TAVOLO pARK �.R.T .t. /� li� . N0. D2i803( , P.R.T. C.'I` 8/� LDT 11 LOT 1 Q� T1 lDT 27 \`, ���\ ��� / � � � S' / \ � � ...... \ � \ / lOT 28 \ �^ + � / � '� � � % �� �, / � \ � \ \ LOT 2 � f � �/ 5/8-{NCH �ROI�+ \ � � R06 '�j \ � "OUNkWpY" � � �% � � � CAF F6lJNp \ Lar 1 / �� � VARIABLE wfoTh� 6,24 / / DRAINAGE EASENEENT =/S—INCH IRON ROD W/ DUNAVIAY' CAP FDIIN � / / (INS7. N0. D2180300.65) � � � / P_K.T.G.T. � ✓ � � i r � APPROXiMATE LDCATION � 'S � ����� 2c3' PIPELINE EASEMEI�T B � p�� ��� L07 1X�I�ST. NO. �21pzR.T.GT� �� r�'� BLqCK 15 / ��,� TAVOLO PARK ! '1 �� (�N57. N0. D218Q30065) � �� y> � (3.F',R.T.G.T. � � � SANITARY 5EWER EASEM�NT (VOL. 8524, PG, 110f}� D.R.T.C.T-/ / i �����/LG� LEGEN O.R.T.C.T. 4EEp RECORpB, TARRANT COUNTY,TEXA5 P.R.i.C.T. PLAT RECOi�D$. SAFiRfiNT COUNTYTEXA$ O.P.R,T.G.T, OFFICIALPliB1.1CRE00ftD6, TAiRRqKi GDUNTY TEXAS INST. NO. INSIRUMENi NUMBER P.O.B. POlNY pF BEGINNENCi P.O.C. POINi Dp COMMEKEING C1RF cApPEb IROiV FiOD FOl1Np / � �'o� � r 5 ��� PA7E RANCH 51NGL� FA�IILY LP PART OF TRACT C (iNsr. r�o. o2a52a.s��8) O.P.R,r.c.r. . ...r, .�, � o � � .� o � �, � � � �� �,.�4T�;H�.�v_ s�-��r z T��I����Y ��A���'i�U�iI�N ����f���i ���yy � � �� �'�I U 54 100 SCALE:1" = 100' [�or�s A leg�l description with even date sJtawn hereon was pr�pared in conjunctlon wilh this plal of survay. 8�aring sysUem for thfs survey is ba5ed on.lhe Texas 8tate PEar�e Coordinate 5ystem - NALI 83, Narth Central Zone 4202, based art o6sarva6orws made on November 7, 2q18 with an applied combined sCafe factor of t.t7D01Z. G: �EING A PARi a� �A�� fi�iUCH SIi�Cb� �ARflILY L� �R,��� AN� �AaRY OF �L7'f' 2�X, �l,OCK 17 �4ltl� LOT 12X, ��D�K 13 �F TAVOLQ P/�FtFC n�� ��i�v� 2.�1 s ac��s our o� 7H� J. F;EAriH SURt��Y, A�STI�A�� NlUAII��R 641, �.�� Q� �Q�Y iN����"�� YA��i�� �rQ���� Y�i�1�J' ���i� aa, �o�s ���, In�. � � 2595 Dafla5 Parkway, Suite 20q, Frisca, T}( 73034 � Tel: 972-464-480D � www.bgeinc,com TBP'L5 Regi5tration Na. 10193953 JOB No. 5552-0p RSfJMH e CapyrigM 2018 SH�ET 3 DF 4 119-6:1Dam ih�arn / . ���, � 47��'47" E ��'� ��� - � ���.� t',�t, � � -�tiC � . ���. �� �� '�r- TEMPORARY coNSTRucT�o�v EASEMENT 2.516 ACRES (� a9,soo sQ. FT.} I�g� Y �� APPf�OXIMATE LOCATION 20' F'iP�LINE �A5EMENT {'NSi'. N0. D2Q8446636) 0. P. R. T. C. T. �age 9 of 9 � � .+ � �i � �, � � � 1Q' UTIi.lTY ERSE�E�1T � (INST. N0, �298pp3QOti5} �I LDT 1QX O.�.R,i.C.T. I 2717[7 BLOCK 2 5/s--wcH �Ron� xoc w/ ' TAVOLQ PRRK "ouNawaY� cAp Fourvn� (INST_ Np. b21803QD65) � P.R.T.G.T_ I �XI-ll�li �•�,�� j�l� {ul � � � � `� TRACT B-1 PAiE F�ANCH COMM�RGlAL, L.P {INST. N0. D29�248527 4. P. R. T. C.'i. 1� s as7 a'18" E 53.64' �/e-ir�cr� iRon �ao w/ `s a87o'�s� �� t5s.��. "�uNnwaY" Caa �ouAo • APPr�4XIMA7E LDGA7IQ� � BLOCK 12 5' SIO�UvALK EASEMEIV? �r � � � r � 5URFACE SIT� � TAVOLO PARK (IN57. R"0. D218�3D065) I4 � I � 1 (INST. N0. D21727165�; (INST. �Ed. p21$D3Q065� - � ._ � �.�.T.c=Y.� � � I � O.P.R,T.C.T. � \ P.a.�r_c.r. ��--�-�- .� �� � 1 TEM POR AR Y \� �'��'�� � 1 CONSiRUCTION iT-� �- ' � � i `� -�A�EMENT ��/ j�,� I � — -- — _ ._. � f + � T 2. �16 A CR ES ,�,���__ ' � i � �y(1Q9,6 Q 54, FT.) �,q 'L�T 15 LOT 16 �OT 17 LOT 1 S I � `�' `��-- � �a � LOT 9 + al.o � � � � � I � � � I i � � 1� � �' f � 4 I ���� _� 1 �or s � � j � ' 11 � � � � I 1` -�r, �� 1 . ti � �.oT �s I�.� f� �or �ax y� rn � � I 4� 1y �� �n �aT � � 1 '� � s rv�r,aRY sew�� 1 I � � � }�` EASE1J�Ei�T � AP�''RQXIMATE G TION I � �ii � '�' .� LOT 20 1 1101.� & 41 PG. 110fi) �a� pIPELIf�E CASEMEfdT �1 � 1 1 �'� , n\ � I1p.R.7.C,T. � (INST. h0. D2'J8446�36) � � �� =�,�;. i� h I � � Q. A. R. T. �. i. l � � �� 5' SInE1hfA � LOT 6 �- �1 \ � ��� ��' `1 ��ti ERSEME�IT�� � � � ����� `� �.QT 21 1 � � � (1�5T. N0. II � �, � �`""" � S Q2'27'S�" Y1t 1,, 1, � 1 �,^.'`-� �� � D21 SQ30Dfi5�, � \ 27.59' \ t� ��-��` r� �y� P.R.T.C.T. ,� \ I.QT 5 �- � ��� �0� 1 I�[ . 5° SANITARY �� R `� S LOT 4 \ L.PT 22 1 S E W� R E A S E A+ I E I� 7 �� � � s�'2• \ � � {I�,S'�. N0, pZ18030065) �� �r•. �j, � BLOCK 11 r.. � o � �` P.R.i.C.T- ���ay ��i rsr Lo7 3 � 1 � � 7 A V� I: Q P A R K `�.-� � � � �, f' •�IN 1N0_ p218030065) �' 11 �\� `�'�'.� � �. �P.R.7.C.T, LOT 23� � �.1.`t �\`�'9. � � LOT 2 � �� � � � � d � � � �� � � � ��n�rc--��n� SHEE- 3 T��P��4�Y ����T�lJ�iI�N I.EGENb D.R.T,C.7. 4EED RECOR0.S, TARRANT COUNIY, TF.�fAS P.R.T.C.T. pLq7 tZECbROS, TARRANT COUN7Y TExAS 6.P.R.T,C.T. OFFfC.iAL PUBI.IC REGOROS, TRRRANT CpUNi'Y TE}W& INST. Np, fN5FaUhdENT nIUMBER P.O.B. FO1Ni OF BEGSNNW(3 P•�-�� P01N70FCOMM@NCING CIFtF G4PPEOIRON�[20tlFOl1Nb '�1LW.illlll 'Ll1!!I� N��7`tll � 5Q 100 SCALE:1" = '140' NOT'ES A legal description wiffi e�en daie shown hereon was pr�pan�d in canjunction with this p[at of survey. Beari�g sygtem for this survey is 6asad an the Texas State Plane Caordinate Syst�m -�lAp 83, North Centrai Zon� a�02, based on o6se�va#ions made vn November 7, 2015 with an applied com6ined scale factor of 7.00012. ����I�1 �1�� ��i�Jta A PART �� �/dT� R�;Id��; 51PIGL.� PAi1AI�Y L� iRACi Af�� �ARi D� �OT ��?C, ��OCFi 11 Ai�� �O� 'l�X, ��,OCK 13 9� iAV0�0 �ARK �id� ��IP�(� 2.518 ��R�S OUT QF 7HE J. W��►TH 9URV�1f, ��STf�A�T' NUME3�R 6d1, �i�r o� ���� wo�rH, r�,Rr�►�rr cau��r, ��x�►� AF�RIL 2�, �849 �G�, Inc. ,� � 2595 Oallas Par�Cway, 5uite 2p4, �rlsco, TX 75034 � Te1:972-4644$00 � wwsnr.bgeinc_corn TBPl.S €iegistraliun No. 10193953 Copyright 2078 J08 No. 8552-00 RS/JMH SHEET 4 OF 4 wg Page 1 vf � D2200059Q8 119l2020 i0:41 AM p,('„� $ F��: $47.DQ Submitter: AV�[V�1 Electronically Recorded by Tarrant County Clerk in Official Public Reoards _.,.�, ��} ��k� �Mary Louise Nichalson NO�IC� �� ��P��[��N'TIdL�I'TY Rl��i�: I� Y�y A�� A NA��1RdL ���SAPd� E 4JV Iii�Fl� R�14�011� QR SiF�IKE �aR�Y BR A�.L, �� iH� �O��8i�4�tN� I�V���f�A�lO{V FRaRlG �HIS IPL�TR�#i4��FJi ���f��� I� I� �IL��� ��� R��OR� if� i�1� PI���IC R�C{;F�DS: Y�LJ� �CIA� ����[�1�1f i�UM�f�i� Gf� YOU� D%i111�R'S LI�ERlS� NUIV����. C�R�: 101�39 ICA� �onte��� {�d14S$l1 P��ce{ � 4 T��. �art ofi P�fe I��nch �and L,� iract, F�r� 1Mcar�h J. b��s�'i� �U�V�Y, �P�s4ract i�a. ��1, 3�rran� �ounty,'�exas �1�1( �� �e�i 1�[���'i� i�N�PQ�aRY ��NSTRl�Ci1�W ����M�N� A�����Ui��� DP�T�: �c?G. I{p �D/ � Gf�ANTOR: PATE F�ANCH LAM1lD LP GRANTQR'� MAILfNG ADORESS (including County): cla PRDVILENT REAL'TY ADVISORS, 1NC. 402�U Id. CENTRAL EXPRESSWAY, SUITE 300 aALLAS, QALLAS CDUNTY, ��XA� i5231 GRAlV7EE: CI�1f ��' ���� W��'T� GRANTEE'S MAlLiNG ADDR�S� (including County}: �00 T�Xl�S �Y���i ���7' W��Tk, TA�RANi C��INiY, �'X '�610� CON5IDERAT[ON: Ten Dollars ($90.�D) ancf ather good and �aluabl� consi�eration, the receipt and sufFiciency nf which is hereby acknowl�dged. pROPERTY: �d�IN� more particularly descrihed in fhe attached �hlbit "Pa." Grantor, far the consider2tiar� pafd ta Grantor, hereby grant, bargain and cnnv�y unto Grantee, its successors and assigns, the use and passage in, ar�er, and aerass, below and afpng #h� r�al properfy situated in Tarrant Caunty, T�xas, in accordance v►iith the legal descrEpfions hereto attached as �xhibit "A" (the, "Terr�porary Construction E�s�m�nt") and ingress and egress over Grantor's pra�Oerty to the easement. It is �urther agreed and understood tha'i Grantee will be permit�ed the use of said (a) Temp�rary Construction �asernent for the sole Purpose af can�tructing and Tamporety Construclion Easemant AgreemenE Rev. 24181214 P�ge 1 Page 2 of 8 rehahilitating p�rrnanent sew�r facilities inciuding ingress and egress to the �emporary Construetian Easement. 2. Tha Temporary Construction �asement sh�q au#omati�alfy terminate on the e�rlier of (a) the substantiaf compietior� of the Improverr�ents ar (b) March 4, 2022 (the "Terminafio� �ate"). 3. Grantee shall r�quire tha# each of its cnntract��s (each a"Cnntractvr" and call�ctively, the "Contractors"} carry insurance coverage in amaungs required by siate law, throughout th� rluratian af this Temporary Construction �asemeni. 4. Within thirty (3Q) days af#er the Termination Date, Grantee shall (a) remove of alf s�pplies, equipment, appurt�nances, fencing, and other matters placed an ar in �he and T�m�arary Gonstructian Easement, (b) r,�grade the Temp�rary Canstruc#ion Easement to match the then existing grade and drainage, (c} restore #he Temporary Gonstructidn �asement with seasnnal grasse� and landscaping to match the pre- existing grass and landscaping, (d) r�pair any ruts within ti�e Temporary Gonstructian Easement, anrl (ej if any improvemenfs v+rithin the Temporary Consfructian �asement are disturbed, damaged or des#royed by the exerc'rse af Grantee's rights under this Temparary Construction Easement, replace and resiore suGh imprv�ements as nearly as possible to the condition that exist�d befare any disturbance, darr�age ar destruction. 5. Grantee sha�i be respnnsibl� for any aosts incurrerl �n the �xercise of its rights h�reunder, All work p�rt�rmed by or on behalf of Grantee pursuant to thi5 Temporary Canstruction �asement shall be perfdrmed at Grahtee's sole �as1 and exper�se, in a gQod and workrnanlik� manner, with due care and all reasonab�e diligence, and in accarclancewith a[I applicable governmental [aws, cades and regulations_ Gran#�ewili nat piace a fien on the Temporary Construetion Easement and will use i�s besf efforls ta not allow its Contraetors or s��contractors to place a li�n on the Terr�porary Constructian Easem�nt. B. If either party retains �n attorney to enfnrce this Temparary Construction �asement Agr�ement, the party prevailing in litigation is entitled to recaver reasvnable a#tarney's fees ancf court and ather costs. TO FiAVE AND TO H4LD the above describ�d Tempor�ry Gonstruction �asernent, t�gether with, all and singular, the rights and appurtenances th�reto in anyway belor�ging unto Grantee, and Grantee's successors and assigns until #he Termi�atian Date. Grantar hereby bind therr�selves, their heir�, suc�ssors, and assigns, ta warrant and defend, all and singular, said easement unto Grante�, its successors and assigns, againsf every person whQmsoever lawfu{ly claiming or to claim the same, or any �art thereof. When fhe con#exk requires, singular noun5 and pro���ns include #he plural. [�I�fV�TI�R�� A�P�AR ON iFi� �OLL�WIi�� �Ac��� TempararyCa�utruetion EasamentAgreement Retr. 20187z�4 Page 2 Page 3 of � GRANTO�t� ��►�'E ��4° i�C[-1 �ARlCJ L�, a Texas limited partnership Qy: PRA Pa#e Ranch GP LLC, a Texas Cimited liability company, its Rdrninistrator By: J ian H s J. V' resi t GRAN7EE: City oF �ort or�t[� By (Signa�tUre): �operty �a���eme�f �raetv� (Print Neme) ,, Title A�PROVED AS i0 FORM AND LEGALITY By {Signature): �I�� _.�'"~� (Print iVame) A�� ��amy , Title � �r �r,s� A�F�P�@lNL�C#���!➢�NT ST�T� QF iEXJ�� § ���IN�'Y �� �ALL�eS § ihe foregn�ng ins#rument rtvas acknowl�dged before me ti�is �o day o a �'��,�19, by Julian Hawes, Jr., the Viee Pr�sident of PRA �'ate Ranch GP LLC, a 7exas [fmited liability campany, Administrator bf Pate Fianch Lar�d LP, a T�scas limited �a�tnership, on behalf of said entrties. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day af �,�� , 2Q'I9. �� ��""�"�f. �ANA ROEUi� �otary Public in and for the State of Texas :,�rs�r?v ,, _r°.�e`�rNa3�ry Pu6iic, 5tate af Texes -'� � Cornm. Expires 10-08-2D20 _ , -- • - .. . - ,r ti � �.. . . , ��'•r�,°�ni'-�•` Notary 1Q 1�8����70 � Tamparary Construction Easement Agraement RaY. 20187214 Page 3 �age 4 0# 8 ACKNOW�,�pC��l9fl�ld� ��44T� O� T�XA� § �OLJMiY �F TA�d�f�� § BEFOR� ME, the undersigned a�thority, a Notary Public in and for the State af xa , on this day persvnally appeared �►e��@�e,Pro et°�y�V1Tn����r�aerat��� of the City vf Fort War�h, known tc, rn� to be the same person whose name is subscribed to the #oreg�ing instrurrEent, and acknowi�dged to me tl�at fihe same was the act of th� City of Fori Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and cc�nsideration therein expressed and in fihe capacity therein stat�d. ��. GfVEN UND�R MY HAND ANQ B�AL aF OFFIC�E this d�y p� u, , �0�. c� ^ , � .� Y° ����� ���1� Notary Public in and far ihe State of Texas �'°��' PEot�I Pub�ic-St�b� of T'� � ���y t� #1s��o59a-� � o� Ce�tm(�rt �. N�V. �� 2fl12 7ernporary CanstrueHnn EasementAgreemeat ReY.20181214 Page 4 �age 5 vf 8 �Xb[B!� R Tempo�a�y �onstru�iion �asem�n# [to be attacf�ed by Gran#ee and approved by Granfnr� Tam porary CansWction Easement Agreemenf Rev_ 20t8�214 Pag� 6 Rage 6 of � �YHI�1`� "d.� L���aL D����I����Rt �FIi�G, all of that 1.� acre {55,227 equare fooi) tract af Isnd sit�ated in tF�e J_ Heath Suruey,,4h�{r�� ��m6ar 641, in thn City of Fqri Worin, Terrant County, T2xas; said tract being part of �tat tract of land descnbgd as Tr�ct p af that ealted 34.355 anre tract of iand described 9n SpO�ial �+farrenly Deed to Pa6a Aanch Single Famify LP as re�orded In Caunal Clerk's �Ile Na. D2i5248525 of th� Deed Records of 7arrarrt Caunty, 3'exas; said 4.222 anre tract Df land heing more particularly �escxi6ec! by metes and bounds as follows: CnAIfiIAEFiC[FfG, at a af8»lnch iron rod with "�LlMAWAY" cap (ound fpr art ell oomer of said Pate Ranch Singfe Family tract and the mast souther�y corrser of �hgt qer�ain tract of land deacr�ed es Tract C af tha# cal�ed 95.606 ptxe �ract af land clescri6ed irt 5peciaf Wa�r�anty aee;d ta �a5e Raneh 5ing�e Famfly LP as recarded in Cou�r Cler[c'g pife No. U215248528 afsafd �ead Reca�ds; TI��NCE, North 47 dngrees, 12 minutes, 54 secanda �sst, 814ng � nortt►east Eine af saitl p�te Ranch Single Farnfly traet (74a.955 ac�rej arr� the southeasi firte of sald Pate Ranch BingTe Family lratt {95.BD6 aCfe), a distance pf 52.Sg feak tQ a point fur carner farthe F0�111tT DF B�GIHNITlG; �'HElVC€, Harth 47 degrees, 9�" minutes, 54 seconds �ast, continuing alang said narlheast line of saiq Pate Ranch Single Family trdct (143.955 acre} and tha 54utiieast lirte of Sa9d Pate Rsnch Slrtgie Family trapt (85,6a6 acre), � distance of 49,9i feat to a poin# ior eamer, said poinE h�ing the 6eginning af a non-Earrgeni curvB ta the right; from said point a 5f8 inch Iron rod wlth "DUNAWAY" cap fbund hears North 47 degrees t2 minutes 5e{ sacnnds Fast, a distance of414.25 fe� '�i�NCE, departir►g the said norkheast line of said pete RanCN Single Family tract (142_955 aCre} and tha sautheest Iine pf 5eid Pate iiand� Singfe F�mily traet (95.606 acre} and over and ae�ass said Pate Ranch Singie Family tract (1A2.995 acre), !he falfouving n9ne (9j �a�ls� in a�oukheaster�y dfroctian, alang said cunre tq the r'sght, having an aro length of bg0.0� feet, a r�djus of 'l,986,27 feet, a central an�le ai 15 dagrees, fl8 minutes, 14 seconds� and a chard whtch 6ears South 33 degrees, 39 minutes, 53 s�cands �ast, 558.19 feet to a polntforGomer, South 64 degrees 24 minutes 05 sec4nds 11Vest, a distartce of 5.QD faet ta a point for comer, s�id point being ihe heginntng af a nan-t�ngent cufve to the righf; fn a sautheaste�iy direction, along saitl Curve to the right, having an arc tength af 144,'!3 feet, a radius of 1,9B5.D0 feet, � cernrdl anglE of 4 deprees, 09 rrtinutes, 37 secands, and a chord which bears 5outh 23 degreas 31 rrsinutes 06 secpnds East, i44.T0 ieet W a point for mmef; South 27 degrees, 26 minutes, 1 S seconds East, a distance ai 3fi4.74 t�et tn a point forcomer; South 66 degrees, 33 minut�s, 35 sec.�nds West, a dsstance of gO.Od feet to a point tnr comer, iUorth 29 degrees, 26 minutes, 18 set.ands Wask, a tllsiance of 364.74 feet ta a point for earner, said painf halrsg the begEnning of a norr-tangent �urve to the left; TH�NCE, In a narthwesterly direcfion, aEopg said curve to the I�fri, h�ving an arc langth nf 19D,51 feet, a radius of 1935.00 feet, a Central angle of 5 degr�es, �B minntes, 27 secqnds, and a ohord which bears Na�th 24 degr�s, 15 rnfnutes, 32 seconds West, 19p.a3 feet tH�NC�, North 64 degr�es, 24 minutes, 05 S�oonds Eas1, a distance of 5.(i0 faet W a point for �pFnar; said point being Ehe beginning of a non-tangen! cuNe t� the lefl; THE1dCE, In a narthwesterly direction, aloog said curve to tt►$ leR, heuing an arc ler�gth of 495.04 teet, a radius of 4,9d0,00 feet, a centr�f angie pf 14 degrees 37 minutes 14 seoonds, and a char�d vvhich bears NarEh 34 degreas 23 minu6es 14 seconds West, A93.7p feet to the F�DIPIT OF S�GINtdlI+EG and contQlnfng an area Gf 1222 acres or 53,227 sc�usre feet o� land, more or iess, •a��oerer���a���r��frS. GR�G�RY M/4Rk P�ACE • ru���sa�atao�a�se� �A ���� �„° f ►�OF ��1` i•'Q" � � �N� ���riii+���� regnrymarlc Date Su�v� Registered ProFessiqnal Land 5urveyor Na. fi5Q8 Na�r�s A pfa! af survey with even date shown herean was prepared fn aon�unc�ion wlth this legaf description. Bearing systerrt for thls aurvey is based on the Texas Stat� Plane Caordinate 5ys#em -{VAp g3, �lorth Centr`dl Zarte 4202, based on absenrations rrrade an November 7, 2(}1 ffi with an applied combined scale Factar of 1.0001 x, ��1fY1�l�f�� I �4�������+���� ��9����1�� ��IRlC3 /l PARi Q� PA7�'c RANC�1 [.AN� L� TRAGT APt� B�IfVG 9.222 �C���u AU7 OF T�l� J. H�e7� S�f�V�Y, ��SY�,Ci R�I�Afl��R 64�i, Ci'�'Y QF V�p�� FINdR'FFi, �'ARR�F� CAUN'EY, 'T�XA� idQ�+�lIRB�R 1�, 207� ���, Inc. � � 2595 Dalfas Parkway, Suite 204, F�iscp, 7?{ 7�Q34 � �fel, 9�2-484�F80D +� www.bgeinc.com TBPL5 Regisiratior� No.10193953 0 JO� Na. 5552-60 R51JMH Copy�ight 2018 5HEE71 Ofi 3 � Page � of � , �7CH1�li ���►�� ` �,� PA7E RAIVCH SINGI.E FA�+III,Y LP � � � � PART OF 7RqCT C { �� \ � \ � (INST. N0. D215248526) ��+P'��,�j �` \\ \` \� O.P.I�,T.C.T. -0o��,�- \ \ \ � � � � � � � � \ � \ \ \ � � � � \ \ \ � � �� � N 47'12'S+F" E \ � �as.s�' \ ���.�� � . ���o�a , �/B-iNCli I,�QN Rp� W/ "DLNAWAY" caP =a��o;c.►n.) h 47°1 �'S�„ E 52.8.5' .�� . / �Q9� � ;5 ���� 1� �G e' `y�$ .��/ 4P� � � \ � � � � PA7� RANCH LAND LP PART QF' TRACT D (�N5T. N0, p275248525) �14'37'14" O.P,R.T.G.T. .i R=1,940.00 L� 495, Q�F' T=248.87' CB=N 34'23'1 Q" W ry,r. CD=493.30' `� • v� �,�'� i �� . L'�` � ' ` }� ,� �"' •��`� .\�` � t�..,. N 64'24'05" A�16'Q8'19•� R=1.9$8.27' L=56D.q4' T=281.$9' CQ=5 33'39'53" E CD�55�.19' PATE RANCH LANQ LP PARi OF IRP,CT D (IN57. N0. E1z�95248525) a.P.R_-r, c. r. \ \ � SANI7ARY SEWER EASEM�NT \ � {VO�._ 852�F, PAGE 1106) � \ ,�D.R.T.C.1'. \ ` APPROXIMATE L�CATION \ ` 24' PIPELIN� EASEM�NT B r ` (INST, N0, I]217271654} ` � O,P_R_T.C.T. \ APPROXfPAATE LOCATION �� �, 20' PIP�LINE EA5EMENT (INST, IVO_ ❑2QB4hB536) \ � O.P.R.T.G.T. �� �, �. _5 B4'24'OS" W � � � � � � � � � � � � � � � L fv'A-CI-�L(NE ���ET 3 i.�GF.hfq o.R.T.c.r. P.R.T,C.L D.P.R.T.C.T INST. ND. P.O.B. P.O.C. GIRF o�eo RecoRos. ra,�r,aT COUN'n,TExAs PL47 RECOR�S, TARRAP�T COUP17Y TEXAB OfFICIAL pLBLtC REGOR�5, TARRqNiCOUNTYT6XAS IN5TRUMENT NUI418Eii POINT OF BEGINklItJG PpINT OF CC}MMENCENG CApP6� IRON ROD PDUN� ..,��II�11�lIn���. `1•` 11 I o so � aa SGALE:1" = 100' Z'10TE$ A legal description wilh even date ahaxm hereon was prepared in aonjuncBon wilh fhis glat of survey. Bearing system far this suntey is based an the T�xas 5tate Plane CoorcJinate 5ystem - NAa gg, North Cantraf Zone 4202, �ased an ohserva6ons made on �lovember 7, 2�18 with an applied combined scale factar of 1.DOpi2, � � � � ���i����� ��i���R������ G,f�'i� �� ��ii� �EIP�C A PAFiT O�` �Ail� RANCH L+deND LP �RACi AN[� �EIi�C; 9,222 ACR�� �UT O� iH� J. F9�ATH ��IRV�Y, A���f�A�T WUIVi��R P�L1, �I�'Y �,1}� F�OFti 1ddOR'��i, iARRAPIi COLIP�1f, TI�XAS ��V����� ��.� ���� �G�a Inc. � � 2595 Dalfas Parkw�y, 5uite 204, friscfl, TX 75034 � Tel: 972-��64,4800 � www.bgeinc.com TBPLS Registration No.10193953 Capyright 2�iB JOB No. 65b2-00 R51JMH SHEET 2 OF 3 �FVYPIpeBUrsiillg Ofi_5urvey 04_CAD\5552-00_COF1N_,TCE_ESMT4.dv TEMPORARY CaNSThUCTIQN EA5EMENT 9.222 ACRES ' � (5�,227 SQ. F"T.) \ \ \ \ \ � � \ � \ � \ \ \ � \ \ \ � 'eb �age � of � 11�P-,?GHLINE �HE4T 2 �Xfril�l7' "Q�• � �° �.,� "� � � ..� � ..� � � � � `1 �4ro8�3�p � 1 R=1,985.00' 6= 5'3 B�27'� L� 144.13' R=1 �935A0, � T=72.10' L=190.51' i 1 CB=S 23'3i'D5" E T=95.33' � ` � CD=144,16 C6=N 24'95'32" W cn=i so.4�' PATE RANCW LAhlD LP PAR7 OF TR�CT 0 (iNST. N0. b21524g525} D.P.R,7,C.T. n� ' n1�1' �� ��w� � ��� ��, . :} ` ` ��,� ,: :` t �,, . � - i,.�� LE ENp O.R.T,C,T. P,R.T.C.T. o.p a.r.c.r 7N5T, NQ. P.O, 9. P.O.G ClRF �EEp AECORDS, TARRphST CDUNTY, 7Ex,qS PLAT RECpRpS, 3ARRAkT COLNiY TFJGq5 OFFICIAL PU9LIC RECOR6S, TARRANT COl1NTY 7EKP,9 IN3TRUMENT Nl1MBER PpWT OF BEGINNIIVG POWT qF COMML'�+GING CAPPEp IR014 R00 FQUND s � l, 1 �� 1 �� z � N6, C�. � a� � �. �LL�..Llllul'11k1� � � �� �"� 0 50 'fD0 SCALE:1" = 9 00' xoY�s A legal descriplia3� wlth e+�n dale s}sown hereon was prepared in conj.uncfion with this plat of survey. Bearing system for this aurvey is based on th� Texas 8tate Pfane Coardinate System - NAp 83, Nar{h Central Zpne 42p2, based an obseroations made on fVpvember 7, 2018 wifh an applied combin�d scafe factor of 1.00D92. S �`�50 TEMPORARY CONSTRUC710N EASEMENT 1.222 ACRES ���,�z� sea. ��.) SANITARY SEWER EASEME�IT � (VOL. 8524, PAGE � 106) D. R, T, C. T. � APPROXI�iATE LOCATION � 20' PIPELINE EASEME3JT 8 �(lI�S1', NC7, D217271554) Q,P.R.T.C.T. 1 t1 APPROXIMATE LOCATIQN \ 20' PIPEl.1NE EASEMEN7 ` � (INST. NO. 0208446fi36) O_P.R.7.C.�, � 1 � `N � �� PA7E RA�ICH LANa LP , � � PART OF TRACT D � � 1 (IIV57, N0. �21524$525} 1 1 � � o.P.R.r.c.�r, e, �, !1 � `1 � � � �` � �� �� � l 1� � 11 �. 1 � 5� '` 1 � � , 1 � �� `, � ��lill"'�I'[i-i� i b�Itl���!„��.+���� ������ �� B���a� � �a��r o� �a�� �,�c�s u�n�� �� �w�c� AN� B�INfs '1.��� AERES D�1T 9� THE J. H�i'ii sUF�V�If, ABSTRqCT NlJRIO��R 641, CIiY C1r �ORi WDRTF;, 7A�RANi GOUNTY, T�S N�V�fUV�ER 14, 201� �C��, Inc. � a 2595 �alfas Parkway, Sufte 2U4, �risco, TK 75034 � Tel: 972-464-4800 � www,bgeinc.cam TBPLS Registratian No.1Df93B53 Copyright ZOiB JOB No. 5b52-00 RSIJMH 3HEE3' 3 OF 3 �� �! � � �� 11, 1 �s � � Ch � � 1 � . �. , �C�4��2 S�.�bs���ace �md ]�1�ys��aIl C�n�d�t�o�� ��m��c�.m�call ���Yx������� I���ort l�o� ��������.4��. �e��ecl�rn�call �Er��i����nn� I������ i��. 0��1�3�79 C1TY O�' FORT WORTH LAIiGE ]aIAMETER STAI�DARD CONSTRUCTIbN SPECIFICA'TiON DOCUMENTS PIPE BURSTlNG CONTRAC'1' ICAP Revised July 1, 2011 CITY PRO1&CT No. 1D1339 G�Q�'�CHNIC�o� �NGINI��RIfV� �iU9Y SAPl�iARY SE{iV�R I�YAIN l�➢�45�-,� �0�� WOf�YH, �'€XAS Presented To: Brown � Cay Engineers, Inc, September 2018 �RBJ��i iVO. 8Z��7��'14�. ���7G3G l�cbble Drive �G.' �Q�F��������� ���io FartWnrth, Texas 76518 www cmjengr,cotn Se�tember 4, 2018 Report No. 82�-'18-94A Brown a�d Gay �ngineers, Inc. 500 West 7th Stre�t, Suite 1800 Fart Worth, Texas 76�02 Attn: Ms. Masengu Ngenyi, P.�. Dear Ms. Ngenyi: G�OTECHNICA� ��l�fi�EERING STUDY SANI�A►FtY S�I�►�R f�Alid �-4a$�A �Ol�i l�VdO�,TH, T�X�►5 Submifted here are fhe r�sults of a gea#echnica! engineering study for the referenced praject. T�is �t�dy was perFormed in general accordance with CMJ Proposa� 18-5�68 dated February 14, 2018. The geofechnical services were auihori�ed via 5ubcontra�t for Consultan# Services Agreement with BGE, f nc., Na. 5552-00, �n�ineering analyses and recammendations are contained in the text secfion of the repor#. Results a� our field and laborafiory services are included in the app�ndix of the report. We would appreciate the oppor�unity to be cvr�sidered for pro�iding t�e materials engin�ering ar�d geotechnica! observatian services during th� construction p�ase of this prqject. We apprecia#e the opportunity to be of service to Srowr� & Gay Engineers, Inc. Please canfact us if you have any questior�s or if we may be of further serr►ice at this tlme. Resp�c�fully submitted, CMJ ENciN��z�rNc, INc. TP,XAS FIRM TifiGF57'RATIDN NU. F-917% / i Matthew VII. Kammerdiener, P. Project Engineer Texas No. � 27818 �����.0� T���eya •� �P �; � �� . i� ��.�.u�•u•.■��..�.�■��r�i. �THH�WW W, iL4A�R�l��i�� •���������l�f�l����1��=1��� ,�� 9 27� � � �iAa r A , � �v e�� Ja es P, Sappington, IV, P.E. Pre ident Texas No. 9i402 copies submi##ed; (2) Ms. Masengu Ngenyi, P.E.; Brown and Gay �ngin�ers, Inc, (email & mail) Phone (817} 284-94kq0 �a�c (817} 589-9993 Metco (&i� 589-�992 ����� �� �������� P, a�a 1.D INTRODUCTION--------------------__�_.._...__......__.......,.___.._....._....__..........--------------------�-----__�__-_-�----------1 2.0 F1E�.D EXPLORATIOiV AND LABORATORY TEST4NG ------------------------------------------____________� 3.a Sl1BSURFAC� CONDITIONS----_____..___..�.....----------------------------------------------------------------_--3 4.0 TRENCH 1 BORE EXCAVATI�NS _______________________�_______....__.._..___..___________________�___�______...._....4 5,0 EARTHWORK -�-----------------------------------_------------_.._.._----------------------___--------- 8 6,0 CONS7RUCTI�NOBSERVATIONS-------------------�W----------------------------___.._......_----------__......1Q 7.0 REPORT CLOSURE -_______�__________________�.._..____..___-----_-----------___-------�___..____�__________-_-----10 �PF'ENDIX d Plate P�an of Boring5 -�------_--�___�___....__-__----�.___.._..__...._..______..-------------------------------------..__--------------w-_�.-A.'f Uniff�d Soil Classification -----__.._.._�_..-------------------------------------_________------------�_.._...._-------------------A.2 Key to Ciassi�ication and Symbo�s------------------------------------------------------------�_______�__w___�.__-A.3 Logsof Borings__....-----------------------------------�___�__--�--�-�---------------------------_._..-------------------A.A A.8 �.0 IN�'�ODIJ�T'I��E 1.7 General. The project, as currently p�ann��, will consist of a new 36-inch diamet�r sanitary sewer trunk main in Fart Worth, Texas. The proposed trunk main €s approximately 4,560 feet in length traversing from Dirks Road (Altamesa Bnule�ard} east ofi Quail Ridge Road to tF�e south #o the ex�s#ing manhnie nor�h of Q!d Granbury Raad. Plat� �k.1, Plar� of Borings, dep�cts the project vicinity and locations of #he explorati�n barings. �.� �urpose and Scope The purpase of #his geotechnical engineering study has been to determine ti�� general subsurFace canditions, e�aluate the engir�eering charac�eristics af fhe subsurface materials encounfiered, and develop comm�nts on general e�cavatian and directional boring. To accomplish its irmtended purposes, the study has been corrduct�d i� the following phases: (�) drilfing sample borings ta determine the ge�era� subsurface condikions and to obt�in samples for testing; (2) pertorming labnrafary tests on appropriate samples to determine pertinent engineering pro�erties of the subsurFace materiais; a�d {3) perForming engineering anafyses, using the field and labaratory �ata #a develop geotechnical recommendations for #he prapased constructior�. The design is currentfy in progress ar�d the lacations and/or elevations o� th� sfructure could change, Once the final design is near camp[etion (8U-percent to 90-percent stage), if is recommended ihat CMJ Engineering, Inc. �ae retained to review those partions of the constructian dacumer�ts pertaining to #he geatechnical recommendations, as a means ta determine that our recommendations have been interpreted as intended. 1.3 �epor� Format The tex# af khe report is contained in Sectians 9 through 7. Ali plates and large tables are contained in Ap�endix A. The afpha�num�ric plate and table numbers identify the appendix in which they appear. Small tables of less thar� one page in length may appear in the body af the text and are numbered according to the section in which #hey occur. Repart No. 829-18-94A CMJ �NGIN�6RTNG, IiVC. 1 Units used in the re{�ork are ba�ed on the English system and may inclu�e tons per squar� foot (ts�}, kips (1 kip - 1,000 pounds), kips {�er square fa�t (ks�, pounds per square foot (ps�, paunds per cubic faot (pcf}, and pounds per square inch {psi). �.0 �IL�� �X����►ilO� �R�� �A�ORAiO�Y i��ii�� 2.1 Field Explora�ian SubsurFace materials at ihe praject site were explare� by ftve (5) vertical soEl borirtgs dri�led ta a depth af 3Q feet. Borings B-6 and B-7 were not accessible at the iime of drilfing and were omitted at the direction of the client. The borings were drilled usir�g continuous flight augers at the approximate locations shown on t�e Plan of Bnrings, Plate A.1. The bnring Eogs are included on Plates A.�4 thraugh A.S and lceys ta classifications and syrnbo�s used on the logs are pro�ided on Plates A.2 and A.3. Undisturbecf samples of cohesive soils were obtained with nominal 3-inch diameter thin walled {Sh�lby) tube samplers at fihe Inca#ions shown nn t�e logs of bnrings. The Shelby tube sampier consists af a thin-wafled steel tu�e with a sharp cutting edge connected ta a head �qui�pe� wi�h a baN valve t�readed for rod cannection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extr�dec� frorn the tui�e in ihe fieicl, logged, tested fior cnnsistency with a hand penetrometer, sealed, and packaged to limit loss af maisture. The cansistency af cohesive soil samples was e�aivated in #h� fieid using a calib�ated hand penetrar�eter.� ln this test a 0,2�-irich diameter pistnn is �pushed into the relaiively undisturbed sampfe at a constant rate ta a dep#� of Q.25 inch. The r�sults of these tests, in �sf, are tabulated at respecti�e sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulateci as �.5*. Ta e�aluafie the relative density and consisfency of the harder formations, a modified �ersion of the Texas Cone Penetration test was perFormed at select�d locaiions. Texas Departrnent �f Transportation (TXDOT� Test Method T�x-� 32,�E specifies drEving a 3-inch diameter cone w�th a 17�- pound harnmer freely falling 24 inches. This results in 340 faat-pounds af energy for each blaw. This mefhod was modified by utilizing a��40-pound hamm�r freely falfing 30 inches. This results in 35fl foot-pounds af energy for each hammer blow, In relatively soft materials, the penetrometer cone is driven 1 faot and the number of �lows required for each 6-inch penetration is tabulated at r�spective Report No. 629-'i8-14A CMJ E�+iGIN1iE�ING, XNC, 2 teat depths, as blaws per 6 inches on the log. In har�d mat�rials (roc� or rocic-fike), the penetrometer cone is driven with the resulting penetrations, in tnches, recorded for the first and second 50 blows, a total of 'f 00 blows. The penetratian far the total 100 blaws is recordecf at the respecti�e testing depths an thre boring logs. 2,2 �abora4oey �'�sting Laboratory soil fiests were perFormed on s�lec#�d r�presentative samples recovered from fhe borings. In addi#ion to the classification tests {liquid limits and plastic fimits}, mois#ure content, unit w�ight, and unconfined cam�ressive sfrength tests we�e perforrned. R�sults of the faborafory classificafion tests, moisture con#en#, unit weight, and unconfined compressive sfrengtYt tests cortducfed for this proleot are includ�d an the boring logs. The above laboratory tests were perfiarmed in general acco�dance rru�ith applicable ASTM procedures, or generally �ccepted pr�ctice, 3.0 �U�S�I��dC� COhI�I�I�AI� 3.9 �nil �onditions Specific types and depths ofi subsurFace strata encountered at the boring locatiar�s are shown on the boring logs in Appendix A. The generalized subsurFace stratigraphy encountered in the barings is discussec! below. Nate that depths on the borings refer to the depth firom tMe existing grade or ground surFace present at the time of ti�e inv�stigation, and th� boundaries between the various soil types are approximake, Soils encountered consist of dark brown, brown and light brown silty cEays and clays, Th� s�arficiaE clays encountered in Borings B-1 and B-3 are noted as f�ll to ciepths of 4 to 15 fee#. The variaus clays oft�n contain iimestone fragments and occasianal�y contain calcar�ous nod�les and cafcareous deposits. A 2�/2-faot fhick tar� fractured limesfone layer is pr�sent within the clays in Boring B-4 at a depth of � f�ot. Weathered limestone seams are present with[n tl�e silty clays in E3oring B-5 below a depth af 3�eet. The various clay5 encounfered had tesfed Liquid i.imits {!.L) ot 32 to 64 and Plasticify Indices (PI) of 15 to �#4 and are classified as.CL and CH by the USCS. The variaus clay soils were generally stiff to hard (sail basis} in consistency with pocket penetrometer readir�gs af 2,0 to over 4.5 tsf. Tesfe� Report �ta. 839-18-44A CMJ �NGi[YEERI[YG, INc. 3 unit weight and uncanfinecf campr�ssive strength vaEues rang� firom 99 to 121 pcf and 4,18Q to 9,140 psf, respectiveiy. Tan limestane was encountered in Barings B-9, B-3 and B-4 af depths of 6 to 15 fe�t �elow existing grade. The tan limestane often cantains clay seams and layers and is moderately hard to hard (rocl� basis), uvith a Texas Cone Penetrometer (THDj test uafue of 2 inches of penetration for 100 hammer blows. Gray limestone is next encaunt�red i� Bvrings B-1 through �-5 at depths of 12�/ to 18 feet below existit�g grade. Tf�e gray limestone occasionally contains shale seams and layers andlor shaly limestone seams and layers and is mnderately hard to very hard {rock basis), with Texas Cor�e Penetrometer (THD) test �alues of 3/s to 4 inches of penetration fnr 100 hammer blows. Borings �� 1 through &5 were terminated wifhin the gray limestone at a depth of 3Q feet. 3.� C�round�Vi�a4er Observafiions The barin�s were dril�ed using aonti�uous flight augers in arder ta observe graund-water seepage during drilling. Ground-wafer seepage v�as noi enco�rntered during drilling and all barings were dry at compEetion. During uvet periods of the year seepage can occur in joints in th� c�ays or atop or within t�e tan limestones or atop the gray limestones. Fluctuatiorts af the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic canductivity of soi� strafa; and other fa�tors nat evider�t at the time �the borings wer� perFormed. T�e possibility of ground-water level fluctuations should be consider�d when devefoping the design an� consfruct�on plans tor fhe project. 4.0 '�R�N�H ! ���� �X�AV�.iIOi�� 4,1 . Expected Subsurface Gor�ditions Conventianal ear�h moving equipment is expected to be suitable far excavating th� near-surface clayey soi�s. Heavy �ufy excavation equipment will be necessary within soils cantaining lirnestone searnsllayers and within the tan and gray �imesto�es, depending on rock hardness. Pipe �nstallment via jacking or pipe bursting wauld b� difficult in tan and gray limestone. Boring with hardened rock teeth wvuld likely be required due fa the limestane, ba#h intact rock ur�its and seams and layers Fieport No. 829-18-'E4A CMJ ENGI{V86RIl�G,INC. 4 wit�in the cfays. Where near-surFace clays cantain significant limestane fragments in selected locations, some ca�ing may occur due to the low�r plastici#y nature of these materials. The tan and gray limestones can be very hard (rock hasis} and wil! preser�t difficuity with rip�ability us�ng norrnal e�cca��tion equipment. Special techniques for rippinglrock remaval can be expected througi� the fimestone. In addition, overexcauation should be anticipated within Eimestone or cor�#aining w�athered or clay seams. Overexcavation may result from large blocks ar chur�ks breaki�g along either weathered or cEay seams beyond the planned excavatian, 4.� OPen Gxcavation Considerations Th� tr�nch excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 192611919), Subpart P. For excavations less t�an 5 feet deep through the �arious clays, it is expected that near �erticaf excavation walls will be possible. In the unlikely case that excavaiior�s occur through snf# clays, granu�ar soils, r�on-Compacted fill, or su#�merged sails, it will be necessary #a either slope t�� excavation sidewalls or pravide temporary bracing to contraE excavation wall instability. In additio�, fnr excavation5 deeper than 5 feet, the �xcavatian sidewafl� must be sloped ar temporary bracing must be pravided, regardless of the soif conditions encountered. If vpen trench cuts are performed w�thin 1.25 times the trench depth of any surFace sfructure, trench shoring �not french hoxes) should �e used within open trench cuts performed wit�in this distance. Hydra�fic shoring struts should be used and installed during excavation as needed to provicie fiull latera[ support ta verkicaf trench sidewalls, and thereby help reduce lateral ground movements near existing sfructures. A pre-construct�nri candition survey should be perf�rme� p�iar ta beginning exca�ation near any sfructure #hat could be affe�cted by ti�e trench excavatian to verify existing conditions (exisfing distress) prior to construction. Car�struckion monitoring shoulc! be perform�d to verify tnat existing structures are not impacted or damaged by construcfiion operations. 4.3 �irectional Bore Gomments The r�sults of ex�Ofaration borings indicate thaf the averburden soils are not anticipated to exhibit unusual caving or slougl�ing problems during directional bore [nstallatior�. increased difficulty of bare driEling through the limestone should be anticipated. Tunnel bores extending into the limestar�e strata will be encountering moderately hard to very hard intact rock. The fimestone strata will likely require special tools #o removel�xcavateldrill through due io the�r hardness and abrasiveness. Report No. 829-1 B-14A cMr ��GYNE����r�, ��. � �.� irench 1 Bor�e Pit Dewatering As diseussed in Section 3.2, Ground Water Observations, grounc�-water conditions ean �ary� with seasonal flUct�atians in rainfall. In the case that graund�water is en�countered, controlling the ground- water is essential to aonstruction of the sewer line. Failure to control any encauntered ground-water could result in trench wali collapse, trench bottom heave, an unsiable trench batfiom and detrimental pipeiine settlement and pipe deflections after backfilling. Ground-water levels should be maintained at twa feet below the base of the exca�ation for the full term of construckion. Protection nf the open excavations should be pro�ided during �erfods of mQderate to �teavy ra�nfall, as surFace vuater will mas# likely chann�l and collect in the excava#ions. The water leve� should be lower�d prior to exca�ating and shauEd be maintained at this lowe�ed le�e1 until the pipe trench is backfi!{ed. It is likeay fhat seepage may be controlfed by means of coliection ditci�es, sumps, an� pum�ing. However, in the eveni that watar infiltratian rates are high, it may be necessary to install a more elaborate dewatering system. The des[gn af any dewatering system r�quired is the contrac�or's respansibifity, 4�.5 Pipe Installa�ion �edding To assure adeq�aate bas� support for the pipe, it is recomrnended fhat beddinglembedment material be placed around the pipe, $ inches befow the pipe, and 12 inches above tF�e pipe. If concerrt exists of native bac�Cfill above fhe embedment mig�ating into the more coarse embedment (and causing backfill settlement), a fiilter cloth is recommended at the embedmenflnative soil inierface. The filter cloth should cover the er�tire interFace and up thraugh the s�dewall a minimum of 1 foot, Beddir�g material may cansist of gravellstone from 1" to Na. 10 sieve size. Gravel should b� consofidated upan placement by radding or pneumatic �ibratian methods. Suc� me#hods should not cause harm or distress #a the pip�. The filter cloth should be TenCate Geosynthetics Mirafi 140N ar equivalenfi. 4�.6 irench Backfill Site excarrated materials are generally considered suitable fnr use as backfill above the pipe b�dding ma#erials. Akl trench backfill should be free af deleterious materials. lJse of rock fragments gr�ater than 4 inches i�r any dimension shoufd be prohibited, since �ttaining a uniform maisture and density witf�out vaids would be difficul#. �ackfill shoUld be compac#ed in maxim+am 8-inch loose lifks at a min�mum of 95 perc�nt af the 5fandard Proctor density (ASTM D 698}. The uncampacte� lift ReporE {�D. 829-18-1 AA CMJ ENGIN►�&RiNG, I[JC. B thickness should be reduced to 4 inches for str�cture backfiil zanes requiring hand-operated power compactors ar small self-pra�efled compactors. Clay soils havmg a Plasticity Endex greater #han 2D should be compacted at a moisture content ranging frnm 0 to plus 4 percentage points abave the n�timum moisture cor�tent. Granu�ar soils having a pl 1�ss tF�an 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentag� �aoin#s af the optimum moisture content. Jetting to carnpacf the pipe backfill si�ould not be alfowed. In areas where settlement of the backfifl must be c�asely controfl�d, the trench excavation should be backfilled wifh eit�er cerr�ent sta�ifiz�d sand ar flowable concrete having a 28- clay compressive strength rangi�g between 50 and 204 psi. 4.7 Tre�ch �ac�tfil� Settlemenfi Settlement �f the backfill sails should be ar�ticipated. li is anticipated that properly compacted or�- site clay fill soils wi�i sett�e between abaut i and 2 percent of the fill t�tickness. For example, 10 fieet of fill would be expected to settle an the order of 1.2 to 2,4 inches. Where possible the tr�nch bacicfilf could be over-lauilt in order to reduce the potential for a surtace depression along t�e trench centerline. We recommend the bacicfill �e crow�ed. The centerline of the excavaiian should be over-built by one foot and sloped down #a match grade at the edge of the excavation. 4.� Pro�isions fio Reduce �ackfill Setilement �ield testing will be a crikical efement in controlling the compaction ofi tf�e bacfcfill to �9mit settlement. All trench backfilling in these cri#ical areas s#�ail include fuEl-#ime obser�ation of soil compacfivn by an experienced g�otechnician under the sup�rvision of the geofechnicaf engineer. The contrac#or should provida protection for the #esting/inspection personnel while working in the trenches, and shall move the protective shieldlshoring such that areas ta be tested are readily accessible. 7he compacted moistureldensi#y of all backfill soils should be tested at a rate of one test per 'i 00 linear fieet of trench, for each lift of fill pfaced, �uring compaction. Digging t�rough exisfing lifts af backiill to access and iest underlying lifts should not be allowed. In addition, to limit sef�lemenf, where crushed stone materials are used as pipe �edding materials, they should be wrapped with a suitabfe geote�tile tn limit the intrusion of fines into #he crushed s#one material as previousfy discussed. 32eport I�o. s2s-9$-74a CM] ENGIN�sL�RING, INC. 7 �.o ������� �A��Fir�oi�F� �.1 Srte Prepa�a�ion & Frield Testing The subgrade shoul� be firm and able ta support the construa#ion aquipment without displacement. Soft ar yi�ldir�g subgrade shoufd be corrected and made stable be#ore construction procee�s. Th� subgrade shoul� be praof ralled to detect soft spats, which if exist, should be excavafed ta provEde a firm and o�herwise suitable subgrade. Proo# rolling should be performed using a heavy pn�umatic tired roller, loaded dump truck, or similar piece ofi equipment. The prnofi rollmg operations shou4d be observed by the project geotechnical engineer or hislher r�pres�ntative. Prior to fill placement, the s�bgrade shvuld be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompac#ed to t�►e maisture and density recommended for fi1L Fi[I material should be placed in loase lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lif� thickness shauld be reduced to 4 inches for structure backfilf zan�s requiring hand- aperated power cornpactors or 5mall self-p�ape�led compactors. The fifl material should be uniform with respec# to material type and moisture content. Clads and chunks of material s�oufd b� braken down and ti�e till material mixed by disking, blading, or plawing, as necessary, sa that a material of unifarm moisture and density is obtained for each lift. Water requirec� for sprinkling tn bring the fifl maferial to the pro�er moisture eantent should be applied �venly through each layer. �ill material should h� compacted to at leasf 95 percent of the maximum dry der�sity �eiermined by the Star�dard l'roc#or test, ASTM D 698. In conjunction with the compacting operat�on, the filf ma�erfal shoul� be 6raug�t to the proper mois#ure cantent. The moisture content far earth fill sho�ld range from 2 percentage paints be�ow op#imum to 5 percentage painis abova optirn�m {-�2 to +5). These ranges of moisture cQntents are given as maximum recommended ranges. For some soils and under same canditions, the contracior may have fo maintain a mare narrow range of moisture conteni (wifhin the recommended range) in order to cansist�ntly achieve the recommended density. Field der�sity tests should (oe taken as each lift of fiEl material fs placed, As a guide, one field der�sity test per lift for each 5,000 square feet of compact�d area is recommended. For smali areas or critical areas the fre�ue�cy of testing rnay need to be increased to one test per 2,500 square f�et, A minimum nf 2 tests per lift should be rec{uired, The earthwork op�rations should be observed and t�:sted on a continuing basis by an experienced geotechnical working in conjur�ction with the prolect geatec�nical engineer. Field testing is a critical eEemeni in controlling the compaction of fill to limit settlement. Report No. 639�7 8-74A CMJ Elvcinf�ERrN�, I�ve, 8 Each lift shoufd be campacted, tested, and appraved �efore another lifk is added. The purpose of the field density tes#s is to pro�ide same indication that uniform and adequate compaction is being obtained. The actual quaiify of the fill, as compacted, shauld be the respon�ibility of the contractor an� satisfactory results fram the tests shouFd not be consi�ered as a guarantee af th� quality af the contractor's fiilling operations. �.2 �xcava�ion Bas�d on the exploration borings, major excavations will encaunter limestone in ma�or intact units as pre�ious�y discusse�. This limesfione is generally moderately hard to very f�ard and will require hea�y duty specialized equipment for �xcavation. In addition, overexcavation should be anticipated within the limestone�. Overexcavation may result from iarge �loc�cs or chunEts brea[cing alvng �ither weathered or clay seams beyond the planned excavation. The side slope� of excavatians through the overburden soils should be made in such a manner fo provide for their stability during construction. �xisting structures, pipelines or o#her facilities, which are constructed prior ta or during the currently propased construction and which require excavation, should be protected from lass af end bearing or late�ai su�port. Temporary cor�struction slopes andlor permanent embankmen� slopes should be protected from surFac� runoff water. Site grading shauld be designed to allow drainage at planned areas where erosiort protectEon is pra�ided, instead of allowing surface water to flnw dawrt unprotected slopes. Trench safety recommendatioris are beyond the scope of this report. The cvntractor must comply with all applicabfe safety. regulakians concerning trench safety and excavations includir�g, but nat limited to, �SHA regulations. 5.3 SoEI Co�rosion �'o�eng�al Speei�c testing for soil carrasion potential was nat i�cluded in the sco�e of this study. However, based upon past experience on ather projects in the vicinity, the soils at th�s site may be eorrosive. Standard constructian practices for protecting me#al pipe and similar facilities in cantact witi� these soiis should �� used_ Report No_ 829.7 8-14A CMJ EriIGINTsER[NG,I�vc. � 5.4 Erosion and �ediment Con�rol All �isturbed areas should be protected frorn erosion and sed�meniation during construction, and all permanent slopes and other areas subject to erosion ar sedimentation should be prov�ded wi#h permanent erosion and sedimet�t control facilities. All app�icable ordinances ar�d codes regarding erosion and sediment contro! shauld be followed. 6.0 C�Ni�7f�UCiI�N B�S�RVAYI�WS In any geotechnical investigation, the design recommendatians are based on a fEmi�ed amount of information a�out th� subsurface cor�ditions. In the analysis, the geatechnicai engineer rnus# assume t�e subsurface canditions are similar to the conditinns encountered in th� borings, However, quite often during construction anoma[ies in th� su�surface conditio�s are revealed. 7herefore, i� is recammended that CMJ Engi�eering, Inc. be retaine� to observe earthwork and foundation fnstaflatio� and perform materials evaluation during the canstruction phase of the project. This enables .th� geotechnicai engineer ta stay abrea�t af �he projeck and to be readily a�ail�ble ta evaluate unanticipated conditions, to conduct additio�al tests if re�uired and, when necessary, to recommen� alternafi�e solutions to unanticipated cor�ditians. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisfure condition, and other such subsurface related recommendatior�s shauld be cansidered as preliminary. It is proposed that constr�action pY�ase abservation and materials tesiing commence by the project geotechnical engineer at the outset of t�e project. Experience Y�as shown that th� mo's# suitable method for procuring thes� services is for the owner or ti�e owner's design engineers to contract directiy with the project geoiechnical engineer. This results in a clear, drrect line of communication between the owner and the owner's design engineers and the geotec�nicaE sngineer. �'.0 F�F��OI�1° CL�SEJ�� Th� borings fior this study were sefected by CfllkJ Engineering, Inc. The locations and ele�ations af the �orir�gs should be considere� accurate only to the degree im�lied by the methods used in their determination. The boring logs shown in this report contain informa#�on related to the types of soil encountered at specific focations and times and s�ow lines d�lineat�ng the interFace between these materlals_ The Iogs also contain our field representative's fn#erpretatian of conditians ��at are Report No. 829-18-74A CiVi� ENGIHBEItING, ii+1C, 90 b�lieved to exist in those depth intervals between the actual samples taken. Th�re�ore, these baring �ogs contain both factual and ir�ferpretive information. Laboratory sail c[assificatian tests were also }�erformed an samples from sefect�ci de�ths in #f�e borings. The resu�#s of these tesis, along with visual-manual procedures were used to g�nerally classify each stratc�m. Therefore, it snould be understood that the classification data on the fogs of borings represent �isuai estimates of classificatians fnr thnse portians of each stratum on which #he full range of iaboratory soil classificaiion tests were not performe�. it is r�ot implied that these logs are representative of subsurface canditions at ather locations and times. With regard #o ground-water conditions, #his report presents data o� ground-water Ievels as they were abserved during th� course of the fie�d work. In particular, water I�vel readings have been made in th� borings a# the times and under canclitio�s stated in the text of the report and on th� boring logs. !t should be noted that fluc#uations in the level of the ground-water table can occur with passage of time �ue to variations in rainfall, temperaf�re and other fac�ars, Alsa, tl�is repo�t does not �nclude quant�tative infarmation on rates of flow o# ground water into excavations, on purnping capacities necessary ta dewater the excavations, ar nn methods of clewatering excavations. Unanficipated soii conditEons at a construction site are commanly encountered and canr�ot be fully predicted by mere soil samples, test borings ar test pits. Such unexpected conditions fre�uently require that additional exper�ditures be made by the owner tn attain a pr�perly designed and constructed project. There�are, provision for some contingency fund f5 recommended to accommodate such potential extra cost. The analyses, canclusions and recommenda#inns contained in fflE5 rep�rt are based on sit� � conditions as they existe� at the time of our field investigation and f�trther an the assumptian that the exp[oratary borings ar� repres�nfiative of the subsurfacs conditians throughaut the site; tha# is, the subsurface con�itions everywhere are not significantfy different from those disc[osed by th� borings at the time they were compEeted. If, during constructian, different subsurFace canditions frvm those encvuntered in our borings are abs�rved, or appear to t�e presenf in exca�atians, we must be advised prompt[y so ihat we can review these canditions and recansider our recommendations where necessary. If there is a substantial lapse nf time between submission of this report and th� start af fhe woric at the site, if conditians have changed due either to natural causes or to construction operations a# or adjacent ta the site, or if structure locatians, structural loads or finish grades are � c�anged, we urge that we be �romptly informed and retained fo review our repart to determin� the Fteport No. 829-�I B-74A CMJ �NCIN��RIHG, INc. 11 applicability af the conclusinns and recommendations, cansidering fi�e changed conditions an�lor tim� la�se. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the pfans ar�d specificafions for this particular project #ha# pertain ta earthwork and foundations as a rnear�s to det�rmine wh�ther the plans and specEfications are consisteni wit� the recarnmendations contained in this repor#. fn addition, we are availabCe to observ� consiruction, particu�arly the compaciion af structural fill, or �ackfill and the construction of fo�ndatians as recommended in the report, and such other field observatians as might be nece5sary. The scope af our services did not include any e�vironmental assessment or investigation #or the presence ar absence of wetlands or hazardous or foxic materials in the soil, surFace water, ground water or air, an ar below or around the site. Thfs report has been pr�pared for use in deve�oping an o�erall design concept Paragraphs, statements, test resuits, baring [ogs, diagrams, etc. shoul� not be taken aut of context, nar utifized without a know�edge and awareness of th�ir in#�nt within #he o�erall concept of ihis report. The reproductior� of this repor�, or any part thereof, supplied to persans nther �han the owner, shauld indicate that this study was made for design pur�os�s only and ti�at verification of the subsurface co�ditions f�r purposes of �etermining difficulty of excavation, trafficability, etc. are responsibiEities af ihe contracior. This report has bean pre�ared far the exclusive use of Brown & Gay Engjneers, Inc. for specific application to design of this praject. The oNy war�anty made by us in cannection with the services pro�ided is that we ha�e �sed that degree of care and skill ordinarily exercised under similar condi�ions by reputable members of our prafessian practicing in the same or similar lacality. No other warranty, expressed or implied, is made ar intended. *�** Report No. 8x9-'�B-14A CMJ �NGTN�SRInfG,II�IC. 12 �i � � � 7 .� � pu �a z � � z �a �� � � � tl- ti I � i rn N � O Z � O � � � � U � � � � O � � O � Q � � � I � � d� I �� 0 �x �ati � �� a� � �� � � �� o �i � _� � � P!a#�e A.1 9 4/b0/80 �a}ua a:1aRo� }uaLn� S9NI2l09 :ano�(o� 6�P'dbl--9l--6Z8\43�aM �� — d-9Sti—W woW SS Vbl-9L-6Z8�F}fl!ifl�s}aefold�H�31039��W MaJor Divisions Sym; Typical Names Labaratory Classification Criteria � ; Wefl-graded gra�els, grarrel- � p �p z � j� GW sand mixtures, little or no � C�=�BD- greater than 4: C�- �•-X p-- between i and 3 c rn° flnes N � y ,o ,o ea c U �.� �� Paorfy graded gravels, grava! C �� E n°'i �� v� GP sand mixtures, fittle nr no q� u�i � y Nai meeting all gradatinn requirarnents for CW J � ; � � �' fines � � � � �`� � " o �, � � � � � Liquid and �las#ic limits o � z �' o Silty grave�s, gravel-sand-silt N �,•� „„. Liquid and pfastic limits N E GM �; •�, belaw A line or P.I. m c��,--, mixfures :� plotting in ha#ched zone o �� �n Z� � greater than 4 z �� �� � � m m between � and 7 are �� � �'� o N o ;� Liquid and Plastic 19m�ts b0r�erline cases �p � � � � Clayey gravels, gravel-sand- �� � „ „ requiring use oF dual �n L a {� a GC c : m above A line with P.i. �, �, � � � alay mixtures • � : � symbols � � �.. a � � ; '� greaier than 7 '� u, E ,�.�, i � � a L : a o� °1 � Well-graded sands, gravelly `� � �10� o� t°ao�z Ln � � .� � SW �� C�=--- greaterthan6: �� -�-------•---- �etween 1 and 3 �� � ��. sands, little or no fines y o,a n x o iP 80 U� tn r�i c �' o N '� � � -o :� ? : � � � � � Poarly graded sands; c ,� � -j '• � �'� �� SP gravelEy sands, liitle or no �� � � ; IVot meeiing all gradation requirernents for SW .� � fines N ,� �, Q �; w cu � �- ,� �N C��N µ. N o �N N -� � p �fi O � � o n z �� Si[ty sands, sand-silf � G ��°' Liquid�and Piastic limits � � ��° �M mixfures ���;� �, ,� ��low A hne or P.I. less Liquid and p�astic limits � r���.� �� a�' o o t han 4 pfQ(�ing between 4 and 7 � � � 3 � � a a � `� � � are borderline cases N � � �� .0 �� l,iquid and Plastic limiis rsquiring use of dual a �y Q SC �layey sands, sand-clay ��� above "A" line with P,I. symbols � a mixtures ��� greater than 7 ¢ �a � Inorganlc si�ts and very fine sands, rock flour, silty or � ML clayey fine sands, or clayey �, ro sflts with slight plastiaiiy �t � ° N Inorgan€c clays a'f law to s� �N � � rrEedium pfasticity, gra�ekly g N� �� clays, sandy clays, silly � N �= clays, and lean clays Z � '� CH a tr ,� ` OL Organic sllts and organic sllty � �, � alays of low plasticity � o °� g �' `� 30 � y o Inorganic silts, micaceous or � '� •`� � MH dfatamaceous fne sandy ar � oH a d MN �' •� � silty sails, elastic silts 0. a� � m vi .� 2 Il � � �" U d= CI. o �� �� fnorganic clays nf high � � �' plasticity, fat clays � � w � 7 � � n 4 NiL e d OL o g OM Organic clays of inedium to � �0 20 30 40 50 6U 70 84 9D 100 � -- high plasfiaity, organlc siits .r l.iquld LEmif � ��� o �t Peat anci otheT highiy organic Piasticity Chart � � � s4ils un�i�i�� so« c��►�si�ic�►r�or� sysr�� ��A�� �.a ��I� �R ROC�t TY��� �e - � m Gf�AVEL LEAN C�AY LIMESTONE � e �o o� SA�[D � • � SANDY — S}iRLE � � •. � . — . SIL7 S1LTY � ". SANDSTONE HIGHLY CL1�IYEY CONGL.OM�RATE Shelby A�B�r 5plit Rack CoRe No PLASTfC CI..AY Tube 5paon Cora Pen Recovery ����5 �����I�It�� CONSISi�R�CY, CO�I�I�'101!!, �1N� STRUG�U�� O� 581� �iCl� �I'aJCIBd SDI�S (More than 50°,b F'assing No. 200 Sieve) Descripiive (t�m penetrometer Reading, (�sf� soft o.o to �.n Firm 1.Q ko 1.5 Stiff 1.5 to 3.0 Ver�r Siiff 3.a to 4_5 Ha rd �4. 5+ CQaI"5B G!'a111Ld SOI�S (More than 50% Retalned on No. 2�D Sieve) PenetYation Resistance Descrip#ive Item Relative Rensiiy (b laws/foo#} 0 to �4 Very L.oase d fo 20% � 4 to 'f 0 Loqse 20 #0 40°la 1 a to 30 Medium Dense 4� #0 70% 34 #0 50 Dense 70 to 90% Over �0 Very �ense 90 to 140% Soil Structure Calcareous Contains appreciable deposits af caicium carboriate; generally nodular Sfickensided Having inclined planes of weakness thaf are slick and gfossy in appearance Laminated Composed of #hin [ayers of varying color or texture Fissured Containing cracks, sometirnas fifled with fine sand or sift fnte�'bedded Composed of al#ernate layers of different soi! types, usually irt appraximateiy aqua[ �roporfiions f�Rf�� 9�5�RI�IIV� ��1YSI�AL �'�.O��RiI�� �F R�CK Hardness and Degre� of Cemenfation Vary Soft or plastic Can be remolded in hand; corresponds in consistency up to very stiff in soi�s Soft Can be scratched with fiingernai! Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard �iffcult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable �asily crumbled Ceme�ted Bound toge#her by chemically preci�itated material, Quarfz, calcite, dolorriite, siderite, anc! iron oxide are comenon cementing rtzaterials. D�gree of Weathering Unweathered Rock in iis natural state be�ora being exposed to atmospF►eric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones V►leathered Complefe cokor change wikh zones of sEightly decomposed rock �xiremely Weathered Complefe cobr change with consistency, texture, and generaE app�arance approaching soil K�Y TO CL�4�SI�I��iIOiV �N� SYi1f9�0�� PLA�� A.3 CMJ B�GINIIERIIJG li�[C. Prajact No. �aring No. Projact Sanitary Sewer NYain �-4a8-A 825�1�-1A�A �o� �or# Wor�h, �X Location Water Observatians See Plate A.�1 Pln seepage encountered duving drilling; dry at campfefiion Comptetion Completion DepEh 34�a� Date ��16-7$ SurFece Elevation Type �-a3 wl C�r A .� � �- p nt Q N �� � � � p 'Q � � � � � O (n o � �t�°�fur� D�scripfi�io� o ; � � m� e �,o .� � � o� � �� () � yi�� 7 7'� lYlly � N C :C y S� 7 w Ci o��? �� vE �E �v oo ca cao � � mati av� :�� a.::, a ��U �� �c3o. 51LiY CLAY, brown, wl abundant Iimestone 4.5} fragments, very st[ff to hard �FILL) 4,25 40 1 B 22 1�# SILTY CI.AY, dark brown and brovun, wl calcareous 3.25 43 2U 23 25 5 nodu[es, stiff to very stiff 3.0 25 99 4180 4.0 i 2 �� �.IMESTON�, tan I.I�AI�sTOHL, gray, hard to very hard 9 001'I .5" S 0011.25' 20 10QI'E„ 25 �4 -----------�_.._------��� 0011.25' � P O] � � � CS 0. � � � � (9 � K O m W o LOG OF BQRING N�. ��� ���� �°•� .� . Project No. Boring No. Praject Sanitary Sewer iVlain �V-458-A CM� IIIVGINEERIi�SG1NC. 8�9�1�-14A ��� F'ort IMarth, TX Location Waier Qbservatlons See Plate A.1 No seepage encouni�red cluring drilling; dry at cornpl���on Completion Complet�on Depth 30A' pate g-9-1� SurFace Elevation Type B-gs wr c��► � o u`�i a ..� ,� � a oi c� c �. Q, E `o ._ o � o � � �tratum �escription � � �� � � � � � `� � � � � o o �' c �_ +� n U 0 ��LL' v�� �� in= �u uxi �� p� $F� w CK d a�U? m d vE � E ro-o 0 0 �,� c o 0 � a ma� acn �� �3 a� �U �� ac�a. SILTY CLAY, brown and light brown, wl limestone �4.5+ fragments, stifFto hard 2,p 92 C Y, light brown, w! lfinestone fragments, siiff to 4.5+ 15 115 45�40 hard 2,g 5 SIi.TY CLAY, light brown, wl 1(mestone fragments, 4.25 32 t7 15 12 very skiff to hard �.5+ 17 4 t4 4240 10 4.5+ 14 15 LlMESTDN�, gray, hard ta very hard Oal'I .75' zo p0I1.25' 25 30 ----------------------- � oor�° � � A C9 -i U d (7 � � a� � [7 � � 0 m � a o LOG 0�' EiORING NO. �d2 �LolaOT� �.� ProJect No. Boring No. Proj�ct �an➢tary 5ewer 11�ain 19,�-45�-A cMJ g����$g�NG ��. sz9-�[8-94A ��3 �or�'�lartn, 7X Location Water Observations See Plate A.4 iVo seepa�e encountered duping drilling; dry at comp[etion CQmpletfon Completion C�epth ����. Date �_9_,�� Surface Elevativn Type B-�3 wl C�A l! p � N � � R Q �- a! O �Q � O �. � �}' W� @, p �° ryn � 'a � �, °� � � � �1/� fn 0 � � ����4�1 � � ��i��i���l�I NI � � e !�L � Cl'CI� o � p .�t'� � �. '�' � e �l W U p 3�� �? �= �'i'i�' Naxi .yC �y SE� W Cf o y�? ic � a�E � E �v a o c.p c o 0 � � Cfl�.F [1tA �� fk.:� 0. � �U �J �U� SILTY CLAY, brown, dark brown and light brown, wl 4.5+ limestone fragments, stiff to harrl(�ILL) 4.5+ 49 'k7 32 �f4 4.5 4.25 . 4.6+ 16 5 4.0 16 114 5'f'f0 2.0 1 4.5+ 15 � LIMEST�NE, tan, wl clay saams and layers I E�, gray, wl shale seams and layers and shaly limestone seams and lay$rs, moderately hard �p�,7�� 20 to very harcE t1010.87 ' 25 0410.37 ' 3 --------------------------- � � m � � a c�i a � v 05 � `� c7 z a 0 m u o L.OG OF BORlNG NO. ���i �LAT� �-� J �;� &NGIN�aIt3NG IIdC. Project No. 8oring Na. Project Sanitary Sewer �llain IU�-�458�A 829-18-94A �p� �'art 1l�or�h, TX Loca#ion Water Qbser�atians aee Plate A.1 No seepage encountered during drilling; dPy at camplefbn Completian Completlon Depth 30.0' I]ate S-9a98 SurFace �i�vatlo.n Type �-�3 wl CF'r4 .� � � o LL N C� � Q C � � p fl' }, N • r �i7 Z ��� N�� � o � � �f���um ���cr�p#i�n o . � � � � � � � � � � z � � � �N �� LL • Gj ,v_ • x.. N❑ U Q-C V � C f4 7 �� �� N Uf N C .i' � u�. (� a�u? �a� a� �� �� oo c°' go'o � ma�- ar� :�a a�, Qs �U a� �c�a CLAY, brawr� and dark brown, w! calcareaus 4.5+ 97 cEe�osits, very stiff to hard 4.0 4,0 S4 Z� 44 25 SILYY CLAY, light brown, wl calcareous nvdu[es 4.5+ and weathered limestone seams, hard q,5+ 10 121 9340 5 4.5+ 20 6718.5" 1 15 LIMESTO�iE, gray, w/ shaly limeskane seams and 10011.5" �ayers, moderately hard to very hard OOlfl.75' 2 100J1" 25 10bl2" 3 -------�.__�._.._.._._-------- � � � a � � U a c� � � � � � `a 0 m u. o LOG OF BOf2iNG NO. ��� P�AA�� A.� � ������� ���I������� Geotechnical & Enviranmental Engineering Construction Materials Tes�ing Laboratory Testing June �8, 2021 Project No. 052T-3079 Zelalem Arega, PhD, PE, PMP Geotechnical Services Manager TPW — Capital Delir�ery Division 88�1 Camp Bowie West Blvd Fat# Worth, T�xas 76� 16 ��: Ci� o� Fort �'or�h Cont.�act ICA� Con�raci �art 9 (�W�S�Aj For� �Rlor�h, iexas The following Geotechnicaf Data Report is pro�ided in accordance with your request for LandTec Engin�ers to conduct a typical bnrehole Geotechnical exploration, laboratory testing and report �or the proposed sanitary sewer line in Fvrt Worth, Texas. �.0 ����R�L II��'�R�i4�I�N �R01/1��9 ��' CI�Y The City af Fort Worth pro�ided one drawing from BGE, Inc. fabeled Exhibit 1, da#�d May 2Q21, and titled Proposed Bore Locatians for the proposed Sanitary Sew�r line. The email title for the exhibit was M458 BORE EXHIBfT 20210511.PDF. The barings were drilfed to explore subsurface soil and rock conditians for a new sanitary sewer installation no�th and south of the current turnaround on Foxsterrt Lane in the Ladeta at Tavalo Park. The developmertt is located on the southwest side of Fort Worth, west of fhe Chisholm Trail Parkway and south of Altarrtesa Bou�e�ard. �.0 S�RVI��S P�R������ & r IN�IN�� LANDTEC performed the following �asrc Services requested by the City of Fort Warth. �.1 E�oring� Su�surface materiais along the proposed sanitary sewer line were explared with a truck mounted drill rig on June 11, 2021, by three (3) borings drilled to depths of approximately 15 #a 25 feet below exis#ing grade at the approxirrsate locations shown on the Plan of Borings irt LANDT�C ENGINEERS, LLC 1700 Ro6eri Road 5uite 101 Mansfieki, Texas 76063 1 817.572.�818 Arlingfion Fort Worth I Mansfield The Coiony Appendix A. Representatives nf LandTec coordinated the location of borings with representatives of Barnett Mainstream Gas Company. Natural gas lines are present on both sides of each bnring location. The boring logs and a{tey to terms and descriptions on the logs are pro�ided in Appendix A. The borings were drilled to depths of approximately the battom of the proposed sanitary sewer line as shown on ihe plan sheet provided to LandTec. 5oil descriptions on the baring lags are a compilation ofi field log data as well as from laboratory testing of samples. The stratification lines represent the approximate boundary between soil types and the transition can be gradual. T1�e 6ar�ng logs presented in this report represent the engineer's interprefation of the field logs, visual observation of the samples as well as results af laboratory tests. Relati�ely undisturbed samples af cohesive soils encountered in the borings were obtained with a SheEby tufoe sampler. Depths ai which �hese samples were taken, des+gnated °U," are indicated in the '"Sample" column nf the boring log. Estimates of the consistenc� o� the cohesi�e soil samples were obtained in the field using a hand penetrometer. The result of a i�and penetrorneter reading is recorded at a corresponding depth in the "Penetrometer, TSF" cofumri of the boring log. VlThan the capaciiy of the hand penetrometer is exceeded, the value of 4.5+ is recorded. Materials were evaluated in place by the Texa� Department ofi Transportation (TxDQT) Cone Penetrorrieter Test (CPT). Either the number of blows required to protiuce 12 inches of penetration, or the inch�s of penetration due to 104 blows of the hammer are noted on the boring iog designated "T" ir� the "Penetration Resistance" col�mn. Shallow subsurface seepage was not observed in ihe borings c�uring drilling and at the comple#ion of drilling. Seepage observations refer only to those observed at t�e times anc� places indicated, and can vary with time, geologic condition, construction activity, rainfall, and ather factors. The foorings rrvere backfilled with soil cuttings befare leaving the aoring locaiion. Gene�al descriptions of the s�absurfac� conditions found in the three {3) barings are summarized as follows. Please see the Plan of Borings in Appendix A for approximate boring locations and the Boring Logs, also in Appendix A, for specifics. �orincf B-1, drilled on the south end of the propas�d sanitary l�ne, encou�tered approximately 4 feet af dark brown, brown and tan clay #ill material with limestone fragments and rocks. The fill material is underlain by dark grayish brown clay to a depth of approximately 9 feet and below this depth light tan to light gray clay was encountered to the completion depth of the boring at 15 feet. All depths are referenced firom top of ground. �orin� B-2 was drilled along the proposed sanitary sewer line north of Boring B-1 approximately half the distance between B-1 and the end of Foxstem Lane. 3D79 iCA#� Contract Pt 1-COFW-Geot-June2021.docx 5 The boring encountered approximately three feet of dark brown, brown and tan clay fil� material with limestane fragments and rvcks. The fill material is underlain by very dark grayish brown clay to a depth of approximat�fy 9 feet and below this depth tan calcareous clay was encountered to a depth of approximately 17 feet where severe(y wea#hered limestone and weath�red limestone was encountered to approximately 19 feet below the existing ground surface. �rom 19 feet to the completion depth of the boring at 25 feet very hard gray limestone {ROCK} was encountered. all depths are referenced from top of graund. �or��na �-3 was clrilled north of �oxstem Lane approximately half the distance between Foxstern Lane and Tavolo Parkway. The boring encountered approximately 2 feet of dark grayish brown clay fill material. The fill material is underlain by dark grayish brown cfay to a depth of approximately 5 feet and below fihis depth tan calcareaus clay and severely weathered limestone was encountered to approximately 10 feet. Below this depth hard tan weathered limestone (rock) with interbedded tan calcareous clay seams and layers were encauntered to appraximately 1� feet below the existing ground surface. Fram 14 feet to the completion depth af the boring at 20 feet hard to �ery hard gray limestane (ROCK) was encountered. All depths are referenced from top of ground. Seepage was not observed during drilling and the borings wer� dry at completion. Se[ected laboratory testing was conducted on samples considered to be reasonably representative of the materials obtained from the borings and incl�ade Atterberg Limits, percent passing No. 200 sieve, unconfined compressi�e strength, moisture content and unit dry weight tests. Test resuits are provided on the boring logs and a summary of the laboratory tests is provided in Appendix B. Tests were performed in general canformance with ASTM procedures, � � � The f�llowing information is attacl�ed and completes this r�port. Appendjx A— Plan af Borings, Boring Logs, and Gene�al Notes Appendix B— Laboratory Test Results Appendix C— Nates and Conditions 3079 IGAP Contract Pf 1-COFV11-Geot-June2029.docx � We appreciate this oppor�unity to provide geotechnica! engineering services for this project. If you ha�e any questions, please contact us. Sincerely, �,�P: � ���� ;��,�� �. � ............................... THOMAS D. BAKER ............................... .,o:•. ,.40060 � .;�, L � � r, � June 18, 2021 Thomas D. Baker, P.�., RPLS LandTec Engineers, LLC Sr. Geotechnical Engineer 1 Principal Texas Baard of Professiana! Engineers r�irm Reglstration No. F-000329 Distribution by PDF: Zelalem Arega — �--' �� -�_ ���, f� iw���...� �= L 3079 lCAP ConEract Pt 1-COFW-Geot-June2q21.docac 6 �������� � �lan �� �orings, �orrng Log� and �e�neral iVo�e� l'd ��NIM�I?�0 � — — • - � , - �- 4 :, �+M.. �1.��,, `�, -��� � �� r s y;� . � .�:\ . �'�`� , � �� . •" } } . �,�`�} �.�_ � �a 1; y�, r d .r.� . i m " ;ti +i� �°`� � �� � ' ��,�� . .a � � .- � a a3�ve 1 ��,e naddv � � �op,s `;� _;�,�� ..�,. ���. +� r{:'+ � A ��'�� {� . - ',�' r' s3nva� s ��e N�nvaa c � ;' :n � m� � �� � k�;�� � ��:.� _ . � �� ��:�� �� � ��r, o �. ,� . , .; ` ' �, , r . a z r � � ; 5. � . � . ,.��.� � - ' � r � �,`�.'' * '. �' i. �� �' m'� r � � ''��• ; � /°/ - ��. � . o, � Go . ' ' � .�� Aa q ��m�� � fi5 • �f 4�� ' •� � � } . 6L0£-lZSD =0N I'OLId 0 �, �� :i'� '. �'.�'d��` ' �,'�� m� r, t . r.} _ � � ;,o � � �,� , ,f� '" �� _�.. �.. ���j �.,�f+_ k'#' �ZOZ-90 �31d0 Mtl210 � � ��'-� � .' � �, ';Sa ,M1_`�,' ��-{'� k ��'�`:� ' : ' �- j _ � -' { � • . —`' � ti �5 �'!f'.�� � � � � �� ~ }•�� ¢ � � r ��� m ��.. � ' ' �' " ~ �� • ��.x � � �� �� � � � r � � � . f � " �' � � 4� � [�.i� \ �� _ �} _ y � \ Yt � i � t� / � �%�t � *`• ,� � � 1 � r . ��} �� �� k�� • �r � X�' � !/''4M1� �{�� _ J }� ��, f �'' . . , ���}'� ,�'h;;�� % �, ,� �m�:�� � �� #;_. + .#, i�� ... ti- � �-I 1 � u� s2+ �� �- { �c i~ ' � �• ��s .'� '# �'I r7i mk �4 *�$R'' Y� ti;� � rri r.� .r%,{\4 � h f.'* � . . � � k f�{� .i-i` 4� ''��..�� �� � t '�i��� • -{�.� ; � I �'�"� } �. �' . "����' :�� .�.- � �.�s• � �� '� * : ' _-.� �� ; � �' . _ ��f /d . , . x �''_' � (-� ' - � y��•� ��,�'y�`�: �'�'. '�+ i [ '' y � aI� ti�f' � � ; ; " � � ��>'?'j�' ,� � ,, :LL. :'�. �" � �� � i� � - � .,r �� ���-°i .., � ,r� � � n �,T �{ � ,�. '��' ^t �ti�'�._ ���, l � �,,; � � �� � � , o z� �i?j � .. � T�- .- i �Q i „`.�`� . . ����' � ��'! " x _: - , , , � • � � _ }�; . �� 4 �_. ._- �� , � '�' '�'� o ��'r' I ��tsl. �- -�s fa i� _�f 'kl _ "` ., ; I�._J, � �� _- '!� .�. ' �� �.�.. � c�s�n�Yi" 'T N � `�'. ��� ��:� . . v�w,� �-���'_ ._.. � D � � ���� � �� _�.-- ", -� � ., o � � ��7 �k � .,�,.�- � � ,�-, . � F�� � �� �rki ;� n � lJ ' �L}� � � �} � �'�� � I I� � o �1 t � \ •`��' x � �x �~ ' '"r � � r � �.. � t� � � ! a � ` J � V+ � yfA � �x �y � 1 �` , �� F S 4-' + � � 5 � -r��� a �ILJF;h f�� -� "- � . � � Z m � p � z � . f .' +� t �� . 4 � * ��" � ' +�.� f'..�.. • t l'� i � C � O � � m � A G� w : ; � ,� ° ' - , R Q �'3.:dr� �., �l 'Yy� v. .� � 4 O � * ��.' � N � ,--� m��mm� ','.�. � �°; Iu .. � + '.� n g �] y �o�Noz _ ��.- � �� o . � = n � ����C�y� ,�,Y � �"�4 � � �� �` �a4 � . ,. � � , -- ` —��I m � � � �`� . � ` ��� � ' l* {� F� m m i 2 L }. #. � � /�] �-�.G1vdQz�� � � '���� � . } .� ' y' �r^ � � Il� � C7 ry��r �x �r , � � � 1 VJ o m\/ z/'� �� -� _ �. �� � � •:.�.-.;. � � .x�� � � m /\ �A U/ �/ � � � `5 r� . � "�"' �5} "�� ' � Y' V/ '� �� �p ➢ . ai \ � . �o '�� �.�1'�;' ' . �, � � � . . , ��.. � , ! �.fy r � , _ '� � • `. � ;-- O � D �!4_���,� � � =- � �� �� � x '� ,N� . ��`i -�'�� =� �, ._ � :t] .. � �� �a� � � i � ����;_--.- - . '1 ,�.. � - , " r .. . *, r„ � � � . , /-� � {' i' , � ' � �{ ( 5 sn N�ss� � ;1J S : �+ '��� - �� . � � ��M1x �. ''' . �� � " `�yp` � � � � #,�'-, �,.� . � �� � �� . ^�' '��ro,,. ��� , �� � , � I��� �� , ' Y_ �� r � � . . t � � ���� w� � , - ,_ � � �C s_� � �4, s� " - : . �ro -_ :ava �'i�.� ,;ti` . , _ -A4i _� � 5' 4 � . . m � I'�'S.i _ �, - � �. �. ' �'��� �:y � ;: � � � . '�'ti � ', '.i�a� ����: _ � . � o . M1 �lo����� s� x;� � �.�kr , �x�� :,��d��r` '�}��' � � . � . .' ' �rym �� r'}'ry..�l I .1��5: i1,� 5� 'N�Of�� '��i � � 1"�' ���� � � 5 tl0 i ' 'r.i. .� � � �,r �o .� �:� . . � t�����.� :� _��z���: � .�� ._ � � _ ; W �¢' _ � : � ��� �.:.. � � �� �a 4}� � ...#5 L ..5� 5 �. k '� y. ]U � � � � rr,y��5~�� T v .I ��5�� 5�t � 5 { �� I' � . �I W � � �� �' �*�'r C�,yti. I " {} n � � i 5 � � � � A m � � if` �-�}�krr/ �} I � ':M�' -. � ...j_ �, . �ji y ; {� � . � I �h ��� IT � � �};i' �•�''�".�' • _ '} r��\\ ��y` r fi'''y '4�f' . . 4/ q � I �.� �;��ti .�} �. r�� 1.5 j5 �� �4. � � � �^ � ��li-�i' T�. ��� "����f . � ��� x � 'I� I'I _ � �p�, � � � ' F ! ;I �"I � • �� �. }s�.� �i \ � � �� . . p� Vo' Q � �,-ri->��' _ '-� . �y ,5 ��i.• x Zz � � rn i� ' _ `= C-� , '-.. i� :�;�.�t` __���4 . 00 � z �o i � �. � � \ �+ � p L � � � � r � �' , � ' . '� � �' ��� .�� � ' � �o I p ; �� o� ,i� , � ����� � .�r , . � �m °�' � � � . �, �p 4 _ ! � � � � x '� .. � ���{l4t y � - � - , �I � �'f ' n . � * � �i' �\ "4� 5 } ' S� 5 f '4� 1 � 1 cn $ � b ' ' - , - ' . �m -�� ��� � }� � �'�'�' 4 x� � � s l'��� ' aw � Z N Z .�" :.' � � . ��—. � � ���'�o-� r ��} � c� I zo. •=k.',� . ' - �u ' '��'tik�s' � ., r.�. � �m ,- .:�- =ti - . _ _ ., . 3a i� a�n�� •�m�p�fe aq uea uml�sass a� pue sad�Sl [�os �aaxs�a9 f�epunaq �eumcoidde ay� l��du saug uoAeagqeAs �ei a�� pt�e p�ay aql �poq uc pa1�a��oa eaep �o uoqeqdmaa a a�e 80� 8�aq s�qr un suogduasap Kaoa pua �iog •uoi�ajduzo� �E �p ag �u�jii.�a �uranp pan.�asqo;ou a�sdaa� :sx.recua� �,s�o �ao � 0'6 [ b .� � b � �,5L [9 � SE � EZ � SS � � 6'bi 0 m 0 � [ZOZ/i [/) ��1�CI r 8 SZ ����Ci �oc�a�dwo� � o� � � � (?I�O�I) P.r$q 1Gran °�CQa� `�11IO.L5�Ai['I paeu �S�a�Eaapow `�a `�HIQ.LS�I�III'I Q:32I3A.L�'�rb o} Q�I�H.Ld�A1 A'I�2I�A�5 � , sz oz � SI +s�ti � sn f r �p `,�}ras �an � 0 [ o•z o�.�!�� `�a `fHa-��) �d�� sno���[�� � . Q.6 --- 8fl 9'�Z 0'S � ; LIl 5L'Z ' � 9� : S o'z �6 �e gz 6S �'Lz s'z ; ; sn �p oa �s�out � S�z `�ias funnaq �s«iel� a��gp �an `�II�) A�7� ' �R t�'ZZ 6L'Z � E , : £R Z'l Z6 6'z� SL'Z ' .Zf1 (��) sxaox � stuaui�e�,� 5uo�s�tuq�nn �s�ow °�� `33las `�3 � urewq �aEp °un,niq'(x�) Ab'I� � tn � C � I�[OI1.dRI,�S�Q'I�'I2I�.L�'L1i � b � ° o o � �s1 t" �. � �Cy CJ .ti p, � C7 � C'� � C � 'n tj o',� �° o� �c1 Q. v� co �u o�'i, � �� n: �.s ��°..,• 7� � �ro �� o � � � p � � �� � � �ro � �. t" t' "�� � � C7 3 5 ar' �c � `` o o' � umou u a�� Iri c�i, � � � � � o� � �� � �• o 0 0 � � �I Il �'[� 3 5 � �' `° k � � s�ursog�o u��d aaS :uor�E�o� v' [ �� [ ;aauS 6L0£ :�aqtun�;�afoad �_� ',����AfI�Pd� 'JD'I JhII2IOS sexa�, `��°M �o� � � �����I �VSS�-Y�I} i ad ���.��Uo� dd�i :��afa.�� Project: ICAP Contract Pt 1(M-458A) � � � �� � �, Fork Worth, Texas �'NC 1{d�?�I��+ Pro'ect Number• 3079 BORil�TG LOG B�3 � ' 5heet 1 oF 1 �, Location: See Plan of Borings ,� � M ; ; � � Sur#'ace El.: Unl�own � o o � o •°; � � � � � � � �.' p. � �S y.. i� w a L] � q a 4, a �1 � �� �� �a. � ° a "' � �' o � ' n `3 �' a �a � o a, Q o � A � � '� a" GG PC � V Q .a a. a °� q� C MATEWAL DESCRIPTION �1 �� CLAY (CI�, dark grayish brnwn w/some tan � clay, firm to sYiff, moist (F[[.L) U2 U3 ' � CLAY (CI�, dark grayish brown, firm, moist U4'. � iT5 �� 5 CALCAREOUS CLA'Y' & SEVERELY U6 U7 59 IO l5 N W � f" Fa � �1 � 20 25 WEATFiERED LIMEST.ONE {CL}, tan, very stiff, dry w/occasional weathered l'rmestone seams WEATEiERED LIMESTOC\TE, kan, hard, d�y w/some interbedded tan calcareous c[ay seams & layers LIMESTOiVE, gray, hard to very hard, dry wlsnme shaly limeskone seams � � � 1.75 �.0 I.0 33.7 82.9 l.0 I.0 36.0 82.3 75 26 49 4fl 0.8 I.0 �.0 3.0 24.7 2.5 19,9 4.5�- 4.5+ 20, 5�/ 1" �.5�� t�fl� 0.5" 17.1 I113.31 34 J 17 i l7 I 87 I 2.3 � 30 o Comptetion Depth: zu [� Remarks: Seepage nat observed during drilling & dry at completion. � i)ate: 6II112021 � a w 5fli3 and rock description5 rni this baring ]og are �a compliatian of data collec[ed in hoth the �ield and the leboratory. stratificntion lines represe�iY [hc approximaCe 6aundazyUelwcrai soil typcs a�id the �ensitivn can be gradual. TI{'sURE A4 �LRl��L N�TFS �RILLING AND SAMPLING SYNfBdI.S: Waker Le�el (Level after �xpinratipn Ll . Thin-Walied Tube - 3" O.D., Unless otherwise noted comp[eted) A : Auger Sample S : Split Sponn - 2° O.d., �nless otherwise noted Water Level W . Wash 5ample � (Le�el where first C . Core Barre{ observed} T . TxDOT Cone Penetrometer {TCP) RELATIVE UENSITY CONSISTENCY OF COARSE-GRAINED SOILS: OF Ir�{NE-GRAINE� SOILS: Penetr�ation Resistance Blowslfoot a-� 4-10 14-30 30-50 o�er 50 RelatiVe �ensit Very Loose Loose Medium Dense Dense Very Dense TERMS CMARAC7ERIZING SO[L STRUCTURE: 51icicensided Fissured La�rtinaied lnterbedded Calcareous Well graded Poorly graded l�nconfined Compressi�e Strenc�th, Qu, tsf Less than 0.25 o.zs to a.5o 0.50 to 1.00 1.Q0 to 2.00 2.OD to 4.00 4.00 and higher Consistencv Very Soft $bfi Firm Stiff Very Stiff Hard Having inclined planes of weakness that are slick and glossy in appearance. Containing shrinkage cracks, frequently filled with fine sand or silt; usuaEly more or less vertical. Compased of thin fayers of �arying calor ancf texture, Composed of alternate layers of different soil types. Containing appreciabke quantities of calcium carbonate. Ha�ving wide range in grain sizes and substantial amounts of aN intermediate particle sizes. Predominantly af one grain size, ar ha�ing a range af sizes ►�vith some intermediate size missing. NOTE: 5lickensided and fissured clays may ha�e lower unconfined compressive strengths because of planes of weakness or c�acks in the soil. The consistency rating of such soils is based on penetrometer readings. DEGREE dF I�V�ATHERING: Unweathered . Rock in its natural state befpre being exposed to atmospheric egenfs. Slightly Weathered : Noted predominantly by color change with no disintegrated zones. WeatheredlSeverely Weathered: Complete caior change with cansistency, texture, and general appearance approaching soil. SUBSURFACE CDIV[31TIpN5: Soil and rock descriptions on the boring logs are a compilation of field data as well as fram laboratory testing of samples. The stratification lines represent the approximate boundary between materials and the transition can be gradual. Water level oi�s�rvations ha�e been made in the borings at the times indicated. lt must be noted that fluctuations in the groundwater le�el may occur due to variations in rainfall, hydraulic conductivity of soil strata, construction actiuity, and other factors. Hardness kerms far soil and rock are for relati�e comparison ofi the �arious samples, and are not intended to be used as an indication of the ease or difficulty of excava#ion or of excawation stabiiity. �lardness terms on ihe logs may be based upon a combination of the test and observation methods listed above, and upan field observations. �,� li�i` ���° ! ' �'� ��+��t��=�: — Figure A5 CL�e��l�'I��TION �F S�I�� CPiteria for Ass�gning Gpoup 5ymbofs ant� Group [dames Using So'rl Classification Laboratory �ests G�oup Group iVarne 5 mbol GRAVELS CL�AN C�z 4 and 1 5 C�s 3 GW Well-graded More than 50°/a GRAVEI,S Gravel af caarse Less than 5% C� <_ 4 and 1 z CG � 3 GP Poorfy-graded fraction fines Gra�el retained on GRAVELS Fines classify as ML or MFi GM Silty Gravel No. 4 siev� WITH F'INES More than Fines classify as CL or CH GC Clayey Gra�el 42% of fines SANDS CLEAN C�? 6 and 1_< C� 5 3 SW Well-graded San�f 50% or more of SANDS coarse fractian Less than 5°!o C� s 6 and 1 z C� � 3 SP Poarly-graded retained an fines Sand No. 4 sie�e SANDS Fines classify as ML or MH SM Sifty Sand WITM FINES More than Fines classify as CL or CH 5C Clayey 5and 12% fines SILTS AND Inorganic Pf � 7 a�d plats on or aloo�e "A" CL Lean Clay CLAYS line Liquid limit less PI � 4 and plots below "A" line ML Silt than 50% Organic Li uid limit — o�endried OL Or anic Cla Li uid limit — not dried ��'�� Or anic Silt SILTS AND Inorganic PI plots on or above "A" iine CH Fat Clay CLAYS Liquid limit P! plots befow "A" line MH Elastic Silt more than 50°/a Organic Liquid limit — ovendried oW E7r anic Silf. Li uid limit — not dried `�'�� Or anic Silt Highly fibrous Primary organic matter, dark in color, and organic Pt Peat or anic soils odor g„ 3,� 8ou�ders Cabbles 152 78 ; a X � � � F U F- � � G. I�.���T�� ��}��i���a� SOiL GRA1N SEZE U.S. Standard SEeue 3i4" 4 10 40 20U 'avel Sand Silt Clay Fine Coarse Medium Fins 19.1 4.7& 2.00 �.42Q 0,074 0.00� mll4imeters ALASTICI'F'Y CHAR7 Figure A6 ,. ,.. �., ..., � �u �� i�v i �s] � tiauio �,iM��' (�.�� „ �C�6o�6.� 1�J[�.�u���t� a�� '�or�.e� ��n�� �usi��ss E������°is� �����Ila��e S��cIl�l ��st�����o�s f�� ������s 1l�J[�lE Su�b������.c��rs/Su�g��fl�e�°� �J��l���ii�� �F��°� ��°ir�.e C����°����� �a�fle� ]��r� M�E G��dl ]��i�� �E����� ���� �VJ[]�]E ��Il�� `��n���e ]E1�����alIl�y �m�°� CiTY O� FC)R'I' WORTH T.ARGE DIAM�,'I'ER STANDARD CONSTRUCTIC}N SP�.CIFiCATIpN bOCUMENTS PIPE BURSTIAIG CONTRACT ICAP Revised 7uiy I, 201 l CITY PROJECT No. 101339 �O�T 1�VURTk� �i�yy �f ��r� �o�h �usin��� �quity Di�+i�ion �p��i�i�ations �P��IAL IR��i�UCilOi�� I��� �����OF�� �►���IGATI�N OF �OLICY If the total dollar value of the contpact is $900,000 or more, then a�usin�ss �quity contracting goal is apqlicahl�. � �u� °n �ss �qulty �'il'ms tefer� to cer[ITls�d 1411fr�c �'ttY-- andre� wo.rr.��-, .,�:;�a �::��r-��= �R#srpr���� jAAI�lW.'��.y. PO�.ICY ST�T��V�i�i It is the policy of the City af Fort Worth to ensure the full and equitable participation of Business Equiky Firms when applicable, in the procurement af aH goods and services. Afl req[airements and regulatiorts stated in the City's current Business Equity Orcfinance .. 1u�9 apply ko thEs bid. �USI�r��� �.alUl�1( COA� �n� Gity W i�IW�� goal on 'tn°� project i�� '�, of th� '+as� E��n � ��� of tn� c�t�acr. f���raq►► fc,� �t aj T F� ' �ry•S D�� goal ,��; thi� projpct ��: _ . ., _ _"" �� :he � ,:.� ��d v.�lue or'n�- � -: ec� A Business �quity Prime Contractor can count it's seif-performance services towards meeting the Businsss Equiky Goal far the assigned NAICS commodity codes on their MB� or WBE certificatian. If the Business Equity Prim� Contractor cannat self-parform all of the work, it will be accountable for subconkracting with certi�ed Business Equity firms to mee# the overall goal. CO�iP�IAA�CE "�Q �I� S��CI�ICATIOWS On City contracts $1 D0,000 or more wher� a Business Equity Goal is applied, offerors are required to comply with the intent of the City's Business Equity Ordinance by meeiing or excaeding the abo�e stated gnal through one of the following m�thads: 1. �usiness �quity subconteacting pariicipation, or; �. Commercial useful function services pertormed by the �usiness �quity Prime to count towards the goal, or; 3, Combination af �usiness �quity P�ime see�►ices and �usiness Equity su6cont�acting participation, or; 4. Business �quity Joint Venture participation, vr; �. Good Faith Efft��t documenta#ion, or; 6. Prime Waiver documenta.iion. SU�I�➢IY7�L O� R�Q�11��D �OCUIV���iR CIDi� The lJtilizatron Plan shall be du.e at the time specified in the solicitation. The applicable documents must b� received by the Purchasing Division, within the time allocated, in order for the entire bid to be considered responsi�e to the specifications. 7he offerer shall d�liver the Business EquEty documentation in person (or email if designafed wiihin project specificatians) to the appropriate employes af the Purchasing Division and obtain a dateltime receipt. Such receipt shall be e�idence that the City recai�ed the docurrtentatior� in the time allocated. Documents ara to he recei►►ed no lat�p ihan 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. �axed copies wilk not he accepted. ihe OfFeror must submit one of the following documentation: 1, lJtilizati�a Forrrt, if the goal is met or exceeded, • 2. G�ad Falth Effort Form and Utilizatiot� �c�.�, including supporting docurr�entation, if participation is less than staked goal, or no Business �quity participation is accompfished, • 3. Prirne Gontratidr Waiv�r �orrrr, including supporiing documentation,if tfi�e OfFeror will perfarm all subcontrac#inglsupplier opportunities, . - 4, .i�En+ Usntu:� �c��, if goaf is met or exceeded with a Joint Venkure. �hese forms can tie found an�line at: h s:lla s.fv�r'�wotthiexas. o�l�ro'ec��esourcesl. F�Ai�U�� �0 COf4Pl€�LY Wllib ��I� CIiY'S BUSIP�f�SS �QUI TY O��{R1AR�CE, WILL R�SU� f 1N �Ff� �ID �EINC CONSI��Ft�D NOFd-R@SPOhiSIV� �'D S�ECIFICAilOP�S. �AILUR� i0 SU�iVil� �F6� REQUfR�D �l1SlR1�SS �QUf�"Y DOCiJFiA�F�iA710P� V411�,L R�Sl1LT IW iK� �19 ��IAlC CONSIb���� NO�!-Fi�S�POP�51V�. A S�C�N� �AILUR�C WI�L ��SlJ�� II� �Ftl� OFF�ROFt B�1NG �ISQUALIFI�D FO� A��RIOD OF OfV� Y�A�. 7H€�EE F�►Y�LIR@5 iN A F!�� Y��!? F�!�IQD li�Il.l. R�SU�'� 1M A @ISGIUALlFICAT'IOPi ��f�lt�l7 O� Th9R�F� Y�A��S_ Any questions, }�fease contack the �usiness �quity �ivision a# (�1i) 392-�674. Depa�tment of Di�ersity and Inclusion Business Equity Division Email: DVW_BEOffice@fortwarthtexas.go� r � z� ut � U a � ¢ � � � � � � � � � C � � � r� � .� � � � � � � � � � � � � i"� �r � � � � � � LL � � � �� W � � � �� � � � � W �i�i �' � t-" � ili d U N C � d U e � � � � � a � m � � � � O � Z � ❑� �"] `� O � � � 5 V2 � fl� ❑ ❑ � Q � � � � � � .� \ _ o ❑ � W � � R ❑ 0 . ii � � w � � � � W ❑ y a N � Q1 � � .� � .SS W � � � m � � � ❑ U � � � � � � � � � � �i.i � ' M M � � � � � a� w � U O Z � � � •� e d � � � � � �? � � � �� � � � � •� Q � � �� � � � � � � � � � � U � ❑ � ❑ � � U d (!] � � ❑ � U � U z ❑ v � �i Q. � � W �4 � ❑ q� N^ G � � U .� � Q ? Z � C ffl � � � .� U � U .� l6 a W � � � '� a� Q c � Q ❑ .�� .� � � a �� � G Ll.l N as C .N � � � � � � � N � �ii � � � N .� � � W � � � .N � m � � 7 � � O � N .� C w � � c .y � m .�' .� a C � i� L�A � 47 � � U � .� .�' .� � � N � � .N � m � �+ � 0 � c � C � Q 0 N � ❑ C � � � � C .� � O T v N � 'L N �"� � � � � N � .N � m N E � � � O C � �l � � � a�i � .N � m � N ,N j N -a � � 'C O N _ � � � � 6 � � � � � � W �C � LJ.E � � � � � c.i �/� IiS.E � � � � � LL � � LLJ � � W Z � � � � � B a� 0 0 N C f0 � � m 0 C 0 •y h 7 C 0 � rn � G . � m '� u � � a :a � � o � y 7 4a V N fU � � � � o � � �d L w � c � N � .� c�i C p1 . � � �N � �° �o m � y �� r�-� r 9� ,� � r-� U � o = N �3 � � LL � � W � � o �3 "' N '� ,y m � e U � ca � o � o � :� 'o � � U � a� N � c O. � 7 � C � �N � O 6 �� C � c� � � Y 7 � � � U � y � C -d o � � � N O c� N �'C � � � � .-�� � � o �� O E �, �� N �" � 7 � w U L � � c �+ �fA � 3 � m � O a� � � � � � N u�i o � � � o N � � C m � � N Q N m .'� Q � •� C '"' O c � a� � � o �� N � N � �in ` C 0 O � � O c N � a~ � � N � e � � N . � ��,o m C 4- � � Q �U H U u�'i N N � .� m C U � C O] � ro � tn s N N N C C 7 '� O a U .Q C a� � � � r � L r` � � � � � � � O N N � E � :w. � m �, � � .-� � ca � m F � � a� � � � y T � � Y m �a � � O � C N � � p a� � � C � � � .0 a a o u c � r � �� � � � � o � os p N� .� a. °� .0 � N C � a°�i � E � � � � � o � .-+ �--' '� q�' N n m — a t � ii � � � _ � � �� w. � U a � C � �N � c� a � a .� QI LL' � x G3 � c N U � � �Z @ w � .a .G Ql � O '� � � �U � 0 � � C � � � � m y O � C C '� � � N � "t7 � c m � U m � � �� � o� �O � � � 3 � o -4 U G�7 � � a � � L� a� � � � m � �a � Q c� � a� a� � Y O � � d � � C �.0 3 � a -o � m � a � � Q � U � o V N � C C � � � ¢ 0 0 � � Cl U ¢� .� � "(� o � � •� .c � � .��. � W O � � N N � � � O 'y m a �m�❑. — � `� T � � � G �6 ••� � � N � � � � a� U � � O T -a 'Ul � ro '� � � � � �$ O � O � � C � � � � � � � � � y • k- � W t N +-' Q- VJ L O N O � G w' � �N � m c� � a1 N O ,� ,7 � —��j u�L7 O N � � � . � E E o � � � = N ��3 y Q � � � Ll.� w ,s� g N � � • N y � � 'N��m mpp os � � a. � r C � � C Q � O � C �' C o '� c � � � � = ,� .5 cQi U � � W ��,1 CQ � 7 N p � '� � � y N "Q tli D � "� � � O 3 N �l a p � U �p � � � � .. � � � � � �w �� a�ro� a� c � p � �N E 6 3 � � � m � L N � � .. � �- �- o W � N �,j W .--� m•� �n c 4j � � N N C .� � [7 p � � U m rn � w � � C 0 � N � .� � Q� L y � N �'� � � w L M '�} a �� � N � = � � E � p U c� � E�o� � N � r' � � � � � 3 [0 � � p O O- y +� t77� N� � N Q- N "'�-' N � 7 � � Q � � �a a � a 7 "" [� O � y C U1 O f0 � � N � O r-' 7 N � � N � � � OE��, � � a C �C � C � � � � � � � D N p� a N � U � pm fl.0 r+ � Qy � � � L y �J .��. � � m�•— �, � � � �� � � � o 0 0 � � � y � � � � 0 N .n a. o- �. � � O � � � � •• � c`a�_ � y r U C U � ` � � C �ma�i � E y N � � � q 7 � � •-y � o p = �p •. N '� O w��-- m � N � o�� � f4 ti-- r- � 0 0 .Z O � C � " � o '� � a � �o. � � w � .fl �+ O � � 0 N 7 � � � N L6 � � � � .� � N C � Q �6 O L� Q" � U � ���� p �u a� � v���o .10�'�� +.�+ w � 7 [d � 7 � ���� c E � « o,°`oa �� 'U y � � rn d U � V 7 � ��s�oo ,� ��`�oo w � �� � � � 3 �� ,+L_.. C L[l U ra c � a � � n r � C � a u ¢� � � Z N W � U 0. � Q � � � � � f� � � •,A .�. � � � � � � L� o � � N 7 -d N q� vi � � � � � O _ Q� p`cFC lfl q � � � C N � � � O � � � � �ll N � 0 ,o�a7'o � O � � C C4 �� �ro �� O T'j Ql � ¢ p � � � a L D i O U7 U .� N � � � ;� w O y 'r G �� a � � a� a 7 -� � �� � .� � �� � � � � O v,�.�n � f0;�'o � � � � U O N '6 C � p} � � Q.�� 0�-oa� � � �s�E a���� . .°� O ui v ��°iim �'� � �'C 7 W � t�i W N �p m �n� m � m � C N � C .G m LL � � v Y� E .c ;�` E � � a�iwo�3 � � cn � O o °=a,�� -o •y N � � y; 7 �� D cC[1 �,wa � � � � V �`o� D .A (4 D .� ,3 C di � C � ^ � G � N N � � � ��aw� � �'�'m .�� sWw w o w ayiu`�i�c� � � � 'N f0 . � �._ �' � 7 N � m N m 7 � � ,� C} � a .� � ��a�� � �'���� ��o�� a� .� a y � � a �o�c� � :: � Y-'U ` O � �9 ,y � � � �p y � m �p U fl..� a5 0� -� �- � a � N v�, �� 7 � O L y N � rU � U � T � 'a Q O � E S � a (� �.y.+ U � � '� �: � � ,� I L � � � � CF � +�-' �� I � � 1 � �a .� �� �� ' � .� I � � � � o c C]-� � � I � � �, � � � �, � � � � �:A C � C N 6 � � � � o� N � � � � R gm � �A �7 � �.'m .� � w ... � C7 t77 � 7p � +3 � vJ � o � m � t � a �s o � �C] � � � � � o '� {� O � :� � � � ��= s��� w ;� � � u ° � a`�a �"'i { ��� u�r v � �r '� T3 �y-O � "C � y"' �t�' N ��— � � � � O � � � � � .� � � N � � � {d � � � � � v te � � Ci v � W Ul � � .� � � � C � � � � � � � a e� � .� � .Z � N � � v � S O � � � � � � � � � � H � � � v � S � � .� � !1! � � � `a � � 6f i.� u � d � a 0 � m �.? � m � � W J a n. � � W �� LLI � U� �a W � N� D� W � L1. N O � �� Na :LI �" � a 0 N 0 � ao a� w� �� a� �v � � U � C m � � a N Z � � � N C ; � N Z Q � � C E � � •� ❑ � � c ¢ � � �N � � � � m � � Q Q U ❑ ❑ ❑ ❑ � U � U � a � m � � O � � � ❑ � �w01. n z � o V �❑❑� � 5 � m c7 N O m T.L � � � O � u�► � N C � C O Z � li} � E m � ❑ a� s� � ❑ U � '_ � U @ � 'E N N � Z Z d � � � .� E � a � C � � � � .� m � ❑ ❑ ❑ � U � t� ❑ t'n � � O .. .p j H ❑ � � � n z � � N ���� .Q � � � a� 0 .� � � 0 � � 1� ti � � O Q uT► � C m � O Z � N iC � m � ❑ m � � ❑ � C '� ; � m � � m � � � C .� E � Q 1° � �� � � � 4 ¢ � ❑ ❑ ❑ rn U 7 U ❑ r�n ¢ � � � O � m � O Z � O � ❑❑❑❑ � d �g Q, � � � .� � � 0 � 0. � � � 0 � � � cs e ci s ai � � � � � � � �g � !6 6 10 � � � � � c� � y � � � �d � � � � � � � � � � d � � ta �e ' i� 4 � '1� � � � �� � �N '� 8 � � �IA '� A � � M '� � � � � � � � o � � � � o � � � � o �� � W L� �@ � I� C� �� 9� 11J CJ N O � 0 0 � � 111 Q � r� � o' Ua � Q � � � � � � � � � � � � � � � � .� � � d .� � � y '� � l6 � a � � � c�a � H � � � � � � � � �� � � H � Q � � .� � � a� � � � a � sa � a� N � � � � C � C � C � C �p�p�Up C �J m � j 'U m '� ; 'U � '� ; C m '{-Cp j ,U C N � p. � Qi �„ vai m� o w �� o y mE a �+ inE z° � z¢ z i z¢ z i z¢ z x za � ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ �J m a� N N � m G m � m � i� � � 6 LL �� �... 'ay � ai � d N � E � � � � ❑ Q .� ❑ Q � ❑ Q @ ❑ ¢ � � � � [ti � � � l0 7 � � � � � � � � 7 � ¢ ¢ � � ¢ ¢ � � ¢ ¢ � � ¢ a ci ❑ ❑�❑ ❑ ❑❑❑ ❑ ❑❑❑ ❑ ❑�❑ ��n � U U � � e�'s s ❑ ❑ ❑ ❑ � a U U U a � c] o n m u O�C � � O " � � � O � � � � O � m � � O � ie:. � � � (a � .ty � !- � � � i U � .G '�PJ L�L U � .-C. � � a z H O � C] Z F O �❑ Z� O �❑ Z � °� ❑❑❑❑ � ❑❑❑❑ '� ❑❑❑❑ °� ❑❑❑❑ V � U U �� �. I- � � � -- I — — J d � y � � d � d Af fA _ - _ o u�i � a a � a a UD � �� � �� � W U ,. � � � � �� p� Ui � � � ,� � � � w o q o O o O o � �a A � A � � � A � � � I � �¢ I � � � � � � 0 � U1 W N � �a � °' �� o� o� ao A�� � c� a� uN, E- as � ei � ai � ei � a o � � � � � �' � �' �V � � � � � � � � y � N G' �j � � � N .� �n iii � w i±� �+ u� .a � � �� � � � �� � � � �� � � � �� � � � � •� � . � e �- `.� . � � �� � . e e •- � �N '� � � � U7 � O � � fll '� � � � N � � � � � � � � o a u � � o � � � � � � � � � o m�� u c� n Q�� ti ov �� uJ c.� ea 4t ��+ ca ¢� �o H � w � � Ua � Q E � � � � � �1�+ � � � � � ,� � � � � � � �i � � � � � ts � 11I � � �, � �7 � � � O � � � U L � �i � � i � o a 'Q � u�i � � O � o n � � �"' � � � U � � +-' �q � � � � � � � � � � � � � � c� � � o � �, � � � � � � � � � � .� � � � � � � � '� � � � � � � � � � � 0 0 0 � � c � B O O O � ¢ Q Q � � � m � � o° o o° � � � � � H H H � � O V '� O � C � '+� f13 O � � _ N � � � > N Q�+ � � Q) �' .� -Q w � ps N � ¢' I�6 '[0 U N � N � � � O •� A."= � � — E Vl � � �N � r�n O � C _ �-+ � O � � D � y � 7 -O O � D L, � N Q��.N � �� � o � � � .aU L.� �, o- � � L L � �' !"' �— � � � U � 3' �� ���� • � C '� W � Q O N � � +' C N�.���n � A � m � �.�-o ���� � O � � O � � � p � N � Q � ° � � c�a C� � — O � 3 �y N B � Q '� �V N U N O O � � � � t. o ��°�o� � � � � C E � � � �� .�. ce � � � �Q=� i .����� L � C o E � � N � � � O v a � � � � � m � � ��s��� � ��� � � �' O Q � �'- .� U t r�-. N � L O O � Y Q � a � p � � N � 3 � p �` ..G � �' � _ � � � U � m Q a� c� � � y � C � (i� V 3 '� � � U Q E � _C -� � � � L Q •- � � N O � � � N � � � � N � � N � N.v�j,� � V � N 3 � �+ � = N �� � � � � d � � � ,�. ¢ � ff `� � V [0 �Q,�-' l�6 � � �m3�U� �.� 4 U N ..M.. �a � �� a� �' � o ..,c o � U � .� � N � Q � � o����� ��o � � � � �, � QN.._ N � � U � O � � ` � � � � � U O N ��.E��a� .o c � � o E � � � Q � o �mH �'o� � ,O N � C N � � �. �S �'q O i� Q- � � a L�? C � N � � ro � ` '�.. � p � O � U V � � 4- C � v }: N '� tlj � � V � �.L.����a 0 0 �� � � Q � � � U � i � N (� ,V1 � � d � V � — �� ��a� i� 0. ai '�= � N t'�n �icC-oE� � c��Lc� .g m � '� �-' a� E�v �.= O N V N �'� v� � a> >. W � � a `- o � � oNs�'c�N� Q. o c ��c��'ina�i �`�u;�a`�i � �, m �3��a�� .�� � o� � �Q � � � � � � � . � �����€� � c� � `t o m i� N Q Q.X � � e '� � � � � � � � � H � � � � � �° � a � � � - � a s � w � t� a u� 8 � � � � a � � � �s � � � � � � � � a �. � s� � �+ € t� � � a � � v N N 4 5 � w � 0 ❑ ,� Q w N a� � �� � oa � � � G � o � �� � o C C � m� �� 7 � o �� �� � �<4 �� �ORT �ORTH ATTACHMENT 1 B Page 1 of 1 f�l� O� �OF'� �Oi"��1 �usine�s ��ui�y �idision �rir�� Coni��ctor� VV�id�� �'�rr� PRIIVIEIOF�EFtOii Check applicafole box to describe Prim�! CONEPANY NAME: r r's Ce '�cati n r....� �_._ ... -- C ' PROJECT NAME: ICA� Contrac� Par� � (NI�4��f�} BIDDATE City's Business Equity Cnoal: Offeror's Business Equity Project Commitment: PRdJECT NUMBER 7 0�o q�, 101339 If both answers to this form are Y�S, do nat complete ATTACHMENT 1C (Good Faiih �ffort Form), All questions on this form must be completed and provide a detailed ex lanation. If the answer to either question is �1D, then you must complete ATTACHMENT 1C. This form is only ap�licable if both answers are yes. Failufe to cbrnpEete #his form iR its entire#y and be xec�lve� by the ��rcl�asinc� �ivisior� no 12�#er thar� �:00 ,rn. orr �he second C�t b�sin��s da aFter bitl � er�ir� ,�xcl�tslve of the �id o�enir�g date, will res��lt ir� ihe bfd �ein� c�n�idereti non-tesponsiue to b€d sp�cif'sc�tions. {IVilf you perrfo�m fihis eniiPe con�racf wi�hout suhconiractors? � Y�S If yes, please provide a detail�d explanation thaf proves based on the size and scope af this ❑ �� project, this is your normal busin�ss practice and pro�ide an aperational profile of your business. _ 1dVill you perr'fo�m this entire confracf wi�ihout suppliers? ❑ Y�S If yes, please provide a de#ailed explanation that pro�es based on the size and scope of this project, ihis is ynur narmal business practice and provide an in�entory profile of your business. � [VO The PrimelOfferor further agrees to provide, directly ta the City upon request, camplete and accurate information regardi�g actual work perf4rmed by all subcontraciors, including Business Equity firms on this contract, the payment thereof and any proposed changes to the flriginal Business Equity �rm arrangements submitted with this bid. The PrimelOfferor also agrees to a�lqw an audit andlor �xaminafiio� af any books, records and files held by their camparty that will substantiate the actual work pertormed by the Business Equity firms on thia cantract, by an authorized afFcer or ernployee of the City. Any intentional andlor knawing misrepresentatian of facts will be grounds for terminating the contract or debarment from City wark for a period of not less than three {3) years and for initiating action under Federal, State or Lpcal laws concerning false stakements. Any failure to comply wikh this ordinance creates a material breach of contrack and rr�ay result in a determinakian of an irresponsible P'rimel Offeror and barred from participating in City work for e period of time not less than one (1) year. Authorized Signature Title Campany Hame Address CitylStatelZip Printed Signature Contact Name {if different) Phane Numher Email Address Date Business Equity Division Email: DVIN BEOffice(c�#or#warthtexas.go� Phone: (897) 392-2674 Effective 07I0112U21 ��RT �VORTI�� Gity of �o�f V11o�h AiiACHf�fIEhfT 1G �u�ir��ss ��uity Di�+ision �age 7 of 4 �- �ood ��i�h �f�ar� �o�m PRIMElOFFEROR Check applicable box to descrihe COMPANY NAME: PrimelOfferor's Certification z �; J ❑ pv--- ����- -, PROJ�CT NAf41E: y r� . � IL�I"`i.r ������G� r�� � �IVI'�c'1°�Vf�) BIDDATE Business Equity Gaal: Offeror's Business Equfty Coal Commitment: PRflJ�CT �{UAABER 7 0�0 0�0 101339 I# the Offeror did not meet or exceed the Business �quity Goal for this project, the PrimelOfferor must cornplete this �orm. If fihe PrimelOft'epo�'s meihod of compliance wi�ih the �usiness Equity Goal is basecf upon demonstraiion af a"Cood �ai�h �ffo�k", the Primel�fferoP �+vill ha�e the burden o� co��ecfily and accur���ly prep��ing and suhmif�ing the documenfiation required by the �if�,�. Compliance waifih each ifem, 1�hr�u 90 below►, shall satisfy fhe �ood �aifih Fcffort requipe�menfi �bseni proof of �r�auci, intention�l andlor l�nowing misreppeseniation of the facfs or inienfional discr�iminafiion by the PrimelQf`rernr. �ailure to complete this iorm, in its entireay with suppor�ing documentation, and peceived by ihe purchasing Di�isian no katep ihan �:00 p.m. on the second Citv business ��� a�;�r bid opening, exclusiae of bid opening date, will result in the bid being considered non-respansi�e 4a b�i� �peci�'icatinns. 1.) Please list �ach and e�erry subcanteacting andlor supplieP oppo�unity fo� fhe completion of tF�is project, regardless of whethep it is to be pro�ided by a�usiness Eq�ity firm or non-�usiness Equity fi�m. (DO F�Oi �IST NAMI�S O� �IRAdYS]". On all projects, the �PirrielOfferor must lis� each subcantracting and oe suppliep oppo�tunity regardless af tieP. (ilse additional sheefs, if n�cessary) List of Subcontracfirtg Oppa�tunities List af Supplier Oppo�°tunities Effective 07I�112021 E�Y��,CbMEN�' 1C Page 2 of 4 2.} Ohtain a cu�pent (not more tF�an two {2} �nonths old ipam the bid open date} list of �usiness €quity suhconteacto�s andlor suppliers from the City's �usiness �quity Di�ision. � Yes � i�a �ate of �isting 3.) Did you solicit l�ids from C3usiness �quity firms, within tF�e subcontpacting andlor suppliee aeeas previously listed, a� least ten calendar days pr�iap to bid opening by telephone, exclusive of the day the bids ape npened? � YBS (lf yes, attach list to Encfude name of Business Equity firm, ep rsan contacted, pF�one number and date and time of cantact.) ❑ WO 4.) Did you salicit bids fpom �usiness �quity firms, within the subcantracting andlnp supplier areas previously listed, at [east ten calenda� days p�ior to bid opening by fax, exclusive of the day the bids ape opened? � Y�� (If yes, attach list to inclucfe name of Businass Equity firm, fax number and date and time of cantact. In addition, if the fax is ►eturned as undeli�erable, then that "undeliverable confirmation" receir►ed must 6e prirtted directly fram the facs3rr�ile for proper dacumentatian. Failure to subrr►it canfirmation andlar "undeliverable cotrfirmatipn" dacumentation may renderthe � �p GFE non-responsive.j �.) �id you snlicit bicts from �usiness C�quity firms, within #he subcontpacting andlor supplier areas prew�ausly listed, at least ten calendar days prioP to bid apening by email, exclusive af the day the hids are opened? � Y@5 I�f yes, attach emaif confirmation to include name of Business �quity firm, date and time. In additinn, if an emaii is retumed as undeliveraqle, then khat `�undelf�erable messege" receip! must be printed directiy from the ❑�oemaif system For propar documentation. Failure to submit confirmation andlor "undeliaerable message" documentation may render the GFE non-raspansi�e.) PlO��: ihe three methods identified abo�e are acceqtable for soliciting bids, and each selected mefhod must be applied to the a�p[icable ca�wr�r�, �i�v �'rimeJ�f�pr!�!' r^�st �+����r��^t tha+ P_1'�F1pP ar leas� two attempts were made using tu:�� s�f t�ne [hr�e rxEe�hnds cr kt��t at le�st ane successfui contact +,�wY made using ane of the three methods �n �r�+pr �n +�p!±med r�sp��tsiv� to the �Coad �ait� �ffort reauirement. NOY�: �he ��9mef�fferor �must �an�tact l7�� �^t��� B���r�e�s �t�u�ty i���t sr������ i8 �ach subcontracting :�nd �u�pll�r opportun�ty tn iae in ���!�Vlance with �u�stions 3 tM�u �. �.� Did you pro�ide plans and specifications to potential �usiness Equity fiems7 � Ye.s � No �.� �id you pr�o�ide the iniormatinn rega�ding the location of plans and sPecifications in orcfer to assist the �usiness �quity firms? � Yes � No Effecti�� 01IOil2021 ATTACFii�I�PlT 'IC Page 3 of 4 �.) Did you ppepare a quotation fo� the �usiness Equity fi�ms to bid on goodslsepvices specific to #heir skill set? ❑ Yes (lf yes, aitach all copies of quotations.) ❑ R!o �.j 1fillas the eontact infnrmation on any of the listings not valid? [lf yss, attach the inf�rmation that was not valid in order far the Business Equity Division to address � Y�S the carrections needed.) � WO 10.} Submit documentation if �usiness Equity fi�rns quotes were rejected. ihe docurnentation submitted sho�ld be in the firms farms of an affida�it, include a de#ailed ex�lanatinn of why the �usiness �quity �i�rrEs was rejected and any suppa�ting documentation the P�imelOfferoY wishes to be considePed by iha Ciiy. ln the event of a bona fida dispute cancerning quotes, the PrimelOffervr will prav�de for confidential in�carnera access to an ins�rectian of any �elevant documentation by Ci#y per�sonnel. (Please use additional sheets, if necessary, and aitach. Com an �ame Yele hone Contact Pers�n Scope of {iidor� Reason for Re'ection A�DITlONA� INFORMATkOIV: �lease provide additional infopmation yau feel will further� explain youp gaod and honest effor�ts to obtain �usiness Equity firm par#icipation on this proj�ct. 7he ��imelO��er�r �ur�the� agrees �o pro�ide, dip�ctly fio �he Ci�y upon r�quesfi, compl�te and aecura�e info�m�tion eegarding ac�u�l �+ror� pe�Fo�med en �his cont�ac#, �h� p�ymenfi thereof �nd any proposed ch�nges �o �he origin�l a�rangemen4� submi�ed ►�i�h �hi� bid. The P�imel�fr"eror al�o �grees to allow an audi� andlo� e��minafiian o� �ny book�, record� ar�d file� held by �heir comp�ny fihafi w+ill �ub�tan�i��� �kte ��fiu�l r�ork per��o�med on �his con���ct, by an aufihoriged o�ice� o� employe� of ihe Cify. A�idder or Cvn�ra�fior r�+ho in�en�ion�l�y �ndlo� �now�ingly mi�represenis m�t�ria�l ����s shall he �7�b�rred f�� � pe�iod ef time o� no� I�ss �h�n fih�ee (3) year�. �ttective ovo��2a�� A��ACbnA�Ni iC �age 4 of 4 ih� unde��ign�d cerfifies �h�� �he info�mafiion prodided and the �usiness �qui�},+ fipms listed rav��lwe�e coniaefi�d in good ��i�h. It i� under��ood �h�f any �u�iness �quity �iPms lisfied in Af�achment �9� ureill be conf�c�ed �rtd �he reason� �o�° not u�ing fihem v4eill be d�r�ifi�d by �he Ci�y'� Business �quif� �ie+isyon. Authorized Signatupe Yitle Company Plame Address CitylStatel�i� Printed Signatupe Contact Wame and Yitle (if different} Phone FfumbeP �mail Address �ate Business Equity Di�ision Email: DVIN BEOffice@fortworthkexas.gov Phane: (817) 392-2674 EfFeccive a1ro1�2oz1 �0�� �O� r�-r Joint Venfure CITY OF FORT WORTH Page 1 of 3 Joint Venture Eli�ibiGty Farm A!L questions must he answered; use "N/A" if �ot applicabfe. Name of City project: ICAP Contract Part 1(M-458A) A joint venture form must be eompletcd on each project RFP/Bid/Project Number: 101339 1. doint venture informatian: Joint Venture Name: Joint Venture Address: il.�'aPplieable) Telephone: E-mail: Pax: Identify the frms that comprise the joint venture: Please attach extra sheets if additiona! space is required to provide detailed explanations of work �o be performed by esch tirm comprising the 'oinf venture Business Equity Nan-Business �rm Name: E uit Firm �Tama• Business Firm usiness Firm CankactNarne: Contact l�ame: Business Business Address: Address; Telephone: Fa�c: Telephone: Fax: C-mail: E-mail: Certiiication Status: lVa.me of Ceriifying Agency: 2. Sco e af work er%rmed b the Joint Venture: Describe t3�e sco e of work af the Business E uit firm: Describe the sca e of work of the nnn-Business � uit �rzn: �ffective U110112021 Joint Vanture Page 2 of 3 3. What is the percenfage of Business Eqaity �irm participation oa this joint venture couatin� to�vards the project �oal? 4. Att�ch a copy of the joint venture agreement. 6. Identify by name, race, sex and �irm those individuals (with titles} who are responsible far the day-to-da� mana�ement and decision making of the joint venture: Financial decisions (to include Account Paqable and Receivable): Mariagement deeisions: a. Estimating ---------------------------------------- ------ b. Marketing and 5al�s ------------ � -----------g � _ g ---------- c. Hirin and Firin of mana ement personnel ----------------------------------------------- d. Purchasing of major equipment and/ar supplies Supervision of field operations The City's Business �quity Diwision will review your jaint venture su�missian and will have final approval of the Business Equity percentage applied taward the goal for the project listec� an this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amountslpercentages change from th� originally approved information, khen the participants must inform the City's Busine5s Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures autlined in the City's Business Equity Ordinance. EffecEive 01/01/2021 5. List components of ownership of joint venture: (Do not complete if this informafion rs described inJoint veniure a�reemeretJ Joint Venture Pa e3of3 AFFIDAVIT Tha undersigned aL'firms that the foregoing statements are true and correct and include al1 znaterial info�nation nacessary to identify and explain the terms and operation of the joint venture. Furthertnore, the undersign�d shall agree to provide to the joint �enture the stated scope of work, decision-making responsibilities and payrnents herein. The City also reserves the right to request any addi#ional infnrmation deemed neoessary ta determine ifthe joint venture is eligible. Fail�re to caoperate and/or provide requested information within the #ime specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, intecviews with owners and examination of the boaks, records anci files of the joint venture by any authorized representatives oi the City of Fort Warth. Failure to compiy with this provision shall result in the termination of any cantract, which may be awarded under the pro�isions oi this joint venture's eligibility and may initiate acYion under Federa�, State and/or Local lawslardinances cancerning fajse statements or willfial misrepresentation af facts. �_____________________w__�,__�_____ -- - - --------__._....._ t�[ame nfBusincs5 Equity Firm: Name ofNon-Business Equity Firm: iriame of Dwner. Name af Ownar: Signature af Orvner Signature af qwner Prinled Name oFqwner Printed kVame of Qwner Signature of Owner Signature ofOwner Title Title Date Date Notarization State of County of On this day of , 24 , 6efore me appeared ar,d to me persanally known and who, being duly sr�orn, did execute the foregoing affidavit and did state that they were properly authnrized to execute this affidavit and did so as their free act and deed. Notary �Public Prinl i�lame Nfltary Public 5ignature Comr�tission Expires _ Business Equity Divisivn Email: DVIN_BEOff"ice�a fortworthtexas.go� Phone: (817) 3I2-2674 (seaL) ��_ _...._ ,,. ,... ,...,.,. ����m�7 �V��e ���es C�`� ���e R��� '�'abll� CITY QI' rdRT WORTH LARGH 1]iAIVIETER STANDARD CflNSTI2CJCTIQAI SPECIFICATI03+I DOGiIM�NTS PIPE BURSTiNG CON�"RACT TCAP Kevised July I, 201 l CI'�Y' PROIECT3�To. 10i339 2013 PREVQ►ILING 1lVP►GE Ri4iES (Hea�y and Highway Construction Projects) C�.A551FICAYiON DE5CRIP710fi! Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or 5weeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons ar less Crane Oper�tor, Lattice Boom 80 Tons ar Less Crane aperatar, Lattice Boam Over 80 Tons Ctawler iractor Operator Electrician Exca�ator Operator, 50,000 pounds or less Excavator Operator, O��r 50,Op0 peunds Flagger Form Builc�er/5etter, Structures Form 5etter, Pa�ing & Curb Foundation brill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or l.ess Front End Loader Operator, Over 3 CY Labarer, Common Laborer, Utility Loacker/eackhae Ope�ator Mechanic Milling Machine 4perator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavernent Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operatar Reinforcing Steel WorEcer Roller Operator, Asphalt Roller Operator, Oth�r Scraper Operator 5ervicer 5rnall Slipform Machine Dperator Spreader Box Operator Truck Dri�er Lowboy-Float Truck Driver Transit-Mix Trutk briver, Single Axle 7rutk �river, Single or Tanden� Axle Dump Truck 7ruck Dri�er, Tandem Axle Tractor with 5emi Trailer Wefder Wark Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 33.99 12.59 11.74 14.12 16.05 14.48 ls.iz 17.27 20.52 �4.Q7 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 �z.zs 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.85 14.84 11.68 The �avis-Bacon Act prevailing wage rates shown for Heavy and Highway construction proJects were determined by the United States Department of I.abor anci current as af 5eptember Z013. The titles and descriptions for the classificativns listed are detailed in the AGC of7exas' Standard 1ob Classifications and bescriptions far Mighway, Heavy, Utillties, and Industrial Construct€on in Texas. Pag� 1 of 1 Gl����l 6� �� �r���c� �eq�n�re�en�s C�'�i W��er S�a�¢���°d �P�°��l�cts �L�st CITY OE FORT WORTI-I I.ARG� bIAMETER STANDARb CONSTRUCTION SFECiFICATION DOCUME3VT5 PIPE BURSTING CONTRACT ICAP Revisedluly 1,20i1 CITYPRQ7�CTNo. 1Uf339 � ��� - ���� � � � _� � �___ _ � ���� �� ���� ����� ����� ����.������ ������� ������� �IS� Updated: Apri1099 2021 The Fort Worth Waier Department's 5tandard Products List has been deve�oped to mittimize the submittal re�iew o� products which meet the Fort Wo�rth Water Department's Standard Specifications during utility construc�ion projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, �he requirements af ihe Technical Specification will override the Fort WartM Wat�r Department's Standard Specifications and the Fort Worth Water Department's S�andard Produc�s List and approval of the specif c products will be based on the requirements o� the Technical Specification whether or not the specif c product meets the Fort Worth Water Department's Standard 5pecif cations or is on the Fort Warth Water Department's Stand�.rd Products List. ��bl� o�' Conte�� (Click on items to �o directly to thc page) Ttems Page A. Water & Sewer 1_ Manholes & Bases/Components ........................................................... 1 2. Manholes & Bases/Fiberglass .......................•--..................................... 2 3. Manholes & Bases/Frames & Co�vers/Rectangular ............................... 3 4. ManhoIes & BaseslFrames & CoversJRound ....................................... 4 S. Manholes & Bases/Frannes & Cn�ers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manho�es & Bases/Rehab Systerns/Ce�nentitious ................................ 7 8. Manholes & BaseslRehab 5ystemslNonCementitiaus ......................... 8 9. Manhnl� Insert (Field Operat�ons iTse Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. PipeslDuctile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B. Sewcr 13. Coatings/Epo� ....................... 14. CoatingslPolyurethane ......._.... 15. Combinatian Air Valves ......... 16. PipeslConcrete ........................ ........................................................... 13 ........................................................... 14 ........................................................... 1 S ........................................................... 16 17. Pipe Enlaxgement System (Method) ..................................................... 17 1 S. Pipes/Fiberglass Reinforced Pipe ......................................................... 1 S 19. PipesIHDPE .................................•---..................................................... 19 20. Pipes/PVC (Pressure Se�rer) ................................................................. 20 21. PipesIPVC* ............................................................................................ 2i 22. PipeslRehab/CIPP ................................................................................. 22 2�. Pipes/RehablFold & Form .................................................................... 23 24. Pipes/Open PrnfiYe Large Diameier ...................................................... 24 C. Water 25. Appurtenance� ..................�--...............................................---................ 25 26. Bolts, Nuts, and Gaskets ..............................•---,.......................,............ 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 2S 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Wat�r) ................................................................. 30 31. Pipes/Valwes & FittingslDuctile I�on Fittings ....................................... 31 32. Pipes/Valves & FittingsJResilient Seated Gate Va1ve .......................... 32 33, Pipes/Valves & Fittings/Rubber �eated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations .............................�............................................,.._... 3S 3 6. Automaiic Flusher ................................................................................. 3 6 � � � � � e � � � '0 � e� � no � E-� � � � � � � � E� � � � � � � � � � U � � � � � � �'� � �� � � � � �: � � � cd � 0 � � � '� � � �a � � � E-� � � � � � � � � � � � i"e � � � � � � � � � U � � � f ^. , � � � � � � L.� � � � � U y— O 07 � H N s � 0 c 6 V��+ d � � � � c� � � v � � -� � � � � � E� � � � � � � � � � � � � � � � � �� � �" � � � � � �, —� �r � �� � � f-� �� �, � c� � � � � � �s a� � � '� � � � � �'�F � � � � � � � W� �, � � �� � � � � � � � �� � � � �_ E-o � �� � � 0 � ` � � � e `�i � � � '� � � � � � � a � � � � � � E� � � � � � � � � � � � � � � � � � � F � �i � �' � � !�1 r � � � � � � � � � `d � � � � � � � � � � � � � � � � � � � � Q �O �" � � � � � � � � E-� �. O � ' � � �r�-- � � a � � � � � � � � � '� � � �+ � � � � � W � � � A � � � � W � � � W � O W � � � � � � !I, '� � ' I— w= �� �; � � � � .�. � � � � '� � � � '� � � F � F�-{ � a � � � � � A � � � W � � � � � H � � � � � � � � � � � � �� m P :�i � � � � � � � � � � � � F �z� ��� ��� � ��� ��� ��� � � ��� V � � � :,� � �� L.--� �'. � � � ..d �, � � � e,� � � � � � � � -� � � � � � W Fd � F A � � � � W � � � �� � H � � � � � � � � � � �' � E�+ � f� � c� � � � � � � � `� � � °a a � � � H � � O�� � � � � � � � � � � � � � � �� � E� � �, � � �� � r .� �� T � � � 1 � � � � r. � � � � � +��q d � � Z � � � � � � � � � � � � � � � V � � � � � � � � "7 �.. �q� i�l � �� I�E] ' 1�+�^ � � v � � 8 � � � � � '� � � � � � � � � � � � �� � � � � A � �i � � � � � � � � F � �� � L� � � �' � � , r= . �� � � c� 0 � � a� � � � � � � e� � � � � � � � � � � � F'`@� � � � � � � � W � � �� � � � � � � � � � � � U � M P � � � ` � � � � � � � � � � � � � � � � � � � � oir!b PW �I � � � � � �� � � � Y �I �� � ac� �� � � � � � � ` � � "E� � e� � � � E� � � � � � � � � F � � �A � �W �, A � � � F � � � � � � � �� �. E� � �� T•�, � � O e� � � � � 8 `d � � � '� � � E-� ���. � � � � � � � � � � � � � �� � � � � � � � � � �1 �� � wy s 1i r �� � u u � N � i�e � � � � � ` � � � +� � � � � � � � � � � � � � � � �� � 0 � � � � � � � � � � � U � � � I , N � U � - i N ] O a ov � � O � a n � � � f � � ry � r r; ,n - y V M ` � Ca � �+�+ F � �� � � � �R"�� 07 � 0. S P. O � 'm-' � ����� �� b=o .n °' � a^ o. � x m n, q u N O R7 � � � x - 5 t'i � a� �o o � W l- � � � ,,. : r .p .O W N � c. � '— -d N 9 O; R. � !� N �� � � t ' V . C � .- � ,� ��}'s � I`� p � � 4 � � � i � y � ` O � � 3 � � � � � � z � 1 � .ry � rl 7: a"5 `ri � �` A, v 17r a p � � I - � � ' � y V . � � '' U � � � } v �� � ° '�' � � � � o w p' � � .�. U �` � � � � � � � C3 iv . w m � 'n rn r�n m a-�, � _ o � v, �` � I � [3� � C W e u 0 d .Q H a� r � v e L V GI � � � � a a` v ti C N m 0 a . � � � � � � � � � '� � � � � � � E� � � � O � � � � A � � � � � � � � O �° W � � �� � � � �� � � � � �, ea � � � � � � � � � tl� � � '� � � � � � ra � W E-� � � A � � � � f=1 R, � � �� � � � � � � � � T �, � �. � � � �� � t�l � c�f � � d � � � � � � � � � � � � � U � F � � � � �W�i � � � � W � � �� � Ey � �� �' � ,tk� � � � �� � � � t� � � � �° � � � � c� � � � � �z� o�� ��� � � ��� ���0 ��� ��� � � � � � � � �. �, P � � � ` � � fQ' � � � � � � � � � �z� ��v ��� � ��� �w� ���� ��z ��� � �` �I �. �.:� � � � �. T � � � � � � � � ,� � �i � � '� � � � � � Z � O � U � � � � � � � � � � � � � � � � � �!1 � � E� � f�� �q� \\ � N ti � � � � � � �s � G. � z � � � � � � I� � � � � � � � �9 � � � V C% a � � � � � � � � �'F'�' _ � � � 1 1 �� � �r L � .` a �� �o� a s�-' ry ����� o a 7 �� N S = N C+ _ a 3� 3 3 3 Y ,� U V � � m "� °° `r c�v "� � U 7 � r+i .. E.. o� o 0 0 i'4 N N � a � a d, af a� o`° `o `° y w w w S„� � O O � O V1� M1 r/% M1 VJ � N M(� M(y N y0 � a�0 tl�0 � W � i'1 ��'1 a7'i �'1 C0 N N N �� U U U CJ � 4 ¢ d < 4 ov' ov' ov' Q d� 4 '� � � � � ��� ���� � ��� � a ¢ a ¢ a �d � �d � �d a a ¢ a � V a ¢ ¢ � � � � w � z � � � � � � � 3 � � �c A`� � 'Ty r"- b � � � � „Z� o °� � � F� � .o �� o r"i r„"'e o� � m',� 3 3� q. o' rn � .p � � rn �'+ � v rN c� N^ � � sn o m F F N�j r� +% �n F] p�- �y °'' � n� N rn� W� ni m U wu� w[y wuy � 1 � � p � o f4 w ,..1 [A �� 5 � x � r�n �`� v�i ��� 4 6 6 w"� rry rn c o � °� �a � � � z y a *`� � �i � =y `Ql � - ' N � W W [Wt7 y � � � zr �`� � ^���� � . r .a � ?� �' O� O N ci t^� o aC ��'- o d' N v+ m.5 f �����`� �� � � � aIj � :: � .�o � � J � � a x o N '�" :� �} � � U U U � � m � r�`i I� � � W �' N �' x m � F rFi� F'_3a �+ni M� m �o 'U � � a o "' � w �°� �'o `�o ° � � �' � � 3 � � � � � �7 � a, w y ~ e��+ `o �� � z �� o� o voi � �`r r�i M f� �1 C] U U U o�� U � A �a o 0 o n" n � v � o � � � w �a � .o � � � � �° � � � a � � . . .. � 5 .�5 ai v � S � .� �9 .�R, a -`� �o �o U U U ;� :a .� � ui �` � . _ � y p � 07 �� o m ff� m U U U �' �� k �q �q u� m �d av't 31�� �i rt � C a��" � � °.� u � a�~i � �� a W' c4� CG o R. P. R, � `� `i �, � v d u 7 7 � a' °' 3 ca oo w � � � v v � � � � V � �p" p s5 t+�. [i .,C] Ny a c. � N � O c. � A � � � ��'i rn � � vi � m � � o �;� � � � � � � � � '� '� '� '� '� � '� '� 'a � � � � rn o o i :a - �' � � > > > > > � � � �' ^ � v � U � � � .. ' � � � � � � � � � � � � � � � x x x � +� 'u � � v � � v � v u p � '� � � � � � �` � � m u � U � � a b sr o°a w W `'"� � � rn v� � � W P��4 C��4 � G��4 ' � .5 � m � � � '� � � � � � � ��j Jpy� in dt in r/�i v�. .�+ � r {� VI r/� vl - Yp Mp O- O o 0 o F �G ,�G' � .�, � eI � f v d m v� m rn � ri� ri� ri� ri� �.� -� . .� .p w' .A '� 'n�' �u o� °� � e o a �o � 5 5 � � � � � o �a w m �a �o � � .� Q o° g a cr _] q f] U V U U U U U U U F H{-� H F., a, a a. �i U U w ra 0 0 0 0 o n n o � N N N F.. � � [V N N � � �I � N N N � � f�/1 {i � ~ �+1 [+1 �+1. c�l t�1 N1 M f�l f�'1 t�l M �+1 f+l M M M M M M �'1 M M L p O ` N � 1{-lS+ r 90 N � l� M1 00 00 e0 OO 00 e0 O � .�-. .Nr .�n � Q y� m`n n N � � � '�`� � w N o rn rn rn o 0 � � � � � � � � � � � � � � � � � � o. _ o 0 0�� � � � � h � o� o 0 0 0 0 0 z r � � €� � !�i g � � g � � �r � � � � H �z� o�� ��� � � ��a ��� �� ��� H � � � � � � � � � � c� � w � � � � -� .� � � � a � � �� � � O�V ��� ��� ��w�, ���0 �� ��� � � �� �-^� � � �' �'' � k.�+, � v � :� � � � � � � � � � � �. � � � � � � W � � � ��/ i��tl � � � � � � � � V H C/� � � �p� I� i F'�l � � � � � �.. � � .' � � �i i— - vi 4� n — �¢ . � 0 N N N N fV N [V ry N [M N G'Y W� O � O O � O O� y� �O O .0 U U C7 U U C7 U. C3 C3 U tj � d d d 4¢ Q Q d d Q Q •� 3 3 3 33 3 7�3 d;�. 4 d¢� d Q d d ¢¢ Q s. � v � P � � �. �. 'O � o � .y m'-' '� � p, o 0 0 �r � � � � � N � N o 0 .� � 00 O� � o ^ � C 'r p � r N 61 �. y 1 00 � f-J � 00 O P O� rSC. q v� � O 4 O ��m��� O`n U Vj �'� z N Ci O � Op pCj .C� z.,� �] ,� U .�.:.- o'����.� � �N ��'���� c� z� A A a¢ o�' � q� •� - o �. � � �' �� 0 3 y � � � � � � �' '� � � i, � r� � OIR � O q �� ' > � s � > o � a � � 3 �� o. �� � � q � o p = �� o V o U S a t�. U'� k � � � � � y U U �1 � � _ � U ¢ U � '� �i �, u ,� 'o �} � � 3 � 3 �C � �m '�w �ci. � ti �.. ���'���� � �a3W �I � � w � w - — -d � � O � Yf� � v Q .O � .Y � � � Fa a• — +� v ,,,y N ,.'�i G . _ : � N � � � � � � � � � � � � > �xxxx� � ���a� '� �'w� '� w� i� w'uk". 'w i� i� '� w i� q � � a � � � � � � � � � � � H � ca w o� m a� cn w w w w o0 � � i a C] ❑ ❑ o A m CR7 a. � � N N � ^ t� N N� N ry N ry q ' � ~ '� N r�n 8J [s5 W tW ti] li7 til W ci7 '� W h7 m. �. .�+ k" 4 � � � � c-. oo M1� c� oo r �-. oo r c- � � _ �a `a �a a� �a o�o �o ca ob oa " � o r�i�. v�v �r v v`i a, e^. W o i� a�, � aa rn `o %`o a. o`o � ��o 0 0 0 0 0.� o a z � � �1 � Ctf � � � d' � � � � � `� � � � � �, � � � � � � �^ � �I..I � o� � � � �r� � I�¢ � � �� � � � �, � � ►.� is h � � e m e V O I ry y n�i ^, N �° e�v� n�� ni a � `� � 'P . `O a e v � � � � e �� o o�o 0 0' �o o' +a o 0 0 0 r rn a rn o� p� 3 V C3 U U a"'y-N" �d'i�'�^ U V U U QG1 Q d¢ d V�Z�'° a^�`8 d d¢¢ ¢� � � � Q¢�������� � � a � ¢ I r_i � a � ^ °.° � — '° p °�' � � ��c4 aC a: � � ,�, �� �' eG c� .- C1 C7 q� _ � rs. G Q Q � � i� Q � � � � ° � � �� �� m � o � g � � � � o ° j un � v U 'S � a o o"rs R d � o, � d d r/� � � � v m "'� fa U U -y � �`��a .� � z z � P. P. o O � � � � � Q � � � � � .; .; ,+� .M i� G ,�"� .� . � :M 9M r� � a+ a � 4J d � �. �. �. �. �. ��. � 0.. �. P. �r � � � � � � � � � � � � u" c� c� c� c� r� � � � c� c� c� � U V U U U U V U�U U U + w a�, � a�. w a. a c�. a�. a�. w i� � � N .-Ni N .N-� � � .-N-i � N � .-�i i � � � M M� M� M M M M�� � � � � � � � � � � � � � � rn a � � w � � N ~ � � r� r+� vCi � � � e w ��a o. rn a rn �; : � � � � N � R, 8 'a � � � o -` � � 'C � �� - � � � � V1 J � � � W � � � � � � � � � � O � � � � b � � � (� � F-� � � � � � � � .o c. � � 0.1 � Gy] a s. w � � � � � � �.o � NI.1-1 �� � sN. a� m � � .0 q .--I � � Q) 3 N :r D N � 3 � � O z 4 m � M � � � � _ � � � � '� .� � � � � � � � � � � � � � � �� � � � � �� � � � � � � � � � �� , � � � � � �1�I��I��I�I�IN�I�� Ilm� � � � ��� :��� � � � �h� = � ��c.�u���� ��U � � � �w����,�3������'��33 3 � � '" ¢ � M d � � U � � � � � ¢ w Q ¢ ¢ ¢ ¢ 6 VU U .» .. .. U U U 2 _�.. .. � Q Q U U U Q Q Q�� C m m m M m � ¢ ¢ ¢ � 3 � ¢ � Q � � 3 Q � ¢ � � � � � ~` I�� �a����eQ ��� � � ¢Q � � � � U �a :� � � � � � � � A� a �� 0. � � s U � � � ., � � � p' R' U °� �I o� x w � �� � � Q p, �� CJ A N � y M Fh a'' m � w o � c° ��� V�f � W v � p a p1� n. � � v�i � o o � �. � � '� '� � a� � � U L U ., y � � .. g .X � di L ° ^ 0. � p�, � p�, d N o x O p ����'����' ��+��� �6j �� � N '� 4� O � � � � � �y � � � � �.j {S�i [� � Q� 00 oV U ] w �q � � � � v� in � � � � .o .� ,o. � � � �. `n � � �' w m � � � � � � ti ti � � � � � ¢ � r� w � �C � � � i� L. LY �� � � '� � �. � v � �� � �� a i� � � � � � � � � a � .� '� .� 9 � �� ���� ���� ���� O I O O O O O N q � � _d j�j �[i II] Il� 11� Ei� L[� e�n .�`�i .%i °p � a a o � � .�r * � � � � � � a`. `m o I o 0 0 0� Q� � � � � � � `� m �i �i �. �i a� .g���� � � ti � c '� 'S '� 'o 'a ',a � ���� � � ����� � � .r n � � .'". � � OV O ..: ..: .. .. � i.l� Il.� � 1�+1 M M M o � � � m o0 00 0 �� n n a, a a 0 0 O 00 M i�l M O O O O M e N C u 0 a, � H m � O � 6 � � O 4J � J � O R v m e � ro c .� 0 �n C ! � � � � � � � � � a '� � � � � � E� � � � � � � � H � � � � � � � A � � � O � $ � � � � � �`• � � f.� � � � �; r � � � � � � � � � � � � '� � � � � � � � � � � � � � � � � � � � � W � � � � ` Ey � �� � h� �� � � F-� � c� � � � � � � 0 `� ��► � '� � � � � � � � Fy � � � Fb � � � � � � � � � � � �� � E� � �— � � � �' � � �: � � � � ` � � � '� .,� � � � � � � � � � O � V � � A � � � � W� �, � � � � W �" ,� � V � � � � � � � � �-LGi � u � M � � 8 � � � � � \.7 � � �q Lo � �y� V1 � � � � � � � � � � �1 � � � � � � � 0 � � � � � � � � V1 �` � � � ' � � i"� � a � a y 44d Y J u 7 D 0. a `m v m `m m O 0