Loading...
HomeMy WebLinkAboutContract 55143Ga^�r�r r,.^n ; �� �� !r� �,�:.,$r1ua�����.� -,,�----., ri eM «� ��f'� �f���`� €���. ���� ����� PROJECT MAl�1UAL FOR THE CO�iSTRUCTION OF �021 CONCRETE RESTORATY41lT CONTRACT 3� AT VARIOUS LOCATIOI�S CityProjectNo. �02861 �� �_ _ ��� �ar , � . ��� Betsy Price Mayor David Cooke City Manager William Johnson Director, Transportation and Public Warks De�artmcnt Prepared for The City o# Foxt Worth TRANSPORTATYON A1�1D PUBLIC WORKS �a�a �������� ������ ��� ���`������ ��� ������ �� � � � � � I I C�� o�F'�������� Y Standard Construction Specif�cation Documents Adopted September 20ll 00 00 00 STAI+lDAFtD CONS 1RUCTION SPECIPICATION DOCUMENTS Page 1 of 9 SECiION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 OS iQ Mayor and Council Communication 07/01/2011 00 OS 15 Addenda 07/0 J 120 ll ❑� 11 13 Invitation to Bidders 03/09/2020 d0 21 13 Instructions to Bidders 03/09/2020 nn�T�rJ n-r »�a OQ 32 15 Construction Pro'ect Sct�edule 07/20/2018 Qfl 32 15.1 Constzuction Pzo'ect ScIaedule-Baseline �xam le 0"1/20/2018 OQ 32 152 Construction Project Schedule-Progress Example 0712 0/2 0 1 8 00 32 153 Construction Fro�ect Schedule-Pro ess Narrative 07/20/201$ DO 32 15.4 Canstruciion �ro�ect Schedule-Submittal Process 07/20/2018 QO 35 13 Canflict of Interest Affidavit Ofl 41 00 Bid Form 03/d9/2020 00 42 43 Proposal Form Unit Price 0 112 0/20 1 2 Ofl 43 13 Bid Bond 09/1 U2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 nn�T n� m�T 00 45 12 1'requalification Statement 07/QI/2011 nn�J n� �n��n 40 45 26 Contractor Com liance with Workers' Com ensation Law 07/0 1120 1 1 a0 45 40 Minority Business Ente xise Goal 061a912015 nn� nti �n����� Ofl 52 43 Agreement Q9/06/2019 00 6J 13 Pezforrnance Bond 07/01/20l 1 QO 61 14 Payment Bond 07/0ll2�11 0� 61 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07101.12�11 00 72 00 Generat Canditions 03/09/202Q 00 73 OQ Su plementary Canditions 03/09/2020 Division 01 � General Re uirements Last Revised al 11 00 5uiinnary af Work 12/20/2012 OI 25 00 Substi�tion Procedures 07/0ll2011 d1 31 19 Preconstruction Meetin 08/17/2012 01 31 20 Project M�etin s 07/01/2011 01 32 16 Construction Pro ess Schedule 07/01/2011 01 32 33 Preconstruction Video 07/01/2011 OI 33 00 Submittals I2/20/2012 0� 35 13 Special Project Procedures 12/20/2012 O1 45 23 Testing and Inspec�ion Services 03/09/2020 01 50 00 Tem ora Facilities and Controls 07/01/20I 1 O1 55 26 Street Use Permit and Modi�'ica�ions to Traffic Control 07/01/2011 d1 57 13 5torm Water Pollution Prevention Flan 07101120�1 �1 58 13 '�'onr�pazary Praject Sigaage 07/0112d11 CT'1"Y OP PORT WOIi'� 2021 C41+lCR�TE 12ES`I'OR.SI'ION CdNTitACT 2 STANDARD CONSTRUCTION SPECIRICATION DQCUM�;NT'S 1Zevised March 9, 2D20 C1TY PItO]ECT NO. 1a2851 00 OD 00 3�'AATDA,I2A CONSTRUCTIQN SPECIFICATION DOCUMENTS Page 2 of 9 Ol 60 00 Product Re uirements 03/09/202D O1 66 00 Product Stora e and Handlin Re uirements 07/01/2011 Ol 70 00 Mobilization and Remobilization J I/22/2016 01 7� 23 Construction Stakin and Surve 02/14/2018 01 7I 23. � 6.01 Attachrnent A-Survey Staking Standards 01 74 23 Cleanin 07/01/2011 01 77 19 Clos�out Re uizements 07/01/2011 01 '78 23 Operation and Maintenance Data 12/2a/2a12 O1 78 39 Froject Record Documents Q7/01/2011 Technical Specifications which have been moc�if�ed by the Engineer specificaIly for ihis Project; �aard co�ies are included in the Project's Contract Documents Divisian 02, - n��� n�� n�ni i� oz�rr� Conditions �_ Date Mo[lified Division 03 - Concrete � ��rt! �e�� �rsa+sa!err�:se e� �y rnnn �o 31 23 16 Unclassified Excavation �,� � 2 9�rz rvv � 21� � y�o � � � �� nn �,--oo 2 �7�T �"� 2'7� ll�� 32 11 23 � 2 7�� � ��T �'lexible Base Courses T; o T«o.,i-e.] 12.,�e f'...,.��o�, !'.,T.�.o., t 'T..,,.,r,..l 7? ...,., !'�.�„rn., � CPPY OF FORT WORT�T STANDARD CONSTRi}CTION SPECiFICATTON DOCUN��NT'S Revised March 9, 2020 2021 CONCRETE RESTORATION CONTI2ACT 2 CTT'X FROJECT NO. 1D2861 00 00 00 STANDAAD CONSTRUC'I'EON SPECIFICATION DOCiIMEI�ITS Yage 3 of 9 2'7 T '� 1 � �v 27 Y'7 '72 A �.,L,.,1F U.,�.:,.,rt !�,-.,.�L C'o.,l.,,-,r� �� --`r-----' - -- �---o -"--- '-- �- '-------" 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Dri�ewa s and Barrier Free Ram s 32 13 73 Concrete Paving .Toint Sealants ���o ��� �� ti� y� ��� �� i � �� �� �� �� �zi y � ��..,;.. �o..,.o� ,,,a ���e� �� �� cxr;,.,. �„r,,,.,, .,n,� r_„f,.,, ����7 �xr�,.,a �o�,.o�. .,..,t n,..o� 2��c-.-�ix _A�-.2i �fl�r_:�,_ nl�„a_r�nt,,.sor �ot�;,,�R.T_[arnrl� 32 91 19 Topsoil Placement and Finishing of Parkways �� o� i� u,,,�,-,. TR„y,.H;�R cooa;,-.,. ra c..aa;�,. �� , ," �--4� Division 33 � Utilities . . . . . • . .. � ��� �. „ , . � � �e�eli" . . � . � , �. � � . � � _ . � i . � � ':�::::' ' � �- - -:� �• - - • � _ � � � � r. . �� � . � - � . . . . . �.�. ■ � . . . � _ - � � � ■ �e �ii*iii' a ■ ■ �i"�iii�_� � __ ■ � ■ r r � ��i�ii i1 �a'r' "�i��ir/' � � � C1TY OF FORT WORTfi 2021 COIVCRETE RESTORATION CON'I'RACT 2 STA�TDARD CONSTRUCTION SPECff�ICATION DOCUM�NTS Revised March 9, 2020 CITY PROTF?CT �TO. 102861 00 00 00 STA�TDAAD COI�ISTRUCT103�i 3PECIFICA'I'ION DOCUMF�lTS Page �4 of 9 � � � � � � I � � � � � �� ���I �xr.,.op co,Rr;,.o� y . „t1t�,zti� i_ _ _ � _ _ _____ _— � ' � � _ � � � _ � � � _ � � �� ` ; � � �� � +••~ � l 1 , � � a � 1i � � - _ �l � I � - l � • ` ��� � � I f � _ _ ��� .�ac.e�mi i�� I-E�sti��- -�- �' -�� • _ � - -�:.��.,; � � •' e '' - - - L r �!_ �. � . � �l '�' � � � � \ — i � � � � r • � � ■ i� �■ ■• — CTi'Y QF FORT WORTH 2O27 CONCRETE RESTORATiON CO3YTRACT 2 STANDARD CO�lS�'TZUCTIO�T SPECIFICATION DOCUMENTS Kevised March 9, 202D CdTY PRO.TEC"1' F�lO. 102851 00 00 00 STMIDARD CONSTRlTCTION SPECIFICATION UOCUMENTS Page 5 of 9 34 7 i 13 Traffic Control TechnYcal S�eci£�cations listed below are included for this Project by reference and can be viewedldown�oaded from the Ciiy's website at: http://fortworthtexas.�ov/tpw/contractors/ or �ttps://anns.fortworthtexas.�ov/Pro.i ectResources/ Division d2 - E�siing Condit'rons 02 41 13 Selective Site Demoiitian �_;__� Division ZG - Electrical Division 31 - Earthwork Last Revised 12/20/2012 � � r��i� 02/02/2016 ■.. � � . • � ��� ■ . , . . � �� . . .. _ .� . . .. . . . �r.�:� • CITY pF FORT WOI2TH 2O21 CONCRETE RESTORATION CON'I'RACT 2 S 1'ANDARD COIVSTRUCTION SPECIFICATION DOCUMENTS Ae�ised March 9, 2020 CI'I'X PR07EC I' NO. 102861 02 41 15 � Paving Remaval Division 03 - Cancrete Division 33 - Ut�lities �� nti �n co.t,a,. .,,,a �,r.,,,t,�to �ro�r;,,.. �--v�v '22�r r'f,..,a,7 f':..,,..:+ T„7,.Y.;.,...,, /f'�!'�'P � '2 2�v-��r i-v �F-A-]' f'..w�...,..,., ('�.,.,r�.,l T..,�+ C+.,+;.-.,.� `1 `2�z 2 `2� 2 ��nv '12�Q F'lo�..;,,.. ..f_Ca���o,. h�Y.,,..., 33 05 10 Utilit Trench Excavation, E�nb � ��� � �..,,.,,,, r-�„t,,,,. .,,,a r_,..,aa n;,,.,.. � 2'z ll�II . � � � � � a � � � � l � � � � � � � � � � � � � � and Backfill r.�r.r�v.r�jr. � � . ' i � i � � � � i � i � � � � � � � � , . . ._ !...��� �. . I:TT�i6'f �S� raT3 :T_'!� . �TiT„+,... G� ............. 1 ..1. r.� '7 ; �.1, ��.a:rs�Er.esrz.r_esr_fr��s�+��rrr.� \'l']�J�.RIO.�.I�J}145�SRf: ���w��� CITY OF FORT WORTH STANDAR77 COIVSTRUCTION SPECIFICATION DOCUMEIVTS Revised Nfarch 9, 2D20 � a � � � � � � � � � � � a �_ � a � � � � � � 1 � � � � � � � � � � � � � • ��fi. Vi�a,� � 2p21 CpNCRETS KES'fORATION CONTiZACT 2 CPPY PROI�CT 1V0. 102861 DO 00 00 STANDARD CONS'I'1tTJCPTON SPEC�ICA'TIOIN AQCUMENTS Pagc 6 0#' 9 ao 00 00 STANDARD Cp�TS'�2UC'Z'ZO1V SP�Cff+ICA7IOI�I DOCUMENTS Page 7 of 9 �� � � � � crs� � � �R}1 ��.�._ �n .�� � � � • � � � � �� � �� i i � � � � � � i � � i � � � \ � i ! � i � i � .. . . -- - -- •��:::�::::�- � - - �� � �� ■ ■ � - � � - � � 0 �rar�r��r � � � '��' �; � � � � . '---�- . � D7D7�i�iifiTr� � �. � � � � � � � � � � � � l � � � � � � � � � � � � � ��.���' � CPfY OF FORT WORTH 2O21 CONC�+T� I2�ST'012ATTOT�T CONTRACT 2 STANDARD CO�TSTi2UCI'I�IV SPEC]�ICATION T70CTJMErilTS Revised Mazch 9, 2Q20 CITY PKO]ECi' Np. 102&61 00 00 DO STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS Pagc S of 9 Appendix GC-6.06.D GC-6.07 GN-1.0 SD-I.0 PQ -1.0 A -01 Minority and Women Ovvned B�siness Enterprise Compliance Wage Rates General Notes Standard Construction Details Project Quantity Street List and Map END OF SECTION C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS Revised March 9, 2020 2021 COIYCRE'I'E AFS`i'OAtI`I'ION COAi`I'I2ACT 2 C1TY �'ROJBCI' NO. 1028b1 92191202D M&C Review +�a�� � O�cia[ site of the Ciry of EorC Wotth, Texas ��� �o�n�c�L ,��r��r�� k'o�� T��rH DATE: 12/1/2020 R�F�RENCE �'�M&C 20- �OG �A��: 202029 CONCRETE RESTORATI4N iNO.: OS73 CONTRACT 2 COD�: C TYPE: CONSENT PU��'�C NO F-f�ARIIVG: SUBJEG7: {CD 2, CD 3, CD 4, and CD 7) Authorize Execution of a Contract wifi� Qmega Contrac#ing ]nc., in the Amount of $849,817.7� for 2021 Cancrete Restoration Contract 2 at Various Locations RFCO�Ili�A�fV9ATION: it is recommended thai the City Cauncii aufhorize the execufion �f a cantract with Omega Contracting Inc., in the amount of $849,817.75 for 2029 Concrete Restarafian Cont�'act 2 projecf (City Project No. 102861) at vario�s locafions. DISCUSSIO[+�: In the Fiscal Y�ar 2021 Pay-Go Contract Street Maintenance Pragram, various ty�es of street maintenance are grouped i�to specifc contract packages. The 2021 Concrete R�storation Contract 2 provides for t�e repair and reconstructian of failed concrete pa�ement at twenty four locations listed on t�e stre�t list attachment (City Project No. � 0286'I ). Construction far this project is expected to start in eariy 2021 and to be completed by summer 2021. Llpon compietion of the proj�ct th�r� wfll be no anticipated impact on the Generaf Fund aperafing budget. This projecf was adver�ised for bid an September 17, 2020 and Septemi�er 24, 2020 in the Fort Worth Sfar-Telegram. On October 15, 2020, the follawing bids were received: Bidders HQS Construc�ion LLC* Omega Contracting Inc, � � Makou Enc_ I _ _ _. _ _ . ,- � . _ -� � _ Urban Infracanstruction, LLC. FNH Construction Westi�ill Construction, fnc. Pa�econ Public Works LP Amount $473,930.00 $849,817.75 _ w $994,830.Oa $986,437.5a $998,705.00 — —.�_�. _—_._... _..�.. $1, 044,132.20 _ . . ... _ _ � $�,326,6&2,81 *HQS Construction LLC withdrew its bid proposal statir�g an error in their price. MIWBE OFFICE �-Omega Contracting, Inc. is in compliance with tf�e City's BDE Ordinance by committing to 81% MBE participation an this project. The City'S MBE goa� on tnis project is 51%. Additional�y Omega Confiracfiing, Inc. is a cerfiified MIWBE firm. This project is located in COUNCIL DISTRICTS 2, 3, 4, and 7. �'ISCAL 1N�'ARI4iiAT19F�]C�FtT'I�'ICATION: apps.cfwnet.orglcouncil_packeilrnc_review.asp?f Q=2$442&councildate=121'i 12D20 'i/2 12/9/2020 M&C Review The Director of Finance cer�ifies that fu�ds are avai]able ir� the curren# capital budget, as previously appropriated, in the Ge�eral Capital Projects Fund for 202'f Cor�crete Restoration Cont project to support t�te approvaf of the above recommendation and execution of t�e contracf. Prior to any expenditure being incurred, the Transportation and Public Wflrks Department has the responsibility to �aiidate the avai�abi]ity af funds. Submitted for City fl!➢anager's Office by_ Originating Department Head: �dditional lnformation Contact: ATiACHMEWTS Map 2021 Concrete Restoration Co�tract 2.pdf Dana Burghdo�F (8018) Wiliiam Jo�nson (7801) Jeffrey Perriga (81 � 7) apps.ciwnet.orglcouncil�acket/mc_review.asp?ID=28442&councildate=121112020 212 OD 11 13 1NVITATIQN Tp SIDDERS Page 1 of 3 z s�cTzoN oa za. a.3 2 INVITATION TO BIDDERS 4 RECE�PT OF BIDS 5 Due �o the COVID 19 Emergency declared by the City oF Fort Worth and until the emergency 6 declaz�ation, as azn�nded, is rescinded, sealed bids for ihe constz�uction of 2021 CONCRETE 7 RESTORATI�N CONTRACT 2, City Pzoject No. 102861 will be received by the City of Fort 8 Wortla �uzchasiz�g Office until 1:30 P.M. CST, Tk�uzsday, October l S, 2020 as further described 9 belo�v: l0 1 I Ciry of Fort Worth Z2 Purchasing Division 13 200 Texas Street 14 Fort Worth, Texas 76102 15 16 17 IS 19 20 21 22 23 24 25 26 27 Bids wiIl be accepted by: l. US Mail at the address above, 2. Sy courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and pravide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time ather than the designated Thursday, the bidder must contact the Purchasing Department during normal working Y�ours at $17-392-2462 to make an appointment to meet a Furchasing Department employee at the �outh End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, wk�ere ihe bid(s) wiil be zecezved a�d tinae/date stamped as above. 28 Bids wi11 be opened publicly and read aloud at 2:0� PM CST in the City Council Cfiambers and 29 braadcast thraugh live strearn and CFW public television which can be accessed at 3p http://for�worthtexas.goy/fwtv/. The general public will not be allowed in the City Council 31 Chambers. 32 33 In addition, in Zieu of delivering comp2eted MBE forms for the project to the Purchasing Office, 3� bidders shall e-mail the completed MBE forms to the City Project Manag�z no Iater tk�an 2:0� 35 p.m. on Ehe second City business day after the bid opening date, exclusive of the bid opening 36 date. 37 38 GENERAL DESCRIPTION OF WORK 39 The maj4r work will cansist of the (approxirnate) following: 40 41 8,155 S.Y. Remove Concrete and Replace with 7" Concrete Pavement HES 42 5,56D S.F. Remove and Replace 6" Concrete Driveway 43 880 C.Y. Flex Base 44 4,Oa0 S.Y. Geogrid 45 A6 47 DOCUMENT EXAMINATION AND PROCUREMENT� CI'1'X OF FOI2T WORTH STANDARD CONSTRUCTION SPECTF�ICA'T'IQN DOCUMEIV'i' Temporarily Revised April 6, 2020 due to COVD]19 Emergency 2021 CONCRETE RESTORATIOIY CQN`i`RACT 2 CITY PROJEC'I' AiO. 1028G7 00 11 13 INVTTAITON TO B]DDERS Yage 2 af 3 48 49 50 5i 52 53 54 55 56 57 58 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division websiie at htt�://www.fortworthtexas.gov/purck�asin�/ and clicking on the link to fihe ad�ertised pzoj�ct folders on the City's electronic document management and collaboration systexn site. The Contract Dacuments may be downloaded, viewed, and printed by int�xested contractars and/ar suppliers. Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 817- 392-8363. City of Fort Worth, TPW, 200 Texas St., Fort Worth, TX 7b102. Tl�e cast of Bidding and ConCract Docurn�nts zs: $30.Ofl 59 PREBID CONFERENCE 50 A prebid confer�nc� znay be held as discussed in Section d0 21 13 - INSTRUCTIONS TO 61 BIDDERS at the follawing date, and time via a web conferencing application: 62 DATE: Wednesday, September 30, 2�20 53 TXME: 1Q.00 A.M. 64 f5 66 67 �8 69 70 71 72 73 74 75 76 77 78 79 80 S1 82 83 84 85 86 87 88 89 90 41 42 93 44 95 96 If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitt�d Expressions of Interest in Yhe project to the City Project Manager and/or the Desigxz Engineer. The presentation given at the prebid conference and any questions az�d a�aswers pro�ided at the prebid conference will be issued as an Addendum Co the call for bids. Tf a prebid conference is not being held, prospective bidders can e-znazl questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to Yhe project manager(s) aC the e-znazl addzesses listed below. Emailed questions will suffice as "questions in writang" a�d tk�e requirement to formally mail questions is suspended. If necessary, Add�nda will be issued pursuant to the Ins�ictions to Bidders. CITY'S RIGHT TQ ACCEPT QR REJECT BIDS City reserves tY�e right to waive irregularities and to accept or xejeci bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. FUNDING Any Contract awarded under �his INVITATION TO BIDDERS is expected to be funded from revenues generated from bonds, grants etc. a�d reserved by the City for the Project. INQUIRIES All inquizies relati�e to this procurement should be addressed to the following: All inquiries relative to this procurement should be addressed to the following: Attn: Tariqul Islarn, City of Fort Worth Email: tariqul.islam@fortworthtexas.� 97 EXPRE55ION OF INTERSEST Cli'Y OF PQRT WORTH STANDARD CONS'I`RUCTION SPE.CiFICATION DOCUIJ�SNT Temporari3y Revised April 6, 2020 due to CdVID 19 Bmergency 2021 CONCRETE RESTORATION CONTRACP 2 C1T Y P1207ECT NO. 102861 OD I1 13 1NVITATION TO BIDDERS Page 3 of 3 98 To ensure bidders a�r� �ept up to date o� any new znfozxnation p�rtinent to tk�is pzoj�ct oz tlae 99 COVIDl 9 emezgency dec�aration, as amended, as it may zelate io this projeci, bidders are 100 requested to email Expressions of Interest in this procurement to the City Project Manager. The I01 email shouid include the bidder's company name, contact persan, that individuals email address 102 and phone number. All Addenda wiil be distributed directly to those who have expressed an 103 interest in the procurement and will also be posted in the City of Fort Worth's purchasing website 104 at http:Ufortworthtexas.gov/purchasing/ 105 106 I07 108 109 i10 1I1 112 T13 li4 115 126 117 i18 119 120 PLAN HOLDERS To ensure you are kept up to date of any new znforzrzation pertinent to tkius pzoject suck� as wl�ez� an addenda is issued, downlaad the Plan Halder Registration form t4 your computer, complete and email it to the City Praject Manager. The City 1'roject Manager is responsible to upload the Plans Holder Registration forrn to the PIan Holders folder in BIM360. Mail yonr completed Plan Holder Registratian form to those listed in INQUIRIES above. ADVERTISEMENT DATES 5eptember I7, 2020 September 24, 2020 END OF SECTION CITY OF FORT WORTH STATlDARD CONSTRUCTION SP�CIFICATION DOCUMENT Temporarily Revised Apri16, 2020 due to COVIDI9 Emergency 2D21 CONCRE'I'� AES`I'DIiATION CONTRACT 2 CITY PROJECT NO. 10286I 0021 f3 ]TIS'I'RUC'I'IONS 'I'O BiDDERS Page 1 af 9 1 2 3 4 5 6 7 8 9 10 lt 12 13 14 15 16 17 18 14 20 21 22 23 2� 25 26 27 28 29 30 �z 32 33 34 35 36 37 3$ 39 40 4I 42 43 44 45 46 47 48 SECTXON OU 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCT�ONS �'� BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain addit�onal terms used in these IIVSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, coznpany, assoczatzo�, or cozpozation acting directly through a duly aut�aozized zepresentative, submitting a bid �or performing the work contemplated under the Contract Documents. 1.22. Nonresideni Biddez�: Any persan, firm, partnership, company, association, or corpozation acting directly through a duly authorized representat�ve, submitting a bid fox parfornning the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. i.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinaft�z pzovnded) nr�ai�es an award. �. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsihility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Sidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available da sa only For the purpose of obtai�aing Bids for tl�e Work and cio not authorize or confer a L�cense or grant for any othez� use. 3. Prequali�ication of Bidders {Pxirt�e Contractars and Subcontractors) QMITTED 4. Examination af Bidding and Contraci Documents, Other Related Data, and Site 4.1. Be%re subrnitting a Bid, each Biddez shall: 4.1.1. Exarrune and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No inforrnation gi�en by City or any representative of the City other than that contained in the Contract Docu�nents and oificially promulgated addenda thereto, shall be bi�ding upor� tk�e City. 4.12. Visit the site to becoz�r�e familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, pragress, performance or furnishing of the Woz�. CiTY OF FORT WORS'H 2O21 CONCRETE RESTORATTON CONTitACT 2 S"I`E1Nf�AI2D COINS'I"AUCTiON SPECIFICATION DOCUMSNT Temporarily Revised Apri124, 2020 due fa COVID19 Emergency C1TY PKOJSCT NO. 30286i 00 21 13 1NSTRUCTIONS TO BIDDSRS Page 2 of 9 49 50 51 52 53 54 55 56 57 58 59 60 61 4.1.3. Consider %deral, state and local Laws and Regulations that may affect cost, progzess, pezfozz�nance or fur�aisk�ng of Ehe Work. 4.1.4. OMITTED 4-1.5. Study all: {i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Faciiities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous EnvironmentaI Conditions, if any, at the Site that have been identif ed in the Contract Documents as containing reliable "techzucal data.° 62 4.1.6. Be advised that the Contract Doc�zz�r�ez�is on £'ile with the Czry shall constitute all of 63 th� infozmation wk�ich tlae City will fur�ish. AI1 addztional information and data 64 which the City will suppl� after pramulgation of the fozmal Coz�tract Docuznents 65 shall be issued in the form of written addenda and shall become part of the Contract 6b Documents just as though such addenda were actually written into the original 67 Contract Documents. No information given by the City other than that contarned in 68 the Contract Documents and officialZy promulgated addenda thereto, shall be 69 binding upon the City. 70 71 4. I.7. Perform independent research, investigations, tests, borings, and such other means 72 as may be necessary to gain a complete i�owledge o� the conditions which will be 73 encountered during ihe canstz�uctiaz� of tk�e pz-oject. On request, City zn�ay pzovide 74 each Bidder access ta the site ta conduct sr�ch exarninatians, investigatians, 75 expl�rations, tests and studies as each Bidder deems necessary for subrnission of a 76 Bid. Bidder must fill all holes and clean up and restore the site to its former 77 conditions upon completion of such explorations, investigations, tests and studies. 78 79 4.1.8. Determine the diffculEies of the Wark and all attending circumstances affecting the 80 cost oi doing Che Work, time required for its completion, and obEain aIl in%rmation 8� required to rnake a pzoposal. Biddazs shall �ely exclusively and solely upon their 82 own estimates, investigatian, research, tests, expldratians, and ather data which are 83 necessary far full and complete infarrnaiion upon which the proposal is ta be based. 84 It is understood fihat the submission of a proposai is prima-facie evidence that the SS Bidder has rnade the investigation, examinations and tests herein required. Claims 86 for additional compensation due to variations between conditions actuaIly 87 encountered in canstruction and as indicated in the Contract Documents will not be 88 allowed. 89 90 4.1.9. PromptIy notify City of aIl conflicts, errors, ambiguities or cliscrepancies in or 91 between the Contract Documents and such other related documents. The Contractor 92 shall nat take advantage of any gross error or omission in Che Contraci Documents, 93 and the Czty shall be pazmitted to naaka suck� cozrectioz�s ox intezpzatatiox�s as z�r�ay 94 be deemed necess�.ry for fulfllment of the intent of the ConYract Documents. 95 96 4.2. Reference is made to Section 00 73 00 — Supplert�entary Conditions for identification of: 97 CTTY QF FORT WORTH 2D21 CONCRETE RESTOltAf10N CONTRACT 2 3'T'AIVIJAT7D COIVST12T3CTIOFV SPECIFICATION DOCUMENT Temporarily Revised April 24, 2020 due to COViD19 Emergency C1TS' P120]ECT NO. 142861 00 21 13 INSTRUCTIOn'S Td BiDDERS P�ge 3 of 9 98 �.2.1. those reports of explarations and tests of subsurface conditions at or contiguous ta 99 the site which haee been utilized by City in prepara�ion of the Contract Documents. 100 The logs af Soil Borings, if any, on the plans are for general information oniy. l01 Neither the City nor the Engineer guarantee that the data shown is representati�e of 102 conditians vvhich actually exist. 103 104 4.2.2. thase drawings of physical conditions in or relating to �xisiing suz�ace and 105 subsurface structures (except Underground Faczlities) which are at or cont�guous to 106 the si�e that have been utilzzed by City in preparation of the Contract Documents. 107 108 4.2,3, copies of such re�orts and drawings will be made available by City to any Bidder 1 a9 on request. Those reports and drawings may not be part af the Contract 11fl Documents, but the "technical data" contained therein upon which Bidder is entitled 111 to rely as provided in Paragraph 4.�2. of the General Conditions has been idenii�ied 112 and established in Paragraph SC 4.02 of the Supplementary Conclitions. Bidder is 113 responsible for any interpretation or conclusian drawn from any "techx�ical data" ox 114 any other data, interpretations, opinions or znforznation. 115 116 117 1 J.8 119 120 121 l22 123 124 12S 126 127 128 4.3. The subnnisszo�a of a Bzd wzil constitute an incontrovertible representation by Bidder (i} thai Biddex k�as coz�r�plied with every requirement of t.�iis Paragraph 4, {ii) that without axception the Bid is prerr�ised upon performing and furnishing the Work required by the Contract Documents and app�ying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown ar indicated ar expressly required by the Contract Documents, (iii) that Bidder has given City wz�tt�n notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the wxitter� resolutions thereof by City are acceptable to Bidder, and when said conflicts, �tc., k�ave not been resolved through the interpretations by City as described in Paragraph 6., and {iv) that the Contract Documents are generally sufficient to inclicate and convey understanding of all terms and conditions for perfornung and fiirnishing tlae Work. 129 4.4. The provisions of tl�s Pazagzaph 4, inclusive, do not a�ply to Asbestos, Polychlorinated 130 biphe�.yls (�'CBs}, Petroleum, Hazardous Waste or Radioactive Material covered by 1.31 Paragraph 4.06. of the General Conditions, unless specifically identifie� in the Contract 132 Documents. 133 134 5. Avai�abilit� of Lands for Work, Etc. 135 136 5.1. The lands upon which the Work is to b� p�zfoxzned, zights�-of�way and easements �or 137 access thereto and oth�x lands designated for use by Contractor in performing the Work i38 are zdenti�Zed in the Cantract Docr�ments. AIl additional lands and access thereto i39 required for temparary constrnction facilities, construction equipment or storage of 140 materials �nd equipment to be incorporated in the Work are to be obtained and paid for 14l by Cantractor. Easements for permanent structures or permanent changes in existing 142 facilit�es are ta be obtair�ed and paid for by City unless otherwise pravided in the 143 Contract Documents. 144 C1TY OF PORT 1xI012T%T STANDARD CONSTAUCTIOIV SPECiFICATION DOCUMENT Temporarily Revised April 24, 2020 duc to COV1D] 9 Smergency 2021 CONCRE'1'E RESTOKATIDN CONTRACT 2 CT'7'Y P1iO7EC'i NO. 102861 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 I45 5.2. Outstanding right-of-vcray, easements, and/or pezmits to be acquired by Che City are listed 146 in Paragraph SC 4.01 of the Supplementary Condztions. Zn i�ae event the necessary right- 147 of-way, easements, and/or permits are not obtained, the City reserves the �ight to caz�cel 148 the award of contract at any time before the Bidder begins any construction wark o� the 149 project. 150 151 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 152 way, easements, andlor permits, and shall submit a schedule to the City of how l 53 construction will proceecf in the other areas of the project thaE do not require permits 1S4 and/oz easeznents. 155 156 6. Xnterpretations and Addenda 157 158 154 150 I6] 162 163 16� 165 166 167 168 164 170 171 172 173 174 175 17b 177 178 179 180 181 6.1. AII questions abont the meaning or intent of the Bidding Docuznents are to be directed to City in writing on or before 2 p.rn., the Monday przar ia the Bid opaz�ing. Quesiions received after this day may not be responded to. 7nterpretations ar clarificatzons considered necessary by City in response to such questions wiIl be issued by Addenda delivered to alI parties recorded by City as having received the Bidding Documents. Only questiQns answered by formal written Addenda will be binciing. Oral and other interpretations or clarifications wilI be without legal effect. Address questions to: City pf Fort Warth 20Q Texas Sfireet Fort Worth, TX 761Q2 Atrn: TariquI Islam, Transportation and Public Works Fax: 817-392-7969 Email: tariqul.islam@fortworthtexas.gov , Fhone: 817-392-2486 6.2. Addenda may also be issued to modiiy Che Bidding Docurr�enis as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at htt}�s://docs.b3�0.autodesk.com/shares/� b07b7b7-e7f9- A�e7a-806b-5d3dSd7fba23 182 6.4. A prebid conference may be held at the time and place zndzcated zn the Adve�tisemenC ar 183 INVrT'ATION TO BIDDERS. Representatives of City will be pzesent to discuss th� 184 Project. Bidders are encouraged to attend and participate in the conference. C�ty will 185 transmit to all prospective Bidders of record such Addenda as City considers necessary I86 in response to questions arising at the conference. Oral statements may not be relied 187 upon and wiII not be binding or legally effective. 188 189 7. Bid 5ecuriiy 190 191 7.1. Eacl� Bid zinusi be accompanzed by Bid Boz�d xniade payable to Ciiy in an amount oi five 192 (5) pezceni of Biddez's �zaaxizinuzza Bid pxice on form attached, issued by a surety meeting 193 the zequirements of Paragraphs 5.01 of tlae General Conditions. i94 C1TY OF FORT WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 $TAI+IDARD CONSTRUCTION SPECIFICATION DOCUMENT Tempora�tily Itevised Apri124, 2020 due to CQVID] 9 Emergency CT`T"Y PRO]ECT NO. 102861 00 21 13 7NS7RUCTIONS TU BIDDERS Page 5 of 9 195 72. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 196 have been satisfied. Tf the Successful Bidder fails to execute and deli�er the complete 197 Agreement within 10 days after the Notice of Award, City may consider �idder to be in 198 default, rescind Ehe Notice of Award, and the Bid Bond o� tk�at Bidder will be forfeited. 199 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of aIl 200 other Bidders whom City believes to have a reasanable chance of receiving the award 201 will be retazned by City until final contract execution. 202 203 S. Contract Ti�rr�es 204 The number of days within which, ar the dates by which, Milestones are to b� acbieved in 2Q5 accordance with the General Requirements and the Work is to t�e completed and ready for 206 Final Acceptance is set forth in the Agreement or i�corpozated therein by reference to the 207 attached Bid Form. 208 209 9. Liquidated Damages 210 Provisions far liquidated dannages aze set forth in the Agreement. 211 212 213 214 215 21b 217 27 8 219 220 22l 222 223 224 225 22b 227 22$ 229 230 231 232 233 23� 235 236 23'7 238 239 240 10. Subsfi�ute and "Or-Eqnal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents voithont consideration of possible substitute or "or-equal" items. Whene�ver it is indicated or specified in the Bidding Documents that a"substitute" or "or� equai" item of material or equipment may be furnisI�ed or used by Cont�ractor if acceptable to City, application far such acceptance will not be considered by City until after the E�fective Date of the Agreement. The pzocedure for submission of any such application by Contractor and consideratzon by City is set forth in Paragraphs b.OSA., 6.OSB. and 6.OSC. of the General Condiiions and is supplemented in Section 01 25 00 of the General Requiremenis. ll. Subcantractors, Suppliers and Others 11.1. In accordance with the City's Busin�ss Diversity Enterprise Orclinance No. 20020- 12-2011 (as axnended}, the City has go�ls for the par�icipation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, 5ubcontractor/Supplier Utilization Fazm, Pzime Cantractor Waiver Form and/or Good Faith Effort Form with docuzxaez�iation and/or roint Venture Form as appropriate. The Fozzx�s including documentation must be received by the City no later than 2:00 P.M. CS"I', on the second business day after the bid opening date. The Bidd�r s�aall obtain a receipt from the City as evidence the dacumentatzox� was received. Failure to comply shall render the bid as non- xesponsave. J�.2. No Contractor shall be required to employ any Subcontractor, Supplier, oiher person or organization against whom Contractor has reasonable objectaoz�. 12. Bid Forrn 241 12.1. The Bid Foxxn is i�acluded with the Bidding Documents; additional copies may be 2A2 obtain�ed from tE�e City. 2�3 CfTY ON I�OT2'T' WOR'�H 2O21 CDNCRETE ItESTOKATION CONiT2AC1' 2 STANI]ARD CONSTRUC.'TION SPECTNTCAT'ION I70CiJMEIV'I' Temporarily Revised April 24, 2020 due to COV1D19 Emergency C1TY PR07ECT NO. 102$61 00 21 13 INSTI2UCTIONS TO I3�TJ�I2S Page 6 of 9 244 245 246 247 248 249 250 251 252 253 12.2. All blanks on the Bid For�n must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicatea for each Bid item, alternative, and unit price item Iisted therein. In the case of opt�onal alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes io do the work conteznplated or fuzz�ish znateziaJ.s required. A11 prices shall be wziiten legibly. In case of ci�screpaz�cy b�twe�n price in written woz-ds and the p�ri�cc in wz-i�tten nunaerals, the pzice in wzitten words shall govern. 254 123. Bids by corporations shall be executed in the corporate name by the president ar a 255 vice-president or other corporate officer accompanied by evidence of authority to 256 sign. The corporate seal shall be affixed. The corporate address and state of 257 incorporation shall be shown below the signature. 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 274 275 276 277 278 279 280 281 282 283 284 12.�4. Bids by partnerships shall be executed in the partnership name arid signed by a partner, whose title must appear under the signature accompanied by evidence o� authoriry to sign. The off'icial address of the partnership shall be shown below thc signatu�rc. 12.5. Bids by limited liability campanies ShaIl be exeeuted in the name of the firm by a zaaezx�ber and accompanied by evidence of authority to sign. The state of formation af the �rm and the officiaZ address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint ventuze shall be showz�. I2.8. 12.9 All naznes s�aall be typed or printed in ink below ihe signature. The Bid shall contain an acknowledgement of receipt of alI Addenda, the numbers of which shall be filled in on the Bid Form. 12.1D. Postal and e-mail addresses and telephane number for communications regarding Che Bid shall be shown. 12.11. Ev2dence of authority io conduct business as a Noz�z�esident Bidder in the siate of Texas shall be pxovided in accazdance with Section 00 43 37 — Vendor Complianee to State Law Non Resident Bidder. 285 13. Suhmission of Sids 286 Bids shall be subrnitted on the prescribed Bid Form, pravided with the Bidding Documents, 287 at the time and place rndicated in the Advertisement or INVITATION TO BIDDERS, 288 addressed to Purchasing Manager of the City, and shalI be enclosed in an opaque sealed 289 envelope, marked with the City Project Number, Project Citle, the name and address of 290 Bidder, and accompanied by the Bid security and other required docuxx�ents. �f tt�e Bid is sent 291 through the mail or other delivery systez�n, the sealed enveIope shall be enclased in a separate 292 envelope with the notation "BID ENCLO5ED" on tk�e face of �t. 293 CI'I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'd' Tempararily Revised Apri124, 2D20 due to COVID19 Emergency 2021 CONCItE'i'E RES`I'QI2A'1'�ON COIV'['RACT 2 C1TY PA07ECT NO. 102861 0021 ]3 INSTkUCl'IONS'f0 BIDBERS Page 7 of 9 29� 29S 296 297 298 299 300 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 1�. Modificat�on and WiYhdrarval of Bids 14.1. Bids addressed to the Purchasing Managex and faled with the Purchasing Office cannot be withdrawn pzior to the time set for bid o�ening. A request far withdrawal must be made zn wrzting by an appropriate document duly exec�xted in the manner that a Bid must be e�ecuted and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for wzthdrawal are opened and publicly read aloud, the Bids for which a withdrawai request �aas been properly filed may, at the option o� the City, be retunaed unoge�ed. 14.2. Bidders may xnodify their Bid by electronic communication at any time prior to the tizne set for the closing of Bid receipt. 15. Opening of Bids Bzds wzll be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of Y�e amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 1G. Bids to Remain Subject to Acceptance All Bids will remain subject to accepiance for th� iazaae pe�od sgeci�ed far Notice o� Av�rard and execution and delivezy of a cozinplete Agreement by Successful Bidder. City may, at City's sole discretion, xelease ar�y Bid and nullify tl�e Bid seeurity prior to that date. l.'�. Evaluation af Bids and Award of Cantract 17.1. City reserves the right to reject any or all Bids, including without liznitation �he rights to reject any or all noncor�£ozzning, nonresponsive, unbalanced or conditional Bids and ta reject the Bid of az�y �iddez i£ City believes that it would not be in the best interest of the Project to make an a�,vard to that Bidder, whether because the Bid is nat responsive or the Bidder is unquali�ed or of doubtful financial ability ar fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in ihe Work with the Successful Bidder. Discrepancies between tk�e znultiplication af units of Work and unit prices wiil be z�solved 'zn favor of the unit prices. Diserepancies between the zndicated sum of any column of figures and the correct sum thereof will be resolv�d in �avor of the correct sum. Discrepancies between words and figures will be resol�red in favor of the words. 17.1.1. Ar�y ar aIl bids will be rejected if City has reason ta believe that collusion exisis among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against ihe otlaez or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has perforrned a prioz contract in an unsatisfactory manner, or Bidder has uncoznpleted wark which in the judgment of tlie City wiIl prevent or hind�r the prompt completion of �ddi�ional work if awarded. CTI'Y OF FORT WOR'17�I STANDARD COIVSTRUCTION SYECIFICATION DOCUMENT Temporazaly Itevised April 2A, 2020 due to COVIDI9 Emergency 2021 C�NCRSTE RESTpRATTOIV COI�ITRACT 2 C1TY PROdECT 1�I0. 102$61 00 21 13 INSTRUCTIONS TO BIDDERS Page S of 9 339 34Q 34i 342 343 344 345 346 347 17.2. City may consider ttte c�ualifications and experience of Subcontractors, Suppliers, and other persons and organizaEions proposed for those portions of the Work as to which the ident�ry of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents ar upon t�e request of the City. City also may consider the operating costs, mair�tenance requirements, performance data and guarantees of majar items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 348 17.3. City zinay coz�duct suck� invest�gations as City deazns z�ecessary to assisi zr� the 349 evaluation of any Bid and to establish the responsibilitq, quali�'ications, and financial 350 ability of Bidders, proposed Subcontractors, SuppIiers and other persons and 351 organizations to-perform and furnish the Work in accordance with the Contract 352 Documents to City's satisfaction within the prescribed time. 353 354 355 356 357 358 359 360 17.4. Contractor shall perform with his own organization, work of a value not less than 35°�0 of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the ContracC is to be awarded, iC will be awarded to lowest responsibie and responsive Bidder whose evaluation by City indicaCes that the award will be in the best interests of th� City. 36I 17.6. Puzsuax�t to Texas Government Code Chapter 2252.Q01, the City will not award 362 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 3f3 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 364 Texas resident bidder would be required to �znderbid a Nonresident Bidder to obtain a 365 comparable contract in Ehe state in which the nonresident's principaI place of 366 business is Iocated. 367 3b8 369 370 371 372 373 17.7. A contract is not awarded until foxinal City Counczl auihorizataon. Lf the Coniract is to be awaxded, City will award the Contract within 90 days after the day of the Bid opening unIess extended in writing. Na other act of Ciry or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 374 17.7.1. The contractor is required to fill ont and sign the Certificate of I�terested 37S Parties Form 1295 and the form must be submitted to the Project Manager 376 before the contract will be presented to the City Councit. The form can be 377 obtained ai ht�ps://www.ethics.sta�e.�.us/datalforms/Z295/1�95.pdf 378 379 380 381 382 17.8. k'azluze oz refusal to comply vs+ith the requirements may result in rejection of Bid. 18. Signing of Agreement 383 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied 384 by the required number of unsignec� counterparts of the Agreement. Within 14 days 385 fhereafter Contractor shalI sign and deliver Che required number of countexparts oi the 386 Agreement to City with the required Bonds, Certificates of Insurance, and all other 387 required docu�nentation. 388 389 18.2. Failure to execute a duIy awarded contact may subject the Cantractar to penalties. CPFY OF FORT WOR'I`H 2O21 CONCI2�T'� RESTOliATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Temporarily IZevised Apral 24, 2020 due to CQVID19 Emergency CFTY PR07ECT NO. 1028fi1 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 390 39I 342 393 394 395 396 397 348 I83 City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTXON C1TY OF FOAT WORTH S`I'A�TDARD CONSTRUCTION SPECIRICATION DOCUMEI�iT Temporarily Revised April 2A, 202� due to CdVID19 Emergency 2021 CONCRETE RESTORATION CONTILACT 2 CITY PROdECT N0. 102863 OD3215-0 CONSTRUCTION PI20GI2�SS SC�iEAUiE Page 1 of 1 D 1 2 3 PART1- GENERAL SECTION 00 32 i5 CONSTRUCTION FROJECT SCHEDULE 4 L1 SUMMARY 5 A. Secizon Tncludes: 5 7 8 9 1. General requireznents foz t�e pz�pa�ration, submiital, updating, status reporting and management af the Constz�uction Praject Schedule B. Deviatians fro� this City af Fort Worth Standazd Specz�cataon 1. None. 10 C. Related Specification Sectipns include, but are noi z�ecessarzIy lizx�ited to: ll 1. Division 0— Bidding Requirements, Contract Forrr�s and Conditzans of the Contract 12 2. Division 1— General Requirements 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrasCructure Co iCs citizens in a timely manner. A key tooI to achieve this purpose is a properly structured schedule with accurate updates. This supports effective manitoring of pxogzess and is input to critical decision maldng by the project manager tY�roughout the Iife of the project. Data from the updated pzoject sck�edule zs utalized in siatus reporting to various leveIs of the City ozganizatzor� and the citizez�ry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractar) in preparing and submitting acceptable schedules far use by the City in project delivery. The expectation is the performance of the work follows the accepied schedule and aclhere io the contractual timeline. The Co�txactor will designaie a qualified represantative (Project Scheduler) responsible for developing and updaYing the schedule and preparing status reporting as requized by the City. 30 1.2 P1tICE AND PAYMENT PROC�DLTRES 31 32 33 34 3S A. Measurement and Payment 1. Wark associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with tI�is specification is grounds for City to withhold payment of t�ae Contractor's znvoices untzl Contractor achieves said coznpliance. 36 1.3 REFERENCES 37 A. ProjectSchedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisroned by the City to properIy de�i�rer the work. When the 40 City contracts with a Contractor to perform construction of the Work, the Contractar C1TY OF FORT WORTH 2O21 CONCRETE RES'['ORA'I'ION CONTRACT 2 STANDARD SPECIFICATION City Projecl I+Io. 102861 Revised ]LTLY 20, 2018 oo3z�s-o CONSTAUCTION P120GRE55 SCHEDLILE Page 2 of 10 1 will develop and maintain a schedulc for their scope of work in aTignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 �ach such schedule will be leveraged and become integral in the master project 4 sc�edule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project sc�aedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critrcal Path Method {CPM) based. The 10 City's Project Manager is accountable for aversight of the develapment and J 1 maintaining a master project schedule far each praject. When the City contracts for 12 the design and/or construction of the project, the master project schedule will 13 incorporate elements af the Design and Construction schedules as deenrzed 14 appropriate by the City's Project Cantrol Specialist. The assigned City Firaject 15 Control Specialist creates and mainiains the master pz�oject schedule in Pb {City's 16 scheduling software). ]7 18 19 ZO 2l 22 23 24 25 26 27 28 29 30 31 32 33 2. Construction Schedule The Contractor is responsible for developing and n�aintaining a schedule far the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Froject Control Specialist and the Ciry's Project Manager as a baseline schedule for Contzactoz's scope af work. Contractor wiIl issue current, accurate updates of th�ir sck�edule {Progress Schedul�) to the City at tIze end of each month throughout the life of their work. B, Schedule Tiers The City has a portfolio of projects that vary widely in size, compleaciry and conte�i requiring different scheduling to eft�ectively deliv�r each pxoject. The City uses a "tiered" approach to align the proper schedule with the .crit�ria for each pzaject. The City's Froject Manager deterrnin�s the appropriate schedule tier Far each project, and includes that designation and the associated req�zirements in the Contractor's scope of work. The fallowing 'rs a summary of the "tiers". 34 1. Tier 1: Small Size and Short Duration Project {design noi xequized) 35 The City develops and maintains a Master Project Sc�aedute foz the projeci. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any n�cessary schedule status data or information through discussions with 38 the respective party o� ar� as�needed basis. 39 40 4l 42 43 44 45 �6 2. Tier 2: Small Size and Short to Medium Duration Froject The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elezxxe�ts a� thezr work as agreed with the City's Praject Manag�z at the kickoff of their wark effort. The Contractor issues Co the City, updates to the "start" and "finish" dates for such milestones ai the �nd of each month throughaut the life of their work on the project. 4'� 3. Tier 3: Medium and Large Size andlar Camplex Frojects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor de�elops a Baseline Scl�eduie and maintains the schedule of thezz 50 respective scape of work on the projeci at a level of detail (generally Level 3) and in CiTY dF FORT WOR`��T 2021 CONCRETE RES`1'ORATION CONTRACT 2 STANDARD SPECIFICATIQN City Project No. ]028fi1 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 pf ] 0 1 alignmeni with the WBS siructure in Section 1.4.H as agreed by the Project Manager. 2 The Contzactoz issues to the City, upcEates o� their respective schedule (Progress 3 Schedule) at the end of eacla month ti�z-onghout ilae life of thezr work on the project. 4 C. Sc�aedule Types 5 Project deIivery for the City utilizes two types of scheduies as z�oted below. Th� City 6 develaps and maintains a Master Project ScheduIe as a"baseline" schedule and issue 7 monthly updates to the City Project Manager {end of each month) as a"progress" 8 schedule. The Contractor prepares and submiEs each schedule type to fulfill their 9 IQ 11 contractual requirements. 1. BaseIine 5chedule 12 The Contractor develops and submits t� the City, an initial schedule for their scope 13 oF wark in alignment wiCh Chis specification. Once reviewed and accepted by the 14 Ciiy, it becoznes tha "Baseline" schedule and is the basis against wf�ich all progress I5 is measured. The baseline schedule will be updated when there is a change or 16 adcl.itian to the scope of work impac�ing the duration of the work, and only after 17 receipE of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule, the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more prac�ical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification OD 32 T5.1 21 Construction Project Schedule Baseline Example. 22 23 z� 25 26 27 28 29 30 31 32 33 34 35 2. Progress Schedule The Contractoz updates theix schednle at the end of eac�a z�r�onth to represent tk�e progress achieved in the work which includes any impact fram auihorized changes in the work. The updated schedule must accurately reflect the current status of the work at that pornt in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed nat acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notificatian. An example of a Prog,ress Schedule is pzovided in Specification 00 32 15.2 Construciion Projeci Schedule Progress Example. 35 1.4 C�TY STANDARD SCHEDULE REQUXREMENTS 37 The following is an overview of the methodology for deveIoping and maintaining a 38 schedule for delivery of a proj ect. 39 40 A. Schedule Framework 41 The schedule wi11 be based on the defined scope of wor� and follow the (Critical Path 42 Methodology) CPM zrzethod. The Contracioz's sc�ZecEule will align with th� zequizements 43 0� tk�is specificaiian and will be cpst laaded to reflect their plan for execntion. Overall 44 schedule duration will align with the contractual reqnirements for the respective scope af 4S work and be reflected in City's Masier Project Schedule. The Project Nurnber and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY QF FpRT WORTH 2O21 CONCRETE i2ESTORATION CONTRACT 2 STANDARD SPECIF'TCA'T'TON City Projecf No. 10286I Kevised IETLY 20, 201$ 003215-0 CONSTIZUCP101V P120G12�SS SCI�£DULP Page 4 of 10 1 2 3 4 5 6 7 8 4 10 xz iz 13 14 15 16 17 18 19 20 2r 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4A 45 46 47 48 49 All schedules submutted to the City for a project vclill ha�e a file name that begins with the City's project number followed by t�e name of the project fallowed by baseline (if a baseiine schedule) or the year and manth (if a progress schedule), as shown below. � Baseline Schedule File Name Format: City Froject Number_Project Naz�ae�Baseline Example: lOJ.376_North Montgomery Street HMAC_Baseline • Pzogress Schedule �'ile Name k'ormat: City Project Nurr�ber_ProjecE Name_YYYY-MM Exarnpie: 101376_Narth Montgomery Street HMAC_2018_01 � Project Schedule Frogress Narrative File Name Format: City Project Number_Frojec� Name_PN_YYYY-MM Example: 101376_North Montgomery Street HMAC �N�201$_01 C. Schedule Templates The Contractoz will utilize the reievant sections from the City's templates pravided in the City's document management system as the basis for creating their respective project schedule. ,Specifieaily, the Contractor's sc�edule will align with the Iayout of the Construction sec�ion. Ti�e templates are identified i�y type af project as noted below. � Arterials � Aviation � Neighborhoad Streets � Sidewalks (later) � Quiet Zones {later) � Stzeet Lights (later} � Tntersec�ion Improvements (later) � Parks � Storm water � Street Maintenance � Traffic o Water D. Schedule Calendar Tha City's standarci caiendar for schedule development purposes is based on a 5-day workweek and accounts for tlie City's eight standard holidays {New Years, Martin LutEier King, Memorial, Tndependence, Labor, Thanksgiving, day after Thanksgiving, Chris�nas). The Contractor wil] establish a schedule calendar as part of ihe sch�dnle deveIopment process and provide to the Pz�oject CantroT Specialist as part of the basis for their schec�ule. Variations between the City's caIendar and the Contractor's calendar must be resolved prior to the City's acceptance of tfieir Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scape of �+ork to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the deveiopment of the schedule activi�ies and shall be ixnbedd�d and depzcted in the schedule. Cl'T"Y OF FOTZ'T' WOI2'�'�I STANDARD SPECIFICATION Revised NLY 20, 2018 2021 CONCRETE RESTORATION CONTRACT 2 City Praject No. 102861 P03215- D COi�iSTRUCPiON P1tOG12ES3 SC�I7UT,� Page 5 of 10 1 The following is a summary of the standards to be foIIovved in preparing and maintaining 2 a schedule for project delivery. 3 4 L Contractor is required to utilize the City's WBS struct�zre and respective project type 5 template for "Constructian" as shown in Section 1.4.H below. Additional activities 6 may be added to LeveIs 1- 4 to accommadate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Executioz�" ihat delineates the activities associated witk� tk�e various 9 conaponents o� the work. 10 il 2. 12 13 14 15 16 17 18 19 20 21 Contractar is required to adhere to the City's Standard Milestones as shown in Section 1.4.I below. Contractor will rnclude additional milestones representing intermediate deliverables as required to accurately reflect their scQpe of work. F. Schedule Activities Activit�es are the discrete elements of work that make up the schedule. They will be organized under the umbrelia of the WBS. ActiviCy descriptions sho�ld adequately describe the acGivity, and in some cases the extent of the activity. All ac�ivities are logically tied with a predecessor and a successor. Ttae only exceptian to ihus zule is fo�r "project start" and "pzoject fiz�zsh" znuilestanes. 22 The actzvity duration is based on the physical amount of vt+orlc to be performed for the 23 stated activity, with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days, i�reak that activity down incrementalIy to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Froject 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Ozdez is issued by ihe City, the impact is ineorporated into the previously 3fl accepied baseli�e sc�edule as an update, to clearly shovv impact ta the project timeline. 31 The Contractor snbmits this updated baseline scheduie to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 33 following: 34 35 36 37 38 39 40 41 1. Time extensions associated with approved cor�tzact zx�odifications aze liz�nated ta the actual amounC o� time the project activities ar� antzcipated to be delayed, unless otherwise approved by the Progx-anrz Managez. 2. The re-baselined scfiedule is submiEted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 42 3_ The changes in logic or durations approved by the City are used to ana�yze the impact 43 of the change and is included in the Change Order. The coding for a new acCivity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show the work of the 46 Chang� Ordez. Revisions to the baseline schedule are not effective until accepted by 47 the City. �48 49 50 H. City's Work Breakdown Structure C1TY OF FORT WORTH 2O21 CONCRf?TE RESTORATION CONTRACT 2 S'i'ANDARD SPSCIFICATION City Projec[ R'a 102861 12evised JULit 2D, 2018 003215-D COIVSTI2UCT[ON PROGRESS SCI�iEDL3LE Page 5 of 10 1 2 3 � 5 b 7 8 9 10 11 12 l3 14 15 16 17 18 l9 20 21 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A0 41 42 43 44 A5 46 WBS Code WBS Name XXXXXX Px�oject Na�rine XXXXXX.30 Design XXXXXX.30. ] 0 Desagn Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.3a Preliminary Design {60%) XXXXXX30.A0 Final Design XXXXXX30.50 Env'rronmental XXXXXX.30.60 Permiis XXXXXX.30.60. J 0 �ez�zzzits - �dentzfzcation XXXXXX.30.60.2fl Permits - Review/Appro�e XXXXXX.40 RQW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condeznnation XXXXXX.70 Utility Relocation XXXXXX.70.I0 Uiility Relocation Co-ordination XXXXXX.80 Constrnciion XXXXXX.80.81 Bid and Award XXXXXX,80.83 Constructzan Execution XXXXXX.$0.$5 Tnspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeaut XXXXXX.90.I 0 Construction Contract Close-aut XXXXXX.9�.4Q Design Contract Closure I. City's Standard Milestones The %llowing milestone acti�ties (i.e., important events on a project that mark critical points in time) az'e of partzcular interest to the City and must be reflected in the project schedule for all phases of work. Activitv ID Design 3�2fl 3040 3100 3120 3150 3160 3170 3220 3250 326fl CITY OF FORT WORT�I STANDARD SPECIFICATION Re�ised JULY 20, 2p1 S Activitv Name Award Design Agreement Issue Notice To Pz-occed - D�sigx� Engineaz Design Kick-off Meeting Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sevver Pe�z� Review Meeting/Design Review meeting {technieal} Canduct Design Public Mc�ting #1 {requized) Canceptual Design Complete Submit Preliminary Plans and Specif�cations to Utilities, ROW, Traffic, Parlcs, Storm Water, Water & Sewer Conduct Design Public Meeting #2 {required) Preliminary Design Connplete 2021 CONCT2E� 12�STO12A'iTON CO�T'I'RACT 2 City Project IVo. 102861 003215-0 CO3+ISTRUCTiON PROGRESS SCI�IEDULE Page 7 of 10 1 3310 Submit �'inal Design to Utilzties, ROW, Tz�affic, Paz��s, Storm Water, 2 Watez & Sewex 3 3330 Conduct Design Fublic Meeting #3 (if required) 4 3360 Final Design Complete 5 ROW & Easez�r�ent,s 6 400a Right of Way Start 7 �4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start IO 7120 Utilities Clear�d/Complete ll Construction 12 Bid and Award l3 $110 Start Advertisement 1.4 8150 Conduct Bid 4pening I5 $240 Award Construction Contract 16 Construction Execution 17 $330 Conduct Constr�ctian Public Meeting #4 Pre-Constrnction 18 8350 Consiruction Start 19 837fl Substantial Completion 20 85A0 Construction Completion 21 913Q Notice of Campletion/Green Sheet 22 9150 Cnnstruction Cantract Clased 23 9420 Design Contract Closed 24 1.5 SiTSMITTALS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 4b 47 A. Schedule Submittal & Review The City's 1'raject Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist 2s responsible for ensuring aiignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the scheduIe withira ten workdays of Contractor's submittal. ].. Schedu�e Fozmat The ConYs-actor �rvill submit each schedule in r�cx�o electronic forms, one in native file farmat (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the Iocation dedicated for ti3is �urpose and identified by the Project Manager. In the event the Contractar does not use Prirnavera P6 or MS 1'roj ect for scheduling purposes, the schedule informat�on must be submitted in .xls or .xlsx format in compliance with tiie sample layout (See Specification QO 32 115.1 Construction Froject Schedule BaseIine Example), inclnding activity predecessors, successors and total float. 2. Iniiial & Baseline Schedule 'I'he Coz�tzactor will deveIop their schedule far their scape Qf wortc and snbrr�it their initial schedule in electranic form {in the �le forrnats noted above), in the City's document rnanagement system in the location dedicated for this purpose withira ten workdays of the Notice of Award. CTI'Y OF FORT WORTH 2Q21 CONCRETE RESTORATION CO]V'I'RAC'I' 2 STANDARD SPECiFICATIpN City Project No. 102861 Revised 7i]L,Y 20, 2018 ao3z�s-o CONS"I�2UCTiON PR4GRESS SCHEDULE Page S of 10 1 2 3 4 5 b 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 The Czty's �zoject Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provid�d to the Contractor for their use in finatizing their initial scheduie and iss�zing (within five x�orkdays} their Baseline Schedule far final review and acceptancc by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Frogress Schedule) by ihe last day of each month thraughout the life of their work on the project. The Progress Schedule is submitted in electronic farm as noted above, in the City's document management system in the Iocatian dedicated for t�s puzpose. The City's Project Conirol team reviews each Progress Sched�xle for data and information that suppoxt tk�e assessznent of the update to the schedule. In the event data or informaizox� is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for pro�iding same. The Contractar re-submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The CiEy's Project Manager and Project Cox�tro� Specialist review the Cantractor's progress schedule for acceptance and to monitor perfarmance and progress. The following list of iiems are required to ensure proper status information is contained in the Progress Schedule, • Baseline Start date � Baseline Finish Date o % Complete • Float � Activity Logic (dependencies) p Critical Path o Act�vities added or d�leted � Expectad Baseline Finish date � Variane� to the Baseline �'inish Date B. Monthly Constr�ctian Status Report The Contractor submits a written status report (referred Eo as a progress nazxative) at ihe end of eaci� month to accompany the Progress Schedule subz�aittal, using the standard format provided in Specii'icaiion 00 32 l 5.3 Construciian Praject Schedule Progress Narrative. The content of the Constructian Project Sc�edule Progress Narrative should be concise and coznplete to: � Reflect tlae cuz�rent status of the work far the reporting period {including actual activiiies staxted and/or completed during the reporting period) • Explain variances from the baseIine on critical path acti�ities • Explain any potential schedule confiicts or delays • Describe recovery pians where appropriate � Provide a summary forecast of the work Co be achieved 'zn tIae next reporting period. C. Submittal Process CPl'X OP POI2'1' W08TEi STANDAFZD SPSCIFICATiON Revised JiTLY 20, 2018 2[Yz] CONCItE'FE RESTOAATION CON'T12ACT 2 City Prajccl Na. ] 0286] ao3z�s-o CONSTRUCTION PItOGIi�SS SC�3EI�ULE Page 9 of 10 1 2 3 4 5 6 7 1.6 � Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Constsuction Project Schedule Submittai Process. � Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules ar construction status reports are required irom the Contractor. ACTION SUBMITTALS/INFORMATIONAL �UBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 9 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. The pez-son pzepaz�ng and revzsin� the Contractoz's �zoject Schedule shall be 12 experienced in the preparation of schedules oF similar cqmplexity. 13 B. Schedule and supporting dacuments addressed in this Sgecification sha11 be prepared, l4 updated and revised to accurately reflect the performance of the Contractor's scope of 15 vc+ark_ 1b C. The Contractor is responsible for the quality of all submittals in this section mee�ing the 17 standard of care for the construction industry for similar projects. 18 1.1a DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 Za 21 22 23 24 25 26 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRA.NTY [NOT USED] 1.13 ATTACHMENT� Sp�c OQ 32 15.J ConsEruction Projeci Schedule Baseline Example Sp�c 00 32 J.5.2 Consiruciion Project Scheduie �rogress Example Spec d0 32 15.3 Constructian Project Schedule Progress Narrative Spec QO 32 15.4 Construction Project Schedule 5ubmitta� Process 28 PART 2- PRODUCTS [NOT USED] 29 PART 3- EXECUTION [NOT USED] 3p 3T 32 33 34 END OF �ECTION CITY OF FORT WORTH 2D21 CONCRETE RESTORATION CON7T2AC'I' 2 STANDARD SPECIFICATION City Project No. 102$61 Revised .IULY 20, 20I $ ooszxs-o CONSTAUCTION PROGRESS SCHEDULE Page ] 0 of ] 0 Revision �,og DATE NAME SUMMARY �F CHANGE 7uly 20, 2D18 M. Jazreil Initial Issue CTl'X Ok' FORT WOR'I`H 2O21 CONCRETE RP.STORATION CONTRACT 2 STANDARD SPECIRICAT10Id City Project No. 102861 Revised 7[TLY 20, 2018 OD 32 15.1 - 0 CONS'i`RiTCTTON PROGRESS SCHEDLTLE— BASELiNE EXA1ViPLE Puge 1 of 5 2 SECTION fl0 3� 15.1 CONSTRUCTTON PRO7ECT SCHEDULE — BASELINE EXAMPLE 3 PART 1 - GENER.AL 4 The fallowing is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 00 32 15 Construction PrQject Schedule for details and requirements regarding 9 the Contractor's project schedule. IO 11 12 13 14 �5 16 17 1$ 19 2Q 21 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 CITY OF FORT WORTH 2O21 CONCRETS RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS City Project No. 102861 Revised J[3�.it 20, 2018 oo3z�s.i-a CONS"1RLTC'�`ION P,ROCrItESS SCFIEDULE - BASELINE EXAMPLE Page 2 of 5 � � � � � � Y � � �"} � tl5 � t"1 � .� Cl. � � C�' � � �.L �1' iG11 +� U � .� � � � � � • • � . . . . � , , ��.,,` _ ..--`--F i--------+ ----�-�-- ��---...+ G----- -I---.... -__. ��-} __ __ '--- -a------ �"'M � - -'� -�--'I- !k � , ,. - i� u� N •f h � �I 5� S; '+: �n }� � �-F-'-----'i---'-'—i• -' - � F - - --'--f_'-- --- -- -'--F---------i----------1 - � ---"- _ , ' � -'----- � - ��.-- - - ■ --- - ----'--' - -....� ....... � .r�i-_.-� —, 1� --------- � ., ., � t, „ y��j-L.� .� .� . �� � 'r. �� .�` '�h- . .1: � f'. ,� '" rl N rt/i N1 �� F. �i ri i� �4 ^i i'� Ti �^ .+ r. � n�n �+t n M n r'I nl rl rv� ir. � �Sr� �.p,� I � r 1i{�J Gu�.�o� o������� �I � � Y C* u iJ 8 O��' Y, � r r i i r 1 i t . �} _ ,o �. .� � � . � �.. � �� .45•. ,la � Y+ 4 �a 4i - Mi � u u ,� � �ry � � i„ .i ia � � +, rr [i r +� � '.� i ^ � ^ {1 � � .. t; S• � � �r��,Ji:� ;;iyjrF �i �i�r��i�a'�. 1 �iii���i�'.°��{j:�-,.`�,i• 'p � ` � ` ' i u ;17 h 4" � � > ? .�, 4 v � � � q' �" a r r. � :i n� g '�� � T �'rt 7 � K � m � r .°�i { � � � .`�i ' �e e K � � 4.�'� �� u u i� 4 . , ., ... . ; . - �- , - • +i h ^ � � b d S n� sS z ti .- d _ _ �L �� eS t: �M1 — i4 — �I r{ — i} .� ��� _� i. .� � ii� �i v u.^ � �:. u u•i r� n.. .� x i i. M i� ii> si fi ii. xi .i yi ..� ..� � . ;� ,' ,-f ., �� u �.' � r ','� ::�4 �� A F' ; � � ^ ., �� '_ �� �� � � � �� •� F� ,^� i: ` j `� i � y� � n' �{,' �r }' � � � $ i i � k� �' � �; � � �" � 7' � .� y � � �} � , , , , * � - , � � } � � n � � rl � I� � :f � �. � � ,!. � ,� X ., , 4� ., '�' ;� �'I :� n ,,,� _,�_ ' �s . � - . � � � .� o ;i� .� w �� ,� Si ti � c• � :i - r � � ,� 8 '� � M - n y �� r �i _ , � i � � - � � � �; � � '-' r:er �' "-� . � ri i; r � � r _ �. � � :i � .� .� Y. �� � ` `� � .� �1 � � � � � � � � � � � �ik {tJ � "i� � � � i��+l Q (j� � � .p tr' � � � � GG� �i k� F�-9 V I� � i �� � � � � � � � I ' � � � '�] W 9 . � ��"� F �IJ iJ y : � � � �ry , � � � 4 a h � I � � �, j � � � � # � � !� L C U � y �' � r L ' � �6 � � 5 +1 � �' �: � y � y � ` ' ''� tix � v � � 5 - � � -, , .��' � � � . �;; �=%.,— r �SI v. � � � �� 'J .i o. n� Ly L'� ? g � � � F " � " �' + �j .'-2 � ((�' €� '� i r`. v". �� o� � F, .se � � F � � � � ^ 1 � `F ��I � � . �� Y�, o �' 'J � — 4 ��'h� ry O i� � � a'�R ;r��+� � �, �# ; R�l � =' _ �.�. �,^.f {�,"�n 1 jj 5'�:: ..x � '�. � ,; .- .� ��� a, } 4 - }' � � �� Z � L F ±; 7, �s ^ ar :� Oi �_ .I� ��" L n G" H Y a' �_ fi� '� F �, m�� F. � ��y •- ,� � n _ s3: �. - � � � �'�� � � i i i � i � � ��' l � ^, F i u<< i n r a�, � F. l rn , y.'} :, / i. 3 - �� ^ f6 S� Oi {+ ww �n � "o W �L'. ,' � �J/{I {ri{ Y iE {y* -] O rJ f.+ ri n C � � i � r] r.� £1 � � �'}. � � � fi r�i � ��+ ^y �. r} x R 2i � i4 {� � m � � � � 7 .. A � �FO r I� i: r� ��: r � r �� f' }� +I m CG S,J �' � i � ;1 � �d :� �; .1 � :i � ,� � � y* � 4� � � � � CTI'Y OF FpRT WORTH STANDARD CONSTRUC'�'[ON SPECIRICATION DOCUMENTS Revised 7ULY 20, 2018 2021 CONCRE'�? RESTORATION CONTRACT 2 City Projecf Na. 102861 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDLILE - BASELINE EXAMPLE Page 3 of 5 1 2 � r� r� ,F � � � � ? �t � � ai �' � L] � � .� � � a � � •� a� � � � � � � � �. C) � � 4 �L� � r ..- � �—�--�---------�----------•--•----•------•----------------�---------------•-•-�---- - -------- - -----•- ---•---- ------ � .i .. u�•�� �is. ��'. ir u't� u u.. �. a,ei �a-� u,. n cy':� ,_ _ u. u aa p'c� ,cs F` �i' � ` �i � 3 _,� .. , �=.r. ;��.. .,, r�i `� � „' ��s ,�i.+,r �, iL ;� ,3 � ,�s ;�� �8 ;ry �� :i ,a ;a ;; I � d � � C1 1'� -�[i � %i � � C�1 {Y � fl fi -I C I- !m ti +} � il M1 �+t��� .} i �.i .n .} �l n n �n �+. iR ��I ri � � _ i� ea hF ii ia �yi n iF `ri ii w n` ii �i ni r�'+ � i`•: �{� : u' `i �4. d.'; 4 b� a L b �., r� t�: 'S t, 3 z:.7 �� �`f t �-�� u�'��a �rrf ? "°•�f} c'� �R� ��' `i ����I { - e. �: ��' : � �i �G �i m �h rr'.1 .. - _}� � ��: �� k, A., ri N ni .i ii s, +n 4 xs :i r. y� r.i'iJ P,i �� �. . � S� � L � �1 ' Yp i� � �'� iu r{ S. �L i �1 ^y � �_ �� �� t.. LI� �i r� :^1 �� � °� ', '� 4 ;� � � � � � �� „ L, �? �%' � �� � 2' � �`�'� � ��;��;�,���� „�� ���;;;;���:=, �F u— � t � •• i u i O W i� i.i u u Ih �� w G• _ �• � r V t G � �n Fi .r - �,� � N � � 9 . � � .. , ,� y� { . � u , � � � � . VI � I��tl � L � � �' �i � , , , I I � I I I I I I I I I � ��� i o7Em I ��� � ' �'?� � J J j a ;? I u e7 �6 j �.� � � � u �' �i ' � € �57 � �, � '^; �; . � �{ � F�a p 4 . � � �o ��' �' C E c� � � ri k'��*��"' t' t a w.;� � � . r' � � t ia r k ik �w.� a 9:', v'x i� ��.�.a A�y jn 9'a � t'��. i rr�r r ,� ��� n' � b�.:� � � ��, ' �f . „ t: � � i;, � � . �. r . `� k . - F � � �� �c �� � � ��' '�;N 'I'� � 6• � n' � ;a � � a �.. r� 'p -�ii..s ,a � � � rs r.} ti'u i. o C 4t. G —'S� 4 � K' .'� �::Ft yi �. � S�- � �I � '" � ~ �# �4 ���,�4�— 4� � .�.^; �� � � �. � � � , .- � �. „ , , � Fl CTl'Y OP POI2T WOI2'� STANDARD CONS`I'RUCTION SPECIFICATION 170CCJMENTS Reviseci NLY 2D, 2018 . �a 4 �f � 'w� ti � b. rv� :� O . f I � f! . } �� �� ., ., �, �i M1 h � �4 � � Y ,� ' � �ry i� . ;S .'~ '� k Rk ; ��r �F �r w,� � . n vA Vl � � r _ �i 1] `- v ey [I[ t � . �� � � � �a a o � E 1 � {j S � C � ' � s U ����} r R � {.7 n�L� .�'� F. � � c a �i � :i ., a �� M � � ri� �� � �� � P � �. 4 � n� y o "� �; � n ,c, u i ri � � � � � n n � � ,.. : M � � :� . � �� M� ��� �n �u �� i. ss *� �'� �j �a��.�� i�4 M Y� i� � r , � w yF J � S% u j � �9 a `� U � � 4 � 3 i ���`,��� .R � � � ��4� �: �� {= � � � � � �d � �� � � � F't � � � � � L,^°,,,� � � .=� � � � .� i� i� � �rI�y � h�l � � � r=i � c -� � � � � � � � ��� ��� � � � � � � �`7 � � � � .st � � ° �' °��' � 'c �. ��� �, a��c � ' � � 2021 CONCRETE RESTOKATION CONTIZACT 2 City Prvject No. 1D286I 00 32 15.1 - 0 CONSTIZI[TC"T'ION PROGRE55 SCHEDULE — BA5ELINE EXAMPLE Page 4 af 5 CI'TY pF FURT WOlZTH 2O21 CONCRETE RESTORATiOI� CONTI2AC"1' 2 STANDARI] CONSTRUCTIOIV SPEC7FiCATION DOCUMENTS City Prnject No. 102861 Revised SULY 20, 2U18 00 32 15.1 - 0 CO1VS'I`RUC'I'ION PROCxRESS SC�iEDULE — BASEI.� ��A11aPi� Page 5 of 5 � E�vn or sECTroN Revision Log DATE NAME SUMMARY O�' CHANGE July 2Q, 2Q18 M. 7azxe1l Initial Issue C1TY OP Fd1iT'WOItTH 2O21 CONCRE'�'E IiHSTOI2A,'i'IQN CONTRP.CT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102561 Revised JULY 20, 2018 00 32 15.2 - 0 COAISTRUCTION PROGRESS SCHEI}UL,E — PRQGRESS EXAI�PLE Pxge 1 of 4 1 2 SECTION 00 3215.2 CONSTRUCTION PROJECT SCHEDULE --- PROGRESS EXAMPLE 3 PART1- GENERAL 4 The%Ilowing zs an example of a Contractor's project schedule that illustrates the data and 5 expectatzon for schedu�le cantent depic�ing the progress for the pro�ect. This version of the 6 schedule is referred to as a"progress" schedule. This example is intended to proeide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and zequirements 9 regarding the Contractor's project schedule. 10 11 I2 I3 I4 IS 16 17 18 19 2Q 2I 22 23 24 25 26 27 Cl'TY OF FO1tT WORTH 2O21 CONCRETE RSSTQRATION CONTRACT 2 STANDARD CONSTRUCTION SPECII7ICATION DOCUMENTS City Project No. 102861 Revised 7ULY 20, 2018 00 32 15.2 - Q COI�ISTRUCTTQN PRpGRESS SCHEDULE - PROGRESS EXAMPLE Page 2 of 4 � � � � ry cv „� � � � � � � � � � � � � � .� � � � � � � , �„ � � I t= �� '��o �.� .,;r.'., rF �_'.` �'i y�'i 1= ��-. r, r. � Id 1= 4: l: I: �- I_ �_ �. � �. �� ., ., ., � .., �� R, �., �n��� �, r .� .i � r� n o .�:�: �� � .� .� �; k] . � Y - � 9 � I � � � ' Fl R i � �: � : ^� r3 fl ; , � � , � : 8 ; 9 � i � � � 9 � � � " y � �I � 9 9 � � � ��j , i�1 � {�+j yq �j �i X � ' j ; � � � � � � ' � � ,!, �, r f � � R � � � � � � �' � �' S � ;6 �� �! �h � � � � 4 � � �a,r. ja �.i�--�. ._ . �r-� .isi �.J,,.,r, ��.r K { � � � � t .t .. „ ., „- r, .�. ., � ��� .. .� �, „ �, - , �,. � ,,. �. �, , � �, , . ; , . , , � _ � .. � � . � . � � r � r � M '-� ; , � r r Cs u � .. _. :, i i}i } � �i-.� n. `rf' 7 �: i ry �' f� f �:-� �`r', ".^. : i V:. � f�; f: ��^, r� r• i �i r. ` t� i'� :�� � � � ' ' ' , l � � � � M1 �� ' :t ti ��� �� �F - �� s xa�:4.� � � �i * �ry � � � f� Y��� � �� � � r � � � � �I �J !a 3�i - - - �'r � � � �� r� i's Yl . � G� Ce - f! � F. �� � - - � %i � � !�f � � � �, „ ,� ,� m ,�, � : i �c' c: ii '; �a �� ` �1 '� � i� '- � `r'��#�.' ' �,} ?: 1 '�I �7 � � �{ � �� �. � a, : � I. �� 1:1 ;' :J �' a' � a �' ' 4 � y � � t� r b �� g � . � �' �1�' 'r{�+ �. 5� L � �I a� �� � i � � � - � � � Y � � + � { � { � y L n �r, �. �^ y. c7 � 7� h � -- �� n J� � 7 �7 i ry�� '? '# 4� u4a . . ti ii �i - ;Z $�i .. , . � -� :� . , k' �i '-} �. � ��� I; r? � � � . �" :: �' .. �; ^1 » y <<�����rr;..;;' ,^FTb}kI:�T.�,�9�';i���7 i3R'���� ..��'�— —� �a ,, r � � � � k���rii�'�J ' 7� � a 1' 1 � `�.���;�,�i�� � '�, � i Y � � '�r � .�.� �' � �j � �f � � � � �� �':� .� J�J � ',�. y Y � :S 3 � - .l . �; ,�, .� F .;� f� �' ^ ,� ^.. '� ;�, �� + .' fl 7:� :� ^ �4 r��' i' ��. r �: r.^ 1� .r r. :. a. t,d �.� � a�.- r. ,r r� 1� 1� r r :'8$M3 H7Ei�4 - �•�+�y' .�oc.oa o��a o�.,c3 oraUo�r. c.ff . .� i. rF , � ;�� y u q F .. ' � ;.;.y'�, ,i � '�j :: � � . .• �i "d r. : .: 2: `LL'.a +� R � ;.", n :` - : i n � a z'��'•� ��.,:� w ��,'� 9.0 �, '± � ?3 n. � � ��� � � .� .� � � � n � :-.' -i w '' I . � � � � � � �. q�j ��.ef � �j'� � 6.L � � ic I ,a � � � � � � .� � ef �. � .� ��4 � � m � � c L � `� �ti' �a; �,� �� �� a � ����' 4;; p. �i '� � �+ �; r �;}'2 't N' g�*�iSF � �j �? - � ,} R - � ` ?�r'F n v �i �.� � � fl ii a� Ly � ni � ' � � I � � I � ! i I ; , , � � � � � � ��:7 I: 11;4k , i � u �� � ;� ' �r . `� � n �� �i � � �+ r jg.1L � �' � �.�� �� t�� �� � g s �� �9 � } �'� = n � �+ � fd � �` �' = � � � ii � � ' � . � , ,` Fr tf}� � � 77��FF�ra . ��� � +a `�5 II � jL � " � F � r } � ff. �. � � � 'I � � {�I 15 � � �? � � F f} h� i I � � 4! r�T � '� �71 � �11 � Y�: t,� .�� atie..kry�Kr`:n:=� ' yi`.�. F-' u iti iyrr� "� , ��x,��y;�.����������;,..,,,.,,,,=;�:,�, ,.;fi�����1�� iB�VJ C1TY OF FDRT WORTH ST'ANllARD CO1VS1'12L1CTTON SPECIPTCATION DOCUMENTS Revised JULY 20, 20l $ � C'r � � � u� �ip "i" �{ � G�3 � � � �. W � il} ,�' � � r� *+� QV ii/r' � u� � � ��A , .��' i � �i � �?� � :.3 �1 � CIJ � � � s�li � � � � � � � �..a � � � � � � .� � y[ C O ,„�„ � � � � '� � �.. — � � � � ' � � 202i CONCRE'f'E RESTORATIpN CONTKACT 2 Ciiy Yroject No. 102861 QO 32 15.2 - 0 CONSTALJCTION PROGRE55 SCHEDULE--P120G1t�;SS �3�AiVIPL� Page 3 of 4 1 2 w a � � � � � � � � � � f?� � c .� CL � O � � � Y � � � � � � .� � � �� � E tt� �� � �5 � �i C.J� E� �.. IM � � �� ---� � - , ���-�' ------'-----L--'�,--- --�---- -J i .._, I _,., I -� ,I.�---�- i � _--�---_--�--..".i-------e------------ ----�- �----- ----_ _ ��-------�--- �!F � � .—�. �$ ��. � � ----- ' - � I � �� ii CJ�1`1 i-] -� ii ii ri i� !I-CI �{ �� rJ ii;J .� ti il il �{� �i il {I {{ ii , � � �� � i+ ��+ �a+ ��. �a �u o r� rr s.i r� r.f Is.[i ri ca 1=:r.i ,1 t �„ ti1 o K• � �� � —� .� o ^ �i, .� .i� .i .. � .i � �ii ii� �+ I� .'� Y� ni .x �f��7a�+��R#iJ�f1:��������L.�l�o-,�_ „?���1z I ��? . �'� ��F�y� P� _�Y�a ��� �GJ �' { ��. � �i � — f. � � 5'I � 1 ,1 � �� rl T1 — }'i; . � .� 9 C� „}m r. _�..gm m.r�� � _ _ ry,��m f� n n .a #a :` .^. � � ;a �l 5' �� �1 � 1�7 ��� :: � � �_ �� �:� �; � w M �Ii i ' �. �:,i ;, ; � a 1 � � � � � I. � � 1 � � i 141 {'� 4 � _ 1 �{ " - r s, � k; 17 . �:�] � E7 '-'' �' i �.�.I c- ti ��I ' ,4.�F,�,��W�:Wr�r„wI..,�,,�r....,���.�,m,� �� �„ /� fl � � {� {i { ff � �1 {� � �' F{ +I i � � � k.. L rl i I rvl � fi � L � � �� Fi * � � � � l� "' �� �� ��.I;I'� � �1� � � � �a . 'i s S � �;J�� � t3 ��b ;i.�;SiJ� � �� i :'.'iil � �� ,�j,fs��. r� ., ., ,o � � � � u� -: �� ,� --:., _ �. � ,. ,h „ � .,, �, .,. � 1� � �� �� ,� — .Y : Sl ' � � 7 ., .� L F' ;I ; ,; � � � R ,b � L t xr���4�s� ,��������;��g;3+�=� '�'�i',�'� w. J.i b � w J� .�i r. � �� i� E, F'J �h �`� ';' ����'I �. J{ � �'*��l��` �����:G ��i�:��, ����;�;�a � � �� .. :�; fi `w' n � '� " `.� 'F }� ^�ri � A .� F: �i �� � �, �. �IR��a�.}���I���,.,tt��,ynn�:�" ,.I'-'„ . � SE G �a �i e o � � �. ta ,i y � �.; � � �x� b �i M � � � .�'�� �� r S � ��� �'� ,�#�Yh r� 1 J ;, � 2, � s m , � , ;� � p I; 5 , ., L ` � ��r�,t^��� ,���'����� �1���"'� g� � �_� �. �.� "� ,� r.�« r-,.; , i.. u�I � 41 I I #� :I k1 7C � � � :� :� .��. � � '� „3 :3 �i �1 :� .k .� Q � � � Yt�stsl�il E � {i [! ii ri d i i.} r�4.�Z`�..�.. � ��� �li �M [a r �n " S pi Sri,fti ;; y�y � � 8 F? �; �'�'�r:a` y �' LI !l �i � � i� ��� ��•ril� i, �� ,{, � S � � �i � r _ - i �=.1 � i.. '-! o m a, .n a �. ._.��1 ;r � � ; f � P�, t� ;.ti ;� ������,' : :�: . � .� .,y , �;�,� �i +1 �i'� � � �'I }i � �1� �� �� � � � i� � � �i ���E . . :" . �.' -. , , � °�'K' m � m ,,, �, c � u � u � ! ;�i � ;8: :'�i.� � � � 'J�� 'J '�'` 4�, r �;, , , ; � . - • � � - .x�'..�., u o n a o ���;o: �? ."! �i. . r ,� , � �3�.E ; k-0 ��� �, „ � � �;r" � � � �a � � jo� � �1u� � � �� � �� � � � � � GI� r� tfs � � n�u � � � � � � � i� Q I � � v � � � � � ,� �, � � � � � � '� � � � :� '} E 6 � . . n " � - � E �; � i.r � � 1 E � � I I � � �' j � ,���, , � `k ' a�z� EE R I � � � E � � '''jjj �i. � � �� ' � � � � I �; � � " � �I ,���E , � �� w � i t'� �� :. 5� J U i t { � ,� � �$'i Fi$i��� �,��������i;; �?E L �' � .� � r� � Q ��i �i `r' C � ;�E �;:�',�','",�' '"�` ��_ '��.'. ., r� '�n, '�4 -n 5 � i CITX OF FORT WOR'TH STANDAItD CONSTRC7CTION SPEC�ICA'I'�ON DOCUMSNTS Re�ised TCTLY 20, 20I8 � � �' � � � � � G� � � =� � { � � �� a � � � � �s � I � 2021 COA'CRETE RESTORA'i'iON CO1V`PRAC1" 2 City Projecl No. 102861 0032I52-0 CONS`i'RUCTION PROGFLESS SCHEDULE — YROGRESS EXA�VIYLE Page �t pf A 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 20I8 M. Jarrell Initial Issue CTI'Y OF PpRT W0�2TFI 2021 COAlCRE1'E RESTORATION CQNTRACT 2 3TA3+lDARD CONSTRUCTIOIV SPEC�TCATION DOCiTMENTS City Projecf Na. 1D286f Revised TCTLY 20, 2018 00 32 15.3 - 0 — PRpCxRE55 ]+IARRATIVE Page 1 of 1 SECTION 00 3�.15.3 CONSTRUCTlO�1 �R�7ECT SCHEDULE 1'ROGRESS NARRATIVE Reparting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Froject Manager: Engineer's Project Manager: �, List of ac#ivities accomptished in the repor#in 1. (insert text here) 2. (insert text here) �. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. l�ist of actiuities to E�e accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and pro�ide mitigation actions 1. (insert text here) 2. (insert t�xt h�re] �. (ins�rt text here) D. List any actual delays and pro��de reco�ery actions �.. (insert text here) 2. (insert text herej 3. (insert text here) City of Fort Worth, Texas Construction project Schedule Narrative Report for CFW Projecfis 7PW Official Release �ate: 7.2Q.2018 Page 1 of 1 p0 32 15.4 - 0 CO1VS�`I2UCTIOIY P120GRESS SCHEDULE — SUBMTTiAC. FI20CESS Page 1 of 7 1 2 SECTXON 04 321.�.4 CONSTRUCTION PR07ECT SCHEDULE — SUBMI'I"TAL PROCE�S 3 PART1- GENERAL 4 5 b 7 8 9 10 ll 12 13 14 15 16 l7 IS 19 20 21 22 23 24 25 The following information provides the process steps for the Contractor to follow for submitting a project baseIine or progress schedule for a capital project to the City of Fort Worth. See CF'W Specification 00 32 15 Construction Froject Schedule for details and requirements regaxding the ContracCor's project scheduIe. Ii you are not a registezed CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsa�r Administrator City of Fort Worth Fred.Griffin @ fortworthgov.org 817-392-8868 Navzgate to your Project Fo�der. Verify that yo�r Project ID and Project Name are cansisient with Pzoject Falder Name. Navigate to the Schedule DirecEory under your Project Folder. The 007a1-Fl�seed Drainage Improvements project is used for illustration. C1TY OF FORT WORTH 2O21 CONCRE'I'E RBSTORATION CON1`RACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prnject No. ] 02861 Revised IULY 2Q, 2018 Using your registered username and password lag into the City's Buzzsaw �ite https://�roj ectpoint.buzzs aw.com/client/fortworthgov 003215.4-0 CONS'TRUCTION PRdGRESS SCHP.DULE — SUBMPI"['AL PROCESS Puge 2 oi 7 +rr v+.� v_.., , r i: F r J �.w ., � JI' �:, T�. I`,7r � a+' "�a �,�i !.."i`. � i, �'��+ �i�.�K���a� '� � . .;_.. __..._. �. ... — -- �-- - �'a��' . ,K -..I..�:c�r��---���_'!:���::.::.�.�::.._.��.i�.�-. .� .. . , _. �� � y � AA1rol �f4+-r.-R�lit��arlrn�o.�n ��c - - - hitl�x �-_9ir� �Y,r 1 � J51df�mu 3Jn��rS.�_.%.I�a.�. Fr-vU�rf�i 1G.]?' F}:iusoftE.wx'4'�.. i J ni:7.+t�xises 1 2 3 4 5 6 7 8 4 10 11 12 l3 1� 15 �6 l7 ' .u,..l-•. � x�= ���. J�:..,1�h'on � ']�-�i�nts �J �'.ry.:lpr J �srsspaulrrKe � r�t%e*aNC�4a-n-=�.w��I,H:�I��� � :7#�.1 :� n„�ys � w� P�41-a7eex�as { �A.yll4���iy i F�� � 4.'tHeS .. � IIGHiz .�rl.y. wL'a.� t r,i� J u��.ir� � � � II}7J=-4i'hvS�Ye�e:Ct�L•alO�i�iv. F � h4n�€��Hw.HS�wfk[knM �����r { � '14'�70 . LWr3��yrs� 47.s1e 'r � � � �77.7C�;er.L�Y�eweR�a4ti.r���, . � �li��'Si.rn..R.}�rpd$,'bl£7Pira: il� . � II]hi. 'WL�IIu�d�H3N��rPu�i}:�� �F � n]f1t-I�ivn{Iwtr� * � 4'1}44 �'NNI+M Ce�`L F �++Inlr it� �� 01.'li � GOY�u t RiW J4terr� W f _ f.� �M,u �_ r.l.. �.�. v.a w.� _.�_. .,., w � } at tso-v�du sc.a i e xrn�s t4�rt ] tit�eu�, { }4;c,:w�k^ I�xT � Two files will be uploaded for each submittal. A nat�ve schedule file format either Primavera .xer or MS Project .mpp and a FDF version of ib� schedul� will be uploaded Verify that the file naFne contai�ns the 5-dzg,it Praject ID, Project Name, and S�xbmittal Date and foIlows the standaxd nannzng convention. Initial schedule submittal will be labeied as `Baseline' �oz example: 00701-FlaxseedDrainagelmprovements-B aseIine Schedule submittal updates will be ]abeIed with Scheduie Submittal Date `YYYY MM' foz example: fl0701-F1�seedDrainag��aapzove�ents-2049_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory, From the Toolbar Select ❑Add Docu�nent C1TY OF FORT WORT�T STANDARI} CONSTRUCTION SPECIFICATION DOCUMENI'S RevisedlULY 20, 2018 2021 CONCRETE RESTORA'iION CONTRACT 2 City Project No. 102861 OD 32 15.4 - 0 CONS`�iUCTION PIiOGI2ESS SCI�EDULE — SUi3IvT17"['AI. PROCESS Page 3 of 7 � 2 3 4 5 6 7 8 9 IO Ifilz r:i 4�.': irr{- ru��� C� .�_� ' kM, — � � F�e�n_y I� I�.n � �]ra� I JI:_=:i= � �j flote --"-� --'— �, �� '„�' a*� . }C ' . FX 'j'4' .. }1 Uu� ,¢� � '.; t ' �� I '�+ • _:c:::i�L � ���.�JJLI.:�,�,::.i Fnldnir � � �UU7o1 Fti3axCdO/J%�f]4N�p1L:EIF��n ,1�ii�� ;,WIFnr � _ - - �"I}_'.�P'��iGlri.^\.x�; �iF'�r�l(�e' � 'J�Ef ' .� �Ia FafR15 _ �- (� Cck_s.�se: �..I ' � I � LG"ti�:IC^,.�1'I �� '.: . .� I i. fJ' [nnalrar. 7F- 1' i� Nn #r.� I�n 1�* R � firC'.S'�IriLn'I` � npal ' .� f,:�I:if' . �j 6enrsel���nlraC�Ui:cumenlsandSPeri {�' =� ;;] f:�ccifirs���s � , � �_ s•eP� ��� .. �0.r�PmW��I'r .. � . �� �7 � _�'�l�eu � 4.�eSc.xls �.J JhF3c � fn� r�7i75 -Llrean Vdlages Cenhal tiuster �xf � �'� 04705-lkbantliRagesCmRa4C4lsber5vul : �,� 007�76-Ikban�IlagesSELlus�rBzrry-Ra "� [!j OO70fi-Ur6anlillagesSECh�stzrNearEas � �, ca7k}.�s�.�r�ser�•-r.5v[;u�tr�tl? ;� � �(l7Si -55e�7�+�eR� �i�x�v t I� .,; 6� ao7ea-n,k;���d-�.�,rrr�:,n�c�rr.� . (� naTra-��v,.{�anfc4 +.� nn, �_5„mmw;}ec495ravac5J',ad a , � S { 5:�r I 1'ra_ Ic,15a �+�cti'nif rda�l ' � Select Browse and go to the location of the �les on your desktop. Seleet Open f, _ � _ � _ -- -- - -----_ .� ._� � ._ _�. � _. . � �........ � ..�... _ - _ _.�., m_ � !.. � � �.. ��� � �_ ..................--....... _ � � � _� I�I'�IwiJ:�:1n_.��sV�niulliillirW��lr�}�:��ulr.Ynu�r.7�cr.ny�iin,rwc,u�Rran:.�meru�Nu��, ��he:�� lua+r-.r�.. I .- � . . � � i a-xumen[s nitntl+[c�menr R•luu� �fStluula7 _ I��... 5�e -� fn,� +mt6ciiU+ LGj4 fY � tkY41IX� * � �.�f + � ��!�l•rLIJNS �S�ix�1=1hGNL4W-J4Y+FItSi � � I_ � �' + � =� Ilrt7fMuah F:�iuw�� Rxee _ _ � F:�i.ieFyM IRlr,:f: " '� �'�HYccnGu�r i`t:lwr�LerRayl hIFHr�i1 #�WVfretw+i�ITa�s .�JA{avcl'ra;ttts CrM:i�M�ri• I� 1W,^.deA70b7t,�.i$45a9;CT.'�. '! g'dtif+!'v:;wF �Yi �•i �' 1}� f. P'R" �{�P..lI'1'.Y TiIM1�I� I� �:e� �.�„�:r �,Jc=-dRc�����ir�u p�A��•� I �_�:�-iirtL�'Pil €_fJ{ios:r,'v�ti4G:f�ram:..x71 Iy� Tai_rme..� cJu, w eiFi� .__. �{ � y� ' i• I�� 7h� �� �rw::L-t;rm �trJC++ae�efrrrnacude:pdP ��j'P]t+�-,.�, �✓FiwVr..i��kf:ar.•s ?�LLy�#��.<�yme.,lr ��r#`Fliato.m,il4r���i.� �Fyo,rtun:k.o��7u � FflS�Ga� Ce; ie,' j�5 ecar.3�-��.exc .�� ��;�aesCane[! i��eGhnie�u�+tt � 7� [K '��I�s i. �i'i� 1�1f{_�iK�lrr � a aenJ;l.ti:c� :F� M1I_016�_{*SilYL54�li�J�v.T.^.'"-�.._ flt�}"t++{L5'F� �� ,t >� t��� Ca-cd _� The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. C1TY OF FORT WORTH STANBARD CdNSTRUCI'ION SPECIFICATION DOCUMEI�'f'S Revised JULY 2U, 2018 2021 CONCRETE RE$TQRATION CQNTRACT 2 City Project 3�0. i028b1 00 32 15.4 - 0 COIVSTRUCTION YKOGAESS SCH�I]UL.E — SUBMITTAL PROCSSS Puge 4 of 7 1 2 Do not select Finish at this time. �r _JSde_[d�u'y-+-�d379add+ud�CiR�7kl�h�drtl2,YW�rA�a.c�dIWWM�IC+'JYIW��II��°N41H�dS� [4�lect [ hrowsr.__� r . i qocuments .. _ XFh.m Comment Fie Iunx .h�e;uahai_ `'�bi�... 1t;e _ �IIO.�SLFIrM�rrr.t.innx?eim�,rN.�nb_2ttl��e= U4}aor.eritrer,�� �r�+2.�. J{.15tr SiY.c LrJ �l�WwL�� � � � ' � � f' ��I �IJ.}T�k.11.. . � ,����,.nry �� . 3 4 5 5 7 8 9 10 11 12 13 14 ` FrcxL .� ������li I _ Cx��ccl _I I Ir{a I 4 You will be placed i�to tlae Attach Comment windovv to enter a record into the Project Sc�edule Submittal T.og. Enter the Project ID-Project Name-Submittal in tI�e Subject Line. Type Submittal and Company Naz�r�e into the Comment window along with Contact Name and Coniact �k�one Number. Select Next. � �{rr�FrArannwtll�F+nik�r.a++r,llir,..yhY,.I�K�4W�F.�II'S�IMS�hl+7ilYa.fjv�inF,e�gailiL'4� FIYs aYeP IK �OM1nr�Y 5eledDoaamznts �- ��acnmonnriorr.Ndon,�-r.n '!�! ..:mr..eul � � I �I� � `1 `.I" � ' '..'h� � I" -� A I.f I.�_ � �' - ��J - � i � �! � !" �� -- JendEmai :x#�r r7iSIY��eclDra�rta�c.-,c���-.em[�n_��La=elne — - — ` - ' !Joul4yaa�� --� -- - �:ls:�o'te S+�i�uJ_ '_iiaiult-I fl i��i� i:amoanv Name' Sd�edule Su6mitkal fram'Company Flame fcar �xark perfarmed up io January 31, 7A99 � I ch.e.i 1 'h�!�. I Fr�C� ��r� � Ne� I i s i..r-+.�—.w 1 . 16 C1TY OF FORT WORTIT S1'AIrIDARD CONSTRUCTIQN SPECIFICATION DOCUIJ�ENTS Revised JULY 20, 2018 2021 CONCRSTS RESTORATION CO3�TTRACT 2 Ctity Project No. 102861 00 32 15.4 - 0 CpNSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCESS • Puge 5 of 7 1 2 3 4 5 6 7 S 7 10 11 12 13 14 15 You will be placed into the Send Email Notification window. Select To and Che Seleci Recipients window will appear wiCh a list of Project ContacCs. Select Che Project Manager as the To Recipient and the Project Controls Group as the Copy R�cipi ent. , ..._. .�. .. _ _ �.e _ _ _ _ _ _ _ . _ u ��:���,;� �� � s anel _Ve�i �yler yH I :A.nler Sw� _f 9@rr�.-{y� er Near Eas �4f bdee �]�, renr i (t)ce � t:� i � �-, , _. „ , _ . , ,.,. ,,,, ,,,,,, , , ,,,���. ��:. .. ,_ �� � . I K I- ��i�..,.:1 �I T I+; *' I `L.. f� � - . - �__ � �,�_. r ,.,,.. �,,,,�,. — �W Pr.. i. �- ;f��l �:8"i4�ll.....u0.� .i ��� � �.. . _-1.. i . I �a : ' . i. . � • . : I ! .. � : . �.1,W .. � ' Y� � I 1_��. �'J.' tif h, . P. I .:... : : .... ... ;�:. �. � . :,� ,� ��. �� , . Y,., ,,.. �,� U.F �i l. 3-I... 6 5 N�:;... H'+ . . r c�.. a�z... +� c... �ls... R,n... w�irs�� c. �7s,.. �r.sn. tc.,. a afa... wad�. . � . F:e�. �lerx�r 5'� CH... -i/2... ile... ' t.1: WW�w� � J. h�n... Nc... Tn... t.. I YYl�iul�.i{ai�iWTo-r+� .. . . �sf... La. i�veLL .. V: . � �I Nef... thl ... . CIY... endd M M Pln.. � r�+C�''C �. fi�.. n.�. GN..� li8.r� �1.� I n r F... 6... W... f/�... 5',t... t4 •i�.i_ _ .-.., .. .�r Y o-.h. r . i . �.. r I .. I Select t�Ze Pasie Co�nment button to copy the Camment inta t1�e bady of the email Select Finish. CIT SC OF F012T'W012TH STANDARD CONSTRUC'I'iON SPECIF[CATIOl+I DOCUMEi�ITS Revised JULY 20, 2018 2021 CONCRETE RESTORATIQN CONTRACT 2 City Project No. 102861 DO 32 15.4 - 0 COIVSTFtUCTION PROGRB5S SCT�EI]UL.� — SUI3IVJTI'TAL PROCESS 1'age 6 vf 7 � 2 3 4 5 6 7 8 9 10 11 :''u� d:r;'i;�'-"��" ,� . ..;�; _.�� `_w ��:: �.;.m2n$ 3tF.x}i Larnn�ertt � �} `�+nd ivin�l kohFutiwi .t i� r " �� , "{ -. . �i t��l = 11�`.LI: �'�L�.i I' III} i�� i � ��i � ��� � i.l'.I, .'Ji . � ..� . . i.(�! 'I -.L.�J _I � �� * I �o � f If,�ai :'iffn fj:—� � Ih re"�-y €ia�h+l� F� �. � `�� ..... f :�Jx�h �l�Itx�e9'1�,�avalll!1ry�alY+o-.iv�d7pFLi�e �7Le�rie�c��kthiE`_tlrll�l}oM'C-,nU,ii,411�inEe" . � ,_ontac[ hlame ContactPhone Qf Llpcia�.5chedule Suhmjttal fram'Company Name` far e•�ork perfcrmed up to ]anuary 3i, 20i19 Contaci Name IContactFhone raod� I ..,—_� F.�kli J L:ei4.d I �-�ry _l The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Contro] Specialist. �� �:� �.,: : r. �.�ti, � �� iei. ry�tk � .�1 j�r�.�,.� � , � — .�r� f - �' fi }i P u�7r y1s.M w� �. f!F LYJ • - 6FA��-frox:r.e?nric�l,irr,t+x�.�r ! � a��z��-rm � u i���du��nse — 1: � W4T.r.h�1115 � � �4il��t� �+' ' �iwiYacm� I�Gilr,smeaA_,.uP � '� +. � :J�dfmrrifW+rtmM1ax}�Sn Ii.�fii�n.lfha.�*9: �yry � �f{yt—.�Wa'µ I L I i:�Af�FYA�f{ f-il,.1�..1:: . I "Jf L ' � ���mifi�.,�c„xairome., � sd�s�+e�r�e�,.r �. i��.�nn.. i . . � + {� R:L5�u5ni5+L�iralGY�x�!��I • {7 9G�5��_�nHYGo9R'eYOUak�:n�� 4� I - � 116fOf..LYari4i�PR2LLaLrIVi1h • �j LL.}7YIF�ur.xi5lyt,J.�5..altrlmrEn �. �� , �hj OG7Yi�i�ntr�r`ti,.��e'�+hC�anrl�+ � . � �-715-'�n�hxFTna{71'rir I IIM1+ �+� � � IF}1r.�Y4�YI.BlaYll'Y�Nf2Yl1 + � rars8 � •�o-. urrrrJ . . ..- � x 1 Upload tk�e �DF file using fi�e same guideline. 12 END OF SECTION 13 14 C1TY OF FO1tT WOR'�'H STANT]ARD CONSTRUCTION SPECIFTCA"tTON T]OCUNIENTS Revised 7ULY 20, 2018 5v..a4 Fr.Ju�G. 1f � ic v.�hcs_.15'i... i1;2{RU= ° � 4�ia11�Vl... 11.7i k.[Sfh: I,S1561+1 2;1 ry.� � 202] CONCRETE RESTOCtATION CONTRACI' 2 City Project Na. ]02861 003215.4-0 CONSTRUCTION PROGRESS SCHEDULL — SUBMI'�"I'AL PRQCESS Yage 7 of 7 Revisron Log DATE NAME SUMMARY O� CHANGE 7uly 20, 20I8 M. .Tarrell Initial Issue CITY OF PORT WpRTH 2O21 CONCRETE RESTORATION CONTRACT 2 STAIVDARD CONSTRIUCI'TON SPECT�CATIpN DpCUMENTS City Praject No. 102$61 Kevised ]LTLY 20, 2015 0�3513-1 CONFLICT OF INTEREST AFFiDAViT Page 1 of 1 r 2 3 4 S 6 7 8 9 10 11 z2 x� 14 I5 I6 17 I8 19 2D 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 34 40 41 SECTION 00 3513 CON�'LZCT 4F INTEREST A�FIDAVIT Each biddez, offeror or respondent (hereinafter referred to as "You"} to a City of Fort Worth procurement may be rec�uired to complete a Conflict of Interest Questionnaire (the aitached CIQ Form} and/or a Local Government Officer Conflicts Disclosure Statexnent (tk�e attached CTS Form} pursuant to state Iaw. You are urged to consult with counsel zegarding the applicability of these forms to your company. The referenc�d fazrns may b� downloaded from the Iinks provided below. https ://www. ethics. state. tx.us/forms/conflict/ 0 0 � 0 � 0 CIQ Form does not apply CIQ Form is on �ile with City Secretary CIQ Forx� is being provided to the City Secretary CIQ Form does not apply CI5 Form is on File with City Secretary CIS �'orm is being provided to the City Secretary BYDD�R: Company Address City/State/Zip By: (Please Print) Signature: Title: (please Print) END OF SECTION CITY dF FORT WORTH STANDARI] CONSTRUCTION SPECIFICAT[ON DOCUMEI�ITS Revised August 21, 2018 2021 CONCRE'TE RBSTORAITON CONTRACT 2 City ProjecC No.702861 00 35 13 - 1 CONFLICT OF INTEREST AFFIDAVIT Paga 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2fi 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION OU 3S 13 CONFLICT OF INTEREST AF�'IDAVIT Each bidder, oi�eror or respondent (�tereinafter referred to as "You") to a City of �'ort Worth pracuz'enaent may be required to complete a Conflict of Interest Questiont�aire {the attached CIQ �'orm) and/or a Local Govenn�tnent Of�cer Conflicts Disclosure Statement (the attached CIS �'orm) pursuant to state 1aw. Yau are urged to consult with counsel regarding the appIicabi�ity of these forms to your company. The referenced forms may be dowr�loadad irom th� lit�s pz'ovided below. https://www.ethics. state.tx.us/forms/conflici/ CTQ �'orm does nat appiy 0 CIQ Form is on fil� with City Secretary � ��i � � CIQ Form is being provided to the City Secretary CIQ Forrn does not appIy CIS Form is on �'ile with City Secretary CIS Form is being provided to tkte City Secretary BIDDER: r �' �AA+�6n� �'1Li�{�TI t�1� j P_i��. Company � � I � �4�-l�t�.� t�-,�t 1�-� Address By: 1�`,�iL1z �L��n�l��D � (Please Prin#} Signatur����'/��� 1 �,� i x "7�'� �-� -- Title: Vic.� 1��SinE�T City/ ate/Zip (Please Print) 41 END OF SECTION CITY OF FOi2T WORTH STANDARD CONSTTZUCTION SPECIFICATION DOCUM�:NTS Revised August 21, 2018 2021 CONCRETE KESTORATIOT3 CONTRACT 2 City Pro�ecti3o.102861 00 41 00 BID FORM Page 1 of 3 5ECT10N 00 47 00 BID FORM TO: The Purchasing Manager clo: ihe Purchasing Qivision �fexas Stree# City of Fart Worth, Texas 76102 FOR: 2fl2'f CONCRETE RESTORATIDN CONTRACT 2 AT VARIOUS LOCATIONS City Project �fo.: 102861 Unitsl5ections: 1, Enter Into Agree�nent The undersigned Bidder propases and agrees, if this Bid is accep#ed, to enter into an Agre�ment with City in fhe form included in th� Bidding �act�ments to pertorm and furnish ali Work as specifiec! or indicated in the Contract aocuments for the Bid Price and within the Contract Time indicatecf in this Bid and in accordance with the other terms and conditions of the Contract �ocuments. 2. BI[}D�R Acknawledgements and Certification 2.1. Ir� submitting this Bid, 6iclder accepts all of #he terrr�s and conditions of the WVITAiION TO BIDDERS and INS7RUCTIONS TO BIDDERS, inc[uding withoui limiiation those deafing with the dEs�osition of Bid E3ond. 22. Bicfder is aware of all costs to provide the required insurance, will do so pending contraci award, and wifl pro�ide a �alid insurar�ce certificate mesting all requirements within 14 days of no#ification of award. 2.3. Bidder c�rtifes that this Sid is genuine and not made in the interest of or on hehalf of any undisclosed individual or eniity and is not submitied irt conforrnity with any collusive agreemen# or ruies of any group, associatian, organization, or corparation. 2.4. Bidder has nof directEy or indirectly induced or soliciied any other Bidder #o submit a fafse ar sham Bid. 2.5. Bidder has nat salicited or induced any indi�idual or entity to refrain from bidding. 2.6. Bidder has na# engaged in corrupt, fraudulent, co[lusive, or coercive prac#ices in competing for the Contraci. �or the purposas of this Paragrap�: a. "corrupt practice" m�ans the ofFering, giving, receiving, or soficiting of any thing of �alue fikely to inf�uence the action of a public official in ihe bidding process. b. "fra�dulent practice" means an intentiQnal misrepresentation of facts made {a) to influence the bidding pracess to the detrimeni of City (b) to establish Sid prices at artifcial non-competitive levels, or (c) ta deprive City of the benefits of free and open compe#ition. c. "collusive practice" means a scheme or arrang�mant between two or more Bidders, with or without the lcnowledge of Ci#y, a purpose of which is to establ�sh Bid pr�ces at artificial, non-competitive levels. CITY OF HHDIR1r II00�Th42_43_OU_43_13 OD 43 37 Revised3_Bid_Form-Proposal-Sond_Vendor_CompEiance(1) 2021 CONCRETE RESTORATION CQNTRACT 2 STAN�ARD CONSTRUC7i0N SPECIF[CATION DOCUMENTS CPN 102861 Form Revised 20i54821 00 41 00 BI� FORM Page2of3 d. °coercive praciice" means harming or threatening ta harm, directiy or indirectly, persoRs or thefr property to influence their participat3on in the bidding process or affect the execution of the Contract. � 3. �requalification:OMITTED �-� 4. Time of Cpmpletion 4.1. The Wprk will be complete far �'inal Acceptance within i8D days after the date when the the Contract Time corttmences to run as pro�ided in Paragraph 2.03 of the General Conditions. 42. Bidder accepts the pro�isions of #he Agreement as to liquidated damages in the event ofi failure to complete the Work {and/or achie�ement ofi Milestanes} within the times specified in the Agreement. . 5. Attached to this B�d The folEawing documen#s are aftached to and made a part of this Bid: a. This Bid Farm, Section 00 41 00 b. Required Bid Bond, Secfion 40 43 13 issued by a surety mee#ing the requirements of Paragraph 5.09 of the General Conditions. c. PrQposal Form, 5ection 00 42 43 d. Vendor Compiiance to S#ate Law Non Resident Bidder, Saction 00 43 37 e. MWB� Farms (optional at time af bid) f. Prequalification Statement, SectioR QO 45 12 g. Conffict of Interest Affida�i#, Section 00 35 13 �If necessary, CIQ or CIS forms are to be provided directEy to City Secre#ary h. Any additional documents that �ay 6e required by Section 12 af the Instructions to BitEders 6. 7atal Bid Amaunt 6.1. Bidder will compfete the Work in accordance with the Cantract Documents for the foflowing bid amount. !n the space pra�ided below, please enter the total bid amount for this project. Only this figure wi�l be r�ad publicly by the City at the bid opening. 6.2. It is undarstood and agreed by the Bidder in signing this proposal that the iotal bid amount entered belqw is subject to v�rification andlor modification by multiplyir�g the unit bid prices for each pay item by the respacti�e estimated quantities shown in this proposal and then totaling alf of the extended amounis. . - Tatal Bid . � � � � � t % . �� � � 7. Bid Submi�tal CIN OF B�DIRIf �fd2_43_00_43_13 00 43 37 Ravised3_Bid_Form-Froposal-Bond_Vendor Compliance(7} 2021 CONCRETE RESTORATIOfV CO�ETRACT 2 STANDAR� CO�fSTRL1CT10N SPECIFICATION �OCUi411�NTS CPN 102861 Form Revised 20150821 7his Bid is submitted on 00 4f 00 SIO F'OF2M Page 3 of 3 14115l2020 by the entity named below. Respectfully submitted, By:� � -- (Signa#ure} 1" tp�1C t�� � 1k�S�i7� (Printed Name) Receipt is acknowledged of the Initial following Addenda: Addendum iVo. 1: ' Addendum No. 2: Addendum No. 3: Acfdendum fVo. 4: Title: �iE.� �ESLt7 �� Company: �iy�(�. CG hCi�P�� 1a1C� 1 C�� . Address: Z Cj �� (�rlr��--K- 1�►U � �� . ��.1I �S, "�ic "%S Z1'L State of lncorporation:r'����'j �mail:r�+�RKrZ � �2T£LA- O�EC%.�►.[�,ML Phone: 21�p (�,�1- 3�1� END OF SECTION Corporate 5eal: CITY OF 6�R4Ef 0'ODBLTh42 43 UO 43 13 00�,43_37rRevised3_Sid_Form-Proposal-6ond_Vendor_Compliance(1} 2021 CONCRETE RESTQRATION CONTRACT 2 STAIV�ARD CONSTRUCTION SPECIFICA7EON pOCUM�N7S CPN 102869 Form Revised 20150821 pp es q amPxorosnE. naa � an SECTIOIY 00 42 43 PROPOSALFORM UNIT PRfC� BID Bidder's Appiication Projecf Item Information Bidder's Praposai Bidlist Description Specificativn Unit of Bid �nit Price Bid Value Item No. Section No. Measure Quantity 1 Oi35.0201 Remo4ilizatlon 017000 EA 1 $506.00 $500.�U 2 3471.0002 Porta6[eMessa e5i n 347113 WK 1� $432.95 $4,329.50 3 9999.000� Remove and Re lace 8" Concrete �rivewa 02 41 13! 32 13 20 SF 5,566 $825 $95,$70.Op 4 9999.0060 Remove Contrete and Re lace with 7" Concrete Pavement HES 02 41 i5732 13 13 5Y 8,955 $72.75 $593,276.25 5 3123.0101 Unclassified Excavation 31 23 16 CY 200 $23.50 $4,700.00 6 3211.0122 Flex Base T e GR-2 32 11 23 CY 860 $46.95 $41,316,00 � 3213.6206 Concrete H�S estra de Gn 32 i3 13 CY 150 $193.50 $29,025A� 8 3292.O10Q B1ock Sod PlacemeN 32 92 13 SY 2,000 $7.95 $15,900.00 9 3291.0100 To oil 32 S1 19 CY 100 $55.25 $5,525.00 19 3213.0700 JointSealanl 321373 LF 2,000 $3.25 $&;500.00 t1 3305.0968 MiscellaneousAtl'ustrnent Uiililies 330574 LS 1 $10,000.00 $10,OD0.00 12 9999.0060 Ge rid Tensar TRIAK 140-475 or A roaeQ ual 9g 9g � SY 4,000 $3.50 $14,000.00 13 321723 EA 200 $9.50 $900.00 32i72001 Raised Marker "fY W 14 32172002 RaisedMarkerTYY 321723 EA 20� $4.50 $900.60 i5 3217.2101 REFL Raised Marker TY I-A 32 97 23 EA 1a9 $6.30 $&30.00 �6 32772A02 REFL Raised MarkeriY!-C 32 1723 EA 100 $6.30 $630.00 17 32172io3 REFL Raised MarkeriYll-A-A 32 i723 EA 100 $6.30 $630.00 � 8 3217.2109 REFL ftafsed Marker N II-C-R 32 17 23 EA 100 $6.30 $63U.00 19 3449.1301 Loo �eteclo�CableSawcut 344110 LF 2�0 $92.25 $2,450.00 ZQ 3AAt.1342 14AWGLao QeteciCable 344t i0 LF 200 $14.A5 $2,890.00 21 32i7.0�U1 4" Solid 7tiermo lastic (HASl �ane line 3217 23 LF . 1,000 $1.65 $1,650.00 ZZ 32i7.02Q1 8"SolidThermo lastic HAS}laneLine 321723 LF 200 $3.35 $670.60 23 3217.0301 12" SLD Pvmt Markin HAE 32 17 23 LF 20� $16.50 $2,100.00 24 3217.Q40t 16" SLO Pvmt Maricin HAE 32 17 23 Lf 200 $15.50 $3,100.00 25 3217.�5�1 2A" SLO Pvmt Markin HAE 32 17 23 LF 400 $20.55 $8,220.00 26 3217.1Qo1 Lane Le enA RR 32 1723 EA 2 $1,050.00 $2,100.00 27 3217.1002 l.ane Le end Arrow 32 17 23 EA 2 $310.00 $fi20.00 �$ 3213.a501 Remove and Reolace 8arrier Free ftam 7 e P-11P-2 02 41 13! 32 13 2a EA 2 $2,29q.00 $4;580,00 29 32i3.05a1 Remave and Re lace Bartier Free Ram T e R4 az 41 13f 32 13 �0 Eq 2 $2,290.00 $4,580.00 30 g9g9 0000 Remave antl Re lace 4" Sidewalk 02 41 13! 32 f3 20 SF 6Q0 $8.61 $4,806.00 31 3305.fl106 hlanhaleAd'usUnent Ma'or 33051A EA 2 $2,675.OD $5,350,00 32 3217.5001 Cutb Address Pain4n �z �7 z5 �A 40 $36.00 $1,440.00 33 5999.0o96 Aaving Cartshuction Allowartce EA i $30,000.40 $30,000.00 Total Bid 5849,817.75 ���� � ��� . �� --'�`y crry or so�7 woxnt 4fANOAR➢ CONSIR[1LTION 9PECli7CAl'LON DPCVM6NTS %d AvpoW b 3u6mitl031 CONCRtiIE RfSCORATION C4NFRACT E AT vAR[OUS IACA7f4NS, CPN l02ffi] Form AeNud ROl]01]tr 00 A313 8fD BOIYD Page 9 af 2 SECT`ION 00 4313 E31[l BpiVD �IVOW ALL BY TWESE P�ES�IVTS: T�atwe, Ome�a C_ar�tracting, �nc , known as °�Bidder�� nerein and Travelers Casualty and Surety Companv of America a corporate surety duly authorized ta do business in the State of Texas, known as "Surety"herein, are held and frmiy bound unio ihe Ciiy of Fort Worti�, a municipal corporation creafed pursuant to the faws of Texas, known as "Cit�' herein, in the penal sum of five percent (�°/a) of �idder's maxirnum bid �rice, i� lauvful money of the United States, fa be paid in Fort Wor#h, 7'arran# Co�nty, 'Cexas for the payrnent nf which sum wel! and truly to be made, w� bind aurselves, our h�irs, execuiors, administrators, successors anci assigns, joinily ar�d severally, firrrily by these presents. WHEREAS, the Pr�neipal has submitted a bid or proposal #o perforrrt Woric far the fall�wing praject desigr�ated as 2021 �OEVCRETE RESTORATIdI� CONTRACT 2 A7 VAE210U5 LOCATIONS NOW, TWEF3EFOR�, the condition of this obligation is such that if the City shall award ihe Contract for the foregoing project to ihe Principal, and the Principai sE�all satisfy all requiremen#s and conditions required for the execution of #he Contract and shaEl enter info the Contract in writing uvith ihe City in acc4rdance with the terms of such same, then this obligation shall be and become r�ul[ and void. if, houvever, #he Principai fails to execute such Car�tract in accordance with the terms of same or fails to satisfy a!I req�irements and condikior�s required for #he execuiion of the Contract, this bond shall become ihe property of the City, without recourse of the Principal andlar Sureky, nat to exceect the penalfy hereof, and shall be usad #p compensate Ciiy for the ditference hefween Principal's totaf bid arrTauni and ihe next selected bidder's total bid amount. PkQVI�E� FiJRTi1�R, th�# if any fegal action #�e fil�d on ihis �ond, venue shal! lie in Tarrant Couniy, Texas or the Llnited Sfates �istrict Court for the Northem District u� Texas, Fart Wor#h Di�ision. IIV i�111TRlESS VLiH�REO�, the Principal and the Surety ha�e 51GNED and SEALED this insirument by duly authorized agents and officers on this the 6th �ay of October , 2020. Al-f EST: Witness as to �rincipa[ , E r CITY OF FORT WQRTH STAN�AR� CONSTRUCTION 5i'ECIF[CATION UDCUM�N7S Form Revised 2D171109 PRIiVCIPAL: Omec�a Gontract�nc�. Ir�c � 8Y:�1� � Signafure /�,�,% ,�i,���" � ", 5� Name and T�tfe 2021 CONlCR�7E RESTORATIflN CONTItACT 2, CpN 1U28fit 00 4313 BID BOND Page 2 vf 2 Address: ��J�� C�I�E� �"il�� ��aC� Dallas� TX 7��1�_ 5UR�7Y: BY: J. Reeh, �t Name and � Witness as to reiy adaress: One Tower S uare HartFord, C i Ofi18 �'e�ephane Num�er: 210.C97.223Q Attach Power of AftvrRey (5urety) for Attarne�En-Faat "Note: If signed by an oif[cer of the Surety Compa�y, there must be on file a certi�ed extrac# iram the by laws sho+nring fhat this }�erson has a�thority to sign such abiigation. If Surety's physical address is dififerent irom its mailing address,l�ofh must be provided. The date of the bond shafl nofi be prior to ihe date the Contract is awarded. END OF' SECTION CtTY OF FORT WORTW STAHI7ARQ C4NSTRUCTEON SPECIFICA710P! OOCUMEHTS 2021 CONCRE7E REST�RATION CONTRACT 2, CPN 1028B1 Form Revised 20171i09 �����L��� '�r�avele�s ��s�a�ty ant� Surw�r C�mpar�� of Arr�er�ica 7°r�v�ler� ���u�lt�y ��c� �ur�fy �nmp�n� �f. ��ul Fir� �r�� I��rine %r�s�rance Cvm��r�� A4WER OF ATT4RNEV FCNOW AI.L M�N �Y TH�SE PR�SEN7S: That Travelers Casuafty and S€�rety Company of America, ira�elers Casualty and Surety Company, and 5t. Paul Fire and l�Aarine insurance Company are corporations duly organized under the laws af the 5tate ot Connecticut (harein colleaEiveiy called ihe "Companiss"), and that #he Campanies do hereby make, oonstitute and appoint Betty J. FPeeh, af Sa� Antonio, Texas, iheir true and iaw#ul Attarney-in-Fact ta sign, execute, seal and acknowledge any and alf boncEs, f�C0�11lZ�fICB5, conditional undertakings and other wrltings obiigatory in fhe nature #hereaf on behalf oi the Campanies in their business of guaranteeing the fidelity of persons, guaranteeing the performar�ce of contracts and executing or guaranteeing bands and undertakings required or permitted in any actions or proceedings allowed by law. IN WITf�ESS WH�R�OF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto aifixed, #his 3rd day af February, 201'i. ���ys.ifxfTp U��vP�rx aqp�G� ���; ��, � � ��. � :�� x � ��� #���t � �� o�:,�. " �� � . � W �° �, � •.«�� 9i�f � F��,a �� 8ta#e of Connectieut City oi Nartford ss. - ! f�y,���/ BY: — - " .c'`"�`'� ��- "�-,� `_.r ..�_ Roberf L. Raney, SePii"7or Vice Presideni On this the 3rd day ot �'ebruary, 2017, before me personalEy app�ared iiobert L. Raney, who ac[cnowledged himself to be ihe 5enior Vice President of Travelers Casualty a�d Surety Company oi America, 'iravefers Casualty and Surety Gampany, and St. Paul �ire and Mar�ne Insurance Company, a�d that he, as such, beinQ authorized so to do, executed the foregoing instrument for the purposes therein cantained by signing an behali of the corporations by himself as a duly authorized ofticer. in WEfness Whereot, I hereunto set my hand and ofEicial seal. My Commission expires the 30t� day of June, 2fl21 � �� � �.. � � �,i$ � Marle C. Tetreauft, Natary Public Thls Power af Attorney is granted under and by the authority af the fol�owing resolutinns adapted by the Boards of Directors of Travelers Casual#y and 5urety Company ot Rmerlca, Travelers Casualty and Surety Campany, and 5#. Paul Fire and Marine tnsurance Campany, which resofutions are now in full force and e(iect, readirtg as follows: #iESOL1I�D, that the Ghairman, ihe President, any Vice Chairman, any �xecutive Vice President, any Senior Vice President, any Vice President, any Second Vice Pres3dent, the 7reasurer, any Assistant 7reasurer, the Corporate Secretary or any Assls#ani 5ecrelary may appoint Aitorneys-fn-Fact and Agents to ack #or and on beha4f of the Company and may give such a�pointee such autharity as his ar her certiticate of a€�thority may prescrik�e to sign with the Company's narrte and seai wifh the Company's se�l bonds, reeagnizances, cantracts o# indemnity, and at�er writings obligatory En the nature of a bond, recognizance, or conditlonai undertak[ng, ancf any of said offiaers ar the Board of Directors at any time may remove any such appointea and revoke the power given him or her; ancf it is FURTHER RE30LVED, that the Chairman, the President, any Vice Cf�airman, any ExecutiVe Vice President, any Seniar Vice President ar any Vice Pres�dent may c3elegate all or any parE of the forego9ng authority fo one or more otficers or emplayees of this Company, pravided that each such delegation is in writing and a copy thereof is iiled in the office oi the Secretary; and it is FUFtTMER �i�SOLVED, that any bond, recogn9zanee, cantract of indemnity, or writing obligatory in fhe nature of a bond, recognizance, or conditionaE undertaking shall be valid and binding uporo fhe Gompany when (a) signed by the I'resident, �ny Vice Chairman, any Executive Vice President, any Senior Vice Presideni or any Vice President, any Second Vice Presicfent, the Treasurer, any Assistant Treasurer, the Corporata Secretary ar any Assistant Secretary and duly attested and sealed with the Company's seal by a SecreEary or AssisFant Secretary; or (b} dufy executed (under seaE, i( required} by one or more Atiorneys-in-Fact and Agenfs pursuant to ihe power prescribed in his or her certiticate or their certif�cates of authority or by one or more Company olficers pursuant to a written delegaEian oi a�tharity; and it is �URiH�F{ t��SOLV�D, that the signature of eaeh oi the foEiowing of#icers: President, any ExecutfvE Viee President, any 5enior Vic$ President, any Vice President, any AssistanE Vice Presideni, any Secretary, any Assisiant Secretary, and the seal of the Company may be aftixed by tacsimile to any Power of Altomey or to any cer#iiicate relafir�g thereto appointing Resident Vice Aresidents, Resident AssisEant Secretaries or Rttarneys-in-Fact for purposes only ot executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Atiorney nr certificate bearing such facsimile signature or facslmiie seal shali be valid ancf binding upon the Company and any such pnwer so executed and certified by such facsimile signa#ure and iacsimile seal shail be v�lid and binding on the Company in the fufure with respeci to any bond or undersianding ta whlch it is attached. I, Kevin E. Hughes, the uncEersigned, Assistant Secretary o( Travelers Casualry and Surety Company of America, 7ravelsrs Casualry ancE Surety Company, and St. Pauf Fire and Marine Insurance Company, do hereby certify that tf�e above and foregoing is a frue and aarrect copy of the Power of Attorney executed I�y said Gampanies, which remains in i�il iorce and effect. Dated this �� day of Q�i1�} i��S` �� . ��� f:�� iYy. , P4i'AXb�, ��� - G4. 4n s . � �' E4LiGiF°C , ���O�E` �` �+7 i �.� !� �' +1 %/''� �K � W��bj ' T�Yto ��� ' � � - � 1 • �� Kevin E. Wughe&, Assistant 5ecretary % veriPy the auihenhicrty af this Power of�ittorney, please call us art.� 800-421-3�80. Please refer to ti�e a6ave-nameddEtorney-fn-F'ac�aed t%e detal/s oftfie 6o►td #o whith tlre �saweris atz�ach� IfV����`��i�Y N�TI�� Ta obtain infarmatiran or make a complaint: You may call Traveier5 Casualiy and Surety Compar�y of America and its affiiiates' toll- free telephone number for ir�formation ar to ma�Ce a complaint at: '9 -�$0�-3a8�2� �9 You may coniacfi the Texas Depar�ment of �nsurance to obtain informa�ion on companies, co�erages, rights ar complair�ts at: '� o�0�a25�e3439 Yau may write ihe Texas Department of lnsurance: P.O. Box 149104 Austin, YX 75794-9104 Fax: (�12) 475-� 771 Web: E-mai�: umerP�oiection tdi.�tat�.�., �� �R��I�Jllil �R �I.o�II�V Di�Pl�i��: Should you ha�e a dfspute concerning your premium or abaut a cfaim you should contact your Agent or Travelers first. If t�� dispute is not resolved, you may contact the Texas Depar#ment of Insurance. �iiA�F� iHIS i�t�TI�E TO �i'�UR ��R�D: `�his notice is for information onty and does not become a part or condit�on o€ the attaahed document ar�d is given to comply with 7exas iegal and regulatory requirements. (PN-04�-8} �d. 90.18.07 0o as a� V�N�OR COMPLIAHCE TO STATE LAW Page 1 of 1 $ECTION QO 43 37 VEiVDOR COM�LIANCE TO STATE I..AW NON RESIDENT BICID�R Texas Government Code Chap#er 2252 was adopted for the award of contracts #o nonresident bidders. This law provides that, in order to be awarded a confract as low bidder, nonr�sident bidders {aut-of-siate contractors wt�ase corporate affices or principal place of busin�ss are outside the S#ate of Texas) bid projects for construction, improvemenfs, supplies or serr�ices in Texas at an amount lower than the lowest iexas resident bidder by the same amount that a Texas resident bidder would be required #o underbid a nonresident bidder in order #o obtain a comparable contract in the Sta#e which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meei specifications. Ti�e failure of r�anresiden# bidders to do so will automatically disqualify thaf bidde�. Resident bidders must check the box in Section B. A. Nonresiden# bidders in the State of .�t�ta F�ere �r ���nk , our principal place of business, are req�ired to be �i6 �I€�r�e perc�nt iower than resident bidders by State Law. A copy of the stat�te is attached. Nonresidenf bidders in the State of Sla�� Fi�r� or �F�flk , our principal place of business, are not required #o underbid resident bidders. B. The principal place of business of our company ar our parent company or majority owner is in the State of Texas. � B1DD�R: o �N�� C�c��TR���� l,�-• 0 25 t� L�.��+,�� ;z� � �p�.►►��5 � � %SZtZ o ; �y: 0 ��� �Ethti.lArP��'CS^ ���%�i.� -- (Signature) END OF SECTION �itle: 0 V tc.C� ��5� 17�w� I y Date: �� �'� � CITY OF FORT WO#2TH S7,�C4R,FdiiUt�➢fJ�d'��[l0�85'f�mIFI�AOhR��d�l�gorm-Proposal-Bond_Vendor_Compiiance(1) 202'! CONCRETE R�5iORATI�N CONTR�ICT 2, �orrn Revised 20110627 GPN 102861 -- i�inori�y Busin�ss �nterprise (M�E} � � Omega Con�rac�ing, Inc. .re�*h��:4�+car#c�e�r�- r �r�e��. �����-�.e����9 �rn�� has fiied with fhe Agency �an Affidavit as defined by NCTRCA Minority �3t�siness �n#erprise (MBE) Policies & P�ocedures and is hereby certified #o provide service{s) in th� foilowing areas: AIAiCS 236�9Q: INDIJSTRIAL BUI�.DiNG COMSTRUCTION NA[CS �36�2d; COMMERCiA� Af+lD INSTITUTIONAI, BU[LDIN(9 COP1SiRUCTIOM NAICS 2373'�0: HIGMWAY, STR�ET, AND BREbG� COIVS7RUCTION NAICS 23799U: OiH�R H�AVY AND G�VI�, ENC�IVEERIMG GONS'�RUC'iION NiA1CS 541330: ENGIN��RING S�RVIC�S This Ce�tification comtnences February 8, 20'I9 and supersed�s any registration or I[sting pr�viaus�y issued. ThEs certificatian �ust he upcfated every fwo years by submissian of an Annua[ kJpdate Affidavit. At any time there is a change in ownership, can#rol of ihe firm ar operation, not't#ieation must be mad� immediateEy fo th� North Central Texas RegionaE CerEification Agency for eligihility eva�uation. Certification �xpirafion: February 28, 2021 Issued Qafe_ F�br�ary $, 2�19 CERTIFiCATI0�1 NQ. NMMB47445N0221 ���� ����� �. �y �`iiJ�� � � � �� �� . . ��� '�t'a�i5� � �_ E � • Cer#ification Administrator a �aco,� �� "e ��� p��i4• �E��Mi� ����� TEXAS COMPTRO��,ER �F PUBLIC ACGOUNTS The Texas Comptr411er of Public Accounts (CPA) administers the 5tatewide Historically Underu#ilized Busin�ss (HUS) Program for the State of Texas, whicFt Encludes certifying minority-, woman- and service disabled veteran-owned businesses as HtfBs and faciliiates the use of HUBs in state procurement and provides them with information on the state's proc�rement process. The CPA has established Memorandums of Agreement with other organizations that certify minority-, woman- and service disablecE veteran-owned bt�sinesses that meet certi�cation standards as defined by the CPA. The agreements alfow for Texas-based minority-, woman- and ser�ice disabled veteran-owned t�usinesses that are certified with one of our certifcaiion pariners to become HUB certified through one convenient applicat�on process. In accordanee with the Memorandum of Agreement #he CPA has estabfished with the DALLASIFORT WORTH SUPPLIER DEVELOPMENT COUfVCIL {DFWSDC), we are pleased ta inform you that your company is now certified as a HUB. Yo�r company's profile is listed in the State of Texas HUB Direcfory and rnay be viewed online at E�ttps:l/mycpa.cpa.state.ix.us/tpasscmblsearchlindex.jsp. Provided that your company continues to remain certifisd with the DFWS�C, and they de#ermine #hat yo�r company continues to mee# N�1B eligibifity requirerrEents, the attached HUB ce�tificate is valid for the time period specified. You must notify the D�WSDC in writing of any changes affecting your company's campliance with #he MUB eEigibility require�rtents, induding changes in awnership, day-to�lay rr3anagement, controf andlor principal place of business. Note: Any changes made to your company's information may require the DFWSDC andlor the HiJB Program to re-evaluate your company's eligibility. Failure to remain certified with the DFWSI]C, andlor #'ailure to notiiy them of any changes affecting your company's compliance with HUB eligiE�ility requirements, rr�ay result in the revocation of your company's certification. Please visi# our websi#� at hltp:Ucomptraller.texas.go�/procurementlprag/hub/ anc! reference our publications {i.e. Grow Yaur Business pamphEet, HUB BrocF�ure and Vendor Guide) that wiif provide you with addition intormation on state procuremer�t resources that can increase your company's chances of doing business with khe state. Thank you for your participation in the MEJB Program! If you have any questions, you may contact a HUB Program representative at 512-463-5872 or toll-free In Texas at 1-888-863-5881. f�xa� His#ori�a���r lJnd�rutil���d Bu�ir�e�s {H�.JB� �erkific�#e t �I.I.M'Idy k11Siu.lc slly UiU�.i ui III#�J 9�.1 il4i� 9�o-3mn� C�riifca+�NID Nurnbe:: ��I�sIVv�+drxf hi�lrrik�ef +�pprrs++al aa€a Scheduled Expisas�on ��t�' 'I 75246T�474t�4 1768& � T-h1A R-2��0 31-MAR-Z0�'I in c�cr.c;��an� v;��th the 144�m���.TM.du:n a� �reement GPtween the DALLASfFORT V1f0[-Z�I'H SUPPL�ER �Eti/ELOPME�T COUNClL (DFWSbC) and the Texas Comptroller af Public Accounts (CPA), the CPA hereby certifies #hat �AlV���4 COf�T�CT��G, ��C. has s�ccessfulfy me# the established requirements of the State of T�xas Historicaily Underutilized Business (HUB) Program to be recognized as a HUB. This ceriificate, printed 22-JUL-2020, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding #he information (i.e., business structure, ownership, day-taday managemeni, operaiional control, addresses, phane and fax numbers or autharizecf signatures) pro�ided in the submission of the busir�ess' application for registrationlcertification into the DFWSDC's pragram, you must irr�mediately (within 30 days of such changes) notify the DFWSDC's program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eGgibility. HUB certificatian may be suspended or re�oked upon findings of inefigibility. if your firm ceases to remain certified in tt�e DFWSDCs program, you must apply and become certified ihrough the State of Texas HUB program to maintain your HUB certi6cation. Sfatewide HUB Program Statewide Procurement Uivision �'�sts. :^ ^r:'�r ior �#;te agenr.iPs �n!j i^�+�t,:;�^^� of ninher �:;�,r,�t��� (��.n:ye.:a:!+�} ta U�. �a�ited for uti�rrirva SnFs 6�:s�i�ess as a HU6 f^.ey in��t awafd Ray�::e^t urdtit Ihc Ct�sFlcatsNlU FJ���:�:ar ldt^�i"tid sb�vu_ Ar�e�kts_ urrra�rsi+.:es an� prirr�� o�nirac9or� �rc �aieouraged Co �reiily i�i� cur�spany's Hl1B e��x�fi��;�l�ur, praar fn �s�wng a noU�e ui 3w�rci tvy+ attxssueg �I� Ii�10rl,el (h!#gs=��myc�a.tipa_sdn#e.l1��iE�fl�as5cm€1��earcFFfi�de�f-j9Si �f by C�nRAd;.#ing 911c ��i�FES P+ngYkiin ,�t 3i�-A"v3..SST2 inr S��!-i�Ee Ir} tt.k�s a� 1-888..963.5881 �Ler.Uf,f19 � � :'7 t� �� � � � ro a � C� 0 � � � c� � � 0 n � m � � � m � � 0 C � � flY � 0 f:1. � � � Q � N� � C CU � 0 � � � 0 N (D Q � � � � � w � 0 � � 0 z � � Q C� C� m � � w a a ro' � � m m � m � 0 m � � � � � � � C7 � m o-c b � .�.a. O � � .�.t � � �� � 0 � � � (9 � N � tD � a W W N 0 N a � Q m � m � � � � m F- t �t � �� � N C <FI a � � � n ro � � � � C Q � � 0 [.� � � � N � 0 r 0 N ff� W � � � � n O � f� � � x z w � 0 � m •c � m � CD Q � � � � � � � ��ry CJ/ � � � � � � � � � 2 � � � � � � � � � � � 7C�1 � rTi � � � � "E7 �T! � � � � � �i �' !' �, � � � rF � � � �� �� � � � � � --� � � cx � � .� � m � � 2 n -� ��� � �� C Z � . e rt ro o � . 9 ^ � I� � � � � � �� � c� n � _. E � a � N � � � 00 45 12 - 1 PREQLiALiFICATION STATEMENT Page 1 of 1 I 2 3 4 5 6 SECTION 00 451� PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to camplete the ir�formation below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Majar Work Type Contractor/Snbcantractor Company Name �zequalification Expiration Date Not Ap iicable Not A licable 7 $ 9 10 11 12 I3 1� 15 l6 17 18 19 20 21 22 23 24 25 2b The undersigned hereby certifies that the contractors arid/or subcontractors described in the table above are currently prequalified for the work types iisted. BIDDER: Connpany Address City/State/Zip By: Srgnature: _ Ti�ie: Date: END OF SECTION CI'TY OP FORT WORTH STANDARD C�NSTRUCTIpN SPECIFICATION DOCUMENTS Revised 7uly 1, 2011 (Please P�ni) (Please Prini) 2021 CONCRETE RESTORATION CONTRACT 2 City Project No. ] 02561 Q04526-1 CpNTRACTOR CUMPLIANCE WITH WORKER`S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMFLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 4D6.096(a), as azx�ended, Contractoz certifies that it 4 provides worker's compensation insurance coverage for all of its employees eznployed on City 5 Froject No. 102861 Contractar fwrthez certzfies i�aat, pursuant to Texas Labor Cade, Section 6 4fl6.096(b), as amended, it wi11 provide to City its subcontractor's certificates of compliance with 7 wozker's compensation coverage. S 9 CONTRACTOR: i l� ��� �•�� _ �JIiC._ By: � i ��j�_ 12 Company {�lease Pz�nt) 13 -� I4 ��� !-� � Signatu �, � �_ ' ` �� 15 Addzess i 7 ��G�"�'r� ��� ���� 18 City/State/Zip 14 20 21 THE STATE OF TEXAS 22 23 COUNTY �k' TARRANT / �' � . Title:[i /� � {Please Print) 24 25 �FO�RE�ME�, tjhe und�ersi ned author�ty, on this day personally appeared 26 , l�own Co me to be the person whos� nazx�� zs 27 subscribed to the fore �orin instrument, a�ad acknowledged to nne that he/she executed the same as 28 the acC and deed of �%�• i.. for the purposes and 29 consideratian ihex�i�x cxpzessed and in the capacity therein staeed. 30 3I GIVEN UNDER MY IIAND SEAL OF OFFICE this �� day of 32 ���� , 2� 33 34 � 35 `���Yp`�,��� MELI5SA MARTINEZ �' ' 36 a`o: �"•• �,: �oiery Public, State of iexas Notary Pubiic in and for the State of exas r..`�` � Gnmm. Expires 09-0S-2D23 � 37 : �2a�a6B�� Natary it' 38 - _ _ - - END OT S�CTION 39 C1TY O� FORT WORTH 2O21 CONCR�TE RESTORATION CONTRACT 2 STANDARD CQNSTRUCTIDN SPECIFICATTON DOCUMEN'I'S City Project Na. 1D2861 Revised July 1, 2011 00 45 40 - 1 Minority Business Enierprise Specificutions Page I of 2 1 S�CTION 00 45 40 2 3 T�MPORARY It�VISION 4/6/�0�0 (COVID-19) Minoriry Business Enterprise Specifications 9 APPLICATInN OF POLYCY 5 Tf the ioial dollar value of the contract is greater than $50,Q00, then a MBE subcontracting goal is 6 applicable. 8 9 PnLICY �TATEM�NT 10 It is the policy of the City of Fort Warth to ensure ihe fiuli and equitable participation by Minoriry 1] Business Enterprises (MBE) in the procurement of all goods and services. AIl requuements and I2 regulations stated in the City's current Business Diversity Enterprise Ordir�ance apply to t�aisbid. 13 14 lS 16 17 18 19 20 21 22 23 24 25 26 27 28 MRF. PRn. . ,T TOA�,� The City's MBE goal an this �roject is 5% of the total bid value of the contz'aci (Base bid applies io Pqrks and Community Services). Note: If both MBE and �BE snbcontracting goals are established for this project, tl�en an Offeror must submit both a 1VIBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCF Tn RID SPECIFICATION� On City contracts $SO,OOfl or mare where a MBE subconiracting goal is applied, Offerozs are requized to comply with tha zntent of the City's Busi�ess Diversity Enterprise Ordinance by one of the followrng: 1. Meet or exceed the above stated MBE gaal through MBE �ubcontracting participation, or �. Meet or exceed the above stated MBE goai through MBE �oint Venture participation, or 3. Goad Faith Effort documentation, or; 4. Prime Wai�er documentation. 29 SITBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents mast be rec�ived by th� assigz�ed City o� Fart Warth Project Manager or 31 Department Designee, within the foilowzng taxnes allocated, in o�rdez �or the entire bid to be considered 32 responsive to the specificatzons. The Offeror shall EMAIL the MBE documentation to the assigned City 33 of Fort Warth Project Ma�ager ar Deparrment Designee. A faxed cop_y will not be accepted. 34 35 1. Svbcontractor Utilization Form, if received no later than 2:Q0 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive oi the bid opening date. 2. Good Faith Ef�ort and received no later than 2:Oa p.m., on the second City business Snbcontraciar Utilization Form, if day after the bid opening date, exclnsive of the bid opening particzpation is less than siated goal: date. 3. Good Faith Effort and received no later than 2:Q0 p.m., on the second City business Subcontractor Utilization Form, if no day aFCer the bic! opening date, exclusive of the bid opaziing MBE artici ation: date. 4. Pxime Cantractor Wai�er Form, received no later than 2:Oa p.m., on the second City business if you will perform ail day after the bid opening date, exclusive of the bid opening contracting/su plier work: aate. C1TY OF FQRT WORTH 2p21 CONCRETE RESTORATION CONTRACT 2 STANDARi] CONSTRUCTION SPECIFICATIQN DOCUMENTS CIT'Y P120JECT NO. 1d2861 Tempoxarily Revised April 6, 2D20 due to COVID19 Emergency 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. JainE Venture Form, if goal is zn�t zecezved no later than 2:40 p.m., on the second City business or e�ceeded, day after the bid opening date, excIusive of the bid opening date. 2 � RAILURE TO COMPLY WITH THE CITY'S BU,SINESS DrVERSX'xY �N�'ER�RISE ORDINANCE 3 WxLL RESULT IN THE SID SEING CONSIDERED NON-AESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMZx' TH� REQU�RED MBE DOCUMENTATION WILL RESULT IN THE BID SEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT YN THE OFFEROR � BEYNG DISQUA�.IFI�D rQR A PERIQD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALTFTCArTON �'ERXOD Ok' THREE YEARS. 6 7 Any Questions, Please Contact The BDE Of£ice at (S1.1} 392-26�'4. 8 END OF SECTION xa � CITY OF RQRT WORTH 2p21 CONCRSTE RESTOKA'TION CON'PftACT 2 STA1VDAi217 CONS"1'IZUCTION SPECiFICATION DOCUMENTS CJTY PROJECT Na. 702861 �'amporaxily Revised April 6, 2d20 due to COVIDI9 Emergency 00 52 43 - 1 Agreernent Page 1 of 5 SECTION 00 S2 43 AGREEMENT THIS AGItEEMENT, authorized on December I� 2020 �s taaade by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Managez', {"City"), a�ad O�rtega Coniractin�, Inc., authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"}. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as foI�ows: Article I. WORK Cantractar shall complete all Wark as sp�cified o� indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The projecfi %r which the Work under the Contract Documents may be the whole or only a part is generally described as f�llows: 2Q2 ] CONCRETE RESTORAT�ON C�NTRACT 2 AT VARIOUS LOCAITONS C�TY �R�JECT NUMBER 10286I Article 3. CONTRACT PRICE City agees to pay Contractor for performance of the Work in accardance vS+ith the Co�tract Docutnents an amount, ir� current fiznds, of EIGHT HLJNDRED FORTY NINE THOUSAND, EIGHT Ili_JNDRED SEVENTEEN AND 75/100 Daliars ($849,8I7.7S). Ariicle 4. CONTRACT TIME 4.1 k'iz�al Accepta�ce. The Work rvil] be comp�ete �or Pinai Acceptaz�ce witi�in180 days aiter the date when the Contract Tirrie commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any exiensior� thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptanc� of the Work and City will suf%r tinancial loss if the Work is not completed within the time(s} specified in Paragraph 4.1 above. The Contraciox' aIso recognizes the deiays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Worl� is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidatec! damages for delay (but not as a penalty}, Contractor shall pay City Six Hundred �'ifly DoIlars ($650.00) for each day that expires a$er the time specified in Paragraph 4.1 for F�zaal Acceptanee �ntil the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contraci Documents which comprise the entire agreement between City and Contractor concerning the Work consist ofihe folIovving: CITY OF FORT WORTH 2O21 CONCRETE RES'�OTZATTOI� CONTRACT 2 STANDARD CONSTRUCTIOt�€ SPECIFICATION DOCiJMENTS CTT' Y PROJECT NO. 102861 Revised 09lD6I2014 00 52 43 - 2 Agreement Page 2 of 5 1. This Agreement. 2. Attachments to this Agreemer�t: a. Bid Form 1) Proposai Form 2) Vendor Co�nnplia�ce ia State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Pederal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACOAD Forrri(s) d. Payment Bond e. Performance Bond f. Maint�nance Sond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. 5uppiementary Conditions. 5. Specifications specifcally made a part oi the Contract Documents by attachment or, if not attached, as fncorporated by reference and described in the Table of Contents oithe Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be deiivered or issued after the Effectiv� Daie of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Fie�d Orders. c. Change Orders. d. Letter o�Fin�al Acceptance. Article 6. INDENINIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmiess and defend, at its own expense, the city, its affcers, servants and employees, from and against an� and all claims arising out of, or alleged to arise out of, the work �nd services to be performed by t�e cantrac�or, its of�cers, agents, exnployees, subca�tractors, licenses or invitees under this cantract This indemnification provision is specificalIy intended to operate and be effective even if it is alle�ed or proven that a�l or some of the dama�es bein� sau h� were cansed in who�e or in art b an act omiss�an ow ne li ence of the ci . This indemnity provision is in�ended to inc�ude, without Iimitation, indemnity for costs, expeeses and lega� �ees incurred b� the city in defending against s�cb claims and car�ses of actions. C1T'Y Or T�O1Z`T' V�IOTZTH 2O2i CONCRETE REST�RATION CONTRACT 2 ST'ANT7AR.D CON5TRUCTION SPECIFICATION DOCUMENTS C1TY PROJECT NO. 102861 Revised 09/06/2019 00 52 43 - 3 Agreement Page 3 of 5 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, t�xe city, its of�cers, servants and employees, �ram and against any and all loss, damage or destrucfion of property of the city, arising out of, or alleged to arise out of, t�e work and services to be performed by the contractor, i�s officers, agents, employees, subcontractors, licensees or invifees under this contract. This indemnification provision �s specif�cally intended to operate and be effective even if_it_is_alie�ed or roven that al� or some o� the dama es bein sorr ht were ca�rsed in wvhole or in art by any act, omission or ne�li�ence of the city. Article 7. Ni�SCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated 'm the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may nat be assigried by the Contractor witihout the advanced express written consent af the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successars, assigns and legal representatives to the other party hereto, in respect �o all covenants, agreements and ob�igatians contained in the Cantract Documents. 7.4 Severability. 7.5 7.6 Any pravision or part af the unenforceable by a court of remaining provisians shaIl CONTRACTOR. Governing Law and Venue. Contract Documents held to be iuiconstitutional, void or �ompeten� jurfsdiction shall be deemed stricken, and all �ontir�ue to be valid and bindzng upon CITY and This Agreement, including aIl of the Contract Documents is per%rmable in the State of Texas. Venue shall 6e Tarrani County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. Authority to Sign. Co�tractor shail attach evidence of autharity to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies B�ycotting IsraeI. Contractor acknowledg�s that in aecordance witl� Chapter 227Q of the Te�as Goverx�ment Code, the Ci#y is prohibited from entering into a contract wiih a company for goods or services unless the contract contair�s a written verification from the company that it: (1) does not boycott �srael; and (2) wi11 nat boycott Israel during tlie term of the contract. CITY OF F012T WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS Revised 09/06/2019 2021 CONCItETE RESTORATiON CO�]TKA,CT 2 CITY PRpJECT NO. 102861 005243-4 AgreemenE Page 4 of 5 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 0� the Texas Go�rern:nrzent Code. By sigr�ing this contract, Contractor certifies that Contractvr's signr�ture provides written verification to the City that Co�ztrac%r: {I) does not boycait Israel; and (2) will not boycoti Israel during the ter�n of the cont�act. 7.$ Immigration Nationatity Act. Contractor shall verify the identity and employment eligibility of its e�nployees who pert�orm work under this Agreement, including compl�ting th� Employment Eligibility Verification Fonn (I-9). Upon request by City, Contractor shall provide City wi#h copies of all I-9 forms and supporting eligibility documentation for each employee who pe�-forms vvoz'� under this Agreement. Contracior shaIl adhere to alI Federal and State laws as welI as estai�lish appropriate procedures and controls so that no services will be performed by any Coniractor empIoyee who is not legally eligible to perform such services. CONTRA.CTOR SHALL IND�MNIFY CITY AND HOLD C�TY HARNII.ESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF TT3YS PAI2AGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENT�, OR LrCENSEES. City, upon written notice to Contractoz, shall have the right ta izzaz�zedzately ternrzznate this Agreennent for violations of this provision by Contractor. 7.9 No Third�Pariy Beneficiaxies. This Ageement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and eqUipment and materials suppliers on the PROJECT or their su�'eties, shall �aaai�tain no direct action agaYnst the Engineer, its officers, emplayees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services perf�rnrzed. Only the City wilI be the beneficiazy af azry undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otharwise, do not mak� the Engin�er or its personnei in any vvay responsib7e for those duties that belong to the City and/or the City's construction contractors or other en�ities, and do not re�ieve the construction contractors or any other entity of their obligatio�as, duties, and respotzsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of tlze construction work in accordance with the Contract Documents and any health or safety precautions required by such construc#ion work. The Engineer and its personneI have no authority to exercise any controI over any constructiox� co�tt'actor ar other entity ar their employees i� connection with their work or any health or safety precautions. SIGNATURE PAGE TQ FOLLOW C1TY �F FORT WOKTH 2O21 CONCRETE RESTORATION CONTR.ACT 2 STANDARD CONSTKUCTION SP�CTI'ICATTON IJOCiJNIENTS CITY PRO.IECT NO. 10286I Revised 09 /0 612 0 1 9 005243-5 AgreeEnent Page 5 of 5 IN WIT'N�SS WHEREOk', City and Cont�•actor have each executed this Agreement to be effectiva as of the date subscribed by the City's designated Assistant City Manager ("Effectzve Date"). Contracfor: Orr�ega Contracting Inc. By: �• ' ! . ignature � �i (�rinted Name) f ^� � ,��-- . Titl� 2S 18 Chalk Hill Rd Czty af For�t Worth : Dana BurghdofF Assistant City Manager Date At�est: Address Datlas, Texas 752i2 City/State/Zip / ��'� Date C[TY OF FORT WORTH 5'I'ANT]ARD COI�[STRUCTION SP�CIFICATION DOCU�VIENTS Re�ised 09/06/2019 City Secretaiy (S�al) MBcC: �0 " ��.. Date: 12/01/2020 Form 1295 No.: 2020 - 686�31 Cont:ract Cornpliance Manage�•: By signing, I acknowledge fhat I am the pe�•son r�sponsible for the moniioring and ad;nin.istration ofthis contract, including ensuring alI pez�£ormance and reporting requirements. �� Tariqal Is(ann Project Manager Approved as to Form and Legaliiy: �] Douglas '�]V. Black Sr. Assistant City Atto�•ney Ar R V CO E: � � illiam Johnson, Dire or Transportation & Pub ic WorkS Department 2021 CONCR�TE RESTORATI�DE CONTRACT 2 CI`FY PR07ECT NO. 142$61 00 52 43 - 5 Agreement Page 5 of 5 IN WITN��S WI�REOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated �lssista�nt City Managez' ("Effective Dafie"). Contractar: �rnega Co�tracting Inrc. By: � l d�+• ' ignafure �7��� � �.A%��%� {Printed Name) �� � � Titie Ciiy of Fort Worth By: ��.'� �1I :�ft Dana Burghdoff , Y � Assistant City Manager •��. _ _ . f, Date Attest: 2518 Chalk Hill Rd a �� � �^�'`� �� f=�"�ti�a ���! � V- �if �j"'"�. ��'`� �� £' i .`'�`�r�, � ������4 Address A� ity Secretary :a,'' ��,.f'' a���' �`� �t�;�. Dallas, Texas 75212 �''( � � ' ���� ;' i� 7^�'a eP�� h�x ��e q�§ I. City/S�ate/Zip (Seal) � � � ' � � �' �` " ;- � �� ��� M&C: �Q �' Q� °t�; ti. �:� � >,{A . Date / Date: 12/01/2020 ��. ���;�'��' `���� � rorm 1295 No.: 2020 - 686�3 i �i�����- - Contract CompIiance Manag�r: By signing, I acknowIedge that I am the persa�a rEsponsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tariqul Islam Projeci Manager Cf1011'L�] � 1 Y�] .Y I[+JLi] :7 f Y 7 I STANDARD COI�iSTRUCTION SPECIFICATION DOCUMENTS Revised 09/06/2019 Approved as to �or�nn and Legality: Douglas W. Black Sr. Assisiant City Attorney AP A VA ECOM E: � Williaaa Johnsan, Dire ar Transportation & Pub ic Works Dep r�meni 2021 CONCRETE RESTC- �I��ii�'�l�r�..r � � CIT '��;�7��' .�ia�rti � �` � a �����`�'I�� e 1� 1 Band Number 'f 07287800 1 2 3 4 5 G 7 S 9 10 11 12 13 I4 lS lG �� 18 19 20 2l 22 23 24 2S 26 27 28 Z9 TI�E �TAT� OF TEXA� CQU�iTY OT �A�ftRANT S�CT101� 00 GZ 13 PER�'nRMA.NCB I�OND U6 61 13 - 1 PERFORNIAIVC� ROND PHgc I of2 � § I{NO� AI..i,1iY'1'�S� PR�S�1�iT�: § That we, 4rtaega Con#�'aeting Inc. known as "Principai" h�rein ancl Tra�elers Casualt and S�tret Com an of America a cor�orat� sE�t•ety(sm•�Cies, iI'zno�•e than one} duly atithorized ta do bnsi��ess iEz the Sfate of Texas; !c€�own as "Su�•efy" Y�e��ein (vvhet�er one c�r more), a�`e I�cic� and fz�'mly bound ttnto lh� City of Fort Wot'ila, a municipal corporati�n created put•suant ta the la�ws of Texas, l�a�zn as "Gity" herein, �n tlie penal suin of, ��G��T HUNDitEll FORTY NIN� TH�U�A�I}, F�G�IT IIUATi?RED S�VENTEEN AN� ial1�Q DQLLAR� �$$4�,�17.7�3, lawfui maney of t1�e Uniied States, to be paici ix� Fort V4Torth, Ta�•rant Counry, Texas for the ��tyment of whiclt suitt vvalE and i�-�tyto be xnade, we bind aui�etv�s, ou� hei�•s, executc�rs, adminis���ato�•s, suceessors and assigns,3a.intiy ar�d ser�erally, �rmly by t�tese presents. WII�REA�, lIte Principaf has en%�'e�i into a cettSlti WI'itt�12 G011�l'AG� Wi�I7 ��'l� Gl� awarded the 1 st dt�y of Ilee�mber, 2fl20, wlticI� Coni�•a�t is herel�y a'efer�'ed to and .made a p�it het•eof for a11 purposes as if fuily set fat�h herein, to fi�rnish all �nategials, c:c�uiprr�eni labor a�id other aecessoi�ies elefii�ed by la.w, in t�e prosecut�on of Che'�V�rk, includi.ng any Change �i•ders, �s peovidec[ fo►� in said �ont-�^act desiguated as 2021 CQNGRCTE REST(�i2i�'I'ION CONTRACT 2, Gity Fi•ajeci ]�o. l(328f 1. �iO�VV, TH�1t�F4RE, the condition of t�is ohitgation is such tihaC if #lte said Pa•i��cipal shall faith�ully perf4tYn it ab�i.�ations u�tder the Conta•act and sha�l in all �•espeets duly and faitiifully parfaz•�z� the �Nork, including Gl�ang� Ord��•s, under the Canf�•act, aceordiag to the pla��s, specifeafiQns, and eor�Craet cloeu�n�nts t#�erein ��eferred to, auci as weli durin� a�y pariod of extension af fhe eon��act that may be g�'�nted on the part of the City, fhen this oblig�Cion shall ba and becz�rne nt2ll anc3 �oicl, othet�wis� to re�r�ain in fu�l fo�ce a�ld effect. P�OVID�D FIIRTHER, that if any l�gal actic�n be ftled n�i tt�is Bond, venue shail lie it� Tar�•ant Coualty, Texas or the United S.tates Districi ��urt for t�e Northern Distric� af Texas, Fort 30 Wdrth Division. � . -_ Cf'FY OF i�dRT WORTI� 202i CQNCRE'I"E RESTOEtA�'EON CO2JTRACT � STANaARI� CQNSTRUC'i'IOA1 SPECIFTCATiONt DC}f.IJME�!'1'S City Projeet i�o. l028G1 Revised 7uly 1, 241 f oa�� �3-a PERFORiv{RNCE �Qi�I? f'ege 2 of2 t This ba��d is znade attd exeauted z►t cpmpli�.r�ce w[th the provisions ni Cl�ap�e� 2253 of the 2 Texas Go�ern�nent Code, as atnended, and all liabiiities on this bQ�Yd shall be determined iz� 3 accardance vvith the pravisions of said �tatue. 4 � W�TN�S� WHERE�F, the Frinci�ai and tl�e Siu•ety have SIGNED ai�d �EALED S fhis instrument hsy duiy a��thorized ag�nts and officers on this the 1st �ay of � December �p2(} � 7 8 9 10 11 l2 13 I4 15 16 17 18 14 20 21 22 23 24 25 26 27 28 29 3A 31 32 33 34 �� 36 37 38 39 40 ATT�S'I': �, , { rin,o ai ecreta�y i � r"� . Witna s ta �'rincipaI t :r _ E� j�..��[Jt,. � Witness as to Sur PRINGIPAL: Ome�a Cant�•actin��nc. �Y��' � Sigriature �7✓- '� � 1% '� � Na�ne and Titte Address: 2S 18 ChaIk Hill Rd DaIlas, Texas 752�2 SURETY: Traveler Casualty and S ety Company of Am a � SY: I�_ Signat Batty J. Reeh t�ocne -in-Fact Name ay�d Title Addresa: One Tower Square �Hartfiord, CT q6183 � __ _ __ Telephane Nuinbez: 210.697.2230 4 i *Note: if sig��ed by an of#icer of �he Su��ety Conr��aany, tl�ere mus� be oi� fiI� a certified extract �2 frarr► tize by-laws s�to�uving that this person has a�t�ority to sign such obIigaiiaz�. tf 43 Surety's �hysieal address is differet►t �•axn its mailing address, bQth rnust be pra�ided. 44 The d�tte of the bond sltatl s�ot be p:rior ta t�e date #l�e Contract is av�rarded. 45 C1TY OF FOR'i V4r(?R'!'I� 2021 GQNC[tETE RESTORA�'!ON CONTRACT 2 STAN�ARD CQ[�lSTRUCTIOI�[ SP�CIFICATfON D�CUMENTS Gity ProjecE Aio, t0286I #Zevised July 1, 20I I Bond Number 1�728780fl 1 2 3 �4 5 6 TH� �TATF, {�F T��A� COT7IYTY [}T T1�It�NT �LrCTION 00 6I 14 PAY14��NT BOND 006[ 14- 1 PAYivfEN� I3vAf b Pagc 1 of 2 � § K.�fC}'W AL�., BY THESE PRESEN'I"S: § 7 That we, Q��cga Co»���acfit�g �uc., l�now�� as "i'rincipal" her�in, and � 7ra�elers Casuaity and Surety Campany of Arr�erica , � coi�orate si�rety � (sureties}, duly au�ilai�ized Ca da business iz� the State of TexaS, Icr�own as "Surety" herein IO {whethet• an� o�• mnf�e), aa•e heid and firmly b�und ut1�o t(�c Ciiy ai Foi�C �IVoF�th, ��x�.unicipal 1 l cot'pc�ratiaYi createcl pursuant ta the i�rx+s r�f the State of Texas, ktaovan as "City" �erein, in the 12 pe�tal sum of ��GI-.CT �IUIVDRCD FORTY NIN� THOUSAI�D, EIGHT HCYNDRED 13 SEVENTEEN AND 7�1100 DOLLARS (�8�49,817.75), lavvful money ofthe U�itzd States, tc� be 1�4 �aid in FQrt Worth, Tar�•ant Cautlty, Texas, �i�r the �a�+nlent ofwhich sum vvefl �nd truiy be mad�, IS we bind aurse[ves, our h�irs, �xec�itoj•s, atlminis��ators, successofs ancf assi�i�s, joinfiy and lb 17 IS sev��-ally, �rrnty by these presents: VVH�.REA�, PrinGi�a� has e��tered into a cerkain wt•itten Conti�act with City, awat'ded t�e lst rl�.y of Deceml�e��, 20�U, which Contt•act zs he��by re�errecl tc� a�d �nacte a par� �ei•eof fni• aIl 19 puipases as if ('ull.y set farth herei�i, to �1.4TLEF3�1 a�l materials, equi��nent, iaboi• a�id ather 20 accessories as deI"ined by law, in tlte prosecution af i�e Wo�•k as �rovided for it� said Coniract and 21 designated as 202 � CQNCRE'�`� �ESTdRt1TCON CQNT'RAC�' 2, City Project No. 1 f1286 i. 22 NOW, T��2.��+'OItE, THE CONI3IT�ON C1� `I'HIS QBLIGt�`['iQN is se�ch that if 23 l�r#ncipal sl�a�I pay a!I tnonies owi�g ta Rny (and alI) paymenl bc�iicl bene��ci�y (as de�iued izi 24 Cita�ter 2253 0� the Texas Gove�'n�rtent Cacte, as atnanded} in the prosect��io� af the Work ���tder 2,S the Ccanl�act, then this �bli�atia� sh�lI be and becorne nuil aad �void; atl�ex•wise to remain in full 26 foi•ce and ef�£ec.t. 27 28 �9 30 This bond is rnade and execu#ed in co.mpliance wiYh th�e p.��avisio��s of Gl�aptei 2253 af ��te Texas Gover��n�n� Cac�e, as ainanded, a�d al1 iiabilities an this bond shall �e det��;�nined i�� accot�dat�ce wilh ilie provisians of sard statute, CT'i'Y OF I�(3R'1' W�R77-I 2021 COi�lCI�F'!'F' 1tESTORATTON CON`l'RAGT 2 3TA1�EI7ARD CONSTRUC7'K3[�E fi:'rCf[7iCATION DU(:U[vf!?N'1'S City Yroject No. 10Z68G1 Et�viscd July 1. �Ol [ oa 6� �a -z PAYIvTENT SOND Page 2 of 2 1 2 3 4 �N WITI�i�SS WHE�Q�', the Pa•incil�al and ���rety l�ave each SIGN�D and SEALED this insh'ument by dttly aut(�arized agents �nd officecs on this the 1 st day of �ecernber �p20 . �—_�. --� A'�'TEST: � r�+`�r -�--� , (�'�'i�tci�al) Seeretaiy � _ , �• . �� Wi�ne as to Principal ATTEST: �` -� -1� � _- 4me a Coz�lractir� r I�c. BY� � � ignature j ;; � ��i ' � � 4`�-'� �Ya�e ac�d Titie Address: 2S �. $ Chall� k�i�� Rd l7alias, Texas 75212 SURETY: Travelers asuaEt a�d of Ameri � BY: Si nature Betty J. eh, Attc Natne and TxYIe '� � y ����«, �.a i i:► - f� ,� 1 ........ Witness as ta rety 5 6 7 8 9 (U 11 12 Add�-ess: One Tower Square Hartforei, CT Ofi183 - - Tefephone Number: 23 0.697.2230 �iots: If signed by a�i Offic�r af tl�e Suk•ety, there rnusf be o» f1e a cei�tified extraet iiom ti�e byIaws sho�,+ing �hat this person I�as autl�ority to sign st�eh obligation. rf S�rety's �hysical address is di�erent fi•o�n its �nailing address, both nn�st be p�•ovided. The date of the ba�:d shall �ot �ae �rior to the dat� tha Conf,�'aet is awarded. END OF SCCTION CITY OF FORT Wf]RTI�I 2fl21 CONC1tE'FE itESTaRATION COt�ETRACf 2 STANB,;4RB CQNSTRUC'E'ION SP�CIFICATiON BOCUA21;NT5 City Project No. i t126861 Revised July 1, 20i 1 Bond I�umber 1�72878Q0 i 2 3 4 5 6 7 THE S'1."ATL OF TEXAS COUi+i'I'Y OF T�RR�LI.iT �ECT.�(]�1V 00 G11� MAINI`ENANC� B�ND 00 61 19 - 1 MAlN1'ETEA�fCti E30NI) Page I of 3 § § KNOW ALL BY 7.'I�SE �'RES�NTS: § 8 That rue Omega �o��tracting L�c. kno�vn �s "P��inaipai" lt�:reitT and g Travelers Casualty and Surety Corr��any af America � a co�-�orate surety (sureties, ii� mare t�an ] 0 one) duly authorized to dc� btrsi��ess it� the State af Texa�, kr�dwn �s "St���e�y" he�•ein (whether c�ne 11 0�• more}, a��� held and it•mly hou�ld unta tlia City af �ort Wo��th, a mi�nicipal corparation cz•aAted IZ �ursuant to tt�e laws of the State of Texas, Icnown as "Cify" hercin, iii tlie stem af I:IGflT 13 NUIVDRED FORTY NIl`� THQUSA�TD, �I�HT II[T�F.dR�D ��VEI+iTEL1�i.�,ND'��lYUO 14 D(3LI,ARS ($849,aI.7.75), ia.vrfi�l nnvney ofihe Unit�d Sfiates, �o be paid in Forfi Wortli,'1"a�'�-ai�i 1S Cot�nt�+, "i"exas, for payrneni ofwhich sum well �t�ci ti`uly be r��ade unta the City and its 16 s��ccessors, we bind ou�•sel�es, aur heirs, exeai�tols, adrriinistrators, strccessars and assigr�s, jointly I7 a�d sevei•ally, ���rtly by tl��se prese�lts. 18 19 WHCItEAS, the T'rincip�l it�s enter�d into a aeitain �+1•itten co��traai witl� the Ciiy awarded 2fl the lst day o�D�cetnber, 2D20, whial� Can�act �s �te�•eby refer�-ed to and a made pa�� 3�et•eaf fax• 21 all pi�tpases as if fiilly set �orth �iereirt, to fi�rnish ai[ materials, �qui�tnent labor and other 22 ac�cessories as dei'in�d by l�w, in the prosecutian ofihe Work, i.nelu�ing any 11Vork rGsulEing #rom 23 a cluly auihot'i�ed Change Qrd��• (callectively he�'eix�, tt�e "Work") as provided for in said co€itract 2�# and clesign�ted as 2021 CONCRETE RE5TORA"I'IUN C�NTRAGT Z, City Pro,�ect No.102861; 25 anc� z� 27 W��CREAS, Principa! binds itself �o use sucfr mat�rial� anc{ tQ so cansh•ucf: the Wa1�k in 28 acco��dance wi#I� the �lans, sp�eifica.tions and Cont�`ac� I]ocumeuts that the Vlrork is and will 29 remait� free fi�a�n defects i.n inatetiais ar �vo�•kmanshi� for and during the �ei•inc� of fi+�a (�) years 3U after the clate oF�`uial Accepfance c�Fti�e Wark by tlze City ("Ma�ilte��ance Period"); and 31 32 33 34 WHEI2EAS, F�•incipal b�nds itselfto repair ar recorish-uct the Wcark in whole ar in pttrt u�o�� ceceivi��g notice f'ro�n the City o�tl�e need tla�re�or at any tr`me wiihin the Mairttenancc Perioci. Cl'�"Y OF Pf3RT W012'ifi 202i GOIVCKL:Tf: RL:S"1'OEiA'1'TON CONTL2AC:T 2 ST,4NDAk1) C�NST{2[JCTION SFiCIFICAT�QN I70CUiViENTS City Pro,ject Na. i 028G.i Rnvised J�iky 1, 2011 006119-2 IvIA�1VTENANCE BOi�D Page 2 of 3 I 2 3 4 5 6 7 8 9 10 11 12 13 14 l5 16 17 18 19 20 NOW THEREFORE, ihe condition of ihis obligation is such that if Principal shall remedy any defective Work, %r which timely notice was provided by City, to a completion satisfactory to ihe City, then this obligation sha11 become nulI and void; otherwise to remain in fuli force arid eff�ct. PROVIDED, HOWEVER, if PrincipaI shaiI fail so io repair or reconstrl�ct any timaiy noticed defective Work, it is agr-Eed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal actian be filed on this Bond, ventze shalt �ie in Tarrant County, Texas or the Unit�d States District Court for ihe Northern District of Texas, F'ort Worth Division; and PROVIDED FURTHER, that ihis obligation shall be continuaus in nature and successive recoveries may be had hereon for successive breaches. CITY �P FpRT WORTH STAI�II7AH.tJ CONSTRCJCTTON SPECIFICATION DOCiJMENTS Revised July 1, 2011 2021 CONCT2E1'� 1t�S"1'ORA1'TON CONTRACT 2 City Project No. 142561 OD6t E9-3 MAIt+iTENANCti BOND Page 3 of 3 1 IN �ITNESS W�1GRE0�', the Pt�i�scipal a��d the Surety ��ave each 5IGNED aud S�.A�LED this 2 i�strume�tt �y duly aut�o�•izee� agents and officers on this the ��t day of � Deeember � �p 20 5 G 7 8 9 10 11 A'1'T� { 12 �- � rl �� � � �;�: 14 ( �•incipal) 5ecretary 1� 16 17 f 18 19 itn as to PrincipaE 24 21 22 23 24 25 2G 27 28 ATTEST: 29C� 3� � 31 Q�c��ttt�yc --�--- 32 33 �j`�-� �r�'� 34 iNimess as ro urety PRINC�PAL: Ome�� Canfiract�g Inc. ' .; �,%. :., ' � � - te�'. r ► �. iG��� � ' �` , Name and 'I'iiie Atldress: 2518 Ch�l1c Hill Rd Dxllas. Texas 65212 SURETY: Betty J. Re�, Atiorney-in-Fact Name and Title Add�ress: One Tawer Square Hart€ord, CT 06183 Telephane Number: 2'[ 0•fi97.2230 35 36 *Alote: Tf signed �y a�i Q�f"icer ofthe Surety Cotnpany, th�re rnu�t be on �ie a certiited ex�ract 37 fi�o�n the �y�laws showing that this pe��san has a�thnrity to sigta such obligatior�. Ii 38 Surety's physiea� adc�rass is differen# from its rna.i3ing add��ess, bntl� must be pravided. 39 The date of ihe bond shall not i�e p�-io�• to the date tlse �antz•aat is awarded, �� CITY aF FORT WORTkI �021 CONCRi:'TE iiESTORA`�XOiV COT1"F"RACT 2 STANDARD CONSTFZUCI'IOId SP�CIFICATION ]7DC3iMENTS Ci4y Project �io. 102861 Rc�ised 3uiy l, 2011 ������ ��� • Trae+eler�s �asE��l�,+ and �urety �omp�ny of Ame�ica Tr��+eler�s Gas�a�lt�+ ar�d Sure�y Carnpar�y ffif. �aul �ir� ar�� Wl�rir�� I�sur�n�e Corr��ar�y PpWER OF ATTQFtM�Y I�NOW ALL MEN BY THE5E PRESEN7S: That'Cravelers Casualty and Surety Company of Arnerica, Tra�eiers Casua[ty and Surety Gampany, and 5t. i'aul Fire and Marine Insurance Gampany are corparat3ans duEy organized under the laws of ihe State of Connecticut (herein colfectively called the "Companies"), and that the Campanies do hereby make, cor+stitute and ap�ooint Betry J. Reeh, af San Antonio, Texas, their true and lawful Aftorney-in-Fact to sign, execute, seai and ac�Cnowledge any and aEl bbnds, recognizances, conditior�al undertakir�gs and ather wriiings obligatory in the nature thereaf on hehalf of iha Companies in their business vf guaranteeing the fidelity af persor�s, guaranteeing the performance of cantracts and executing or guaranteeing bo�ds �nd undertakings required or permitted in any actions or proceedings allawed by law. EH WITIdESS V4iH�REOF, the Campanies have caused t�is instrument to be signed, and their corparate seafs to be i�ereto affixed, this 3M cRay of Fe6ruary, 201'7. �:f"`a€•.,, - �� Zy+ss�L�tiy� ��apGTr eybs9 q'`[��'`�n F',a G �? � "�. 6 � �Z � ►�4 # �' Nr�iFa� �+ � [�C �J`I.C"� r O�OY i. $ �. i� � �. ,��� �'bb1 s '�.A� �. �' State of Cpnnecticut City of Nardord ss. . � y „��`y'i'/ By: �" :.c:C�°'c-r�c� —�`'`} - ."� Rabert L. Raney, Se or Vice President �n this the 3rd day of February, 2Q17, beiore me personaEly appeared Rohert L. Raney, who acknow]edged himseli to be the Senior Vice President o# Travelers Casua�ty and Surety Gorr�pany of America, Traveiers CasuaEty and Surefy Cnmpany, and St. Paul Fire and Marine lnsurance Company, and that he, as such, being author�zed so ta do, executed the foregoing insirument for the purposes therein contained by signing on behalf af the corporations by himself as a duly authorized ofFicer. In Witness Whereof, 1 hareunta set my hand and afficial seal. My Commission expires fhe 30th cEay oi June, 2Ef21 �'��� �cY�c� c �,�¢c�.�� � �� .� RAar�e C. ietreault, Nofary Public This Power of Attorney is granted under and by the authoriry of the folfowing resoluiions adopted by the Bpards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty ancE Surety Company, and St. Paul Fira anc! Marine lnsurance Campany, which resalutions are now in #ull force and effent, reading as follows: RESOLVE�, thaf the Chairman, the President, any Vice Chairman, any Execuiive Vice President, any Senior Vice Fresident, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasu�er, #�e Corporate 5ecretary or any AssisFant Secretary may appoint Attorneys-in-Fac# and Agents to acf for and on behalf ot the Caritpany and may give such appointee such authprity as his ar her certificate of auihority may prescribe #o sign with the Company's name and seal with fhe Company's seal bonds, recognizartces, contracts of indemnity, and other writings obilgatory in the natura of a bond, recognfzance, or eonditional undertakir�g, and any of said officers ar the Board of Directors at any time may remo�e any suah appointee and revoke the power given him ar her; and it is FURiHEFi FiESQLV�D, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice PreS3dent may defegate all or any part of fhe foregoing authority to ane or more officers or emplayses ot this Company, provided thai each such delegatian is in writing and � capy thereot is fifed in the pfiice of the SeCretary; and it is FIiFtTHER RESOLVEi}, #hat any bond, recognixance, cantract ot i�demnity, or writing obfigatary ir� the nature of a band, recognizance, or eonditional undertaking shall pe valid and binding upon the Company when (a} signed by the President, any Vice Chairman, any Eacecuti�e Vice Presiderot, any Seniar Vice Pres9dent or any Vice President, any Seeond Vice PresidenE, the Treasurer, any Ass+stant Treasurer, the Corporate 5ecretary or any Assistant Secretary and duly attested and sealed with the Company's seal �y a Secretary or Assistant Secretary; or (b) duly exeeu#ed {under seal, if required} by one or more Rttorr�eys-En-�'act and Agenis pursuanf to the power prescribed in his ar �er certiiicaie or their ceriifica#es of autho�ity or #�y one or more Company a#ficers pursuant ta a written delegation of authority; and it is �URi'HER Ft�SQLV�D, fhat the signature oi each oi the iollowing officers: Presidenf, any Executive Vice Fresident, any Senior Vice President, any Vice President, any Assistant Vice Preside�t, any Secretary, any Assistant Secretary, and the sea� of the Company may be affixed �y facsimile to any Power oi Attarney or to arty certificafe re�ating ihereta appointing Resident Vice Presidsnts, ResidenE Assistant Secreiaries or Rttorneys-in-F'act #or pu►poses only of executing and attesting bonds and ur�dertakings ar�d other writings o�figatory in fhe nature fherenf, and any such Pawer af Attarney or certifieate bearing such facsimile signature or facsimile seal shafl be �alid and hincfing upon the Company and any such power sa executed and certified by suah facsimile s9gnature and facsimile seal shall be valid and binding an the Company in the tuture with respect to any bond or understanding to whic� it is aftac�ed. !, Fier►in E. Hughes, the undersigned, AssistanT Secretary of Travelers CasualEy and Cornpany, and St. F'aul Fire and Marine Insurance Company, da hereby certiiy ti�at the Attprney executed_f�y said Campanies, which remains in #ulE force and ettect. Dated this � � day of � �� . . ���� ��p+.SY Ar�qB ��� �ga � oe' �9� � 1q � +a ��� a� HR9iFOHd � � t71�.`I�S . 'PF" �'° WriN. � o lFak3 � i� �� � �. � � �.f ,� �� Sureiy Company af America, Travefers Casualty and Surety ibove and #oregoing is a Erue ancf correct capy of the Power of _ .�rA-� � �a�- Kevin E. Hughes, Assi arri Secretary To ver/fy t�3e authentfciiy afthis PpwerofAttorney, ple�� caU us at' i�OO-4Z1 3�'0. Pleasie refer ta the ahorre named.�ttnrney-ia-Fact a�rd the details oft`fre band ta �rhich the�vwer is a�tacH�d. If���Ri,�NT NQTI�I� Ta abtain inf�rmation or make a camplaint: You may cal� Travelers Casualfy and Surety Campany ofi Amer�ca and �#s affiliates' tall- firee telephone number for informaiion or to make a compiafnt at: �-��0@m�2��21�9 You may contact #he Texas Department of Insurance tn abtain informatior� on companies, coverages, rig�ts or complaints at: `� -�00-�52-3�39 You may write the Texas Department of insurance: P.O. Box 149104 Austin, TX 78714-9'� 04 Fax: (512) 475-'! 771 Web: � ,te.tx.us E-mail: .. �errratectionCc�tdi.state__.tx.us P���I�f� OFi �L�i� D�S�'UT��: Sho�ald you have a dispute concerning your premium or about a claim you should canta�t your Ageni or Trave�ers first. If the dispute is no# resol�ed, you may con#act fhe Texas Depar#ment of Insurartce. �i�'�CH il-�I� �OTIC� iA Y�l�l� ��i��: This notice is for information only and does not become a part or cQrtdition of t�e a#tached document and is giver� to comply with Texas legal and reguiatory requirem�nts. (PN-042-5) Ed. 10.18.0� IVAM�b IiVSURED: Ornega Contracting, [nc. POLICY NUMBER: 46UEA1C1842 . ,' ;.-� �HIS �fV���S�M�i�T �HAi���S iR�� POLICY. PL�ASE R��e,D IT CAREF�ILLY, i�,�������11�10� Q������ - ������� ������� �� ����������� � ���Q�� 0� This endorsement modifies insurance pro��ded under the fallowing: COMMERGIAL GENERAL LIABILITY COVERAGE PART SCH�DU�� Name Of Additional Insured Person(s) Designaied Praject{s) Or Location(s) Qr Qr anizatian s: Of Go�ered O erations: Blanket as raquir�d by written confract agresment Information re ui�ed to com let� this Schedule if not shown abo�e wilE be shown in the Declarations. A. With respecf to those person(s) or organization{s) shown in the Schedule abo�e when you ha�e agreed fn a written contract or written agreement to pro�ide insurance such as is afforded under this palicy to them, Subparagraph f., Any Other Party, und�r the Additional Insureds When Required By Written Cantraci, Written Agreemant Or Permit Paragraph of Section II — Who Is An Insured is replaced with the following: f. Any Oth�r Party Any ather person ar organization who is nat an insured under Paragraphs a, thro�gh e. abo�e, but only with respect to liability for "bodily injttry", "prop�rty damage" or "personal and advertising injury" arisinq �ut ��- {1) Yo�r �rnr�r�,r3g c��arati+��s performed for s�ch additional insured at the project(s) ar location(s} designa�ed in the 5chedule; (2) Premises owned by or ren#ed to you and shown in the Schedul�; or (3) "Yfl�r wor�C" for the additionai insured at the project(s) ar location(s) designated in the Schedufe and included within the "products-cornpleted operations hazard", �arm HS 24 83 0713 but only if: (a) The written cantract or written agreement requires you to pro�ide such coverage to sucf� additional insured at the pro�ect(s) or location(s) designated in the Schedule; and (b) This Co�erage Pa�t pro�ides co�erage far "badily injury" or "property damage" included within the "products- campleted operations hazard°. The irtsurance afforded to the additional insured shown in the Schedule applies: (�l) pnly if #he "bodily injury" or "properiy damage" occurs, or #he "p�rsona] and ad�ertising injury" offense is committed: (a) During the policy period; and (b) Subsequent tn the execution of such written contrac# or written agreement; and (c) Prior ta the sxpiratian of the periad of time that the written contract or written agreement requir�s such insurance be prauided to the additional insured. Page 1 of 2 O 2013, The Hartford {includes capyrighted material of Insurance Services �ffice, lnc., with its permission.) {2) Onfy ta the extent permitted by law; and (3) Will not be broader than that which you are re�uired by the written contract or written agreement to provide for such additional insured. With respect to t�e insurance atforded to the person(s) or arganization(s) that are additional insureds und�r #his endarsem�nt, the folfowing adcfitional exclusion ap�lies: 7his insurance does not ap��y to "bodily injury", "property damage" or "personaf and aclvertising injury" arising out o# the rendering of, or the failure to render, any professiana! architec#ural, er�gineerir�g or surveying services, including: {1} The preparing, approving, or failing to prepare or ap�ro�e maps, shop drawings, o}�inions, reports, surveys, field arders, change orders, designs or specifications; or {2} Supervisory, inspactian, architecturaf or engineering activities. The iimits of ir�surance that appiy to the adclitionai insurad shown in the Schedule are described in the Limifs Of Insurance sectian. Haw this insurance applies when other insurance is availafafe to the additional insured is described in the Other Insurance Condition in Section fV -- Cornmercial General Liability Condit'rons, except as otherwise amended below. �, With respect to insurance provided to the person{s) or organization{s) that are additional insureds under this endorsement, the When Yflu Add �th�rs As An Additional Ir�sured To This lnsurance subparagraph, under the Other lnsurance Condition of Sect�on IV -� Commercial General Liability Conditions is replaced witY� the fo�lowing: Wi�en You Add Others As An Additional Insured To This fnsurance (a) Pri�nary lnsurance When Requir�d By Con#ract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also prirnary, we wifl sF�are with ali t�at ather Ensurance by the methad described in Paragraph (c) belaw. This insurance does not apply to other insurance to which , the additionaf insured in the Schedule has been added as an additional insured. (b) PrErr���'y �0.nd �Von-�oitilrEbulory To Other I��suran�e INhe� ���uired �y �oe�#ract This insurance is primary to and will nat seek contribution from any other insurance availa�le to an additional insured under your policy pro�ided that: (i) The additional insured in the Schedule is a Named lnsured under such other insurance; and (ii) Yau have agreed in a written confract or written agreerrie�t that tnis insurance would be primary and wou�d not seek contribution from any other insurance a�ailable to the additionaf insured in the Schedule. (c) �liethad Of Sharing ff all of the other insurance permits cantribution by equal shares, we wifl faffow this rnethoc! afso. Under this approach, each insurer contributes equal arnounts until it has paid its applicable limit of irtsurance or none of the loss remains, whichever comes �irst. If any of the other insurance do�s not permit contribution by equal shares, we will contribute by iimits. EJnder this mefhad, each ir�surer`s share is based on the ratEo of its applicable limit of insurance to the total appiicaE�[e limits of insurance of all insurers. Afl other terms and conditions in t�e palicy remain unchanged. Page 2 of 2 Form HS 24 83 07 '�3 NAMED INSL]RED: Omega Contracting, Inc. POLICY R�UMSER: 46UEA1C1$42 . •i�n �' i �������II�IF� i�d������� �I!"Y����� 11 �� *e ����� ��Il �,�■ Vario�s pravisions in t�is policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not co�ered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the D�clarations, and any other person or organizatian qualifying as a Narned Insured under this policy. The words "we", "us" and "our" refer to tha stack insurance company member of The Hartford providing this insurance. The word "insured" means any �erson or organizatian q�alifying as such �nder Section II - Who Is An Insured. Other words and phrases that appear in quotation marks have sp�cial meaning. Refer to Sectian V- Definitions. S�CTIQN I - COVERAGES COVERAGE A BODILY INJl1RY AND PR�PERTY DAMACCE L.IABILITY 1. Insuring Agreement a. We will pay thase sums that the insured �ecomes Isgalfy ab[igated ta pay as damages E�ecause of "bod�ly injury" or "property damage" to which this insuranc� applies. We will ha�e th� right and duty to defend the insured against any "suit" seeking those damages. Nowe�er, we will ha�e no duty ta defend the insured against any "suit" seeking damages for "bodily injury" or "�roperty damage" ta which this insurance does not apply. We may, at our discre#ion, in�estigate any 'bccurrence" and settle any clairr� or "suit" that may resuit. But: {1) The arriount we will pay far damages is limited as described in 5ection III - Limits Of Insuranc�; and (2} Our right and duty to defend ends when we ha�e �sed up the applica�le limit af insurance in #he payrnent of judgments or settlements under Co�erages A or B or medical expenses under Co�erage C. No other abligatian or liabi{ity to pay sums or perforr� acts or ser�ices is co�ered unless explicitiy pra�ided for under Supplementary Payments � Co�erages A and B. b. This insurance applies to "bodily injury" and "proper�y damage" only if: {1) The "bocEily injury" or "�roperty darnage" is caus�d by an 'bccurrence" that takes place in the "co�erage territory"; (2) The "bodily injury" or "proper#y damage" accurs during the policy �eriod; and (3) PrEor to the policy period, no insured listed under Paragraph 1. of Section 1[ - Who Is An Insured and no "emplayee" authorized by you to gi�e or recei�e notice of an "accurrence" or c[aim, €�new that the "bodily injury" or "property damage" had occurred, in whole or in part. If such a listed insured or authorized "�mployee° kn�w, �rior to the policy period, that the "bodily injury" or "property damage" occurred, then any continuation, change or resumption of such "bodily injury" or "property damage" during ar after the policy period will be deemed ta ha�e besn known prior to the policy period. c. "Bodily injury" or "property dar�age" will be deemed to ha�e been known to have occurred at the earliest time when any insured listed under Paragraph �. of Section li - Who Is An Insured or any "ernployee" authorized by you to gi�e ar recei�e notice of an "occurrenca" or daim: (1) Reports afl, or a�y part, of the "bodily injury" or "property damage" to us ar any ofher insurer; (2} Recei�es a written or �erba] demand ar claim for �iarnages because of the "bodily injury" or "property damage"; or (3) Becomes aware �y any other means that "bodily injury" or "property damage" has occurred or has begun to occur. d. Damages E�ecause of "bodily injury" inclurfe damages claimed by any person or organization far care, loss of s�rvices or death resulting at any tirr�� from the "bodily injury„ e. lncidental Niedical Ilfla�prac#ice And Good Samaritan Co�erage "Bodily injury" arising out of the rendering of or failure to render the following health care services by any "employee" ar "�alunteer worker" shall be deemed to be caused by an "accurrence" for: HG 00 01 d9 16 Page 1 of 21 O 2016 The Hartford {Includes copyrighted materia! af Ins�rance Services Office, Inc. with its permission.) (1) Professional health car� s�rvices such as: {a) Medical, surgEcal, dental, �aboratory, x- ray or nursing services or treatment, advice or instruction, or the related furnishing of food or beverages; tb) Any health or #herapeutic service, treatment, advice or instruction; or (c) The furnishing or dispensing of drugs or medical, dental, or s�rgical supplies or appfiances; or (2) First aid services, which include: (a) Cardiopulrnanary resuscitation, whether performed manually or with a defibrillatar; or (b) Ser�ic�s performed as a Good Samaritan. For the purpose of determining the lirrtifs of insurance, any act or omission together with afl related acts or omissians in the furnishing of these services ta any one person wiff be cons�dered one "occurrence". However, this Inciden#al Medical Malpractice And Good Samaritan Coverage pro�ision applies on�y if yau are not engaged in the business or occupation af providing any of the services described in this pravision. �. �acclusions This insurance does not apply to: a. Expected Or lntended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting frorn the use of reaso�abie force to protect persons or property. b. Confrac#�al Liahility "�odily injury" or "property damage" for which the insured is obligated fo pay damages by reason of the assumption Qf liability in a contract or agreernent. This exclusion does not apply to iiabili#y for damages: (7) That the insurec� would have in tne absence of the contract or agreement; or (2) Ass�med in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subsequent to the execution of the contract or agreemertt. Solely for the purposes of liability assumed ir� an "insured contract", reasonable attorney fees and necessary litigation expenses incurred �y or far a party other than an insured are deemed ta be damages because of 'bodily injury" or "property clamage", provided: (a} Liability to such party for, or fflr the cost of, that party's defense has also b�en assumed in the same "insured contract", and (b) Such attorney fees and litigation expenses are for defense of that parfy against a civil or a�ternative dispute resolution proceeding in which damages to which this insurance applies are alleged. c. Liquor Liahili#y "Bodily injury" or "property damage" for wt�ich any insured may be held liable by reason of: (1) Causing or contributing to the intoxication of any person; (2} i"he furnishing of alcoholic bevarages to a persan under the legal drinking age or under the inffuence of alcohol; or (3) Any statute, ordinance or regufation relating to the sale, g�it, distribution or use of afcoholic be�erages. This excfusion applies even if the ciaims against any insured allege negiigence or other wrongdoing in: (a) The supervision, hiring, empfoyment, training ar monitoring of others by that insured; or (b) Providing or failing to provide transparta#ian with respect #o any person #hat may be under the infFuence af alcohof; if the "occurrenc�" wF�ich caused the "bodily injury" or "prop�rty damage", in�olved that which is described in Paragraph {7), {2} or (3) above, However, th15 exclusion applies only if you are in the business of manufacturing, distr�butir��, sefling, serving or furnishin� alcoholic beverages. For the purposes of this exclusion, permitting a person to bring alcohalic beverages on your premises, for consumption an your prernises, whether or not a f�e is charged or a license is required for such activity, is r�ot by itseif considered the bus�ness of selling, serving or �urnishing alcoholic beverages. d. Workers' Compensation And Similar Laws Ar�y obligation of the insured under a workers' compensation, disability banefits or unemployment compensation law or any similar law. e. �mployer's L�ability "Bodily injury" to: (1} An "employee" o� the insured arising out of and in the course of: €�age 2 of 21 HG Oq Di 09 7 6 (a) Employment f�y the insured; or (b) Performing duties related to the conduct af the insured's business; or (2} The spouse, child, parent, brother or sister of that "employee" as a cansequence of Paragraph (1) abo�e. This exc[usinn appiies: (1) Whether the insurad may be liable as an employer or in any other capacity; and (2} To any obligation to share damages with or repay someone else who must pay damages because af the injury. This exclusion does not apply to liabil�ty assumed by the insured under an "insured contract". f. Poilutian (1} "Bodily injury" or "property damage" arising aut of the actual, alleged or threatened discharge, dispersal, se�page, migratitin, release or escape of "polfutants": (a) At ar from any premises, site or location which is or was at any time owned or occupied by, or rented or loar�ed to, any insured. Hawe�er, this subparagraph does not apply ta: (i) "Bodily injury" if sustained wiihin a building and caused by smake, fumes, �apor ar soot produced by or originating from equipment that is used to h�at, cool ar dehum�dify the building, or equipment that is used to heat water for persanal use, by the building's occupants or their guests; (ii} "Bodily injury" or "pro�erty damage" far which you may be held liable, ifi you are a contractor and the owner or less�� of such premises, site ar location has been added to your policy as an additional insured with respect to your ongoing operatians performed for that additional insured at that premises, site ar locafion and s�ch premises, site or locafion is not and ne�er was owned or occupied f�y, or rented or loaned to, any insured, other than that additional insured; or (iii) "Bodily injury" or "property damage" arising au# of heat, srnoke or fumes fram a "f�ostile fire"; (b} At or from any premises, site or location which is or was at any time us�d by or for any insured or athers for the handling, stara�e, ciisposal, pracessing or #reatment of waste; (c) Whic� are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or #or: (i) Any insured; or (ii} Any person or organization for whom you may be legally responsibie; (d) At or from any premises, site or location on which any insured or any contractors ar subcontrac#ors working directly or indirectly on any insured's behalf are performing operations rf the "pollutants" are brought on or to the pr�mises, site or location in connection with such aperatians by such insured, contractor or subcontractor. Hawe�er, this subparagraph daes not apply to: (i) "Bodily injury" ar "property damage" arising out of the escape of fuels, fubricants or other operating fluids w�ich are needed to perform the normal electrical, hydraulic or mechanicaf functions necessary for the o�eration of "mobile equ�pment" ar its parts, if such fuels, luhricants ar other operating fluids escape from a �ehic[e part designed to hold, store or recei�e them. This exception daes not apply if the "bodily injury" or "property damage" arises aut of the intentional discharge, dispersal or re[ease of the fuels, lubricants or other operafing fluids, or if such fiuels, lubricants or other operating fluids are brought on or to the premises, site or focation with the intent that they be dischargad, dispersed or released as part of the operations being performed �y such insured, contrac#or or subcontractor; (ii) "Bodily injury" or "praperty damag�" sustained within a building and caused by the release af gases, fumes or vapors frorn materials bra�ght into that I�uilding in cor�nection with operatio�s being performed by you or on your behalf by a contractor or subcontractor; or �iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes fram a "hostile fire"; ar (e) At or from any premises, site or locatian on which any insured or any contractars ar subcontrac�ors working directly or indirectly on any insured's behalf are per#orming operations if the HG 00 01 OS 16 Page 3 of 2�t op�ratior�s are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants". (Z) Any loss, cost ar expense arising out of any: (a) Request, demand, order or statutory or regUlatory requirement that any insured or others test for, monitor, clean up, remove, con#ain, treat, detoxify or neu#ralize, or in any way respond #o, or assess the effects of, "pollufants"; or {h) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitaring, cleaning up, removing, containing, treating, detoxifying or neutr.alizing, or in any way responding to, or assessing the effects of, "pollutants". Hawever, this paragraph does not apply to liability for damages becaus� of "property damage" that the insured would ha�e in the absenc� of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental autharity. g, A�rcra#t, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft ownecf ar operated by or rented ar loaned to any insurecl. Use includes operation and "laading or unloading". This exclusion applies even i# the clairns against any insured allege negligence or other wrangdoing in the supervision, hiring, employment, training or rrtonitoring of others by that insurecE, if the "occurrence" which caused the "�odify injury" or "property damage" involved the ownership, maintenance, use ar entrustment ta others of any aircraft, "auto" or watercraft that is awned or operated by or rented or foaned to any insured. This exclusion daes not apply 1a: (1) A watercraft while ashore on premises you own or rent; (2) A watercraf# you do no# own that is: (a} Less than 51 feet long; and (h) Not being used to carry persons for a charge; (3) ParE�ing an "auto" nn, or an t�e ways next to, premises yau awn or rent, pra�ided the "auto" is not owned by or rented or loaned to you or t]�e insur�d; (4) Liability assumed under any "ins�red cantract" for the ownershi�, rr►ainter�ance ar use of aircraft or wat�rcraft; (5) "Bodily injury" or "property damage" arising out of: �a) The operation ofi machinery or equiprnent that is attached to, or part of, a land vehic�e that woufd c�ualify under the de#initian of "mobile equipment" if it were not subject to a compufsary or financial responsibility law or ather motor vehicfe insurance law where it is ficensed or principally garaged; or (h) The operation of any of the machinery or equipment listed in Paragraph f.(2) or #.(3) oF th� definition of "mo�ile equipment"; or {6) An aircraft that is not owned by any insured and is hired, chartered or loaned with a�aid crew. However, this exceptian does not appiy if the insured has any other insurance for such "bodily injury" or "property damage", whe#her the other insurance is primary, excess, contingent or on any other basis. h. iNabile Equipment "Bodily injury" or "property damage" arising oui of; (1j ihe transportatian of "mobile equipment" by an "auto" owned or operated E�y or rented or �oaned to any insurecE; ar (2} The use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing, speed, demolifian, or stunting activity. i. War "Bodily injury" or "property damage", however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; {2) Warlike action by a military force, including action in hinderin� or defending against an actual or expected attack, by any governmer�t, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebelfion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any ofi these. Damage To Property "Property damage" to: �1) Property you own, rent, or occupy, induding any costs or expenses incurred by yau, or any ofher person, organization or entity, for repair, replacement, Page 4 af 21 HG QO pi 09 16 enhancement, restoration or maintenance of such property �or any reasan, including pre�ention of injury to a person or damage to another's praperty; {2) Premises you sell, gi�e away ar abandon, if the "property damage" arises out of any �art of those premises; (3) Property loaned to you; (�) Personal property �r� the care, custody or control af the insured; (5) That particular part of real property on which you or any contractors or s�bcantractors workEng directly or indirectiy on your behalf are performing operations, if the "prope�iy damage" arises out of those operations; or (6} That part9cufar part of any property that must be restarecf, repair�d ar replaced because "your work" was incorrectly performecE on it. Paragraphs (1), (3) and (4} of this exclusion do not apply to "praperty damage" (other than damage by #ire) to premises, including the contents of such premises, rented to you for a period of se�en or fewer cons�cutive days. A separate fimit of insurance applies to Damage To Premises Rented To You as described in Section III - L,imits �f Insuranca. Paragraph (2) af this excfusion does not apply if the premises are "your work" and were never occupied, rented or held fior r�ntal by yau. Paragrap�s (3) and (4) of this exclusion do not apply to "property damage" arising fram the use of ele�ators. Paragraphs (3), (4), (5) and (f} of fhis exclusian do not apply to liability assumed under a sidetrack agreerr�enf. Paragraphs (3) and (4} af this exciusion do r�ot apply to "property damage" to borrowed equipment while not being used ta perfarm o�eratians at the job sita. Paragraph (6) of this exclusion does rtot apply ta "property damage" inclUcied in the "products-completed operations hazard". Ec. Damage To Your Product "I'roperty damage" to "your praduct" arising out of it or any part of it. Damage To Your Wark "Praperty damage" to "yaur work" arising out of it or any part of it and included in the "products-completed operations hazard". This exclusion does not apply i� the damag�d wor�C or the wark out c�f which the damage arises was performed on your beha[f by a subcantractor. m. Damage To Irnpaired Property Or Property Not Physically Injureci "Prap�rty damag�" to "impaired pr�perty" ar prop�rty that has not been physically injured, arising out of: (1} A defiect, c[eficiency, inadequacy or dangerous condition in "your product" or "your work'; or (2) A delay or failure by yau or anyone acting on your behalf fo perform a contract or agreement in accordance with its terms. This exclusion does r�ot apply to ti�e loss of use of other property arising out of sudden and acciciental physical injury to "yaur product" or "your work" after it has been put ta its intended use. n, Recall Of Prod�cts, Work Or Impaired Proper#y Damages claimed for any foss, cost or expense incurred by you or others #or the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, remo�al or disposal of: (�1) "Your produci"; (2) "Your work`; or (3) "Impaired property"; if such product, work, or �raperty is withdrawn or recalled from the marke� or fram use by a�y person ar organizatian because of a known or suspected defect, deficiency, inadequacy or dangerous cortdition in it. o. Personal And Ad�ertising lnjury "Sodily injury" arising out o� "personal and ad�ertising injury". p. Access or Disclosure O� Confider�tial Or Personal Infarmation And Data-related Liability Damages arising out of: (1) Any access to or disdosure of any person's or organizatian's confidential ar personal information, inc�uding patents, trade s�crets, processing methods, customer lists, financial information, credit card information, health infarmation or any other type of nonpublic information; or {2) The lass of, loss of use of, damage to, carruptio� of, inability to access, or inability to manipulate electronic data. This exciusion a�plies e�en if damages are claimed for natification costs, credit monitoring expenses, farensic expenses, public relations expenses or any other loss, cost ar expense incurred by you or ath�rs arising out of that which is described in Paragraph (�) or (2) above. HG 00 01 09 16 Page 5 ofi 21 However, unless Paragraph (1) above applies, this exciusion do�s not apply to damages because of "bodily injury". As used in this exclusion, electranic data mearts information, facts or programs sfored as or on, created or used on, or transmitted to or from computer saftware, including systems and appEications software, hard or fioppy disks, CD-ROMS, tapes, dri�es, cells, data processing devices or any other media which are used with e�ectronically controlled equipment. q, Emplayment-Related Practices "Bodily injury" to: (1) A person arising out of any "employment- related practices"; or {2} The spouse, child, parent, brother or sister of that persan as a car�sequence of "bodiiy injury" to ihat person at whom any "employmen#-related practices" are directed. 7his exclusio� applies: {1) Wheiher the injury-causing event described in the definition of "employment- related practices" occurs before employment, during employrr�ent ar after employment of that persan; (2) Whether the insured may be liable as an employer or in any other capacity; ancE (3) To any obligation to share damages with or re�ay someone else who �nust pay damages because of the injury. r, Asbestos (1) "Bodily injury" or "property damage" arising out of the "ashesios hazard". (2) Any damages, judgments, settlements, 1055, CdStS DY eXpBnSeS �hat: (a) May be awarded or incurred by reason of any claim or suit alleging actual or threatened injury or damage of any nature or Ecind to persons or property which would not har�e occurred in who[� or in part f�ut fnr the "asbestos hazard"; (b) Arise out of any raquest, demand, order or statutory or regulatory reguirement that any insur�d or others test for, monitor, cl�an up, rerriov�, encapsulate, contain, tr�at, detoxify or neutralize or in any way respond to ar assess the effects of an "asbestos hazard"; or (c) Arise out of any claim or s�it for damages because of testing for, rr�onitoring, cleaning up, removing, encapsulating, corttaining, treating, detox�fying or neutralizir�g or in any way responding to or assessing the effects of an "asbestos hazard". s. Recording And nistr`ibution Of iwaterial Qr Information !n Violaiion Of Law "Bodily injury" tir "property damage" arising directly or indirectiy out af any action or ornission that violates or is alleged to violate: (7) T�e Telephone Consumer Protectior� Act (TCPA), including any amendment of or additifln to such law; (2) The CAN-SPAM Act of 2003, inciucfing any amendment ot or addition to such law; (3) The Fair Credit Reportmg Act (FCRA), and any amendment of or addition to such law, induding the Fair and Accurate Credit Transaction Act (FACTA); or (4) Any #ederal, state or local statute, ordinance or regulation, other than the TCPA or GAN-SPAM Act af 20Q3 or FGRA and #heir amendments ancE additions, that addresses, prohibits or limits the printing, dissemination, disposal, collacting, recording, sending, transmitting, communicating or distribution of material or information, Damage To Premises Rented To You � �xception For Damage �y �ire, Lightning Or Ex�losion Exc�usions c. through h. and j. through n. do not apply to damage by fire, lightning or explosion to peemises whife rented to you or temporarify occupied by yau with permission af the owner. A separate limit of insurance applies ta this coverage as described in Section Ill - Limits �f f nsurar�ce. COVERAGE B PERSONAE. AN17 ADV�RTISING INJURY LfABfLITY i. insuring Agreement a. We will pay those sums that the insured becomes legalfy of�ligated to pay as damages because o# "personal ancE advertising injury" to which this insurance app�ies. We will �ave the right and duty to defend the insured against any "suif" seeking those damages. However, we wil! have no duty to defend the insurac� against any "suit" seeking damages for "persana� and adWertising injury" to w�ich this in$urance daes not apply. We may, at our discretion, investigate any offense and seitle any cfaim or "suit" that may result. But: (f) The amount we will pay for damag�s is limited as described in Section IIl - Limits Of Insurance; and (2) Our right and duty to defend end when we have used up the applicable limit of insurance in the payment of judgrr�ents or Page 6 of 21 bG 00 01 09 16 settlements under Coverages A or B ar medical expenses under Co�erage C, No other oE�ligation or liability to pay sums or perform acts or services is ca�ered unless explicitly providad fo.r under SUpplementary Payments - Ca�erages A and B. b, This insurance applies io "persanal and advertising injury" caused by an ofifense arising out of your business but only if the offense was commiited in the "co�erage territory" during the policy period. 2. Exclusions This insurance does not apply to: a, Knawing Violation Of Rights Of Another "Personal and advertising injury" arising out of an offense commE�ed by, at the direction or with the consent or acquiescence of th� insured with the expectation of inflicting "personal and advertising injury". b. Material Published With FCnowledge Of Falsity 'P�rsonal and ad�ertising injury" arising nut of oral, written or electronic publication, in any manner, of material, if done by or at the direction of the insured wiih knowledge of its #alsity. c. Material Published Prior �o Policy Per�aci "Persanal and ad�ertising injury" arising out of oral, written or �I�ctronic puhlication, in any manner, of maieria! whosa first publica#ion too� place befora the beginning of the paGcy period. d. Criminal Acts "Personal and ad�ertising injury" arising aut of a criminal act cammitted by or at the direction of #he insured. e. Cantractual Lia�ility "Personal and ad�ertising injury" for which the insured has assumed liability in a contract or agreement. �his exclusion does not apply to ]iabiiity for damages that the insured would ha�e in ihe absenca of the contract or agreement. f. Breach Of Contract "Personal and ad�ertising injury" arising out af a breach af contract, except an implied contract to use another's "ad�ertising idea" in your "ad�ertisement". g. Quality Or Perfar�nance Of Goods - Failura To Confarm io Statements "Personal and ad�ertising injury" arising out of the failure of goods, products or services ta conforr� with any stater�ent of quality or per#ormance rnade in your "ad�ertisem�nt". h. Wrong Descriptian �f Prices "Personaf and ad�ertising injury" arising out of the wrang descriptian of the price af goads, produc#s or s�rvices. i. Infringement �f Intellectual Praperty Rights {�) "Personal and ad�ertising injury" arising aut of any actual or alleged infringement or �iolation of any intellectual property rights such as copyright, patent, trademark, trade name, trade secret, trade dress, service mark ar other designation of origin or autheniicity; or (2) Any injury ar damage alleged in any ciam or "suit" that also alfeges an infringement or violation of any intellectuaE property right, whether such allegatian of infringe�nent or �iolation is made by you ar by any other party in�ol�ed in #he claim or "sui#", regardless of whether this insurance woulci otherwise apply. Howe�er, this exdusion does not app[y if the anly aliegation in the claim or "suit" in�ol�ing any intellectual property right is limited to: (1} Infringement, in your "ad�ertisement", of: (a) Copyright; (b) Sfogan; or (c) Title of any literary or arkistic wark; or {2) Copying, in yaur "ad�ertiserrten�", a person's or organi�afion's "ad�ertising idea" or style af "ad�ertisement". j. Insureds In �1Jledia And ln#ernet Type Businesses "Personal and advertising injury" comrr�itted by an insured whose b�[sir�ess is: (1) Ad�ertis�ng, broadcasting, pub[ishing ar telecasting; (2) �esigning ar determining con#ent of web sites for others; ar (3} An lnternei search, access, content ar service provider. Howe�er, this exclusEon does not apply to Paragraphs a., b. and c. af the definition of "persanal and advertising injury" under the Definitions Section. For fhe purposes of this exclusion, the placing of frarnes, borders or links, or ad�ertising, for you or others anywhere on the Internet, is not by itself, considered the business of ad�ertising, broadcasting, pubfishing ar telec�sting. Et. Electronic Chatrooms Or Bulletin Boards "Personal and advertisi�g injury" arising out of an elecironic chatroom or �ufletin board the HG 00 07 0916 Page 7 0# 21 insured hosts, owns, or over which the insured exercises control. I. Unauthorized Use Of Another's Name Or Product "�'ersonal and advertising injury" arising out of the unautf�orized use of another's name or product in your e-mail address, domain r�ame or metatags, or any other similar tactics to mislead anofher's pofential customers. m. Pollut�on "Personal and advertising injury" arising out of the actual, affeged or threatened discharge, dispersal, seepage, migration, release or escape of "polfutants" at any #ime. n. Pollution-Related Any loss, cost or expense arising out of any: (1) Request, demand, arder ar statutory or regulatary rec�uiremant that any insured or oth�rs t�st for, monitor, clean up, remove, contain, treat, detoxify or r�eutralize, or in any way respond to, or assess the effects of, "pallutants"; or (2) Claim or suit by or on behalf of a governmentai authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the affects of, "polfutants". a. War "Persanal and advertisir�g injury", however caused, arising, directly or indirectfy, out of: (1) War, inclUding undeclared or civi! war; {2) Warlike action by a military #orce, including action in hindering or defending against an actua� or expected attack, by any government, sovereign or other authority using military personnel ar other agents; or {3) Insurrection, rebellion, revalution, usurped power, or action taken by governmental authari#y in hindering or defending against any of these. p. Internet Ad�ertisements Anc� Content Of Others "Personal and advert�sing injury" arising out of: (1) An "advertisement" for others an your web site; (2) Placing a linfc to a web site of others on your web site; (3) Content, including information, sounds, text, graphics, or imag�s from a web site of others displayed wit�in a frame or bordar on yaur web site; or (4) Computer code, software or programming used to enable: (a) Yaur web site; ar (b) The presentation or functionality of an "advertisement" or other content on yaur web site. q. Right Of Pri�acy Created By 5tatute "Personaf and advertising injury" arising out of the violafion of a person's right of privacy created by any state or federaE act. However, this exclusion does not appfy #o liability for �famages that the insured woufd have in the absence of such state or federal act. r. Viola#ion Of AntipTrust �aw "Persanal and advertising injury" arising out of a �iolation of any anti-trust lavu. s. Securities "Personal ancf adver#ising injury" arising out of the fl�ct�ation in price or �afue of any stocks, bonds or other securities. t. Recording And Distribution Of IlAaterial Or lnformation In Violation Of Law "Personal and advertising injury" arising directly ar indirectly ou# of any action ar omissian that �iolates or is aileged to violate: (1) The TeEephone Consumer Prot�ction Act (7CF'A}, including any amendm�nt of or addition to such law; (2) The CAN-SPAM Act of 2403, including any amendment of or addition to such law; (3) The Fair Credit Reporting Act {FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or (4) Any federal, state or lacal s#atute, ordinance or regulation, other than the TCPA ar CAN-SPAM Act of 2003 or FCRA and th�ir amendments and additians, that addresses, prohibits or limits the printi�g, cEissemination, disposal, caliecting, recording, sending, transmitting, communicating or distribution of material or inforrnation. u, Employr�ent-Related Practices "Persanal and ad�ertising injury" to: (1) A persan arising out of any "emplayment- related practices"; or (2) Th� spouse, chifd, parent, brother or sister of that person as a car�sequsnce af "personal and ad�ertising injury" fo that person at whom any "employment-related practices" are directacl. Page 8 of 27 IiG 00 01 0916 This exclusion app�ies: (1} Whether the injury-causing e�ent described in the definition af °employment- related practices" occurs before employment, during employment or after employment of ti�at person; (2} Whether the insured may be liable as an err�ployer or in any oth�r capacity; and (3) To any ob[igation to share damages with ar repay som�one efse who must pay damag�s b�cause of the in�ury. �. Asbestos (1) "Personal and ad�ertising injury" arising out af the "asbestas hazarcf". (2) Any damages, judgments, settlements, loss, cosfs or expenses fhat: (a) May be awarded or inc�rred by reason of any claim or suit alleging actual or threatened injury ar damage af any nature or kind to p�rsons or property which would not have occurred in whole or in part but for the "asbestos hazard"; �b) Arise out of any request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean �tp, remove, encapsulate, contain, ireat, detoxify ar neutralize or in any way respond to o.r assess the effects of an "asbestos hazard"; ar (c) Arise out of any claim or suit for damages because of testing foc, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying or neutrafizing or in any way responding to or assessing the effects ofi an "ashestos ]�azarcf". w. Access Or Disclosure Of Confidentia! 4r personal Information "Persanal and ad�ertising injury" arising out of any access to or disciosure of any person's or organizatian's canfidantial or persona! infarmation, including paten#s, tracfe secrets, processing methods, customer lists, financial infarmation, credit card information, health information or any other type of nonpublic information. This exclusion applies e�en if damages are claimed fior notification casts, credit monitoeing expenses, forensic expenses, p�[blic relations expenses or any other foss, �cost or expense incurred by you or athers arising out of any access to or disclosure of any persan's or organization's confidential or persanal infarmatian. COVERAGE C MEDICAL PAYMENTS 1, Inswring Agreement a. We will pay medical expenses as cf�scribed belaw for "bodily injury" caused by an accident: (1) On premises you own or rent; (2) On ways next ta premises yau own ar rent; or (3) Because of your operations; pravided that: {1) The accident takes place ir� the "co�erage territory" and during the policy period; (2) The expenses are incurred and reported io us within three years of the date of the accid�nt; a�d (3) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonak�ly rec�uire. h. We will make these payments regardless of fault. These payments will not exceed the applicable limit of insurance. We will pay reasonabfe expanses far: ('�} Firsf aici administered at the time of an accident; (2) Necessary medical, surgical, X-ray and dental ser�ices, including prosthetic devices; and (3) Necessary ambulance, hospita[, professional nursing and fun�ral s�rvices. 2. Exclusians We wilf not pay expenses for "bodily in�ury": a. Any Insured Ta any insured, except "�olunteer workers". h. Hired Person Ta a person hired to do work for or on behalf of any insured or a tenant of any insured. c. Injury On Normally Occupied Premises Ta a person injured on that pa�'t of premises yo❑ own or rent that the person normally occupies. ci. Wor�ters Compensation And Simiiar Laws To a persan, wh�tn�r or not an "em�loyee" af any insured, if benefits for the "bodily injury" are payable or must f�� provided under a workers' compensation or disability benefits law or a similar law. e. Athletics Acti�ities To a parson injured while pracficing, instructing or par#icipating in any physica! exercises or games, sports, or athletic contests. HG 00 0� 09 16 Pag� 9 of 21 f. Products-Cornpfeted Operations Hazard Included within the "products-complst�d operat�ons hazard". g. Go�erage A �xclusions �xcluded under Coverage A. SUPPLEMENTARY PAYMENTS - COVERAGES AANDB �t. We will pay, with respect to any cfaim we investigate or seitle, or any "suit" against an iRsured we defer�d: a. All expenses we incur. h. Up to $�,000 for cost of bail bonds reguired because of accidents or traffic faw violatians arising out of the use of any �ehicle to wnic� t�e Bodily fnjury Liabifity Coverage applies. We do not have to furnish these bonds. c. The cost of appeaf bonds or bonds to refease aitachments, but only for bond amounts within the appiicable limit of insurance. We do not have to furnish tl�ese bonds. d. A!I reasonable expenses incurred by the insured at our requesf to assist us in the investigation or defense of the cfaim or "suit", incfuding actual loss of earnings up to $500 a day hecause of fime off from work. e. Alf court costs taxed against the insured in the "suit". Howe�er, such costs do not include attorr�eys' fees, attorneys' expenses, witness or expert fees, or any other expenses of a party taxec! to the insured. f. Prejudgme�t interest awarded against fhe insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we wilf not pay ar�y �rejudgment interest based on that period of time after the offer. g. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. These payments will not reduce #he limits of insurance. 2. If we defend an insured against a"suit" and an indemnitee af the insured is also named as a party to the "suit", we will defenr� that indemnitee if ali of the fallowing conditions are met: a. 7he "suif" against the indemnitee seeks damages for which the insured has assumed the liability af the indemnitee in a contract or agreement that is an "insured contract"; b. This �nsurance applies to such liabifity assumed by the insured, c. The obligatian to defend, or the cost nf the defense of, that indemnitee, has also been assumed by the insured in the same "insured contract"; d. ihe allegations in the "suit" and the information we know about tY�e "occurrence" are such that no conflict a�pears to exist between the interests af tne insured and the interesis of the indemnite�e; e. The indemnitee and the insured ask us to conduct and cantral the defense of that indemnitee against such "suit" and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in �he investigation, settlement or defense of the "suit"; (b) Immediately send us capies of any demands, noiices, summonses or I�gal papers received in connection with the "suit"; (c) Notify any other insurer whose couerage is auailable to the indemnitee; and {d) Coaperate with us with res�ect to coordinatir�g other applicable insurance available to the indemnitee; and (2} Provides us with written a�athorization to: (a) Obtain records and other information related #o the "sui#"; and (b) Conduct and cantrol the defense of the indemnitee in such "suit". So long as t�e above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary lifigation exper�ses incurred by t�e indemnitee at our reques# will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b,(2} of Section I- Coverage A- Bodily Injury And Property Damage Liability, such paymen#s will nof be deemed to be damages for "bocEily injury" and "prop�rty damage" and wilf not reduce the lir�its of insurance. Our obligation to defend an insured's ind�mnitee and to pay for attorn�ys' fees and necessary Iftigation expenses as Supplementary Payments ends when: a. We have �sed up the applica�le limit of insurance in the payment of judgments or settlements; or h. The conditions set forth above, or the terms of the agreemen� described in Paragraph f. above, are no longer met. Page 10 of 21 HG 00 01 09 7 6 SECTION II - WHO IS AN lNSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct flf a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your mem�ers, your partners, and #heir spouses are also insureds, but onEy with respect ta the conduct af your business. c. A limited ]iabiGty company, you are an ins�red. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint �enture or limited liability com�any, yau are an insured. Your "executi�e officers" and direc�ors are insureds, but anly with respect to their duties as your officers or directors. Your stockholders are also insureds, but anly with respect to their liabili�y as stackhalders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Employees And Volunteer Workers Your "�olunteer workers" anly while performing duties related ta fhe conduct of your business, ar your "employees", other than either your "executi�e officers" (if you are an organization other than a partnership, joint �enture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their em�loyment by you or while performing duties related �o ihe conduct ofi yaur business. Howe�er, none o# fhese "emp[oyees" or "�o[unteer workers" are insureds for: (1) "Bodily ir�jury" or "personal and ad�er�ising injury": {a) To you, to your partners or members ('rf you are a partners�ip or joint uenture), to your members (if you are a limited liability company), to a co-"employee" while in the course of his or her employment or perfarming duties related fo the conduct of your f�usiness, or �o yaur other "�ofunt�er workers" while performing duti�s related to the conduct of your business; (b) 7a the spouse, child, parent, brother or sister af that ca-"emplayee" or that "�olunteer worker" as a consequence of Paragraph (1)(a} abo�e; (c) For which there is any obligation to share damages with or re�ay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (�){b) abo�e; or (d) Arising out of his o.r her pro�iding ar fai�ing to pro�ide prof�ssional health care services. If you are not in the business of pro�iding professional health care ser�ices: (a} Subparagraphs (1){a), {1){b} and (1)�c} abo�e do r�ot apply to any "employee" ar "�alunteer worker" providing firsf aid ser�ices; and (b} Subparagraph (1)(d) abo�e does not apply to any nurse, emergency medical technician or paramedic empfoysd by you to pro�ide such ser�ices. (2} "Property damage" ta property: (a) Owned, occupied ar used by, (b) Rented to, in the care, custady or control of, or o�er which physical control is being exercised far any purpase by you, any of your "employees", "volunteer workers", any partner or rnember �if you are a partnership or joint �enture), ar any member (if you are a limited liability company). h. Reat Estate ilAanager Any person (ather than yo�r "emp[oyee" or "�olunteer warker"}, or any organization wh�le acting as your real estate manager. c. Temporary Custodians Of Your Property Any person ar organizatian ha�ing proper temporary c�stody of your praperty if you die, but only; E1} With rEspect to liability arising out of the maintenance or use of that property; and (2} Until your legal representati�e has beer� appainted. d. Legal Representative If Yau Die Yaur legal representati�e if you die, but only with respect to duties as s�ch. That represantati�e will have all your rights and dufies under this Go�erage Part, e. Ur�r�amed Subsidiary Any subsidiary, and subsidiary thereof, of yours whic� is a legally incorporated entity of which yau own a financial interest af more than 50% of the �oting stack on the effecti�e daie of fhe Coverage Part_ HG 00 01 0916 Page 1� of 2� The insurance af�ordecE nerein for any A}�erson or organization is an additional insur�d subsidiary not named in ti115 Coverage Part under tnis provision only for that periad of time as a narned insured does not apply to injury required by the contract or agreement. or damage with respect io which such insured However, no such person or arganization is an is also a named insured under anather policy insured under this pro�ision if such person or or would be a narr�ed insured uncEer such organization is incfuded as an insured by an policy but for its termination or the exhaustion endorsement issued hy us and made a part of of its lirnits of insurance. this Coverage Part. 3. Newly Acquired Or Farmed Organization a. Vendors Any organization you newfy acquira or form, other than a�artnershi�, joint v�nture ar fimited liabiEi#y company, and aver wnich you maintain financial interest of more than 50% of the voting stock, will c�ualify as a Named lnsured if there is no other similar insurance availabl� to that organization. Howe�er: a. Coverage under fhis provisior� is afforded only until t�e 180th day after you acquire or form the organiza#ion or #he end of #he policy period, whichever is earlier; b. Goverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or #orrr�ed the organization; and c. Coverage B does not appfy to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. 4. Nonowned WatercrafE With respect to watercraft you do not owr� that is less than 51 feet fong and is not being used to carry persons #or a charge, any person is an insured while operating such watercraft with your permissian. Any other person or organization responsible far the conduct af such person is also an insured, but only with respect to liability arising out ot the operation of the watercraft, and on[y if no other insurance of any kind is available to that person or organization for this liability. However, no person or organEzation is an insured with respect to: a. "Bodi]y injury" to a co-"employee" of t�e person operating the watercraft; or b, "Property damage" to property owned by, rented to, in t�e charge of or occupied by you or the employer of any person who is an insured under this provEsion. 5. +Ad��lf�na� f�aureds When R�c�ui£ec� �y Wralta�� ��r�#rack, Writt�n Agr��me�tit �r I�e�mit The following person(s) or organization(s) are an additional insured whert yau have agreed, ir� a written contract, written agreement or because of a permit issued by a state or political subdi�ision, t�at such persan or organization �e added as an additional insured on yaur policy, provided #he injury or damage occurs subsequent to the execution of fhe cantract or agreement. Any p�rson(s) ar organizatian(s) (referred to below as �endor), �ut only with resp�ct to "bodily injury" or "pro��rty damage" aris�ng out of "your products" which are distributed or sold in t�te regular course of the �endor's business and only if this Coverage ParC �rovides co�erage for "bodily injury" or "property damage" included within the "products-completed operations hazard". (7) The insurance afforded the vendor is subject to the foiiowing additional exclusians: This insurance daes not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damag�s by reason of the assumpiion of liability in a contract or agreement. Tnis exclusian does not apply to liabi�ity for darnages that the vendor would have in ihe absence of the cantract or agreement; (b) Any express warranty unauthoriz�d b.y you; (c) Any physical ar chemical change �n tF�e product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstratian, testing, or the substitution of parts under instructions from the manufacturer, and the� repackaged in the original container; (e) Any failure to make such inspectiar�s, adjustments, tests or servicing as th� vendor has agreed to make or normally undertakes to make in the usual caurse of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair aperations, except such operations performed at the vendor's premises in connection with the sa�e of the product; (g) Products which, after distribution or safe by you, have been labeled ar reiabeled or used as a cantainer, part or ingredient of any oiher thing or substance by or for the vendor; or Page 12 of 21 HG 00 01 09 1 B (h} °�odily injury" or "proper�y dama�e" arising out of the sale negligence of the �endor for its awn acts or omissions or those of its employees or anyane else acting on its be�alf. Nawever, this exclusian does not apply to: (i) The exceptions ca�tained in Su�- paragraphs �c�) or (f); or (ii) Such inspections, adjustments, tests or ser�icing as the venc€or has agreed to make or normally undertakes to make in the usual caurse of �usiness, in connection with the distributian ar sale af the products. (2} 7his insurance does not apply to any insured person or organization, fram whom you have acquired such products, or any ingredient, part or container, entering into, accampanying or containing such producis. b. Lessors Of Equipment (1} Any person(s) or organizatian(s) from whom you lease eq�ipment; but only with respect to their liability for "bodily injury", "property damage" ar "personal and ad�ertising injury" caused, in whofe or in part, foy yaur maintenance, operation or use of equipment leased #o you by such person(s) or arganization(s). (2) With res�ect ta the insurance afforded to these addit�onal insureds this insurance does not apply to any 'bccurrence" which taKes place after the equipment lease expires. c. Lessors Of Land Or Pr�mises Any person or organization from whom you [ease land ar pr�mis�s, but only wiih respect to liaf�ility arising aut of the ownership, maintenance or use of that part of the land or premises leased to you. With respect ta the insurance affarded these additional insureds the fo[I�wing additional exc[usions apply: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. S#ructural alteratians, new construction or demolition operations perfarmed by or on behalf o# sucl� person ar organization. d. Archi#ects, Engineers Or 5ur�eyars Any architect, engineer, or sur�eyor, f�ut only w�th respeci to liability for "bodily injury", "property clamage" or "personal and advert�sing inj�ry" caused, in whole or �n part, by your acts or omissions or the acts or omissions of those acting on your behalf: ('1) In connection with your premises; or (2) In the performance of your ongoing operations performed by yau or on your behalf. WifYt respect to the insurance afforded these additianal insureds, the following adcfitionaf exclusion applies: This insurance does not appfy to "bodily injury", "property damage" or "persana! and ad�ertising injury" arising out of t�e rendering af or the failure to render any professional serv�ces by or for yau, including: 1. Ti�e preparing, approving, or failing to prepare ar appro�e, maps, shop drawings, opinions, reports, surveys, field orders, change arders or drawings anc! specifications; or 2. Super�isory, inspection, architectural or engineering activiti�s. This exclusion applies e�en if the claims against any insured allege negligence or other wrongdoing in the super�isEon, hiring, employrnent, fraining or r�onitoring of others by thaf insured, if the 'bccurrence" which caused the "bodily injury" or "proper�y damage", or th� offense which caused #he "personal and advertising injury", invol�ed the r�ndering of or the failure to render any prof�ssional ser�ices by or far you. e. �errniis [ssued By State Or Political Subdi�isions Any state or political subdi�ision, but only with respect ta operations performed by you or on your behalf for which the state or political subdi�is�on has issued a permit. With respect to the insurance afforded these addit�onal insureds, this insurance does nat appEy to: {1) "Bodily injury", "prope�ty damage" or "personal and ad�ertising injury" arising out of operations perform�d far the state ar municipalify; or (2) "Bodily injury" or "praperty ciamage" inc[uded wi#hin the "products-completed operations hazard". f. An� Ot�r�r Parly Any ati7�r p���s�ri �r organixa��an wli� is r��t ar� addE��or�al fns�r� under Paragraphs a. through �. abo�e, but onfy with resp�ct to liability for "�odily injury", "property damage" or "personal and ad�ertising injury" caused, in whale or in part, by your acts or omissions or fhe acts or amissions of t�ose acting on your behalf: {�} In the per��rm�n�:� �i y��r on��ln� o�er��iar�s� HG 00 0'1 Q9 16 Page 13 of 21 (2) In connection with your premises owned by or rent�d to you; or (�} �r7 corr����ta�sr wiFh "yc�ut work" ar�d Incl��ed withi�7 t�� "pr�du�Rs-��n�lel�c� o��rations f�azarC!"� �ul �nly if (a) T��e wr�t�en �oi'�1�2�1 �x �greerr�or�l r�y��Jre� y��x ko �rrovJde �ur:Ft cq,r�rr�gc� io �u�:IT addi�iok�al ir��4�red; and (h) This Goverage Part provides coverage for "i�odily injury" ar "property damage" included within tne "praducts- completed operations hazard". However; (f) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage �rovided ta the additional ir�sured is required by a contract or agreement, the insurance afforded to such additional ir�sured will not be broader than that which you are required by #he contract or agreement fo provide for such additional insured. With respect #o the insurance afforded to these additional insureds, this insurance cEoes not apply to: "Bodily injury", "property damage" or "persona! and advertising injury" arising out of the rendering of, or the faifure to render, any professior�al architectural, engineering or surveying services, including: {1) Th� pr��aring, approving, or failing to prepare ar approve, maps, shap drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or {2) Super�isory, inspection, arcnitectural or engineering acti�iti�s. 7�is exclusion applies e�en if the ciaims against any insured ailege negligence or other wrongdoing in #he supervision, hiring, employment, fraining or maniforing of oti�ers by that insured, if the "accurrence" which caused t�e "bodily injury" or "property damage", or the offense which caused the "personaf and acEvertising injury", invalved the rendering of or fhe failure ta render any professional services by or far you. The limits of insurance that apply to additional insureds is described in Section II� - Limits Ofi Insurance. How this insurance applies when other ir�surance is avaiEabfe to the additiorral insured is described in the Other Insurance Condition �n 5eetion IV - Commercia! General Liability Conditians. No person or organization is an insurec[ with respect to the conduct of any current or past partnership, joint venture or iimited liability company that is not shown as a Named fnsured in the Declarations. SECTION Ifl - LIMIiS OF INSURANCE i. The Most We Wii� Pay The Limits of Insurance shown in the Declarafions and the rules below fix the most we will pay regardless of the number of: a. Insureds; h. Claims rriade or "suits" l�rought; or c, Persons or organizations making clairns ar bringing "suits". 2. General Aggregate Limit The General Aggregate Limit is the most we will pay for the sum of: a. Medicai expenses under Coverage C, b. Damages under Coverage A, excepi damages because of "bodify injury" or "property damage" included in the "products- completed operations hazard"; and c. Damages under Coverag� B. 3. Products�Completed Opera�ions Aggregate �imit The Products-Completed Opera#ions Aggregate Limit is the most we will pay under Co�erage A for damages l�ecause of "bodi�y injury" and "praperty damage" included in the "prod�cts- completed operations hazard". 4. Personal And Ad�ertising fnjury Limit 5ubject to 2. above, the Personal and Advertising lnjury Limit is the most we will pay under Co�erage B for the surn of all cEamages because of all "personai and advertising injury" s�siained by any one person or organization. 5. Each Occurrence Limit Subject to 2. or 3. abo�e, whichever appli�s, the Each Occurrence Limit is the most we will pay for tl�e sum of: a. Damages under Coverage A; and b. Medical expenses under Coveraga C because af all "bodily injury" and "property cEamage" arisin� out of any one "occurrence". 6. Damage Ta Premises Rented To You Limii Subject to 5. above, the Damage To Premises Rented To Yau Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, whife rented to you, or in the case of ciamage by fire, lightnir�g or explosion, while rented fo you or t�mporarily occupied by you with permission of th� own�r. Page 1�4 of 21 HG 00 01 09 16 �n the case of c[amage by fire, lightning or explosion, the Damage to Premises Rer�ted To You Limit applies ta all darrtage proximately caused by the same event, whether such damage results fror� fire, lightning or exp[asion ar any combination of ti�ese. 7. Niedicai Expense Limit Subject to 5. abo�e, the Medical Exp.ense Limit is the most we wifl pay under Co�erage C for all mecfical expenses because of "bodify injury" sustained by any one person. $. Haw Limits Apply To Additional Insureds If you ha�e agreed in a wri#ten contract or written agreement that another person or organization be added as an addiiional insured on your po[icy, the mast we will pay an behaEf af such addifionai fnsured is the lesser of: a. The I�mits of insurance specified in the writfen contract or written agreeme�t; or b. The Lirnits of Insurance shown in the Deciarations. Such amount shall be a part of and not in adc[ition to Limits of [nsurance shown in the Deciarations and described in this Section. The Limits of Insurance of this Co�erage Part apply separafely to each consecufive annual period and to any remaining period af less �than 12 months, sfarting with the beginning of the policy periad shown in the Declarations, unless the policy periad is extended after �ssuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV a COMMERCIAL GENERAL LIABILITY CONDITIONS �1. Bankruptcy Bankruptcy ar insol�ency of the insured or of the insured's estate will not rel�e�e us of our obligations under this Coverage Part. 2. Duties In The �went Of Occurrence, Offense, Clairn �r Suit a. Notice Of Occurrence Or Offense You ar any additional insured must see #o it that wa are notified as soon as prac#icable o# an 'bccurrance" or an offense which may result in a claim. To the ex#ent possibfe, natice should include: {1) How, when and where the "occurrence" ar offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location af any injury or damage arising o�at of the °occurrence" or offense. b. Notice Of Ciairn If a claim is macle or "suit" is brought against any insured, yau ar ar�y addit�onal insured must: �i) Immediatefy recard the specifics af the claim or "suit" and the date �ecei�ed; and {2) Notify us as soon as practicable. Yau or any additianal insured must see to it that w� r�ceive written notice of the claim or "suit" as saan as practicable_ c. Assistance And Cooperation Of The Insured You and any ather in�ol�ed insured must: (1) Immediately send us capies of any demands, notices, summonses or legal papers recei�ed in connection w��h fhe claim or "suit' ; (2) Author�za us to abtain records and other information; (3) Cooperate wEth us in the in�estigation or settlement of the claim or defense agai�st #he "suit"; and {4) Assist us, upon our reyuest, in #he enforcement of any right against any person or organization which may be liable to the insured b�cause of injury or damage to which this insurance may also apply. d. Obligations Ai The Insureds Own Cost No insur�d will, except at tYtat insurec['s own cost, �oluntarily make a payment, ass.ume any abligation, or incur any expense, other than for firs# aid, without our consent. e. Atid�t4o�r�l Insureds �t#�ar �nsuranc� If we co�er a daim or "suit" under this Co�erage Part that rnay also be co�ered by other i�sura�ce a�ailable to an additional insured, such additiana[ insured must subrrmit such c[aim or "suit" to the other insurer for defense and indernn�iy. Wnw�ver, thts �rnuis�ar� d�a� �c�t ��x�l� ta t�e axker�i �f�at ynr� �ave ��ra�d In � wriltar� c�rffir�c� or +r,+r'itien �greerx��*�� II'r�l 1F7Es InSu�ar�C$ I5 �rITrt�Cy �rtd n�r����prltrib�Cdr_y wlt� th� add3tl�rral i�r�ur��'s own ansur��r��, f. Knowfedg� Of An Occurrence, Offense, Ctaim Or Suit Paragraphs a. ar�d b. apply to you or to any additional insured only when such "occurrence", offense, cla9m ar "suit" is kns�wn ta: (1} You or any additional insured that is an indiviclual; (2} Any partner, if you or the additional insured is a partnersh�p; HG 00 01 Q916 �age 15 of 21 (3) Any manager, if you or the acEditional insured is a limited liability company; (4) Any "executi�e officer" or insurance manager, if you or the additional insured is a corporation; �5) Any trustee, if yau or the additiona� insured is a trust; or (6) Any elected or ap�oin#ed official, if yau or the additional insured is a political subdivision ar pufalic entity. This duty applies separately to you and any additianal insured. 3. Legal Ac#ion Against Us No person ar organization has a right under this Coverage Parf; a. Ta join Us as a parfy or otherwise bring us into a"suit" asking for damages from an insured; or b. To sue us on t�is Coverage Part unless all of its terms have i�een fufly complied with. A person or organization may sue us to reco�er on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit flf insurance. An agreed settlement means a settiement and release af liability signed by us, the insured and t�e clairnant or the claimant's lega� representative. 4_ Qther Insurance !f other �alid and collectibie insurance is available to the insured for a ioss we cover under Coverages A or B of this Caverage Part, our obligations are limited as follows: a. Primary lnsurance This insurance is primary except when �. below applies. If other insurance is aiso primary, we will share with al! that a#her insurance by the method descri�ed in c. befow. b. Excess Insurance This insurance is excess over any of the otF�er insurance, whether primary, �xcess, contingent or on any other basis: (1) Your Wor� That is Fire, Extended Co�erage, Builder's Risk, Instal�ation Risk or similar co�erage for "your work' ; (2) Premises Rented To You That is fiire, lightning or explosion insurance for premises rer�ted to you or ternporarily occupied by you with permission of the owner; (3) Tenant Liability That is insurance purchased by you io cover your ]iability as a tenant for "property damage" to premises rer�ted to you or temporarily occupied by you with permission o# the owner; (4) Aircraft, Auta 4r Watercraft If the loss arises out of t�e mair�tenance or use of aircraft, "autos" or watercraft to the extent not subject to �xcfusion g. of Section 1- Co�erage A- Bodily lnjury And Property Damage Liability; {5) Praperty Damage To Borrowed Equipment Or Use Of Elevators If #he loss arises out afi "property damage" fo borrowed equipmant or the �se ofi elevators to the extent not subject ta Exclusion j. of Section I- Coverage A- Bodily lnjury And �roper�y Damage Liability; (6) When You Are Added As An Additianal Insured To Other insurance Any oth�r insurance a�ailable to you co�ering Eiability for damages arising out of the premises or operations, or products and campleted operatians, #or which you have been added as an additional insured by that insurance; or �7} lA�heia 1��u A�d 4tF�ers As An Aa�dit4or�sl Ir�su�ad 7a tlils Ins�ran�e Any other ir�surance availabf� ta an additional insured. Hawever, the folfowing pro�isions apply to other insurance a�aiiable to any person or organization wno is an additional insured under t�is co�erage part. ��) Rrlm�ry Insur�rl�e WF�en Requ#r�d �y �ofit�act This insurance is primary if you have agreed in a written contract or written agreement that this insurance be prirr�ary. lf other insurance is also primary, we wEl! share with afl that other insurance by the method described in c. below. Cbj PrPm�r� And Non��ontributory Ta �ther Ins�rar�ce W4�ere Requifed �y �ontrack If you have agreec! in a written contract, written agreement, or permit that this insurance is primary and non- contributory with the additior�al insured's own insurance, this insurance is primary and we will not seek contrihution fram that other insurance. Page 16 of 2� HG 00 01 09 16 Para�raph� {a) and (bj da not apply ta other insurance to which the additional insured has been added as an additiona[ insured. When this insurance is excess, we will ha�e na duty under Co�erages A or � to defend the insured against any "suit" if any other insurer has a duty to defenc[ the insured against that "suit". ff no other insurer cfefends, we will uncfertake ta do so, but we wifi be entitled to the insured's rights against all those other insurers. When this insurance is exc�ss o�er other Ensurance, we will pay only our share of the amount of the lass, if any, that exceeds the sum of: (1} The total amount that all such other insurance woulcf pay for #he loss in the absance of this insurance; and {2) The total of all deductibls and self-insured amounts under all that other insurance. We will share the remaining loss, i� any, with any ofher insurance that is not described in this Excess Insurar�ce pro�ision and was not bought specifically to appfy in excess of the Limits af Insurance shown in the Declarafiions of this Caverage Part. c. Method Of Sha�ing If all of the other insurance permits cantribution by equal shares, we will follaw this method also. Under this approach each insurer contributes equal amounfs until it has paid its applicabls limit of insurance or none of the loss remains, whiche�er comes first. If any o� the other insurance does not permit cantribution by equal shares, we will contribute by limits. Under this methad, each insurer's share is based on the �a#io of its applicable limit af insurance to the total applicable limits af insurance :af a[l insurers. 5. Premiur�n Audit a. We will compute al! premiums for this Ca�erage Part in accordance with our rules and rates. b. Prerr�ium shown in this Co�erage Part as ad�ance premium is a deposit premium only. At the close of each audit period we wiEf compute the earned premium for that period and send notice to the �irst IVamed Insured. The due date for audit and retrospecti�e premiums is the date shown as the due date or� the bill. �f the sum of ihe ad�ance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to t�e first Named insured. c. The first Named Insured must �eep records of the information we need for premium compu�ation, and send us copies at such times as we may request. 6, R�presentations a. When You Accept This Policy By accepting this policy, you agree: {1) The statements in the Declaratians are accurate and complete; {2) Those staternents are bas�d upon representa�ions you made to us; and (3) We ha�� issued this policy in reliance upon yaur representations. h. Unintentional �ailure 7o Disclase Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business that exist at the ineeption date of this Co�erage Part, we shafl not deny coverage under this Caverage Pari because of such failure. 7. Separatiora �� Ins�ra�a Except with respect to the Limits of Insurance, and any rights or duties specifically assigned �n this Co�erage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the anly Named lnsured; and b. Separately to each insured against whom claim is made or "suit" is brought. �. Tra�sie�r �� 4��ghls �� F[ecav��y A�afns� Oth�t�s T� Us a. i'ransfer Of Rights �f Reco�ery If the insured has rights to reco�er all or �ari of any payment, includir�g Supplementary Payments, we hav� made under ihis Gaverage Part, those rights are transferred to us. The insured must do nothing afiter 3oss to irnpair ihem. At our request, the insured will f�eing "suit" or transfer those righfs to us and help us enfarce thern. �. Wajver �� Filg#��a 4# Recovery {1�aivar Of �u�roga�lanj . If the insured has wai�ed any rights of reco�ery against any person or organization for al! or part of any payment, including 5upplementary Payments, we ha�e made under this Caverage Part, we also waive that right, pravided the insured wai�ed their rights of reco�ery against such person or organiza#ion in a contract, agreement or perm�t that was executed prior to the injury or damage. 9. When We Do Not Renew lf we decide nat to renew this Co�erage Par�, we will mail or d�li��r to the first Named Insured shown in the Declarations wrEtten notice of the HG �Q 07 Q916 Page 17 af 21 nonrenewa� not less t�an 3Q days before the expirafion date. If noiic� is mailed, proof of mailing wifl be suffici�nt proof of natice. SEGTION V a D�FINII"lONS 1. "Aduertisem�ni'" means the widespread public dissemination of information or images that has the purpose af inducing the safe of gooc�s, products or services through; a. {1) Radio; (2) Tefevisian; (3) Billboard; (4} Magazine; (5) Newspaper; ar b. Any other �ublication that is given widespread public d�stribution. Hawe�er, "ad�er#isement" daes not include: a. The desi�n, print�d material, informatian or imag�s contained ir�, on or upon the packaging or labeling af any goods or prod�cts; or 6. An interactive conversafian between or among persons through a computer network. 2. "Adver�ising idea'" means any idea for an "advertisement". 3. 4. 5. 6. "Asf�estos hazard" means an exposure or threat af exposure to the actual or alleged properties of asbestas and includes the mere presence of asbestos in any form. "Auto"" m�ans: a. A land motor vehicle, traifer or semitrailer designed for travel on public roads, incf�ding any attached machinery or equipment; or b. Any other land vehicle that is su�ject to a com�ulsory or financial responsibility law or other motor vehicle insurance iaw where it is ficensed or principally garaged. Howeuer, "auto" does not include "mobile equipment". "Bodily injury" means �hysicaf: a. Injury; E]. SfCiCnG-'S5; or c. Disease sustained by a person and, if arising out of the above, mental an��ish or death at any time. "Coverage territory" means: a. The Unifed States of America (including ifs territories and possessions), P�erto Rico and Canada, b. fnternational waters or airspace, b�t only if the injury or damage occurs in the course of travel or transpartation between any places incl[aded in a. abo�e; or c. All other parts of the world if the injury or damage arises out of: (7) Goods ar products made or sold by you in the #erritory described in a. above; {2) The activit�es ofi a person whose hame is in the territory described in a. above, but is away for a short time on your business; or (3) "Aersonal and advert�sing injury" offenses that take place through #he Internet ar similar efectronic means of communication pravided fhe insured's responsibility to pay damages is determined in the United States of America (ir�cluding its territories and possessions), Puerto Rico or Canada, in a"suit" on the merits according to the substanti�e faw in such #erritory or in a settlement we agree to. 7. "�mployee" includes a "leased worker", "�mployee" does not include a "fernporary worker". 8. "Employntent-Related Practices" means: a. Refusal ta employ that person; b. Termination of that person's employrn.ent; or c. Employment-related practices, policies, acts or omissions, such as coercion, demotion, evaluation, reassignmenf, discipline, defamation, harassment, humiliation, discr�mination or malic�ous prosecution directed at #hat person. 9. "Executi�e officer" means a�erson hoiding any of #he officer positions created by yaur chart�r, constitufion, by-laws or any other similar governing document. 14."Hostile fire" means one which becomes uncontrollable or breaks aut from where it was intended #o be. � 11,"Impaired property" means tangibfe property, other t�an "your product" or "your work", that cannot be used or is less usefui because: a. ft incorporates "your product" or "your work" that is known or t�ought to be defective, deficient, inadequate or dangerous; or b. Yau have failecE to fu!#ill the terms of a contract or agreement; if such prope�ty can be restared to use by the repair, re�lacement, adjustment or remo�al of "your product" or "your work", or your fulfil�ing the terms of the contract or agreement. 12."Insured contrac�" means: a. A contract far a lease of premises. However, that portion of the contract for a fease of premises that indemnifies any persan or or�anization for damage by fire, lightning ar explosEon ta premises while rented to you ar tem�orarily occupied by you with permission of the owner is subject to the Damage to Page 18 of 2� HG 00 Of 09 7B Premises Rented To You Limit described in 5ection III - Limits of insurance; b. A sid�track agreement; c. Any easement or license agreement, including an easement or ficar�se agreemenf in cannection with constr�ctian or demalition operations on or within 50 feet of a railroad; d. An obligation, as required by ordinance, to indemnify a municipality, excepi in connection with work for a municipaf ity; e. An ele�ator maintenance agreement; f. That par� af any oth�r contract or agreement pertaining ta your business (incl�ding an indernnification of a municipality in connection with worlc performed for a municipalify) und�r which you assume the tort liability of anather party to pay for "bodily injury" or "property damage" to a ihird person ar organization, pro�ided the "bodily injury" or "property damage" is caused, in whole or in part, by you or by t�ose acting on your behalf. Tort liability means a liai�i[ity that would be imposed by law �n the absence of any contract or agreement. Paragraph #. includes that part of any contract or agreemeni that indemnifies a railroaci for "badily injury" or "property damage" arising out of constructian or demolition aperations, within 5Q feet of any railroad praperty and affecting an.y railraad bridge or trestle, tracks, raad-beds, #unnel, underpass or crossing. Flawever, Paragraph f. does not include that part of any contract ar agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, appro�ing, or failing to prepare or appro�e, maps, shop draw�ngs, opinions, reports, sur�eys, field ordars, change orders or drawings anc� specifications; or �b} Gi�ing direcfions or instructions, or failing to gi�e them, if that is the primary cause of the inj�ry or damage; or (2) Under which the insured, if an architect, engineer or sunieyor, assumes Ifability for an injury or damage arisir�g out of the insured's rendering or failure to render professional services, including those listed in {�} above and supervisory, inspection, architecturaf or engineering acti�ities. 13."�eased worker" means a person leased to yau by a Eabor ]easing firm under an agreement betwesn you and the labor ]easing firm, to perform duties related to the conduct of your kausiness. "Leased worker" does not include a "ternporary worlcar". 14."Laading or unloading" means tYte hanctling of proper#y: a. After it is moved fram the place wnere it is accepted for movement into or anto an aircraft, watercraft or "auto"; b. While it is in or on an aircraft, watercraft ar "auto"; or c. While it is being mo�ed from an aircrafi#, watercraft ar "auta" fo the place where it is finally deli�ered; but "foading or un[oading" does not include the mo�ement of property by means of a mechar�ical de�ice, oth�r thar� a hand truck, that is not attached to the aircraft, watercraft or "auto". 15."Madile equipment" means any of the following types of la�d �ehicles, including any attached machinery or equipment: a. Bulldazers, farm machinery, forklif#s and other �ehicles designed for �se principal[y off public roads; b. Vehicles main�ained for use solsly an or next ta premises yau own ar rent; c. Vehicles that tra�el on crawler treads; d. Vehicles, whether self-prapelled or not, maintained primarily to pro�ide mobility to permanentiy mounted: (1) Power cranes, sho�els, loaders, diggers or dri�ls; or (2) Road construction or resurfacing ec�uipment such as graders, scrapers or rollers; e. Vehicles na# described in a., b., c. or d. abo�e that are not sel�-propelled and are maintained primarily ta pro�ide mobility to permanently aitached equipment of the following types: (1} Air campressors, pumps and generators, including s�raying, welding, building cleaning, geophysical exploration, lighting and well servicing equipm�nt; ar (2) Cherry pickers ar�d similar de�ices used ta raise or lawer wor�Cers; f. Vehicles not described in a., b., c. or d. above rnaintained primarily #or purposes other than the transportation of persans ar carga. Hawe�er, self-prapelled �ehicles with the following types of permanently atkached equipment are not "mobile equipment" but wi[[ be considered "autos": (1) Equipment designed primarilyfor: (a) Snow remo�al; (b) Road maintenance, but not construction or resurfacing; or (c} Street cleaning; FfG 00 0�[ 09 16 Page 19 af 21 (2} Cherry pickers and similar devices mounted on automobile or truck chassis anc! used to raise or lower workers; and (3) Air compressars, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicir�g equiprrtant. However, "mobile equipment" does not include any land vehicle that is subject to a com�uisory or financial responsibility law or ather motor �ehicfe insurance law where it is licensed ar principafly garaged. Land �ehicles 5L1k�J8Ct t0 a compulsary or financial responsibil�ty law or other motor �ehicle insurance faw are considered "autos". 16. "Occurrence" means an accident, including continuous or repeated exposur� to substantially the same general harrriful conditions. 17."Persanal and ad�e�ising injury" means injury, including consequential "boclily injury", arising out of one or more o# the folfnwing offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. The wrongful eviction #rflm, wrongful entry into, or in�asion of the righ# of private occupancy of a room, dwelling or premises that a p�rson or organization accupies, committed by or on behalf of its owner, iandlord or lessor; d. Oral, written or electronic publication, in any manner, of material that slanders or libels a person or organization or disparages a person's or organizatior�'s goods, products or services; e. Oral, written or electronic publication, in any manner, of material that violates a person's rig�t of privacy; f. Go�ying, in your "ad�ertisement", a person's or organization's "advertising idea" or style of "advertisement"; or g. Infringement of copyrfght, slagan, or title of any fiterary or artistic work, in your "adveekisement". 18."Pollutants'" rnean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vap�r, soot, fumes, acids, alkalis, chemica�s and waste. Waste includes materials to be recycled, recondi�ioned or reclaimed. i9,"Praducts�com�leted operations hazard": a, Includ�s all "bodily injury" and "proper�y damage" occurring away firam premises you own or rent and arising out nf "your product" or "your work" except: {i) Products that are still in your physical possession, or (2) Wark tl�at has not yet been completed or abandoned. However, "your wark" wi�l be deemed compfeted at the earliesi of the followir�g times: (a) When all of th� work called for in your contract has b��n compEeted. (�) When ai! af the work to be done at the job site has been completed if your contract calls for work at more #han or�e jah site. (c} When that parf of the work done at a job site �as been put to its intended use by any person or organization other than another contractor or subcontractor wflrking on the same project. Work that may need service, maintenance, correction, repair or replacement, but whic� is otherwise carriplete, wilf be treated as compfeted. b. Does r�o# include "bodily injury" ar "praperty damage" arising out of: {1) The transpartation of property, unless the injury or damage arises out of a condition in or on a �ehicle not owned or operated by you, and that condition was created by fhe "loading or unloading" af that vehicle by any insured; {2) The existence of taols, uninsta�led equi�rnent or abar�doned or unused materials; or (3) Prod�c#s ar aperatians for which the classifiication, listed in the Declarations or in a policy Schedule, states that products- completed o�erations are subject to t�� General Aggregate Limit. 20."Property damage" means: a. Physical injury ta tangible property, including afl resu�ting loss af use of that property. All such loss of use shall be c�eemed to occur at the #ime of the physical injury t�at caused i#; or b. Loss of use of tangible property that is not physicaily injur�d. All suc� loss of use shal] be deemed to occur at the time of the "occurrenc�" that caused it. As used in tnis definition, computerized or electronically stor�d data, programs or software are no# tangible property. �lectron�c data means infQrmation, facts or programs: a. Stored as or on; b, Created ar used on; or c. Transmitted to ar #rom; computer software, inc�uding systems and applications software, hard or floppy disks, CD- Page 20 of 21 HG OU Q1 09 16 ROMS, #apes, drives, cells, data processing de�ices or any ather media which are used with �1�ctronica[�y controlled equipment. 21."Suit" means a civil proceeding in w}�ich damages because of "bodily injury", "property damage" or "personal and advertising in�ury" to which this insurance applies are alleged. "Suif" includes: a. An arbitration proceeding in which such damages are claimed and to which the insured must submit or do�s submit with aur consent; ar b. Any other alternati�e dispute resalution proceeding in wi�ich such damages are claimed and to which the insured submits with our consent. 22."Temporary worker" means a person wf�o is furnished to yau to substitute fior a permanent "employee" on lea�e or to meet seasonaf or short-ferm workload conc�it�ons. 23."Volunteer worker"' means a person who a. Is not your "employee"; b. Danates his or her work; c. Acts at the directior� of and within the scope of duties d�termined by you; and d. Is not paid a fee, sa[ary or other com�ensafion by you or anyone else for their work performed for you. 24."Yo�r product'": a» Means: (1) Any gaods or products, other than real property, manufactured, sald, f�andled, distributed or disposed of by: {a) You; (b) Others trading under your narrie; or (c) A person or organization whose business or assets you ha�e acq�ired; and (2) Gontainers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. h. includes (1) Warranties or representa�ions made at any time with respect to the fitness, quality, durability, parfarmance ar use of "your product"; and �2) The pro�iding of ar failure to pro�id� warnings or instruct�ons. c. Does not include vending machines or other property rented to or locat�d far the use af others but not sold. 25. "Your work": a. Means: {1) Work or operafions performed by you or an your behalf; and {2) Materials, parts or equipmer�t furnished in connectian with such work or op�rations, b. Includes ��) Warrant�es or representations made at any time with respect to the fiitr�ess, quality, durability, performance or use of "your wark", and (2) The pro�iding of ar fa9lure to pro�ide warnings or instructions. HG 00 01 09 16 Page 21 of 27 I�AMED INSUR�D: Omega Contracting, Inc. PQLiCY NUMBER: 46U�AIC1842 THIS ENDORSE�IfEiVT CHANGES THE POLICY. PLEASE READ ET Cf#REFULLY. ���i�/�Ci��S ��O/�� �O�IV� ��V��6�S�IV��IVT � �f�?��1� This endorsement r�-iodifies insurance provided under the fallow�ng: COIIRMERCIAL GENERAL LIABILITY COVERAGE PART INDEX 9. Alienated Premises Co�erage ..................................................................................................... 1 2. DamagetoYourWork .............................................................................................................. 1 3. That Particular Part .................................................................................................................. 2 4. Contractors Limited Professionai Liability ....................................................................................... 2 5. Per Project and Per Locatian Gen�ral Aggregate Limits of lnsurance .................................................. 2 6. Medica] Payments Co�erage �- Including Products — Completed Operations ........................................ 3 7. injuryto Employee's Re�utation W�th Respectto Incidental Medical Mailpract�ce ................................. 3 8, Bodily fnjury Ernpfoyee Suits ...................................................................................................... 4 9. Consofidated Insurance (Wrap Up) Pcogram ................................................................................. 4 40. Access or Disciosure of Confidential or Personal Information and Data-Related �iability ........................ 5 11. Supplementary Payments .......................................................................:................................... 5 12. NatEce of Cancellation to Certificate Fiolders .................................................................................. 6 73. Contractual Liability Co�erag.e for Personal and Advertisir�g Injury ...................................................... 6 14. Insured Contract Definition ........................................................................................................ 6 1. ALiENATED PREMISES GOVERAGE Exc[usidr��. Damage To Property of Section I- Coverage A is arriended as follows; a. The folEowing exception to the exclusion is deleted: ParagrapF� (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by yau. h. This excepkion is repfaced by the following: Paragraph (2j of this exciusian does not apply if the prernises are "your wark". 2. bAMAG�. TO YOUR 1NORK A. Section I- Ca�erage A- Bodily Injury And Property Damage Lia6ility, Paragraph 'i. Insur➢ng Agreement is amended to add the folfowing: f. bamages because of "property damage" ir�clude damages the insured iaecomes legaily obligated to pay because of "property damage" to "your work" or caused by "your wark", and such "property damage" shall be deemed to be caused by an "occurrence", if not intended or expected frarn the standpoint of ihe ins�red, regardless of whet�er the "property damage" arises from breach of contract. B. Exclusion !. Damage To Your Work af Section I- Co�erage A is repfac�d by the following: I. Damage to Your W�rEc "Property damage" to that particular part of "your work" that must be restored, repaired or r�placed because "your work" was incarrectly performed and inc�uded in the "products-completed operations hazard". This excl�sion does nat apply i� the damaged work or the work performed ir�correctly was performed on your behalf by a st�6contractor. This Paragraph 2.B. does nofi apply if Excfusion I. �arnage To Yaur Worlc has beer� otherwise mocfified by e�dorsement, Form H5 29 24 09 19 Page 'i of 7 a 2019, The Hartford 3. THA7 PARTICU�AR �ART ihis F'aragraph 3, applies to Exclusion j. Damage to Property, subparagraphs (5), and {6), Exclusion k. Damage to Your Product, and Exclusion I. Damage to Your Wor�c. When performing operations as a"genera! contractar", the term that particular part shall not mean the entire construciion, impro�ement or renovation project. For purposes of this pro�ision, the term "general contractor" means t�te contractor signing the prime construction cantract for a constructian, erection, impro�ement or reno�ation praject and that has main responsibility far such project including hiring all of the subcontractors and suppliers. 4. CORITRACTORS LIiNITED PR�FES510iVAL. LIABILITY The follawing exclusion is added to Pa�'agra�h 2., Exclusions of Section I- CoWerage A- Badity Injury And Property Damage Liability, and to Paragraph 2„ Exclusions of Section I- Ca�erage B- Personal And Advertising lnjury Liabili�y: This insurance does not apply to "bodily injury", "property damage" or "personal and ad�ertising injury" arising out of the rendering of ar failure to render any professional services by you with respect to your pro�iding engineering, architectural or surveying ser�ices in your capacity as an engine�r, architect or sur�eyor. Professional ser�ices includ�: (9) The preparing, appro�ing, or failing to prepare or appro�e, maps, shop cfrawings, apinians, reporis, surveys, field orders, change arders, or drawings and specifications; and (2) Super�isory or inspection acti�ities performed as a part of any related archiiectural or engineering acti�ities. This exclusion applies e�en if the claims against any insured allege negligence or other wrongdoing in the super�ision, hiring, employment, training or monitoring of ot�ers by that insured, if th� "occurr�rtc�" whfch caused the "bodily injury" or "praperty damage", or the offense which caused the "personaf and acf�ertising injury", in�ol�ed the rendering of ar failure to render any professional services by you with respect to your pra�iding engineering, architectural or sur�eying ser�ices in your capacity as an engineer, architect or surveyor. This exciusion does not apply to your op�rations in connection with construction work perform�d by you or on your behalf. Howe�er, ihis exception to the exclusion will not apply if you are in the business or prof�ssion of pro�iding the prafessianal ser�ices described 5, abo�e independent from the construction work perfarmed by you or or� your behalf. In the e�ent this insurance applies to any injury, damage, loss, cost or expense covered by Professional Liability insurance issued by a company unaffiliated with us, then the insurance afforded under this Co�erage Part is excess o�er such other �alid and collectible Professional Liability insurance (including any decfuctible or self-insured retentian port�on thereof�, and any other �alid and collectible insurance a�ailable to the insured whether primary, �xcess, cantingent or,on any other bas�s. PER PROJECT ANU P�R LOCATION GENERAL AGGREGATE L[MITS OF INSURAiVCE A. For all sums which the insured becomes legal[y obligated to pay as damages caused by "occurrences" under Section I- Co�erage A, and for all medical expenses caused by accidents under Section I- Cor�erage C, which can be attrfbuted only to ongaing operatians at a single "praject" or a single '9acation"; 1. A separat� Per Project General Aggregate Limit ar a separate Per Locatio� Genera[ Aggregate Limit applies to each "project" or "]ocation°, whichever is applicable. The Per Project Ge�eral Aggregate Limit and Per l.ocation Aggregate �imit is equal to the amount of the General Aggregate Limit shawn ir� the Declarations. 2. The Per Project General Aggregate Limit or ihe F'er Locat�an General Aggregate Limit, whiche�er applies, �s the mast we will pay for the sum of all damages under Co�erage A except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Co�erage C regardless of the numt�er of; a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any paym�nts rr�ade under Co�erage A far damages or under Co�erage C far medical expenses shall reduce the Per Project General Aggregate Limit for that "project" or the Per Location General Aggregate for that "location", whiche�er app[ies. Such payments shall not reduce the Generai Aggregate Limit shown in the Declarations, the Per Praject General Aggregate Limit for any other "praject", or Page 2 of 7 Form HS 24 24 09 19 t�e Per Location General Aggregate Limit for any other "location", 4. The limits shown in the Declarations for �ach Occurrence, Damage To Premises Rented To Yo� and Medical Expense continue to apply. However, instead of being sui�ject to t�e General Aggregate Lirnit shown in the Decfarations, s�ch limits will be subject to the applicable Per Project General Aggregate Limit if attributable only to ongoing operations at a single "projecY' or the Per Location Generai Aggregate if attributable only to ongoing operations at a single "location". B. For alf surns which the insured becomes legally obligated to pay as damages caused by 'bccurrences" under Section I- Co�erage A and for all medicaf expenses caused by accidents under Section 1- Co�erage C, which cannot be attrib�ted only ta ongoing operations at a single "projecY' or a single "locatior�"; 1. Any payments rnade under Ca�erage A for damages ar under Coverage C for medical expenses shall reduce the amount available unc�er the Generaf Aggregate Limit or the Products- Completed Operations Aggregaie Limit, whichever is applicable; and 2. Such payments shalf nat reduce any Per Project General Aggregate Limit or any Per Location General Aggregate Limii, C. When coverage for liability arising out of the "products-completed aperations hazard" is provided, any payments for damages �ecause of "bodily injury" or "praperty darnage" inciuded in the °products-completed aperatians hazard" wil[ reduce t�e Products- Campleted Operations Aggregate Limit, and not reduce the General Aggregate Limit, or any Per Project General Aggregate Lirr�it or any Per Location General Aggregate Limit. D. The provisions of Section 111 - Limits Of Ins�rance not otherwise rnodifiec� by this endorsement sha11 cantinue to app[y as stipulated. E. For the purposes of Paragraph 5.. the foliowing definitions apply: "Project" means a premise�s an insured does not own or rent and where such insured performs consfruction-refated operations. Each "project" in�olving the same or connecting lots, or premises whose connection is separat�d by a street, roadway, vuaterway or right-oF-way railroad shall be consid�r�d a single "praject". �f a"project" has been abandoned and then restarted, or if the autharized contracting par�ies deviate From pfans, biveprints, designs, specificatians or timetables, the "projeet" shall be considered a single "projEct". "ProjecY' does not include a p�'ernises that is a "location". "Location" means a premises an insured owns or r�nts and where such insured performs business operations other than construction- related operations. Each "iocation" in�ol�ing the same or connecting lots, or premises whose connection is separated by a street, roadway, waterway ar right-of-way railroad shall be considered a single "location." "Location" does not indude a premises that is a "project". ThEs provision does not apply if the Per Project and the Per Location General Aggregate Limit has been otherwise modified by endarsement. 6. MEDICA� PAYMENTS COVERAGE - INCLUDING PRODUCTS-COMPLETE� OPERATIOMS Paragraph 1.a. of the insuring Agreement - Cor►erage C is replaced by th� following: 1. Ins[�ring Agreerr�ent a. We will pay medical expenses as described be]ow for "bodily injury" caused by an accid�nt: (�) On premises yo� ovun or rent; (2) On ways next to premises you own or rent; (3) Because of your operations; or (4) Incfuded within the defir�ition of the "products-compEeted operations hazard;" provided that: (9} The accid�nt takes place in the "coverage ierriiory" and during the policy period; (2) The ex�enses are incurred and reported to us within three years of the date of the accident; and �l� (3) The injur�d persan submits to examination, l at our expense, by physicians of our choice as often as we reasonably require. INJURY TO �MPLOYEE'S REPUTATION WITH R�SPECT TO INCID�NTAL MEOiCAL MALPRAC7ICE A. The following is ac�ded to Aaragraph 1.e, oF the lns�ring Agreement � Co�erage A; (3) With respect to incidental medical malpractice, "badily injury" includes damages claimed for injury to emotions or reputation of an "employee" arising out of the rendering ar faiiure ta render professional health care services as a Form HS 24 24 U9 19 Page 3 of 7 physician, dentist, nurse, emergency medica[ technician or paramedic ser�ices. B. The fallowing exclusion is added to Coaerage B- Personal and Acl�ertising Injury: "Personal and ad�ert�sing injury arising out of the rendering or faiEure to render �rofessiona[ health care ser�ices a5 a physician, dentist, nurse, emergency medical technician ar paramedic. 8. BO�ILY IIVJURY EMPLOYEE SUITS A. "Bodily injury" as listed in Paragraph 2.a.{1) of Section II - Who Is An Instared, does not apply to 2.a.(1)(a) through 2.a.{7}(c}. B. Part a. of Paragraph 4, Nanowned Watercraft in Section II - W�a ls An Insured does not apply, 9. CONSOLIDATED INSURANC� (WRAP-UP) PROGRANiS The following exclusion is added to Section I Coverage A: This insurance does not apply to any "bodily injury" ar "praperry damage" arising out of any "wrap �roject or premises" where an insured under this �olicy is or was alsa an ins�red under one or more comrr�ercia� general liability (CGL) policies (including any umbrella or �xcess pol�cies t�at include the commercia] general liability policy(ies) as underlying insurance) included wiChin a"consolidated insurance (wrap-up} prog�am." This exclusion applies e�en if the limits of insurance for such "consolidated insurance (wrap-up) program" are exhaustecl or not coqected for any reason, incfuding bankruptcy or insolvency af the insurer pro�iding co�erage for the "consolidated insurance (wrap-up) program". This exclusion also applies if the CG� co�erage affarded under the "consolidated insurance (wrap-up) program" is narrower in scope than th� coverage pro�ided by this policy. �Fhis �xclusion does not apply to: A. Products-Carnpleted Operatians Wazard Exception "Bodily injury" ar "praperty damage" arising out af an insurec�'s oper.ations at or in connection with a"wrap project or prer�ises" when such "bodily injury" or "property damage" cammences after the "products- campleted operations hazard" co�erage or any campleted operations exter�sion co�erage pro�ided by the applicabfe "consolidated insuranc� (wrap-upj program" has entfed or is no longer in effect. B. Excluded Operations Exceptian "Bodily �njury" or "property damage" arisir�g aut of an insur�d's operaCions at or in connection with a"wrap project or premises" ta the extent the applicable °cansolidated insurance (wrap-u�) program" does not apply to those operations. C. Off-Site Location Exception "Badily injury" or "property damage" resulting fram an insured's operations at or in cannectiort with a°wrap project or premises" at a location to w�ich the applicable "consalidated insurance (wrap-up} program" daes not apply. D_ Repair Worlc And Punch List Work Exception "Bodily injury" or "property damage" resu[ting from "�epair work" or "punch list work" at a "wrap project or premises" f�ut only when the applicable "consolidated insurance {wrap-up) program" daes not apply or no longer applies to such "repair work" ar "punch [ist work". This exception does not apply to the cast of performing such "repair work° or "punch list work", or to the 'Y�pair work" or °punch list work" itself. E. Additio�al Insured �xtens�an "6odily Ee�jury" or "prop�rty damage" for which you are solely an additiona! insured under the "consolidated insurance (wrap-upj prograrrt". The ca�erage pra�ided under Paragraphs 9.A through 9.E. abo�e is subject to all terms, conditions and exclusions of this policy. For purposes of Paragraph 9., the following de�initions apply: "Consofidated insurance {wrap-up) program" means any agreement or arrangement, including any contractor-cantrolled, owner-controfled, project specific or sirniiar insurance program under w�ich one or more contractor{s) working an a specified project are insured under one or more cornmercia[ ge�eral liability (CGL) policies {including any �mbre[!a or excess po[icies that include ihe commercial general liability policy(ies) as underlying insurance) issued by a specified carrier for injury or damage ar�sing out of aperations conducted in connection w�th or necessary or incidental to the project. "Wrap project or premises° means any premises ar construction project subject to a"consoEidated insurance (wrap-upj program". 'Repair work" rr�eans ser�ice, maintenance, correctian, repair, replacement work, or periadic inspection perfarmed by an insured at or in connection with a"wrap project or premises", in order to replace or �epair an insured's completed work. "�unch list work" mean5 work performed �y an insured at or in cannection with a"wrap project or premises" in order to complete the work ca[led for Page 4 of 7 Form HS 24 24 fl8 '�9 in an insured's contract for the "wrap project or premises". 10. ACC�SS OR DISCLOSUR� OF CONFID�N7IAL OR PERSONAL INF'012MA7�ON AND DATA- R�LA7ED LIABILITY A. Exclu�ian p. of Section i- Coverage A- Bodily Injury And Property Damage Liab�lity is replaced by the following; p. Access Or Disclosure Of Confidential Or Personal Information And Data- Related Liability Damages arising out af: (1) Any access to or disclosure of any person's or organization's confidential or persona� information, including patents, trade secrets, processing metl�ods, customer lists, financial information, credit card information, health fnformation or any other type of nonpublic inForrnation; or (2) The loss af, loss of use of, damage ta, corruption of, inabiiEty to acc�ss, or inahility to manipulate "electronic data" that does not result From physical injury ta tangibfe property, This excfusion applies even if damages are cfaimed for natification costs, credit monitoring expenses, forensic expenses, public refations ex�enses ar any other loss, cost or ex�ense incurred by yau ar others arising out of that which is described in Paragraph (9) or (2) above. However, unless Paragraph (1) aboue applies, this exclusion does not apply to liability for damages because of "bodily injury". B. Exclusion w. of 2. Exc�usions of Coverage B- Personal and Advertising Injury is replaced by the following: w. Access Or Discios�re Of Confidential Or Personal Information "Persor�af and ad�ertising injury" arising aut of any access to or disclosure oF any person's or organization's confidentia] or personal ir�formatian, including patents, trade secrets, pracessing methods, customer lfsts, financial information, credii card information, health inforrnation or any other type of nonpublic information. This exclusion applies ��en if damag�s are claimed for notificaUon casts, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by yau or others arising out of any access ta or disclosure of any p�rson's o� organization's confidential or personal informatior�. C_ The following Paragra�h is addec! ta Sectian fll - LimitS Of InsuranCe: Subjeci to Paragraph 5. �ach Occurrence Limit, the mpst we will pay under Coverage A for "property damage" because of all foss of "electronic data" arising out of any one "occurrence" is $100,000, unless modified by endorsement. D. �he foflowing definition is added to Section V - Definitions: "Electronic data" means information, facts or programs: a. Stared as or on; b. Created or used on; or c. Transmitted to or from; computer software, (including systerr3s and applications software) hard or floppy dis�Cs, CD-ROMS, tapes, drives, cells, data processing de�ices or any other media which are used with electronically controlled equipment. E. �or the �urpases of the co�erage provided by this pravisian, the definition of "property damage" in Section V- Definitions is replaced by the following: "Property damage" means: a. Physical injury to tangil�le property, incEuding all resulting loss of use of that praperty. A[I such loss oF us� shall be deemed to occur at the time af the physical injury that caused it; �. Loss of use of tangible property that is not physically injured. All such loss of use shalf be deem�d to occur at the time of the "occurrence" that caused it; or C. L055 oF, I055 of use of, damage to, corruption of, inability to access, or inability to properly manipufate "electronic data", resulting fram physEcal injury to tangifaie praperty. All s�ch loss af "electronic data° shall be deemed to occur at the time af the "occurrence" that caused it. For the purposes of this insurance, °electronic data" is not tangible property. 19. SUPPLEMENTARY PAYMENTS in the Supplerr[entary Payments - Co�erages A arid B provision: The iimit for the cost of bail bonds is increased to $2,500 Form H5 24 24 09 'i9 Page 5 of 7 12. NOTIC� OF CANC�LLATfON TO C�RTIFICATE HOLD�R(S) This policy is subject to the follawing additional Canditions: A. If this policy is cancellecE by the Company, ather than for nonpayment of p�emium, notice of such canceliation will I�e prouided at least thirty (30) days in ad�anca of the cancellation effecti�e date to the certificate holder{s} with mailing addresses on file with the agent of record or the Company. B. If this policy is cancel[ed by the Company for nonpayment of premium, or by the insured, notice of such cancelfatian will be pra�ided within (10) days of the cancellation effecti�e date to t�� certificate �alder(s) with rr�ailing addresses on file with the ag�nt of record or the Company. If notice is mailed, proof of mailing to the last knowr� mailing address af the certificate holder(s) on file with the agent of record or the Campany wi[E be sufficient proof af notice. Any notification rights provided by this endorsemer�t apply onfy to active certificate holder(s) who were issued a certificats af insurance applicable to this policy's term, Failure to pro��de such notice to the certificate holder(s) wifl not am�nd or extend the date the cancellation becornes efFecti�e, nor will it negaCe cancellation of the policy. Failure to send notice shall impos� na liability of any kind upon the Gompany ar its agents or representati�es. 93. CONTRACTiJAL LIABILITY COVERAGE FOR PERSONAL AND ADVERTISING INJURY Exclusion e. of S�CTION [- COVERAGE 6 PERSONAL AN� A�VERTISING INJURY LIABILITY is replaced by the following: This insurance does not apply to: e. Contract[aal Liability "Personal and ad�ertising injury" �or w�ich the insured has assumed liability in a contract or agreement, This exclusian does not appfy to liability for damages: ('�) That the ins�red would ha�e in the a�sence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "ins�red cantraci", pro�ided the "persanal and ad�eriising injury" occurs subsequent ta the execution of the contract or agreement. Solely �or the purposes of liability assumed in an "insured cantract", reasonable attorney fees and necessary Gtigation �xpenses incurred by or for a party other than an insured are deemed to be damages because af "personal and ad�ertising injury", pro�ided: (a) Liability to such party for, or for the cost af, that party's defense has also been assumed in �he same "insured contract"; and (b} Such attorney fees and litigation expenses are for defense of that party against a ci�il ar alternati�e dispute resalution proceeding in which damages to which this insurance a�plies ar� all�ged. 19. If1�SURED CONTRACT DEFINITION a. IIVSURED CONTRACT- C01�57'RLICTION �PE,RATIOIVS AND MUi1fICIPAL WORK Paragraph d. of the definition of "insured cantract" in Sectian V- Definitions is deleted and repl�ced E�y the following: An obligation, as required by ordinance, to indemnify a rnunicipality. b. C�NTRACTUAL LIABiLITY Paragraph f. of the definition oF "insured coniract" is deleted and replaced by the following: That part of any other contract or agreement pertaining to your business {including an indemnification of a mu�icipaliry ir� cannection with work perFormed for a municipality} under which you assume the tort lia�ility o� anather party to pay for "badily injury", "property damage", or "personal and ad�ertising injury" to a third person or arganization. Tort liability means a liability that wauld be imposed by law in the absence of any contract or agre�ment. Paragraph f. ir�dudes that part of any contract or agreement that indemnifies a railroad for "bodily injury", "property damage", or "personal and ad�ertising injury° arising out of construction ar demolition operaiions, W1iYill't 5d feet of any raiiroad proper-ty and affecting any railroad bridge or trestle, tracks, raad- beds, tunnel, underpass or crossing. Howe�er, Paragraph #. does nat ir�clude that part of any contract or agreement: (9) Thafi indemnifies an architect. engineer or sur�eyor for injury or damage aris�ng out af: {a) Preparing, appro�ing, or failing to prepare or apprave, maps, shop cfrawings, apinions, reports, Page 6 of 7 Form HS 24 24 U9 19 surveys, field orders, change orders ar drawings and specifications; or (b) Gi�ing directians or instructions, or failing to gi�e them, if thaC is the primary cause of the ir�ju�-y or damage; or (2) Under W�1fGi1 the insured, if an architect, engineer or sur�eyor, assumes Gability for an injury or damage arising out of the insured's rendering or failure to render professionaE services, including tYtose listed in ('i) aho�e and supervisory, inspection, architectural or engineering activities. All other terms and canditions in the poiicy remain unchar�ged. Form HS 24 24 09 19 Page 7 of 7 �,�r,�v3�� ��v���.��. �.��,�y�...,����������y, ���. POLICY NUMBER: 46UEAIC1842 , �' �'HIS f�N���tS�f1fI1�i�Y CF�AN�CS �f�i� RQ�ICY. P��AS� R��e� I� Cr4R��U��Y. ��T`10E �E' C�4I��EL��4���hJ i0 C��1��I�L9C�41Ci� E-��I�D��(S) This policy is subject ta the fo�lowing additionaf Canditions: A. If this policy is canc�lled by the Company, other than far nonpayment of premi�m, notice of such canceflation will be pro�ided at least thirty {30) days in advance of the cancellatian effecti�e date to the certificate holder(s) with mailing addresses or� fife with the agent of record or the Company. B. ]f this policy is cancelfed by the Company far nonpayment of premiurn, or by the insure.d, notice of such cancellation will be pro�ided within (10} days of the car�cellation effecti�e date to the certificate holder(s) with mailing adcfr�ss�s on fiE� with the agent of record or the Company. IF notice is mailed, praaf af mailing to #he last known mailing address of the certificata holder(s) an file with the agent of record or the Company will be sufficient proof of notice. Any natification rights pra�ided by this e�dorsemen# apply only to acti�e cer#ificate holder(s) who wer� issued a certificate of insurance appEicable to this policy's term. Form IH d3 07 06 11 Page 1 of 1 OO 201 �, The Hartford iVAM�D INSURED: Ornega Contracting, Inc. PO�ICY NIJMBER: 46UEAlC1841 A. B. '.� , .' i �� � _ THIS EI�DORSEN�EIVT CHA�lGES THE POLICY. PLEEISE READ 1T CAREFULLY. ������ �� ���������0�� �� ����������� ��������� This policy is suhject to the follawing adcEitianal Conditions: If this palicy is cancefled by the Company, ather than for nonpayrnent af premium, notice of such cancellation will �e provided at least thirty (30) days in advance of the cance[�ation effective date to the certificate holder(s) with mailing addresses on file with the agent of reeord or the Company. If this policy is cancelled by the Company for nonpayment of premium, or hy the insured, notice of such canceliation will be provided within (10) days of the cancellation effective date to the certificate hoider(s) with mailing addresses on file with the agent of record or the Company. lF notice is mailed, proof of rrtailing to the last known mailing address of the certificate holder{s) on fiie with the agent oF record or the Company will b.e sufFicient proof of notice. Any notification rights pro�ided by this endorsement apply anly to active certificate halder(s) who were issued a certificate af insurance applicable ta this policy's term. Failure to provide such notice to the certificate holder(s} will not amend or extend the date the cancellation becomes effecti�e, nor wiil it negate cancellation of the policy. Failure to send notice shaf� impose no liability of any kind upon ihe Company or its agents or representatives. �'orm IH 03 '� 3 06 19 Page 1 of '[ 0 2p'f 1, The Hartfard NAM�D INSU��D: Umega ConEracting, inc. POLICY NUMBER: 46UEAIC1841 COMM��iCIAL AUTQM4BILE HA99160312 Tb1S Ei�D�RSENY�I�T CbAPlC�S ii�� PQ�,ICY. ����S� ���►� I� CA���U��Y. �������8�� ����������� ����� ���� ����������� This endorsement modifies insurance pro�ided under the foElowing: BUSIN�SS AU7Q C�V�FiAGE FQRiV9 To the extent thaf the pro�isions of this endorsement pravic[e broad�r bene�its to the "insured" than other pra�isions of th� Cav�rage Farm, the provisions of this endorsement apply. 1. �ROAD �ORN9 IMSURED A. Subsic�iaries and Newly Acquired or Formed Organizatians The IVamed lnsured shown in th� Declarations is amended to include: (1) Any legal business entity athe� than a partnership ar joint �enture, formed as a subsidiary in which you ha�e an ownership interest of more than 50% on the effect��e date of fhe Coverage Farm. �iowever, the Named Insured do�s not include any subsidiary that is an "insured" under any ather a�tomobi{e policy or would be an "insured" under such a po[icy but for its termination or ihe exhaustion of its L.imit of 9nsurance. (2) Any organizatio� that is acquired or formed by you and over which you maintain majority ownership. Howe�er, the Named Insured does not include any newly formed or acquired organizatian: �a) That is a partnership or joint �enture, tb) 7hat is an "insured" under any other palicy, (c) ihat has exhausted its L�irnit af Insurance under any ofih�r policy, or (d) 1$0 days or more after its acquisition or formation by you, unless you harre gi�en us notice of the acquisition or formation, Co�erage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you farmed or acquired the organization. �. Employees as Insureds Paragraph A.i. � WHO IS AN INSURED - of SECTION II - LfABILITY COVERAGE is arnended to add: d. Any "employee" of yo�rs whi[e using a ca�ered "auto" you don't own, hire or barrow in your business or your personal affairs. �. Lessa�� as Jns�.�r�ds Paragraph A.1. - WHO IS AN INSUF�ED - of Section 11 - Liability Co�erage is amended to add: e. The lessor of a co�ered "auto" while the "auta" is leased to you under a writt�n agreement if: {i) The agreemenf requires you to provide direct primary insurance for the lessor and (2) The "auto" is leased without a dri�er. Such a leased "auto" will be considered a co�ered "auto" you own and not a covered "auta" you hire. C�. Additional Insured if �iequlted by �or�IracE. (1) Paragraph A.1. - WHO IS AN [NSU�iED - of Sectian II - Liab�lity Co�erage is amended to add; f. When you have agreed, in a written contract or written agreement, that a person or organization be added as an additional insured on your �usin�ss auto poGcy, such person or organ�zation is an "insured", but on[y to the extenf such person or orga�ization is liable far "t�odily in�ury" or "prope�ty damage" caused by the conduct of an "insured" und�r paragraphs a. or b. of Who Is An Insured w�th regard to the ownership, maintenance or use of a covered "auta." O 2011, The Hartford (Includes copyrighted material Form HA 99 �f 03 �i2 af ISO Properties, Inc., with its permission.) Page 1 of 5 Tha insurance affarded to any such additionaf insured a�plies only if the "bodi�y injury" or "praperty damage" occurs: (i) Durin� the policy �eriod, and {2} Subsequent to the execution of such writter� contract, and (3) Prior to the expiration of the �eriod of time that the written contract requires such insurance be pro�idecE to the additional insured. (2) Haw Lirnits Apply If you have agreed in a written contract or written agreement that anather person or arganizatian be added as an additio�al insur�d on your poiicy, the most we will pay on behalf of such additiona! insured is the ]esser of: (a) The limits of insurance specif�ed in the written contract or written agre�m�nt; or (b) The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of �nsurance shown in the Declarafions and described in this Section. (3} Additional Insureds Other Insuranca If w� cover a claim or "suiY' under this Coverage Part that may also be covered by other insurance a�ailabl� to an additior�al insured, such additional insured must submit such claim or "suit" to the ot�er insurer for defense and indemnity. However, this provision does not appfy to the extent that you have agre�d in a written contract or written agreement that this insurance is primary and non- contributory wi�h #h� add�tional insured's own insurance. (4) Duties in The E�ent Ofi Accident, Claim, Suit or Lass If you have agreed �n a written contract or writt�n agre�ment that another person or arganization be added as an additionaf insurecE on your policy, the additional insured shall be required to comply with the pravisions in LOSS CONDITIONS 2. - DUTIES IN THE �V�NT OF' ACCfD�Ni, CLAlM , SU1T OR LQSS — OF SECTION [V — BL151NESS AlJTO CONDITIONS, in the same manner as the Named Insured. �. �rirr��ry and �l�n-��r�tri�utnr�r it F�$qe�lred �y �ontra�t Only wit� respecfi to insurance provicEed to an additional insured in �.Q. - Additional lns�red if Required by Contract, the following provisions apply: (3) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a wriffen contract or written agreement t�at this insurance be primary, f# other insurance is also primary, we will share with afl that ofher insurance by the method describ�d in Other lnsurance 5.d. (4) Prirrtary And Non-Contrii�utory Ta Other Ir�surance When Required By Contract If you have agreed in a written contract ar written agreement that this insurance is primary ancE non-cantributory with the additional insured's own insurance, this insurance is primary and we wilf not seek confribution from that other insurance. Paragraphs (3) and (4) do not apply to other insurance #o which the additiona! insured has beer� added as an addifiional insured. When this insurartce is excess, we will have no duty to defend the insured against any "suif" if any other insurer has a duty to defend the insured against that "sui#". If no ofher ins�rer defends, we will �nclertake to do so, but we will be entitled to the insured's rights aga�nst all those other insurers. When ihis insurance is BXCA55 over oth�r insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The �otal amount that all such other insuranc� would pay for the ]oss in the absence of this insurance; and (2) The fotal of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, by tha method cl�scrib�d in Other Insurance 5.d. 2. AUTOS RENTE� BY EMPLOYEES Ar�y "auta° hired ar rented by your "emplayee" on your behalf and at your direction will be considered an "auto" you hire. The OTHER lNSURANCE Condition is amended by adding the following: OO 20i 1, The Harffard (Includes copyrighted material Form HA 9916 0312 of IS� Prope�ties, Inc., with its permission.) Page 2 of 5 If an "ernployee's" �ersanal insurance also 5. applies on an excess basis to a co�ered °auto" hired or rented by yo�r "employee" on your behalf and at yaur direction, this insurance will be primary to the "empioyee's" personal insurance. 3. Ai1RENDED FELLOW EMPLOY�� �XCLUSION EXCLUSION 5. - F'��LOW EMPLOYEE - af SECTIOf� II - LEABILITY COVERAGE does not apply if yau ha�e workers' compensation insurance in-force co�ering all of your "employees". Co�erage is excess o�er any other collecfible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE If hired "autos" are co�ered "autas" far L3abil�ty Co�erage and if Comprehensi�e, Specifi�d Causes of Loss, or Colfision coverages are pro�ided under this Co�erage Form for any "auto" you own, then the Physica[ Damage Co�erages provided are extended to "autos" you hire or borrow, subject to the following [imit. The rnost we will pay for "loss" to any hired "auto" is: (1) $100,000; (2) The act�ai cash �alue of the damaged or stolen properiy at the time of the "loss°; or {3) The cost of repairing or replacing ihe damaged ar stolen property, whiche�er is smallest, minus a deductible. The deductible will be equal to the ]argest deductible applicabfe to any owned "auta" for that ca�erage. �o deductible applies to "loss" caused by fire or lightning. Hired Auto Physical Damage co�erage is excess o�er any ather collectible insurance. Subject to the abo�e limit, deductible and excess pravisions, we will provide co�erage equa! ta the braadest co�erage applicable to any co�erer� "auta" you awn. We will also co�er bss af use of t�e hired "auto" if it results from an "accident", you are legally liable and the ]essor incurs an actual financiaf loss, subject to a max�murn of $1000 per "accident". �"his extension af ca�erage does not apply to any "auto" you hire or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited lia�ility company), or members of their househalds. PHYSICAL DAMAG� - ADC}ITI4NAL TEMPORARY TRANSPORiATION EXPENSE COVERAGE ParagrapY� A.4.a. of SEC�ION 1[I - PHYSICAL DAMAG�. C�V�RAG�. is amended to pro�ide a limii of $5Q �er day and a rnaximum limit of $� ,000. fi. LOAN/L.EAS� GAP COVERAGE Under ��CTION il[ - PHYSfCAL DAMAGE COVERAGE, in the event of a fotal "loss" to a co�ered "auto", we will pay yaur additional legal obligation for any difference betwean the act�al cash �alue af the "auto" at the time of the "loss" and the "outstanding balance" af the loan/lease. "Outstanding balance" rneans the amount you owe on the loanllease at the time of "loss" less any amaunts representing taxes; o�erdue payments; per�a[ties, interest or char�es resulting frorn o�erd�e payr�ents; additiona[ mileage charges; excess wear and tear charges; �ease termination fe�s; security deposits not returned by the lessor; casts far extended warranties, credit li#e Insurance, health, accident or disability insuranc� purchased with the loan or �ease; and carry-o�er balances from pre�ious loans or leases. 7. AIRBAC COVERAGE Under Paragraph B. EXGLUSIONS - of SECTIO€V Ill - PHYSlCAL DAMAG� GOVERAGE, the fallowing is added: The exclusion rela#ing to mechanical breakdown does no# appiy to the accidental discharge of an airbag. 8. ELECTRONIC �QUIPMENT - BROADENED COVERAGE a. The exceptions to Paragraphs B.4 - EXCLUS10N5 - of SECTION III - PNYSICAL DAMAGE COVERAGE are replaced by the followir�g: Exclusions 4.c. and 4.d. do not apply ta equip�nent designed to be operated salely by use of the power from the "auto's" electrical system that, at the time of "lass", is: (1) Permanently i�stalled in or upon the coWered "auto"; (2} Rerrto�able from a housing unEt which is permanently installed in or upon the co�ered "auto"; (3) An integral part ofi the same unit housing any electronic equipment described in Paragraphs (1) and (2) abo�e; or O 201 i, Th� Hartford (Includes copyrighted r�aterial Form HA 99 16 03 12 of ISO Properties, lnc., with its permission.) Page 3 af S t�) Necessary for the normal operation of the co�ered "auto" or f�e manitoring of the covered "auto's" operating system. b. Section 111 — Version CA 00 01 03 10 of the Business Auto Coverage Farm, Physical bamage Co�erage, Limit o# Insurance, Paragraph C.2 and Version CA 00 07 10 07 of the Business Auto Coverage Form, Physical Damage Coverage, Limit of fnsuranc�, Paragra�an C are each amended to add the following: $1,500 is�the most we wiil pay for "loss" in any one "accident" ta all electronic equipment (otner than equipmen� designed solely for the reproduction of sound, a�d accessories used with such equipment) that reproduces, recei�es or transmits audio, visual or data signals which, at the time of "loss", is: {y ) Permanentfy installed in or upon the covered "auta" in a hausing, opening or other foca�ion that is not normally used by the "auto" manufacturer for the instalfation af such equipment; (2) Removable from a permanently installsd housing unit as described in Paragraph 2.a. abar�e or is an integral part of that equiprnent; ar (3) An integra] part of such equipment. c. For each cavered "auto", should loss ba iimited to �lectronic equipment only, our obligation to pay for, repair, return or replace damaged or stolen elec#ronic equipment wil� be reduced by the applicabl� deductif�le shown in the Declarations, or $250, whichever deductible is less. 9. �XiRA EXP�NS� � �RO�D�N�D COVERAGE Under Paragraph A. - COVERAGE - of 5ECTIQN III - F'HY5ICAL DAMAG� COVERAGE, w� will pay for the expense of returning a stolen covered "auto" to you. 10. GLASS RE�'AIR - WAIVER OF DE�UCTIBLE Under Paragraph D. - DEDUCTIBLE - of SECTIOEV II1 - I�HYSICAL DAMAGE COV�RAGE, the following is added: If another Hartford �inanc�al Services Group, lnc. company policy or coverage form t�at is not an automobile policy ar coverage fiorm applies to the same "accident", the #ollowing applies: (1 }]f the deductible undar this Business Auto Coverage Form is the srr�aller (or smallest) deductilafe, it will �e waived; (2) !f the decluctible under this Business Auto Coverage Form is not the smaller {or smallest) deductible, it wil! be reduced by the amount of the smaller (or smaffest} deducfibfe. �2. AMfLIVD�D DUTfES IN TFiE EVENT OF /�CC�DENT, CLA1M, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT O F ACCiDENT,CLAIM, SUIT OR LOSS - of SECTION N- BUSINESS AlJTO C4NDITIONS that you must notify us of an "accid�nt" applies only when the "accident" is known to: ��l) You, if you are an individual, (2) A partner, if you are a partnership; (3) A member, if you are a lim�ted liability company; or (4) An executive officer or insurance manager, if you are a corporatian. 13, UNfN7�NTlONAL FAII�UR� TO QISCLOS� HA�ARDS !f you uninte�tianally fail to cEisclose any hazards existing at #he inception date of your policy, we wili not deny coverage under this Coverage Form because of suc� failure. 1�1. HIRED AUTO - COVERAGE TERRITDRY Paragraph e. of GENERAL CONDfTiONS 7. - POLICY PERIOD, COV�RAG� T�RRITORY - of SECTiO€V IV - BUSINESS AUiO CONDITIONS is replac�d by the following: e. For short-term hired "autos", the coverage ferritory with respect to Liability Coverage is anywhere in the world pro�ided that if the "insured's" responsibility to pay damages for "bodily injury" or "property cEamage" is determined in a"suit," the "suit" is �rought in the Unifed 5tates of America, the territaries and possessions of the United States of America, Puerto Rico ar Canada or in a settlement we agree to. No deductible appfies to glass damage if the �5. WAIVER OF SClBRpC�ATI�N glass is repaired rather than replaced. TRANSFER OF RIGHTS OF R�COV�RY 1i. TWO OR ii�IORE DEDUCTIBLES AGAINST OTHERS TO US - of SECT�ON iV - Under Paragraph D. - DEDUCTlBLE - of SECTiON SCISIN�SS AlJTO CONDITEONS is amended by III - PHYSICAL [7AMAG� COV�RAG�., the adding fhe following: following is acided: OO 2�11, The Fiar#fard (Encf�des copyrighted material �'arm HA 99 76 03 �2 of ISO Properties, Inc., with its permission.) Page 4 of 5 We wai�e ar�y right of reco�ery we may ha�e againsf any persan or organization with whorn you ha�e a wrifiten contract that requires suc� wai�er because o# payments we make for damages uncier this Co�erage Form. 16. R�SUI�TANT �AENTAL ANGUISH COVERAGE The definitian af "hodily injury" in SECTfON V- DEFINITIONS is replaced by tne following: "Bodily injury" means bodily injury, sickness or disease sustained by any person, incfuding mental anguish or death resu]#ing from any of these. ii. EXTEN�ED CANCELLATION CONDITION Paragraph 2. of �he COMMON POLICY CONDITIONS - CANCELLATION - applies except as fallaws: If we cancel #ar any reason other than nonpayrr►ent of premium, we will mail or deliver to #he first Named Insured writter� not�c� of cancellation at l�ast GO days befare the effective date o# cance�lation. 18. HYBRID, ELECTRIC, OR IdATURAL GAS V�HICI.� F�AYMENT COVERAGE In the e�eni of a total loss to a"nor�-hybrid" auto far which Camprehensi�e, Specified Causes of Loss, ar Collision co�erages are pra�ided under this Co�erage Form, then such Physica! Damage Ca�erages are amended as fallows: a.lf the auta is replaced with a"hybrid" auto or an auto pow�red solely by elsctricity or natural gas, we will pay an additional 10%, to a maximum of $2,500, of the "non-hybrid" a�to's actua] cash value or replacemenf cost, whiche�er is less, b.The auto must be replaced and a copy af a bill of sale or new lease agreement recei�ed by us w�thin 60 calendar days of the data of "j055," c. Regardless of the nu�nber of autos d�emed a total loss, t�e most we will pay under this Hy�rid, EEectric, or Natural Gas Vehicle Payment Go�erage provision for any ane "ioss" is $1 {1,d00. For the purposes of the caverage provision, a.A "non-hy�rid" a�ta is defined as an auto that uses only an internal combustion engine ta move the auto but does not include autos pawered salely by electricity or natural gas. b.A "hybrid" auto is defined as an auto with an ir�ternal combustion engine ancE one or more electric motors; and that us�s the internal cambustion engine and one or more electric motors to mo�e tha au#o, or the internal combustion engine ta charge one or more eleetric motars, which mave the auta 19. V�HIC�� WRAP COVERAG� In the e�ent of a total loss to an "auto" for which Comprehensive, 5pecified Causes of Lass, or Collision co�erages are pro�ided under this Coverage F'orm, then such Physical Damage Co�erages are amended to add the �ollowing: In additian ta the actual cash �alue af the "au#o", we will pay up ta $1,qQ0 for vinyl �ehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total foss, the mast w� wif� pay under this Vehicle Wrap Co�erage provision for any one "loss" is $5,000. For purposes o€ this coverage provisian, signs or othar graphics �ainted or magnetically affixed to the �ehicle are not considered �ehicf� wraps. O 2011, The Hartford (Includes copyrighted materia] Form HA 99 16 U3 12 of ISO Properties, Inc., with its permissiar�.) Page 5 of 5 fVAMED INSURED: Omega Contracting, Inc. POLICY iUUMBEF2: 46WEAAB9BAE �> : �, i'FiIS �(��ORS�I�i'�ft��' �HAi�GGS TH� �B�I�lf. P��AS� ��A� i [ �A�C�'���Y. Tl�X�� VV�IV�� �� O�R RI�Hi T� I��,�Ol��� ��0� O�b��S �,��0����I�N�' Paficy Number:46WEAAB9BAE Endorsement Number: Effective Date: +091o112ozo Ef#ecti�e hour is the same as stated on tne Information Page of the policy, Named Insured and Address; ,o,ZTECA �NTERPR�SES, INC This endorsement app�ies only to the insurance pro�ided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone iiab]e for an injury covered by this policy. We will not enforce otar right against the person or organization named in #he Schedule, but this waiver appfies only wit� res�ect to boclily injury arising out of the operations described in tF�e Schedule w�ere yo� are required by a written contract to abtain this wai�er from us. This endorsement shall not operate direct�y or incEieectly to ber�efit anyor�e not r�ame� in tl�e Sc�edule. The premium for this er�dorsement is shown in t�e Schedule. Scheduie 1 2. ( ) Special Wai�er Name of person or organization ( x ) Blanket WaiWer Any person or or�anization for whom the Named fnsured has agreed by written contract to turnis� this waiver. Operations: 3. Premium: The prerrEium charge for this endorsement shall be percent of the �remium dev�loped on payrall in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Farm WC 42 03 04 8�rinted in U.S.A. PrpCess Da#e: pg�0112Q20 Policy Expiration Date: 09l011z020 ,�.�`� � �ERTfF[GATE �� L�A��LxT� tl�St-1�h1G� pATE��bp�r s�4�zo�a L�' 'fHlS CERTI�ICk7'� IS 1SSU�D AS A MAT`fER Or {fdFn�tivlATfON ONLY AN[7 Gi3NF�R5 i�Eo I�IC.�H7S UPON TfiE C�Ft7�I�ICAT� [iDtD�F�. �HfS CE�tTl�ECkTE DQ�S NC7T AF�II�1�iA3tVELY E]R h1EGA'Ta��Y A%11Eh1E3, EXTEhlp ❑R R�TER 7FiE G(3VEFtAf'zE RFFOfip�fJ 9Y THE POLECI�S B�L01�, FHtS C�RifF1�AT� QF [hE511i3ANCE pOES ND7 CL7N8T€TL17E A CQNTRAC'i 8��1WEE�! fHE ISSU€I�fG EE�T5UR�FL(S), AEITH�FtiZEi1 R�FR�S�ISfATlVE flR PRODI3C�R, Ah�p Tfi� C�RiEF1GATE FEoLDEf?. li++[PDRTANI': If the ceiikficaie hotder 9s an G.tia[Tfoi�AL i�JSURE�, C�ie pnGcy(fes) rr�usl have AD�IT[aE�AL IiJS[3RED prdvisiores or i�s.e�cSorsed. �F SGBRDf.rR77dN €S WAlVEP, sElhject #a i;�z tetms and cohc ttians df ihe pollcy, cettafn pvlicies r�rdy i'eqL�'e an enciorsemeni. A siaEameni on this cerf�fica[e daes nnt cnnfer rig€�#s [a t�e ce€tificafe hafder in Te�t af sucf� endaCsemeni(sj. � CR�1iACT paoa�c�R ��� 'iinisha McDowekE fBIY Risk SeNices �"O"E , z14 ssa-71ao wc xo ; 2Ta-ss6-e4�� 6363 51afe Hlghway 161 A pRE55: SBNICE �-�.com �'ullFt� '� �� lfvingTX 75038 IFLSIIHERS AFFOFIPfFIGGOY�RACyE NA1C# .. . .. --- �t an�u ENSGREFi Omega Con€racting, Ir�a_ 2518 Chalk Hili Rd paifas TX 752'i2 c Fhar[Ford HarEFo O� 3o1a4 29424 COV�RQC�r�S CEFtF1FEC.QiE hiUNi6EFI;7648T1323 • FiEV(S]�N ht11lY1H�Ft; iFlIS IS TQ CFJ�TIFY THAT THE POtJGIES OF ]�iStJF�P.NCE L�STED BELOW HAVE B��N ISSLFEO TO THE fiVSL1NE� i�tAMEp Ag�VE FQN THE 1�OLfGY P�10� ftJ�1CATEL7, h10T4VITHSTAM01h�G AN`f fi�QU�RENkE�]T, TERt�1 aR GOId�17lON OF AI�Y CONTRAG7 OR �T1-iER �OCUMFJdT �F(1-� FiESP��F Td WF�GH TI-3I5 CERTiFiCATE idfAY gE ISSUED dR MRY PERTA1iV, TiiE INSURI+NGE AFFOR�ED BY TH� POLICI�S a�SCRIBF�7 H�fiElh! is SUB.iEGT TO AL.L €Fi� T�RMs, �7CGLlfSlOt�15 AN� CQNOtT10l+1S OF 5l1GH POL1G{E5, fJM1T5 SHDwJN MAY HAVE B�r+! fir[3UGED 8Y PAID CLAIMS. pD� Si19E1 YOLICY EFF PUUGY IXP ���� Nsa �pEOFlks[3RANCE pollcYNflF�sER MIArpAM"�Y MMla� E_TR g }� CUMMFRCIALOENERALLIA61LI7Y d61JEWC'k&42 9I9I20'F8 9l1l20'f9 �(`,HOCEURFIENCE $S,Ofl0,00f1 DA AAGETO fl�� C31�IM5-AAApE � OCCEIA pFlEFA15ES Eao�urren S'f pOQ.p00 � CnnlmcUral L�6 AiEL DGP [/Ynl' ona pa�san} $ 6 01�A X xC� p�HSONALhA�VINJURY $T,00p,ano GCfi]�ARLAG6AEGAiE S2,OUOOOP GEN'i AGGREGATE 11MI7 AP PI.iES PIIi: PC7LIGY � JEC � �� PROOUCTS-CAu,P10PAGG $2,noo.aOU $ c � Ausoµosrt�IJae�Em n $ .I�NY�auTo=.F-�_.:, -..v. -- -.� — P1NNEo `SCHF�i1LEd AUi65 O�1LY AUf45 i HfR� x NOh3-oWN� ! AUFoS ONF.Y AUFa5 OhILY I � UM9R�L1AL1A6 � 40C.UFS E:(GESS LIA� GLAt>If5-MROE pEp X FiE1FhiT1DFJS IKEAS COf'[PEhtSA71DN �JJPI.PYERS'IJbB]LiTY YIN c�-.CR�FA[�15� GJJb�DceCUF1VE � NlA .daforyi� NFi) �. describe undar _ . J_ _ ._. . . ,q Excess l7mhFeiEa (pccc�itrnce} asur�,�cts4t 4gRtipEce24k 461�VEAABgsAE Prruasa��i E4 pi5FASE-E4 EFAPLP " S 3.Ooo,uuu - E.1., bISEASE•�POLIGY LIhiIT � 9,ODROfla 9I1lLOt9 3l1i2019 Fac e0 eurrence fapooAOU Rgg g bY cI;IPTF�NRFOP�RAil�HSlLOCATIoNS1��H�GLES (f+�o13p1flR,pddl[IanalHama[ks5cheduls,mayheait�ehediFinarespace9sreq��r d) i he Ceneral Liebili#y & Fiufomobiie pofrcEes Irrcl�de 6lanket �utomatio Adrdilionaf Insured endorsements (CG7485 '{D/15 CG 7053 a71�2, GA71 i8 111p9) ihat pTa�ide [h�s fE�[� anfy whe� #$ere Is a 1+�rFtieti cont[ac# 1Ni€h Eh� lJamed �nst�red ttral requlk'es Sltch stalvs. The Genera� L'labiflfy, Auto, and Workers Gompansafion polEcies inclt�de blankat suforna#ic Waiver nf Subroga#ion eredorsemenEs CG7063 �T17� GA7'� �e f 11�9f VtiC42�nda�i-semaht pravirie this feafuta anly wh�n fhere is a wri[Een corilrack wilh tha Named insured th�i requires such st��tus. �fir�ary Non-Cont�i6utory wottIing � farms (CG708� 'E�i'i5, CG7083 07Jf2j, Cohtractusl Lia�i€ity fur RaiEroads per �ndosseEnents{CG7�63 (]71�2 & CA7178 TiI08). Fxcess Pa4icy �s fallow forsn of {{�e undar�yit�g Um6relia palicy. Cattcelfa[ion per #he atEached endorsemenis �IL704S �SI07)- 20T8-2q19 Sample Ceriifcaie. Bid and Informa[ionaf Purposes pnly i�. Sample Ceriiflcate Only Omega Cvntr-ac�ing, lnc. �77allas TX 752�2 AG�FTO 2S (2(l'is1�3} 9r'1I2�18 41'�l�'�g GOFh81NN7 SIiJGLE fiAfl g i,00n,aoo Ea accident Hpll[LY[NJLERY[PeFpBrsnnj S_ __ � 6pD[LY�N�1��' (PeF accidet�l} 5 PRPPER1YpANA6E � er aocidarN S 911l20iB 97i12o19 �,e,CHOCCUFIR�E �5,000,000 AGGHEGATE ; s,aon,00u $ s71iLOf8 sl4/2D1s x $� �-�-E �p � EL EAGN ACGIOENT $1,OOP�p00 SN6ULb Ah1Y dF'FF�EA60VE bESG}�I�F17 PDL[C1E5 6� GRi�]CELLED 9E�Pf3� TH� FatPIRATloN �AT� Tff�ReoF, NaTiCE �N€LL 8� i7�LNEREo IN aCGUAdANCE iA+ITH ii-]E P�1-icY PRflF+I��ONs, �HOfiIZED R�PFiFSE71TAi1VE �v ` � C�3T3B8-2di5ACdR�] CDF�POF�ATIt31�. AEf righfs re.sefved. ihe AGC3RD name and Eogo are regPstered marks of ACaRD ST�TD�R� GEI�TER�L COI�DYT��I`�1S OF THE C(�llTSTRUCTI�l�T �Ol�TTRACT C1TY OF FORT WORTH STAtVDATLi]CONST1tCJrCTCON SPECIFICA7TON DOCUMEIVTS Revisian: Ma�h9, 2020 STANDARD GENERAL COND�TIONS OF THE CONSTRUCTION CONTRACT TABLE OF COl�TE�TTS Article 1— Definitions and Tenninology ........................................ 1.01 Deiined Terms ............................................................. 1.02 Terminology ................................................................ Article 2 — PreIiminary Matters .......................................................... 2A1 Capies oiDocuments ..................................................... 2.02 Commencemeni of Contraci Time; Natice to Proceed .. 2.03 �tartiz�gthe Work ........................................................... 2.04 Before ,Star�ing Construction .......................................... 2.05 Preconstruction Conference ............................................ 2.06 �'ublic Meeting ................................................................ 2.47 Initial Acceptance of Schedules ...................................... Page .............................................1 • ............................................1 ............................................. 6 .........................•---........ 7 .......-• ............................ 7 ..................................... 7 ..................................... 8 ..................................... 8 ..................................... S ....................•-•---........... $ ..................................... 8 Article 3— Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.�1 Intent .........................................................................................•-----•--............................................ 8 3.02 Reference Standaxds ..............�-----•----.............................................................................................9 3.03 Reporting and Resolving Discrepancies .......................................................................................9 3.04- Amending and Supplementing Cozatract Documents .................................................................10 3.05 Reuse of Documents .................................................................................................. ..14 3.06 Electronic Data ............................................................................................................................11 Article 4— Avazlability of Lands; Subsuriace and Physical Conditions; Hazardous Environzxaental Conditions; Reference Points .........................................................................................�----.. 4.01 Availability of Land,s ..........................•--------............................................................,....... 4.02 Subsurface and Physical Conditions ................................................................... 4.03 Differing Subsurface or Physical Conditions ....................•---.-.----.................................... 4.04 Underg�round Facilities .............................................................................................. 4.05 Reference Points ................................................................................................. 4.06 Hazardous Enviroz�zx�ez�tal Condition at Site .................................................................... Article 5— Bo�ds and Insurance ................................................................... S.O 1 Licensed Sureties and Insurers .................................................. 5.02 Performance, Payment, and Maintenaz�ce Bonds ...................... 5.03 Ceztificates of Insurance ............................................................ 5.04 Contractor's Insurance ............................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace.......... Article 6 — Contractor's Responsibilities .............. 6.01 Supervisian and Superrntendence..... ,......11 ......11 ......12 ...... I 2 ......13 ......14 ......14 ............................................16 ...-• .......................................16 ............................................16 ....................................•-•---..16 ............................................18 , ...........................................19 ............................................19 ............................................19 C1TY OF FORT WORTH STANDAKD CONSTRUCTION SPEC4FICATION DOCUivIEN"fS Revision: Ma�h 9, 2Q20 6.02 Labor; Working Hours ....................................................... 6.03 Servic�s, Materials, and Equipment ................................... 6.04 Project Schedule ................................................................., b.05 Substitutes and "Or�Equals" ............................................... 6.06 Cancerning Subcontractors, SuppIiers, and 4thers............ 6.a7 Wage Rates .......................................................................... 6.08 Patent Fees and Royalties ................................................... b.09 Permits and Utilities ............................................................ 6.10 Laws and Regulations ......................................................... 6.11 Taxes ................................................................................... 6.12 Use of Site and Other Areas ............................................... 6.13 Record Documents .............................................................. b.1 � Safety and �'rotection .......................................................... 6.15 ,Safety Representative .......................................................... 6. i 6 Hazard Communicatiott Programs ..................................... 6.17 Emergencies and/or Rectif cation ....................................... 6.18 Submittais ............................................................................ 6.19 Continuing the Work ........................................................... 6.20 Contractor's General Warranty and Guarantee .................. 6.21 Indemnification ................................................................... 6.22 Delegaiiort of Professional Design Services ...................... b.23 Right to Audit ...................................................................... 6.24 Nondiscrimination ............................................................... Article 7- Other Work at the Site ........................................................, 7.01 Related Worrk at Site ......................................................... 7.02 Coordination ...................................................................... ............................... ............................... ............................... ............................... ....... ........................ ...... ......................... ............................... ........ ....................... ........................... ..................... 20 ..................... 20 ..................... 21 ..................... 21 . .................... 24 ......... 25 ......... 2b ......... 27 ......... z� ......... 28 ......... 28 .........29 ......... 29 ......... 30 .........30 ........ 30 ........ 31 ........ 32 32 .................................... .................................... .................................... .................................... .................................... Article S - City's Responsrbilities .......................................................................................... 8.Q1 Communicatio�s to Contractor .......................................................................... 8.02 Futnish Data ....................................................................................................... 8.03 Pay When Due ................................................................................................... 8.04 Lands and Easenaents; Reports and Tests .......................................................... $.OS Change Orders ....................................................................................•--•--•......... 8.06 Inspections, Tests, and Appravals ..................................................................... 8.07 Limitations on C�ty's Respansibilities ..................................... ......................... 8A8 Undisclosed Hazardous EnvironmentaI Condition ............................................ 8.09 Co�npliance with Safety Program ....................................................................... ............... ............. 33 ............... 34 ...............34 ............... 35 ................ 35 ................ 35 ................ 36 ...................... 3 6 ...................... 36 ...................... 36 ...................... 36 , .. ......... .......... 3 6 ...................... 36 ,. .................... 36 ..................... 37 ..................... 37 ..................... 37 Article 9- City's Qbservation Status During Consiruction ............................................................ 9.01 City's Project Manager .............................................................................................. 9.02 Visits to Site ................................................................................................................. 9.03 Autnor�zed Variatians in Wark .................................................................................... 9.04 Rejecting D�fective VVork ........................................................................................... 9.05 Determinations for Work Performed ............................................................................ 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work....... ........... 37 .......... 37 ........... 37 ........... 38 ,.......... 38 ,.......... 3 S .......... 38 CITY OF FORT WpRTH STANDARA CONSTRUCTION SPECIFICATTON DOCUMENTS Revision; Much9,2020 ArticIe 10 - Changes in the Work, Claims; Extra Work 10.01 Authorized Changes in; tk�e Wark .............. 10.02 Unauthoxized Changes in the Work .......... 10.03 Execuiion of CY�ange Orders ...................... 10.04 Extra Worrk ...................••----........................ 10.05 Notification to Sur�ty ................................. 10.06 Contract Claims Process ............................ .................... ........ ............................. ............................. ............................. ......................... ... . ............................. ............ ...................................... 3 S .................................................. 3 8 ...................... ............ ................ 3 9 .................................................. 39 .................................................. 39 .................................................. 39 ...--• ..................................................... an Article ] I- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost ofthe Work .........................................................................................................................41 11.02 Ailowances .................•--.........................................................................................................-•---43 11 A3 Unit Price Work .......................................................................................... .........................44 ll.04 Plans Quantity Measureznez�t ......................................................................................................45 Article 12 - Change of Contract Price; Change af Contract Tirne .................................................................46 12A1 Change of Con#ract Price .............................................................................................................46 12.02 Change of Contract Time ............................................................................................................47 12.03 Delays ...................................••----.................................................................................................A7 Article 13 - Tests and Inspections; Correction, Removal or Accepiance of Defective Work ......................48 13.OI Noiice of Defect� ........................................................................................................................48 13.02 Access to Wark ........................................................................................................................... 48 13.03 TestS and �nspections ............................................................•-----................................................ 48 13.04 Uncovering Wark ........................................................................................................................49 13.05 City May Stop tY�e Work .............................................................................................................49 13.06 Correction or Rernoval of Defective Work ................................................................................50 13.07 Conrection Period ........................................................................................................................ 50 13.08 Acce�tance of Defective Wor� ....................•---........................................................................... 51 13.09 City May Carrect Defective Work ............................................................................................. 51 Article 14 - Payments to Contractor and Completioz� .................................................................................... 52 14.01 Schedule of Value,s ......................................................................................................................52 14.02 Prog7ress Payments ......................................................................................................................52 14.03 Con#raciar's Warranty of Title ........................�----......................................................................54 14.04 Partial Utzlization ........................................................................................................................ 55 14.05 Final Inspection ......................................................................�------..............................................55 14.06 Final Acceptance .........................................................................................................................55 14.07 �'inal �'ayment ..............................................................................................................................56 14.08 Final Completian Deiayed ar�d Pa�tial Retainage Release ........................................................56 I4.09 Waiver of Claiz�as .......................................................................................................... ..57 Article t5 - Suspension of Work and Termination .................................................................................. 15.01 City May Suspend Work ...................................•---................................................................ 15.02 Cziy May Terminate for Cause ............................................................................................. 15.03 City May Terminate For Convenience ................................................................................. Article 16 -- Dispute Resolutioz� ............................................................................................. ................... 16.01 Metlnods and Arocedures ....................................................................................................... 57 57 58 6Q 61 61 CETY OF FpRT W4RTH S"I`AI�TDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma�eh9,2020 Article 17 — MzscelIaneous ........................., 17.01 Giving Notice .......................... 17.02 Cor�putation of Times ............ 17.03 Cumulative Rezx�edies ............. 17.04 SurvivaI of Obligations ........... 17.05 Headings .................................. ......................................... ......................................... ......................................... ......................................... ......................................... ......................................... ................................... 62 ................................... 62 ................................... 62 ................................... 62 ................................... 63 ................................... 63 Cl'I'S' O�' �'O1ZT WORTH STANDARD CON3TRUCTION SPECIPICA'I'IOiN DOCUMENTS Revision; Ma�h 9, 202D D47200-1 CENERAL CON�ITIQNS Page 1 of 63 ARTICLE 1-- DEF`IN�TION� AND TERMINOLOGY 1.01 Defined Ter^ms A. Where�er used in these General Conditions or in other Contract Dacuments, the terms listed below hav� the meanings indicated wlnich are applicable to both tI�e singular and plurral thereof, and wards denoting gender shall include the masculzzae, fezninine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the de�nition ofr a listed-defined term, the term shall ha�ve a meaning as defined below wh�ther capitalized or italicized or othervvise. In additian to te�ns specifically defined, #erms with initial capital l�tters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. I. Addenda—Written or graphic instruments issued prior to tk�e opening of Bids which clarify, correct, or change f�e Biddzng Requirements or the proposed Contract Docurnents. 2. Agreement The written instrument which is e�idence of the agreercxaent between City and Coz�tractor covering the Work. 3. Application foN Payment The form accepiable to City which is to be used. by Contractox during the course of the Work in requ�sting progress or �"inal paytnents and which is to be accozxapanied by such supporting documentation as is required by the Contraci Documents. 4. Asbestos Any material that contains more than one percer�i asbestos and is friabie or is releasing asbestos �'ibers into the air above current action leve�s established by the United States Occupational Safety and Health Adtx�inistration. 5. Avvard — Authorization by the City Council for the City to enter i�io an Agreement. 6. I3id—The offer or proposal of a Bidder subrnitted on the prescribed form setting forth the prices far Yhe Work to be performed. 7. Bidde�—The individual or entity wha submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and t1�e proposed Contract Docu�aents (including all Addenda). 9. Bidding Izequirernents—The advertisernent or Invitation to Bid, Instructions ta Bidders, Brd security of acceptable form, if any, and the Bid Fo�n with ar�y supplements. 10. Business Day — A bu,siness day is deiined as a day that ihe City conducts noz7mai business, generally Monday thraugh �'riday, except for federal ar state holidays observed by the City. 11. Calenda� Day — A day consisting of 24 hou�rs zz�easured from midnighi to th� next midnight. CTTY OT �ORT WORTH STANDARD CON,�TRUCTION SPECIFICATION DOCiJMEN"is Re�ision: Maicli9, 2020 OD7200- 1 GENERAL CON�ITIONS Page 2 of 63 12. Change O�der—A document, wl�ich is prepared and approved by the City, which is signed by Contractar and City and authorizes an addiiion, deI�tion, or revision in the Work or an adjustrnent in tk�e Coniract Pzice or the Contrract Time, issued on or after the Effective Daie af the Agreement. 13. Cit)�-- The City of Fort Worth, Texas, a hom�-rul� municipal corporation, authorized and c�artered under the Te�as State Statutes, acting by its governing body thraugh its City Manager, his designee, or agents a�thoxized under his behalf, each of whzch is required by Charter to perform specific duties with responsibility for final enforcemenfi oi the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with wham Contractor has entered inta the Agreement and �or wk�om tk�e Work is to be performed. ' 14. City Attorney -- The officia�ly appointed City Attorney o� the City of Fof-t Wor�h, Te�as, or his duly autharized representative. 15. City Council - The duly elecfied and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The of�cially appointed azad authorzzed City Manager of the City of Fort Worth, Texas, ar l�is duly authorized representative. 17. Contract Clai�n A demand or ass�rtion by City or Confiractor seeking an adjustment of Contract Price or Contract Titne, or both, or oiher relief vvith respect to the terms of the Contraci. A demand far maney or services by a third party is not a Contract Claim. 18. Cont�act The entire and integrated written document between tY►e City and Contractor cancerning the Work. The Coniract contains the Agreement and all Contract Documents and supersedes prior nego#iations, representations, or agreements, whether written or oral. 19. Contract Documerats—Those items so designated in the Agreement All items listed in the Agreement are Contraci Docuz�nents. Approved Submittals, other Contractor submittals, and the reparts and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price---The moneys payable by City to Contractor for completion of the Work in accorda�ce �c�vith the Contract Documents as stated in the Agreement (subject to the provisions of Pa�ragiraph 11.03 in the case af Unit Price Work). 21. Contraci Tirrae—The nUrnber of days or the dates stated in the Agreement to: {i) achieve Milestones, if any and (ii} comp�ete the Work so that it is ready for Final Acceptance. 22. Cont�actor The individua� or entity with whom City has entered into the Agreement. 23. Cost of the WoNk—�ee Para�raph 11.01 of these G�n�ral Conditians for definition. CITY OF FORT WORTH STANDARDCON5TRl1CT70�f SPECIFICATIQAI DQCiTMENTS Revision: Ma�h 9, 2(}20 oo�2ao-i GENERAL CDNDIT[ON5 Page 3 of b3 24. Damage Clai�zs — A dezx�az�d for money ar services arising frorn the Project or Site frorn a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day—A day, unless atherwise defined, shall mean a Calendar Day. 26. Directar of Aviatian — The ofiicially appointed Director of the A�iation D�partment of �he City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Comrrauraity Services — The o�ficially appointed Director of the Parlcs and Community Services Departm�nt of the City of Fort Worth, Texas, ar his duly appoinfed repres�r�tative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Pianning and Development Depattment af the City of Fort Warth, Texas, or his duly appointed repr�senta#ive, assisfant, or agents. 29. Director of Transportation Public Works — The off'zcially appoiz�ted Director af fhe Transportaiion Public Works Department oi ihe City of Fart Worth, Texas, ar his duly appointed representative, assistant, or agents. 30. Director� of Water Depa�t�neni — The of�cia�ly appoinied Dixectox o� the Water Department of the City of Fort Worth, Texas, or Y�is duly ap�ointed representative, assistant, or agents. 3I. Drawings That part of f�e Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work �o be perform�d by Contractor. Submit�als are not Drawings as so defined. 32. Effectfve Date of the Ag�eernent—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which tI�e Agreement is signed and delivered by the last of the t�vao parties to sign and deliver. 33. Engineer—The Iicensed prafessional engineer or engineering frm registered in the ,State of T�xas performing professional services �or the City. 34. Ext�a Wor�k — Additional work made necessa�ry by c�anges or a�terations of the Contract Docuz�ents or of quantities or for other reasons for which no prices are provided in tl�e Contract Documents. Extra work shall be part of ihe Work. 35. Field Order -- A written order issued by Czty whick� requires changes in the Work but which does not invoIve a change in the Contracfi Price, Contract Time, or the int�nt of t�� Engineer. FieId Orders are paid from Field Order Allowances incorporated in�o the Contract by fiznded work type a� tne time of award. 3S. Final Acceptance — The written notice given by the City to the Contractor that the Work specifi�d in the CQntract Documents has been completed to the satisfaction of the City. C11"Y OF �"OTt'T VJORT�T STANDAItD CONSTfLUCT10[�T SY�.CTH'TCA7TOId DQCU1VIEhITS Revision: Ma�Yz 4, 2020 007200-I GENERAL CONDITIONS Page �4 of 63 3'1. Final rnspection — Inspection carried out by the City io verify that the Contxactor k�as complet�d the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformaa�ce with the Contt�act Documents. 38. General Requi�e�nents—Sectians of Division 1 o�ihe Contz-act Docuznents. 39. Hazardous Environrt?ental Conditian—The presence at the Site of Asbestas, PCBs, Petroleum, Hazardous Waste, Radioaciiv� Mat�rial, or other materials in such quantities or czxcu�astances t�aat znay present a substantial danger ta persons or property exposed thereto. �0. Hazardaus Waste—Hazardous waste is defned as azzy solzd waste listed as hazardous or possesses one or more hazardous characteristics as d�fined in the federal waste reguIations, as amended from time to time. �4I. Lcrws and Regulations—Any a�d al� app�zcable laws, ruIes, regulations, ordinances, code,s, and orders o� any and all governmental bodies, agencies, authorities, and courts ha�ing jurisdiction. �2. Liens—Chaxges, security interests, ox encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equaI to ar greater than 5% of the original Contract Price or $25,000 vvhichever is Iess. 44. Milestone A principal event specified in the Contract Documents relating to an intermediate Coniract Time prior to Final Acceptance of ihe Work. 45. Notice of Award—The wiritten notzce by City to the Successful Bidder stating that upon timely compliance by the Successfi.il Bidder with the conditions precedent listed therein, City will sigtt and deliver the Agreement. 46. Natice to Proceed—A written notice given by City to Coniractor iixing the date an which the Contract Time will commence to run and on which Contractor shall start ta perform the Work specifed in Contract Documents. 47. PCBs—Polychlorznaied biphetayIs. 48. Pet�-oleum-1'etroleum, inclnding crude oil or any fraction thereof which is liquid at sta.ndard conditions of ternperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute}, such a,s oil, petroleum, fuel oiI, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non�Hazardous Waste and czude oils. 49. Plans -- See deflnition of Drawings. CITY QF RORT WpRTH STA]JDARD CONSTRUCTI0�1 SPECIFICA'I10IV DOCUMENTS Revision: Ma�ch 9, 2D20 00�2oo-i GENERAL CONDITIONS Page 5 of 63 50. Project Schedule A schedule, prepared and rnaintained by Contraciorr, in accordance with �ie General Rec�uirerne�ts, descril�ing the sequence and duration af the activities comprisittg �e Contx�actor's plan to accomplish the Work within the Contract Time. 51. Praject—The Work to be performed under the Contrract Documents. 52. PNoject Manage� The auihorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting co�►ducted by the City to facilitate public participation and to assist ihe public in gaining an infonned view af the Project. 54. Radioactive Material—Source, special nuclear, or bypxoduct znaterial as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from fiime to time. 55. Regular Wo�kang Hou�^s — Hours beginning at 7:00 a.m. and ending at 6:�0 p.m., Monday thru Friday {e�cluding legal holidays). 56. Samples—Physical examples of materia�s, equipment, ox wor�Cmanship that are representative of �ome portion o�the Work and which establish the standards by vvhich such portion of the Wor�C will be judged. 5�. Schedule of Submittals A schedule, prepared and maintained by Cantractar, of required submittals and the time reyuzrements ta support scheduled performance of related construction activities. 58. Schedule of Tlcalues A schedule, prepared az�d maintained by Contractor, aIlocating portions of the Coz�tract Price ta various portions of the Work and used as the basis for z-eviewing Contractor's Applications for Payment. 59. Site Lands or areas indicated in the Cantract Documents as being furnished by City upon whick� tk�e Work is to be periarmed, incIuding rights-of=vvay, permits, and easements for access therefio, and such oiher lands furnished by City wk�ich are designated for the use of Contractor. 60. Spec�cations---That part of the Contract Documents consisting �f written requirements for zx�aterials, eguipment, systems, standards and workmanship as applieci to the Wark, and certain administi'ati�e requirements and prrocedural rnatters applicable thereto. Specifications may be specifically rzaade a part of the Contract Documents by attachmeni or, if not attached, naay be incorporated by re%rence as indicated in the Table of Contents (.Division 00 00 00) of each Project. 61. Subcontractor—An individual or entity having a direct conteact �with Contracior or wzth any other Subcontractor for the perforrnar�ce of a part of �e Wor�C at the Site. crry or e•orzT won t�x STANDARD CONSTRUCTION SPEC[FICATION DOCLTM�iV'I'S Ite�ision: M�ch9,202D ao rz oo - � GENERAL CONDITiONS Page 6 of 63 62. Subtraittals—All drrawings, diagrams, illustrations, schedules, and other data or information wnich are specifically prepared or assez�bled by or for Contractor and submitted by Contractor to illu�trate some portion of the Work. 63. Successful Bidde� The Bidder submitting the low�st and most responsive Bid to wnom City makes an Award. 64. S'upe�intendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Con#ractor. 65. Supplementa�y Conditions That part of the Contrac# Documents which amends or supplemenfis these General Conditions. 66. Supplier A manufacturer, fabricator, supplier, distribufior, materialman, or vendoz' �aving a direct contract with Coniractor or vvitl� any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractar. 67. Undergt•ound Faciliiies—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attaclunents, and any encasements contair�ing such facilities, including but not limited to, those that convey eteetricity, gases, steam, liquid petroleum producfis, telephone or otl�er co�nrnunications, cable television, water, wastewater, storm vvater, other liquids or chemicals, or fraffic or other control sysfiems. 68 Unit Price Work—See Paragraph 11.03 of these General Condiiions for definition. 69. Weekend Wo�king HouYs — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by ihe City. 7Q. WoYk—The entire construction or the various separately ic�entiiiable parts thereof required to b� provided under the Contract Documents. Work includes and ts the result of pe�£oz-tr�ing or providing ali labor, services, and documentation necessary to praduce such construction incIuding any Claange Ordex or Field Order, and furnishing, installing, and incorporating all materials and equipmeni into such constr�ction, aIl as required by the Contract Documents. 71. Working Day — A�vorkin� day is defined as a day, not including Saturdays, Sundays, or legal hoIidays authorized by the City for contract puz-poses, zn which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of �work underway for a contrnuous period of not less than 7 hours bettiveen 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B fihrough E are not defined but, wk�en used in the Bidding Requirements ar Contract Docum�nts, hav� the indicated meaning. B. 1'ntent of Certain Te�-ms a� Adjective.s: cz�-x or• ra�� wo��rz� STAIVDARD CONSTRUCTiON SPECIFICATION DOCUMENTS Revisipn; March 9, 2020 QO 72 00 - 1 GENERAL COND]TIONS 1'age 7 of 63 L The Contraci Documents include the tezxns "as allowed," "as approved," "as ordered," "as directed" or terz�as of like effect ar import to authorize an exercise of judgment by City. Iz� addition, the adjectives "reasanable," "�uitable," "accepiable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to ihe War�C. rt is intended that such �xercise of pro�essional judgrnent, actioza, or determination will be soIely to evaluate, fn general, the Woxk for compliance with the information in the Contract Docunaents and with �e design concept of the Projeci as a firr3ctioning whole as shown or indicated in the Conttaci Documents (unle�s therre is a specific statement indicafiing otherwise). C. Defective: 1. The ward "defective," when moclifying the word. "Work," refers to Work that is unsatisfactory, faulty, or deficient zn that it: a. does nat conform to the Cantract Documents; or b. daes not meet fihe requirements of any a�plicable inspection, referez�ce siandard, test, or approval referred to in the Contract Docuz�enis; ar c. has been dazxaaged prior to City's written acceptance. D. Furnish, Install, Perforrn, PNovide: 1. The word "Furnish" or the vaard "Install" or the word "Perform" or the ward "Provide" or the ovord "�upply," or az�y combinatian ar similar directive or usage ihereof, shall mean furnishing and incorporating in the Work including all necessary labor, materiais, equipment, and ever�hing necessary to perforrt� the Work indicated, unless specificaily limiied in the conte�t �ased. E. Unless sfiated otherwise in the Contract Documents, words or phrases thal have a well-lcnown tec�nical or construction iz�dustry ar trade meaning are used in the Contract Documents in accordance wit1� such recognized meaning. ARTICLE �, — PRELiMINARY MATTERS 2.01 Copies ofDocuments City shaIl furnish to Contracfior one {1) original execuied copy and one (I} electroz�ic copy of the Contract Documents, and faur (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of repraduction. 2.02 Cammencement of Contract Time; Notice to Pt^oceed The Caniract Time will coz�ez�ce to run on the day indica�ed in th� Notice to Proceed. A Notice to Proceed zxzay be given no earlier than 14 days after ihe Effective Date of ihe Agreezx�ent, unless agreed fo by both parties in writing. C1TY OF FOI2T WORTH STAI�DAKD CQNS7'RUC"TIdN SPECIFICATION F}OCUMENTS Revisian: Ma�h 9, 2(12D 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Stcr�ting the Work Contractor sha11 start to perform the Work on the daie when Lne Contract Time commences to run. No Work shaIl be done at the Site prior to ik�e date on which the Contraci Time commences to run. 2.04 Before Starting Canstf-uction Baseline Schedules: Subnoit in accordance with the Contrract Docurnents, and prior to starting the Worl�. 2.05 �'reconstructiora Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruciion Con�erence as specified in i�ae Co�tract Documents. 2.06 Public Meeting Cantractor may not mobilize any equiprnent, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted �o City in accorciance with the Schedule Speci�cation as provided in the Cont7ract Docuzx�ents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementazy; what is required by o�e is as binding as if required by a11. B. It is the intent of the Contract Documenis to describe a functionaIly comple�e project (or par� thereo� to be constz-ucied in accordance with the Contract Documents. Any labor, documentation, sezvices, materials, ar equipment that reasonably may be inferred from the Contracfi Documents or from pre�ailing custom or trade usage as being required to produce the indicated result will be provided wheiher or not specifical�y called forr, at no addziionaI cost to City. C. Clarif cations ar�d interpretations of the Contract Docum�nts shall be issued by City. D. The Specifcations may vary in forrn, format and styIe. Some Specification sectians may be wriiten in varying degrees of streamlined ar declaraiive styIe and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Coniractor shall," "in conformity with," "as shown," or "as specified" are int�ntional in sireamlined sections. Omitted words and phrases shall be supp�ied by infere�ce. Si�zx�ilar types of provisions may appear in various parts of a section oz articles within a part depending an the format af the C1TY OF FORT WORTH STANDAI2D CONS'IRUC7'IpN SPECIFICATfON DOCUMENTS Rer+ision: �vla�h 9, 2020 oo�2oa-� GENERAL COf�DITlO[�S Page 9 of 63 section. Thc Contractor shaIl not take advantage of any variatioz� af form, format or style in making Contract Clain�s. E. The cross referencing of s�ecification sections under the subparagiraph heading "Related Sections inc�ude but are not necessarily lirnited ta:" and elsewhere within each Specification seciion zs pro�ided as an aid a�d convenience to th� Contractor. The Contractor shall not rely on the cross re%rencing provided and shall be responsible to coordinate the ezatire Work uncier the Co�tract Docuzx�ents and provide a complete Project whether or not the cross referencing is provided in each section or wh�ther or not the cross referencing is coinplete. 3.02 Reference StandaNds A. Standards, �peci�cations, Codes, Laws, and Regulatio�s 1. Refez-ez�ce to standards, speciiications, manuals, or codes of any technical society, organization, or association, or to La�vs or Regulations, whether such refierence be specific or by implication, shall �nean the standard, speci�cation, manual, cade, or Laws or Regulations in effect at the time of opening of Bids (or on th� Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Cont7ract Documents. 2. No provision of any suck� standard, specification, manual, or code, or any instruction of a Supplier, shall be ei%ctive to change the duties or responsibilities of City, Contiractox, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Doc�aments. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, Fnembers, partners, eznployees, agents, cansultants, or subcontractors, any duty orr authorziy io supervise or direcfi fihe performance of tI�e Work or any duty or autl�ority to undertake responsibiliry inconsisteni �ith Yhe pro�visions of the Coratrract Documents. 3.03 Reporting and Resolving Discrepc�ncies A. Repo�^ting DiscNepancies: 1. Contt�actor's Revfe�v of ContYact Docu�tents Bef'ore Starting Work: Befor� und�rtaking each part of t�e Work, Cantracfar shall carefully study and compare the Contract Documents and check and verify pertine�i fgures therein against all applzcable �eld measurements and conditions. Contractor shall promptly z-eport in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification froYn City before proceedizag wiih any Wark affected thereby. 2. Contractor's Review of Contract Dacuments During Performance of � Work: If, during the performance of ihe Work, Contractor discovers any conflict, e�nror, ambiguity, or discrepancy within ihe Cantract Documents, ar between the Contract Documents and (a) any applicable Law or Re�uIation ,(b) any standard, specification, manual, or code, or (c} any instr�.iction of any Supplier, then Contractor sha11 prozx��ily report it to City in writing. Cantractar shall not proceed with the Woz'k affected thereby (except in an emergency as reqUired by Paragraph GITY OF FORT WORTH STA,AIDARD COI1S7'RUCTI�N SPECIFICATION DOCiJMENTS Revision: Ma�h 9, 2020 oonoo-� GENERAL CaNDITIaNS Page 10 of63 6.17.A) until an aax�enc�ent or supplement to the Contract Docutnents has been issued by one of fihe methods indicated in Paragraph 3.04. 3. Contractor shall not be liable io City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Coniractar had actual knawledge thereof. B. Resolving Discrepancies: Except as may be oth�rwise specifically stated in the Con�ract Dacuments, the provisions af the Contract Documents shall Yake precedence in resolving any conflict, error, ambigt2ity, or discrepancy between the provisions of the Coniract Documents and the provisions of any standard, specification, manual, or the instrucfiion of any Supplier (whether or not specificatly incorporated by reference in the Contraci Documents). 2. In case o� discrepa�cies, f gUred dzanensions ,shall govern over scaled dimensions, Plans shall govern over Specifcations, Supplementary Conditions sl�all govez'ta over GeneraI Conditzons and Specificaiions, and quantities shown on the Plans shall govern over those shown in the proposaI. 3.04 Amending and �`upplementing Contract Docurnents A. The Contract Documents may be arnended to provide for additions, deletions, and revisions in the Worl� or to ix�odify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be suppleme�ied, and zx�in�oz variations and deviations in the Work noi rnvolving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's revievv of a Submittal (subjeci to the provisions of Paragraph 6.18.C}; or 3. City's w�r�tten �z�texpreiation or clarif cation. 3.05 Reuse of Documents A. Coniractar and any Subcontractor ar Supplier sha�l not: have or acquire any title to or ownership rights in any of the Drarx�ings, Specifications, or oiher documents (orr copies of any thereo� prepared by or bearing the seal o�' Engineer, including elecfironic rnedia editions; or 2. reuse any such Drawings, Specifications, other docum�nts, or copies thereoi on extensions of the Project or any ot�ex projeci witk�out wiritte�a coz�sent of City and specific written verification or adaptation by Engineer. CiTY OF FORT WOIZTH STANDARD CONSTRUC`TION SPECIFICATION DOCTJMENTS Revision: Ma�h 9,202D 00 �z oo - i GENER/aL CONDITI�NS Page 11 of 63 B. The prohibitrons of �is Paragraph 3.05 will survive iinal payrnent, or termination of the Contract. Nothing herein shall preclude Contractor from retaiz�ing copies of the Contract Documents for record puzpases. 3.Ob Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Coniractor, or k�y Contractar ta City or Engiz�eer, that may be relied upon are limited to Yhe prin�ed copies included in the Contract Documents (also known as hard co�ies} and other Speci�cations referenced and located on the City's on-Iine electeanic c�ocurnent management and collaboration systezt� site. Files in eiectronic media format of text, data, graphics, or other types are furnished anly %r the con�erzzence af the receiving party. Any conclusion or infozxnation obtained or derived from suck� electronic �les wi11 be ai the user's sol� risk. If there is a discrepancy between the electronic �Ies and the hard copies, the hard copies govern. B. When transferring dacuments in electronic media format, the transferring party makes z�o representations as to lang term compatibility, usabilify, or readability of documents resulting fram fhe use of software application �ackages, operating systems, ar computer hardware differing from those used by the data's creator. ARTrCLE 4— AVAILAS�LITY OF LANDS; SUBSURFACE AND PHYS�CAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDrTIONS; REFERENCE POINTS 4.01 Avail�ability of Lands A. City shall furnish the Site. City shall noiify Contractor of any encumbrances or restrictians not of general application but specifically related to use of the Si�e with which Contractor must coznply in perfoz7ming the Work. City wilI obtain in a timely manner and pay for easemen�s for permanent strucfures or perman.ent changes in existing facilities. L The City has obtained or anticipates acquisition of and/or access to right-of way, and/or easements. Any outsianding right-of-way and/or easements are anticipated to be acquired in accordance witk� the schedule set fortla in the Supplementary Cond'ztions. The Praj�ct Schedule subzxzitted by the Contractor zz� accordanc� wiih Yhe Contract Docum�nts rnust consider any outstanding right-of-way, and/or easements. 2. The City has ar anticipates removzng and/or relocating utilities, and obstructions to Yhe Site. Any outstanding r�mo�al or relocation o� utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementaxy Conditions. The Projeci Schedule submitted by Y1�e Coniractar in accordar�ce with the Contract Docurnents rz�ust consider any outstanding utiliiies or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasa�able writteta reques�, City shall furnisk► Contractor with a current staternent of record Iegal title and legaI description o�the laz�ds upon which ihe Work is to be perfonned. C1TY OF FORT W�RTH STANDARD CONSTRi3C."I'ION SPECIFICATION DOCUIVIEI�TS Re�ision: NIa�h 9, 2020 oonoo-� GENERAL CONDITIqNS Page ] 2 of 63 C. Contractor shall provide far all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 SuBsurface and Physical Conditions A. Reports and Drcnvings: The Supplementary Conditions identzfy: 1. those reports known fio City of explorations and tests of subsurface conditzons at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating io existing surface or subsurface structures a� the Site (except Undezgiroutzd Facilities}. B. Limated Reliance by Cont�actor on Technical Data fluthorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings aze not Contract Docuzxzents. Such "technical data" is identi�ed in the Suppiementary Conditions. Contractor may not make any Contract Claim against City, or any af their officers, directors, tnembers, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completer�ess of such reports and drawings for Contractor's purposes, including, 1�ut not limited to, any aspects of the means, methods, techniques, seyuences, and procedu�res of construction to be employed by Contracior, and safety precautions and programs incident thereio; orr 2. other dafia, interpretations, opinions, and informa#ion contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of ox conc�usion drawn from any "technical data" or any such other data, interpretations, opinions, or informatian. 4.03 Differfngsubsurface o� Physfcal Conditions A. .Natice: If Contractor believes tlaat any subsuz�£ace or physical condition that is uncovered or reveaIec� aither: 1. is of such a nature as to estabiish thai any "technical data" on which Contractor is entitIed to reiy as pxovided in Paragraph 4.p2 is naaterzally ir�accurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; ar 4. is of an unusual nature, and c�iffers materialiy from conditians ordinarily encountered and generally �ecognized as inherent �n worr� of the cha�racter provided for in the Contract Documents; C17Y OF FORT WQRTH STANDARD COTiSTRUC'TION SPECI�CA�OI�i T]OCUNIENTS Revision: Ma� 9, 2020 00 7z oa - i GENERAL GONDITIONS Page 13 of 63 then Contractor sha11, promptly after becoming aware thereoi and b�fore further disturbing the subsuz-�ace or physical conditions or performing any Work in connection therewith {except in an emergency as required by Paragraph 6.17.A), notify City in writing about such conc�ition. B. Possrble Price c�nd Time Adjust�nents Contractor shall not be entitled to any adjusttnent in the Cantract Price or Cantract Time if: l. Contractor knew of t�e existence of such conditions at the time Contractor made a final coz�nrnitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated cozatract; or 2. the existence of such condition could reasanably have been discovered or reveaied as a re�ult of t�e e�azx�ination of the Contract Docum�nts or fhe Site; or 3. Contractor failed ta give the r�vritten noiice as required by Paragraph 4.43.A. 4.04 Underground Facilities A. Showra or Indicated: The information and data shown or indicated in the Cont7ract Documents with respect �o existing Undergraund Facilities at or contiguous to the Site is based o� information and data furnished to Czry or Engineer by the owners of such Underground Facilities, including City, or by othets. Unless it is otherwise e�pressly provided in the Supplementary Conditions: 1. City and Gngineer shall not be responsible for the accuracy or coxx�pleieness af any such information or data provided by others; and 2. the cost of all of the following will be included in th� Contract Price, and Cont�actor shall have full responsibility for: a. rerrie�ving and checking all such information and data•, b. locating aIl Undergraund �'acilities shawn or indicated in the Contract Docurxzents; c. coordination and adjustment of the Work with the owners ot' such Underground Facilities, including City, during construction; and d. the safety azad protectian of a11 such Underground Racilities and repairing any dazxzage thereto resulfiing from the Wark. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguaus to the Site v,�hich r�vas not shawta or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming awaxe thezeof and before further disturbing conditions affected thereby or perfiorming any CI'1'Y OF FORT WORTH STANDAI2D CdNSTRUC3TON SPECIPICATIQI�i DOCUiv1�,NT5 Revision: Ma�h 9, 2020 DO7200-1 G�N�RAL CONDE710NS Yage 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give nat�ce ta that owner and to City. City wiIl review the disco�rered Underground FaciIity and deterrnine the extent, if any, io vvhich a change may be required in the Contract Documents tio reflect and document the cansequences of the existence or location of the Underground Facility. Contractor shall be respansible for the safeiy and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document sucla conseyuezaces. 3. Verification of existing utilities, siructures, and service lines shall include nofiification oi all utility companies a�ninimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference poir�ts far constructian, which in City's judgment are necessary to enable Contractor to proceed with the VS7ork. City wilI provide constructian stakes ar other customary method of marking to establish line and grades for roadway anci utiliiy construction, centerlines and i�enchmarks for bridgework. Contractor shall proiect and preserve the established reference points and property monuments, and shall make no changes or relocations. Cantractor shall report to City whenever any reference point or property monument is lost or desiroyed or rec�uires relocation because of necessary changes in grades or locatians. The City shall be responsible for the xeplace�x�ent or rre�ocatzon of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whe�evez', in the opinion of the City, any reference paint ar monument has been carelessly or wiiIf�l�y destroyed, disturbed, or removed by the Contractor or any of his employees, the fu11 cost far replacing such points plus 25% wi11 be charged against the Coniractor, and the fu11 amount rx+i11 be deducted from payment due ihe Contractor. 4.06 Haza�dous Envi�onmental Condition at Site A. Reports and D�awings: The Supplementary Conditions identify those reports and dravc�ings known io City zelating to Hazardous Environmental Conditians that have been identified at the Site. B. Limited Reliance by Contractor on Techniccrl Data Authorized.• Contractor may rely upon the accuraey of ihe "�echnical data" contained in such reports anc! dravvings, but such reports arid drawings are not Contract Docuzxients. Such "tec��ical data" is ide�ti�ed in t�e Supplercx�entary Ca�ditions. Contractor may not make any Contract Claim against City, or any oi their officers, dir�ctors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. f,he completeness of such rreports and d�rawings for Contz�aciorr's puz•poses, including, but not limited to, any aspects of the means, methoc�s, techniques, s�qu�nc�s and procedures of CITY OF FORT WORTH S'f�iNDARD CONSTRLTLTION SFECIFICATION DOCIJMENTS Revision: Nlarch 9,2020 0072DD-1 G�EV�RAL CONDIT[O�lS Page 15 of b3 construction ta be employed by Contractor and safety precautions and progra�nns incident thereto; or 2. other data, intezpretations, opinions and inforrnation contaitted in such reports or shown oz indicated in such drawings, or 3. any Contractor intezpreiation of ar conclusion drawn from any "technical data" or any such other data, irzterpretations, opinions or in%rmation. C. Contractar shall nai be responsible for any Hazardous Environmental Conditian �ulcover�d ar reveaIed at the Site vvhich was not showt� or indicated in Drawings or Specifications or identified in the Contract Documents to be wi�in the scope of the Work. Cont�racior shall be responsible for a Hazardous Environmental Condition created with any materials brougl�t ta #he Site by Caniractor, Subcontractors, Suppliers, or anyane eIse for whom Contractor is responsible. D. .If Contractor encounters a Hazardous Environmer�tal Condition or if Contx�actor ox anyane for whorr� Contractor is responsible creates a Hazardou� E�vironmezatal Cond�tian, Contrac�or shall immediately: {i) secure or othez-wise isoiate such condition; (ii) stop all Work itt cor�nection vvith such condition and in any area affected thereby (except in an emergenc� as required by Parag�raph 6.17.A); and (iii) notify Ciiy (and promptly thereafter con�rm suc� notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractnr shall not be required ta resume Work in cannection with such condition ar in any affected az-ea until after City has obfiained any required �errr�its related thereto and delivered written notice to Contractor: (i} specifying that suc� condition and any af%cted area is or has been rendered suitable for �e resurnption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notzce Contractor daes 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 condiiions, then City may order #he portion af Yhe Work that is in the area affected by such conditian to be deleted frorn �he Work. City zxzay k�ave such deleted portion of the Work performed by City's o�rn forces ar others. G. To the fullest extent permitted 6y Laws and Regulations, Cantracto�^ shall indemnify arad hold harn�tless City, from and against alI clairns, costs, Iosses, cand damages (including but not limited to all fees and char�ges of engineers, architects, attorneys, and other professioncals and alI court or arbit�ation or otheN dispute resolution costs) arasing out of oN relating to a Hazardous Environmental Condition created by Contractor oN by anyone for yvhom Contracto� is r�esponsible. Nothing in this Paragraph 4.06.G shc�ll obligate Contractar to indefnnify any individual or entity from and against the eonsequences of that individual 's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition �ancovered ox re�ealed at the Site. CTTY OF FORT WORTH STAATDAItll CONSTRUCTION SPECIFICA�ON DOC[JMENTS Revision: March 9, 2Q20 007200-1 GENE�2Ai. CONDfTIONS Page 16 of 63 ARTICLE � — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Dacumenis to be pUrchased and r�aintained by Contractor shall be obiained from surety or insurance companies that are duly licensed or authorized in the State o� Texas to issue bonds or insurance po�icies for the Iimits and coverages so required. Such surety and insurance companies shall also meet s�ch additionaI requirezxzents and qualifications as may be provided in the Supplementary Conditions. 5.02 PeNformance, Payment, and Mainienance Bonds A. Contracfior shall iurnish perfor�nance and payment bonds, in accordance with Texas Gove��ent Code CI�apter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithfuI performance and payment of all of Contractor's obligations under ihe Contract Dociunents. B. Confiractor shall furnish maintenance �onds in an amount equal to the Contract Price as security to protect the City against any defects in ariy portion of ihe Work described in the Contract Documer�ts. Mainte�aa�ce bonds shaIl re�mazn in effeci for two (2) years after the date of Final Acceptance by ihe City. C. All bonds shall be in the form prescribed by ihe Cantract Docum�nts �xc�pt as provided otherwise by Laws or Regulations, and shall be executed by such sureties a,s are nam�ed zn the list of "Companies Holding Certificates of Authority as Accep#able Suretfes on Federal Bonds and as Acceptab�e Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Departnaent ofthe Treasuzy. All bonds signed by an agent or attorney-in-fact must �e accompanied by a sealed and da�ed power of attorney which shall show that ii is effective on the date the agent or atiorney-in-fact signed each bond. D. If the suxety on any bond �urnished by Contractor zs declared ba.zak�pt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet tke requirements of Paragrapl� 5.02.C, Contractor shall promptily notify City and shall, within 30 days after the �vent giving rise to such notificatton, provide another band and surety, botk� of wk�ich shall cozx�ply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Cert f cates of Insurance Contz�actor shall deliver to City, with copies to each additional insured and Ioss payee identi#ied in tihe Supplementary Conditions, certificates of insuranc� {atl�er evidence o� insurance requesfied by City or any other additianal insured) in at least the minimum amoUnt as specified in the Supplementary Condit�ions which Contractor is required to purchase a�d maintain. 1. The certificate of insurance shaIl document the City, and all id�ntifi�d �ntities named fn the Supplementary Conditions as "Additional Insured" on all liabiiity policies. CITY OF FORT WORTH STANDARl7 COI+ISTKUCT[ON SPECIFTCA'TYON DOCCTivffiN`i'S Revision: Mai�h9, 2020 00 72 DO - 1 GENERAL CQNQITI�NS Page 17 of 63 2. The Contt-actar's general liability insurance shall include a, "per praject" or "per location", endorserr�ent, whick� shall be identified in the certificate of insurance provided to the City. 3. "I`he certiiicate shall be signed by an agent authorrized ta bind coverage on behalf of the insured, be complete i� its entirety, ax�d s�ow complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved ta do business in the State oF Texas. Except for workers' compensation, all insurers must have a minimuzxi rating of A-: V I I in the current A. M. Best Key Rating Guide or ha�e reasonably equiealent f nancial str�ngth and solvency to the satisfaciioz� of Risk Management. If the rating is beIow that required, written approval a� City is r�quired. 5. AII applicable policies shall include a Waiver of Subrogation (Rig�t,s of Reco�ery) in ia�or of the City. In addition, the Con.trcactor agrees ta waive all rights of subrogation against the Engineer {if applicable), and each additional insured identifled in the Supplementary Conditions b. Failure of �e City to demand such certificates or other evidence of full campliance with the insurance requirernnents or failure of the City to id�ntify a deficiency fro�n evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such Iines of insurance coverage. 7. If insurance policies are not written for specified co�verage limits, az� Uzx�brella or Excess Liability insurance for any differences is required. Excess Liability sl�all �ollow form of the primary coverage. Unless otherwise stated, all required insurance sha11 be written on the "occurrence basis". If coverage is undervvritten on a claims-made basis, the retroactive date shall be coincident wiih or przor to t�e date of the eifective dat� of the agreerneni and the certificate of insurance shall state that the coverage is clailns-made and the retroactive date. The insurance coverag� shall be rnaintained for the duxation of the Contract and for three {3} years fbllo�ving Final Acceptance provided under the Contract Documen�s or for the waz7ca�ty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. �'olicies shail have no �xclusions by endorserr�enis, which, neither nuIlify or amend, the required lines of coverage, nor decrease tlne iimits af said coverage unless such endarsements are approved in wz�iting by the City. In the event a Coniract has been bid or executed and the exclusions are determined to be unaccaptable or the Ciry desires additional insurance coverage, and the City desires the contraciox/ez�gineer to obtain such coverage, the contract price shail be adjusted by the cost af the premium %r such additional coverage plus 10%. 10. An;y self-insured retention {SIR), in exeess of $25,aao.00, a#fecting reyuired insurance coverage s�all be approved by the City zn regards to asset value and stockholders' eauiiy. In CITX OF PQRT WpRTH STANDflRD COI�ISTRUCT10�1 SPECIETCATION DdCi]M�NTS Ravision: Maich 9, 2020 no �z oo - i GEf�ERAL CONDITIONS �age I8 of 63 lieu o�iraditional insurance, alternative coverage maintained through insurance pooIs or risk retention groups, inust also be approved by City. 11. Any deductible in e�cess of $5,000.00, for any policy that does not provide coverage o� a first�doIlar basis, must be acceptable to attd approved by the City. 12. City, at its sole discretion, reserves tk�e right to review the insurance requirements and to make r�asonable adjustments to insurance coverage's and their limiis when deemed necessary and prudeni by the City based upon changes in statutory law, court decision or the claims history oftlle industry as well as of the contracting party to the City. The C�iy shalI be required to provide prior notice o� 90 days, and the insurance adjustzx�ents sha�l be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and �viihout expense, to rec�ive copi�s of policies and endors�ments thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limita#ions, ox exclusions necessary io confortn the poIicy and endorsements to the requiremenis of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulatians bittding upan either party or the underwriter on any such po�icies. 1�. City shall not be cesponsible for the direct payment of insurance premium costs for Confractor's insurance. 5.04 Contracto�'s Insurance A. Warkers Compensation and Erraploye�s' Lia�ility. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutozy benefts outIined in the Texas Workers' Compensation Act (Te�as Labor Code, Ch. 4-06, as amended), and minimum limits for Emplayers' Liability as is appropriate for the Work beiz�g pez�£ormed and as will provide protection from claims set forth below which rnay arise out of or result from Cantz�actor's performance of the Work and Coniractor's other obligations under the Contraci Documents, whether it is to be perFormed by Contzactorr, any Subcontractor or Supplier, or by anyone direcily or indirectly employed by any oi tY�ern to p�rform any of the Work, or by anyone for whose acts any of then � may be lzabie: 1. cIaitns under warkers' compensation, disability benefits, and other similar empIoyee benefi acts; 2. claims for damages because of bodily injury, occupational sickness oz disease, or death of Contractor's employees. B. Comme�cial General Liability. Coverage sha11 inctude bui not be Iimit�d to covering liability (bodily injury ar property damage) arising �rorzz: prennises/operations, fndependent contractors, producis/completed aperations, personal injury, and liability under an insured contract. Insurance shaIi be provided on an occurrence basis, and as comprehensive as the current Insurance Services Off'ice (ISO} policy. This insurance shall apply as prizaxary itasurance with re,spect to any oiher CPI'Y OF FORT WORTH S'I'ANDARD CONSTRUCTTON 3PECIFICATION DOCLTMENTS Revision: Matrl� 9, 2020 oo�zao-� GENERAL CO[�DITIONS Page 19 of63 insurance or self insurance programs afforded to the City. The Cornmercial General Liability policy, shall ha�e no exclusions by endorsements that wauld alter of nullify premisesloperatzons, products/completed operations, contractuaI, personal injury, or advertising injury, wl�ich are normaIly cantained with the policy, unless the City approves such exclusions in writir�g. For canstruction prajects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage £or a minimum of no less than thr�� {3) years following the completian of the project (if identifed in the Supplennentary Conditions}. C. Auto�raobile Liahility. A cozxazxaez�cial business auto poiicy shalI provide coverage on "any auio", defined as autos owned, hired and non-owned and provide indemnity forr clairr►s for damages because bodiiy injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or S�pplier, or by anyone cEirectly ox indirectly empioyed by any of �hem to perform any of tk�e Work, or by anyone for whase acts any of them may be liable. D. Railroad Protective Lia�tlity. If any of the work or any wa�ranty work is within the limits o� ra�lroad right-of way, the Contractar shail com�Iy with the requirements zdentified in the Supplementary Conditions. E. Notificcation of Policy Cancellation: Cantractor shall imm�diately noiify City upon cance�lation or oiher loss of insurance caverage. Contractor sha11 stop wor� until replacement insurance has be�n procured. There shalI be no time credit for days not worked pUrsuant to this section. 5.05 Acceptance of Bonds and lnsurance; Option to Replace If City has any objection to the coverage afforded by ar other provisions oi the bonds or insurance required io be �urchased and maintained by the Contractor in accordance r�vith ArticIe 5 on ihe basis of non�con�ormance with the Contract Documents, the City shall so notify the Contractor in writing withir� 10 Business Days after receipt of the certi�cates (or other evidence requ�sted). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractar does not �urchase or naaintain all af the bonds and insurance required by the Contraci Documents, t�e City shall notify the Contrac#or in writing of such failure prioz- to the sta.�t of the Work, or af such failure ta maintain prior to any change in the required caverage. ARTICLE 6 — CONTRACTOR'S RESPONSISILITIES 6.�1 Supervision and Superintendence A. Contractor sha�l supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying ,�uc� ,skills and expertise as may be necessary to perfortn the Wark in accordance witY� ihe Contract Documents. Coniractor shalI be solely responsible for the �nn.eans, nnethods, techniques, sequences, and procedures of cansiruction. CITY OF FORT WORT'I3 STAt`T17A1217CON5TRUCTTON SPFGIFICATION DOCi.JM�;NTS Revision: tvla�h 9, 2p20 007260-1 GENERAL CONDfTIONS Page 20 of 63 B. At all ti�aes during the progress of t�e Work, Contiractor shalI assign a cozx�petent, EngIish� speaking, Superintendent who shall not be replaced without writlen notice to City. The Superintendent will be Coniractor's representative at the Site and shall have authority to act on behalf of Contractor. All cotnnaunication given to or received from the Superiniendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Wo�king Hours A. Contractor shaIl pravide campetent, auitably quaIifed personnel to perfoxm construction as required by the Coniract Docurnenis. Contractor shall at all times maintain gaod discipline and order at the Site. B. Except as atherwise required for the safety or protection of perso�s or the Work ar property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, alI Work at the Site sha11 be performed c�uring Regular Working Hours. Contractor will not permit Yhe pexfoz�xiance of Work beyond Regular Woz-king Hours or for Weekend Wor�ing Hours without City's written consent {which will nofi be unreasonably withheld). Written request {6y letter or electronic communication) to perform Work: 1. foz beyand Regular Working Hours request must be made by t�oon at least two (2) Business Days prior 2. for Weekend Working Hours request must 6e made by noon of �he preceding Thursday 3. for legal hol'zdays rec�uest must be made by naon rivo Business Days prior to �he legal holiday. 6.03 Services, Matericrls, and Equipment A. Unless othe�vise specifed in tlae Contract Documents, Contractor shall provide a�d assuzx�e full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, Iight, heat, telephone, water, saniiary facilities, temparaz'y �ac�lities, and all other facilities and incidentals necessary for the perfarmance, Contractor required testing, start-�ap, and completion of th� Work. B. All materials and equipment incorporated into tlze Work sha11 be as speci�ed or, if not specifed, shall be of good quality az�d new, excepi as othez�wise provided in the Cont�raci Documents. All special warranties and guaranfiees required by fihe Specif cations shall expressly run to the benefit of City. If required by City, Cantracior s�all furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quaIity of zx�aterials and equipment. CITY O�' FORT WQRTH STANBt1RD CONSTRUC'ITON 5PECIFICATION DOCUNIEiVTS Revision: Much 9,2020 oo�2ao- i GENERAL CONDITIONS Page 21 of 63 C. A1I rnaterials and equipment to be incarporated into tne Work shall be stored, appiied, zzastalied, connected, erected, protected, used, clea�ed, and conditioned in accordar�ce with instructions of the applicable Supplier, e�cept as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated inta the Work shall be �e latest nnodel at the time of bid, unIess otherwise specified. 6.04 Project Schedule A. Contractor sha11 adhere to the Project Schedule established in accordance with 1'aragraph 2.07 and the Getteral Requirements as it may be adj usted from time to time as provided below. 1. Cont�ractor shall submit ta City far acceptance {�o the extent indicated i�a Paragraph 2.07 and the General Requirem�nts} proposed adjustments in the Project Schec�ule that will not result in changing the Cor�tract Tizx�e. Such adjustments will comply with any provisions af the General Requirements applicable thereto. 2. Cantractor shall submit to City a manthly Project �chedu�e with a monthly progress paym�nt for the duraiian of the Contract in accordance with the schedule specification O 1 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contraci Tinae shall be submitt�d in accordance with the requirezx�ents af Article 12. Adjusfiments in Contract Tir�e may only be �nade by a Change 4rder_ 6.05 SubstituCes and "Or-Equals " A. Whenever an item of material or equipment is specifiied or described in the Con�ract Docunrzents by usizag tk�e name of a proprietary it�m or the name o� a particular Supplierr, ikze specification or descripfiion is int�nded to establish the type, functian, appearar�ce, and quality required. UnIess the specification ox description contains or is followed by words reading that no Iike, equi�alent, or "or-equa�" item or no substitution is permitted, oYher items of matez�al or equipment of other Suppiiers rnay be submitted to City for review under the circumstances described below. "�N-Equal" Items: If in City's sole discretion an item ofmateria� or equip�aent propased by Contractar is functionaily equal to that named and sufficiently similar so that no change itt related Work will be xequzxed, it may be cansidered hy City as an "or�equal" i�em, in which case re�iew and approval of tl�e proposed item may, in City's sole discretian, be accomplished without cornpliance with some or all of ihe requirements for approval of proposed substitute items. For the purposes of tk�is �'aragraph 6_05.A.1, a proposed item of material or equipmeni wii3 be considered iunctionally equal to an item so named if: a. the City deterrnines thai: 1} it is at least equal in materials of constructian, quality, durability, appearaz�ce, strength, and design characteristics; CITY OF FORT WOI2TH STATlDARD CONSTRUCTION SPECIFICATION T�OCUZVIrNTS Revision: MNCh 9, 2020 oonoo-� GENERAL CONDITIONS Page 22 of63 2) il will reIiably perfarm at �east equally weIl t�e function and achieve the results impos�d by the design cancepfi of the completed Project as a fianctioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Coniractorr certifies that, if approved and incorporated into the Work: 1) ihere will be no increase in cost to the City or increase in Confiract Time; and 2) it wiil canform substantial�y to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. if in City's sole discretion an iter� of materia� or equipment proposed by Confractor does not qualify as an "or-eyuai" item under Parag�raph 6.OS.A.1, ii may be submitted as a proposed substitut� item. b. Contractor sha11 submit sufficient inforrnation as provided below to allow City to determine ii the item of material or eyuipment proposed is essentialiy equivalent to tl�at named and an acceptable substitute ther�for. Requesfis for review of proposed substitute ziems of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shaIl rnake written application to City for review of a proposed substiitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by tk�e general design; b) be similar in substance to �hat speci#ied; c) be suited io the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the praposed substit�ie item will prejudice Contractor's achievement af final cor�ap�etion on iirne; b) wh�ther use of the proposed substitute item in the Work wi11 require a change in any of the Coniract Documents {or in the provisions of any other direct contract with City for other work oza the Projeci} io adapt the design to the propased subst�tute item; CITY OF FORT WORTH $TANDA[tD CONSTRUCTION SPEC�FIGA'I'ION DOCUIvIEIVTS Revision: Nf�h 9,202fl 00 72 00 - l GENERAL CONDITIQNS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with ti�e Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of �he proposed sub,stituie item fram that specified; b) available engineering, sales, maintenance, repair, and replacement sezvices; and 4) sha11 contazn an itemized estimate of alI costs or credits �at will result directly or indirectly from use of such substitute itezza, including costs oi redesign and Darnage CIaims of other contractors af�ected by any resulting change. B. Substitute Construction Methods oY Procedures: If a speci�c means, method, teckazaique, sequence, or procedure of construction is �xpressly required by the Contract Dacuments, Contractor may furnish or utilize a substiiute means, method, technique, sequence, or procedure of construction approved by City. Contz-actar shall submit sufficient information to aIlow City, in City's sole discreiion, to determine that th� substitute proposed is equiva�ent to that expressly called for by the Cantrac� Documents. Contractor shaIl naake written application #o City for re�vievc� in ihe sa�xae manner as Yhose provided in Faragraph 6.45.A.2. C. City s Evaluation: City wilI be allo�wed a reasoz�able time within which to �valuate each proposal or submittal made pursuani to Faragraphs 6.OS.A and 6.OS.B. Cit� may require Contractar to furnish additianal data about the proposed substitute. City will be the sole j udge of acceptability. No "or-equal" or substiiute �vi11 be ordered, in,stalled or utilizecE until City's review is complete, which �vvill be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." Ci�y wj1I ad�ise Contractor in writing of its determination. D. Special Guarantee: City may require Cantractor to furnish at Contractor's expense a special pert�£oz-xnance guarantee, warranty, or other surety witla respect to any substitute. Contrcactor shall indemn� and hold ha�naless City and anyone directly or indirectly employed by them from and against any and all claims, darnages, lasses and expenses (including attorneys fees) arising out af ihe use ofsubstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitt�d by Coniractor pursuant io Paragraphs 6.OS.A.2 and 6.OS.B. Whetl�er or noi City approves a substitute so proposed or submitted by Contractor, Coniractor may be required to reirCx�burse City for evaluating each s�ch proposed subsiitute. Contractor may also be reyuired to reimburse City for the charges far making changes in the Contraci Documents (or in the pz-a�isians of any oYher direci coniract with Ciry) resulting from the acceptance of each pz-opased substit-�.ite. �'. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's e�pense. CITY OF FORT WORTH S'fANDARD COIdSTRUCT[ON SP�,CTFICATION DOCUMENTS Revision: M�ch 9, 2020 oorzoa-� G�N�RAL CONDfTIONS Page 24 oi63 G. City Substitute �teimburserraeni: Costs {savings or charges) attributable to acceptance of a substitute shalI be incorporated to tihe Contract by Change Order. H. Time Extensions: No additional time will be grazated forr subsiitutions. 6.06 Concerning Subcontrrxcto�s, Suppliers, and Qthers A. Contractor shall perform with his own organization, work of a value not less thaza 35% of the value embraced on the Contract, unless otherwise approved by tha City. B. Contracfior shall not employ any Subco�tx�actoz, SuppIier, or other individual or entity, whether initia2ly or as a replacem�nt, against whom City may have reasonable objection. Contractor shall not be required io employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any af the Wor�C against whom Contractor has reasonable objection {excluding those acceptable to City as indicated in Paragraph 6.Ob.C). C. The City may from tirne to time require ihe use of c�rtain Subcontractors, Suppliers, or other individuals or entities on ihe project, and will provide such requirements in ihe S�pplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the fuIl and equitable participatzon by Mi�riorzty Business Enterprises (MBE} in the procurement of goods and services on a confiractual basis. If the Contract Documents pzovide for a MBE goal, Contractor is required to comply r�vith tl�e itttent of the City's MBE Ordinance (as amended) by the following: I. Coz�tractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor wiil not make additions, deletions, or su6stitutions af accepted MBE without written consent of tk�e City. Any uzajustified change or deletion shall be a rnatetial breach o� Contract and may result in debarment in accordance with i�e procedures outlined in the Ordinance. 3. Coniractor shall, upoza request by City, a�low an audit and/or e�amrnation of any books, records, or files in the possession of fihe Con�ractar that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for ie�nination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contx'acts witk� the City for a period of not less than three years. E. Cozztz�actor shall be fully responsible to City for a11 acts and omissions of the Subcontractors, SuppIiers, and other in�dividuals or eniiiies performing or furnishing any oF the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OP FORT WOKTH STANDARD CONSTRUCTION SPECIFICATION DOC�JMENTS Revision: MaicEi 9, 2020 oa �z oo - � G�N�RAL CON�ITIONS Page 25 of 63 shali create for the benefit of any such Subcoz�tractor, Supplier, or other individual or entity any cantractual relationship between City and any such Subcontractor, Supplier or other individual or eniity; nor 2. shall create any obligation on the part of City to pay or to see to the paytnez�t of any moneys due any sucY� Subcontractor, Supplier, or other individual or entity except as may otherwise be requ�red by Laws and Regulations. F. Contractor shall be salely responsible foz- scheduling and coordinating the Wark of Subcontractors, Suppliers, and other individuals ar entifiies p�rforming or fi�xnishing any of the Work under a direct or indirect contract with Cantractor. G. Afl Subcontractors, Suppliers, and such other indi�iduals or entities perForming or furnishing any of the Work shall comm�nicate with City through Contractor. H. All Work perfornaed for Contractar by a Subcontractor or Supplier will be pursuant to att appropriate agreement betwe�n Contractor a�d the Subcontractor or Supplier which specifically binds the Subcontracior or �upplier to th� a�plicabie tez�ms and conditions of' the Contract Documents for the benefii of City. b.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Con�ractor shall camply with all requirements oi Chapter 2258, Texas Government Code {as amended), incIuding the payment of nat iess than tl�e rates defermined by the City Council oithe City of Fort Worth to be the pre�ailing wage rates in accordance with Chapter 225$. Such prevaiIing wage rates are included xn these Contract Docuzxaents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevazling wage shall, upon d.emand made by the City, pay to the City $60 for each worker employed for each calendar day or part of ihe day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 22S 8.023. C. Complaints of Vaalations and City Dete�mination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged vioIatian of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determinafiion, before the 3] st day after tl�e date the Ciiy receives the information, as to whether good cause exisis to believe that the violation occurred. The City shall notify in writing the Contx�actor or Subcontractor and any affected worker af �ts initial determination. Upon the City's determination that Yhere is good cause to believe the Contractar or Subcontractor has �iolated Chaptier 2258, the City shall retain the full amounts claimed by the clainnant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted fram successive progress payments pendiz�g a final determination o�the violation. CITY OF F�RT WORTH STANllARD COAISTRUCTION SPEC]PICAZTON DOCUNiENTS Revision: Ma�h 9, 2020 oonao-i GENEE�AL CONDITIpNS Page 26 of53 D. Ar�itratfon IZequired if Violaiion Not IZesolved. An issue relating to an alleged violation of Section 225$.023, Texas Government Code, including a penalty owed to tk�e City or an af�ected worker, shall be submitted to binding arbitraiion tn accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes} rf the Contractor or Subcontractor and any affected vc+orker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons reqnired to arbitrate under this section do noi agree on an arbitrator before the l Ith day after the date tihat arbitration is required, a dzstrict court shall appoint an arbitxatoz- oz� the petztion of aaay of tk�e persons. Tk�e City is not a party in the arbitration. The decision and award of the arbitrator is finaI and binc�ing on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Mc�intained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of fihe work, maintain records thafi show (i) the name and occupaiion of each worker employed by the Confiractor in th� constr�iction of the Work provided for in this Cont�ract; and {iz) the actual per diem wages �aid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. Wzih each prog7ress payment or payrol� pe�od, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has compliec� witH #�e reyuirenaents of Chapter 2258, Texas Governmeni Code. G. Posting of Wage Rates. The Coniractor shall post prevailing �vc+age rates in a conspicuous place at all tirnes. H. Subcontractor Compliance. The Contractor sha�l include in its subcontracts and/or shall otherwise require all of it,s Subcontraciors to comply with Paragraphs A through G above. 6.08 Patent Fees and Roycalties A. Contractor shall pay a11 license fees and royalties and assume a11 costs incident to the use in the performance of tlle Work or the incorporation in ihe Work of any invention, design, process, produc�, or device which is the subject of patenfi rights or copyrights held by others. If a particular invention, d�sign, process, product, ar device is specifi�a in the Contraci Documents for use in the performance of the Work and if, to the actual �owledge of City, its use is subject to patent rights or copyrights calling for the paym�nt of any license fee or roya�ty to others, the existence of such rights shall be c�isclosed by City in the Coniract Documents. Failure of the City to disclos� such information does noi relieve t�e Cozatractox frona zts obligations to pay for the use of said fees or z-oyaltzes to oth;ers. B. To the fuldest extent permitted by Lcrws and Regulations, Cont�actor shall indemn� and hold harmless City, , f-o�n and cagainst alI claims, costs, losses, cand darnages (including but not limited to call fees and cha�ges of engineers, architecis, aitorneys, and other p�ofessionals and all court or arbitration or other dispute �esolution costs) arising out of or relating to aray infringement of paieni rights or copyrights incident to the use in the perfarmance of the Work or resulting, from CITY OF FORT WORTH STAhIDAItl7 COhISTRUCITON SPECIFICATION DOCiJMEIJTS Revision: Iv�a�h 9, 2D20 00 72 00 - 1 GENERAL COND[TIDNS Pa�e 27 of 63 the inco�^poration in the Work of any invention, design, process, product, or device not specifaed in the Contract Documents. 6.09 Pernaits and Utilities A. Contraclor obtained permits and licenses. Contractor shall obtain and pay for al� consix-uction permits and licens�s except those provided for in tl�e Supple�taentary Conditions or Contract Documents. City shall assist Co�tractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all gavernmental charges and inspection fees necessary for the pxosecution of the Work which are applicable at the time of openizag of Bids, or, if there are no Bids, on the Effecti�e Date of the Agreenaent, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utilrty awners for connections for pro�iding permanent sezvice to the Work. B. City obtainedpermits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibilifiy to carry oui tY�e provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsibl� for obtaining clearances and coordizaating with the appropriate regulatory agency. The City will not rezzxxburse the Contractor %r any cost assaciated vvith fhese requirezxzents o� any City acquired permit. The follo�wing are pez-rxzits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Ez�gineers Fermits 3. Texas Commission an Enviranmental Quality Permits 4. RaiIroad Company Perinits C. Outstanding permits and licenses. The City anticipates acquisition af and/or access to permits and licez�ses. Any autstanding permits and ticenses are anticipated to be acquired in accardance with the schedule set forth in the Supplerrtentary Canditians. The Project Schedule submitted by the Contractor in accoz-daz�ce with the Contract Docu�nents must consider any outstanding pertnit,s and licenses. 6.10 Laws and Regulations A. Con.iractor shall gi�e all notices required by and shall comply wiih all Laws and Regulatians applicable to the performance of the Work. Except where otk�erwise expressly required by applicable Laws and Regulations, the City shail not be responsible for monitorfng Contractor's compliance with any Laws or Regulations. B. �f Cantractor performs any Work knowing or h.aving reason to know that it is contrary to Laws or Regulatians, Cantractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all crrY aF Fox�r woz�x�z S"['ANDATtD CONSTRLTCTION SPECI�ICATI4N DOCT JtvIENTS 1Zcvision: March 9, 202Q 007200-� GENERAL COIVDITIONS Page 28 of63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Coniractor's responsibility to ma�e certazn that the Speciiications and Drawings are �n accorrdance with Laws and Regulations, but this shall not reiieve Contractor of Contractor's abligations un;der �'ara�raph 3.02. C. Changes in Laws or Regniations not known at tkte time o� opening of Bids having an effect on � the cost or time of performance of th� Work may be the subject of an ac�jUstment zn Contract Price ar Contract Time. 6.11 Tc�xes A. On a contract awarded by t1�e City, an organization which qualifies for exemption pur�uant ta Texas Tax Code, Subck�apter H, Sections 151.301-335 (as amended), the Contractor maypurchase, rent or lease all materials, supplies and equ�prnent used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu af the #ax, said ez�emption certi�cate to comply with State ComptroIler's Ruling .007. Any such exemption certifica�e issued to the Contractor in lieu of the tax shall be subject io and shail comply �+ith the provision of Stat� ComptroIler's Ruling .01 T, and any other applicable rulings pertaining to the Texas Tax Code, �5ubck�apter H. B. Texas Tax permits and infarmation may be obtained from: 1. Comptroller of PubIic Accounts Sa1es Ta� Division Capitol Station Austin, TX 787I1; or 2. htt ://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Arecrs A. Lijnitataon on Use of.5`ite and Other Areas: Contractor shall con�'ine construction equipment, th� storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonab�y encumber the Site and other areas with construction equipment or other materials or equipment. Cor�tt'acior shaIl assume fuIl responsibili�y for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent Iand or areas resulting from the per%rmance oi the Work. 2. At any tim� when, in the judgment of tl�e City, the Contractor has obstzucted or closed or is cazxying on operations in a portion of a stree�, right-of-way, or easement greater than is necessary for proper execution o�tk�e Worrk, the City may require the Contractor to fnish the section on wI�ich aperations are in progress be%re work is commenced on any addiiional aYea of Yhe Site. CTI'Y OF FORT WORTH STANDARD GOtVSTRUCI'IO1V SP�CIFICA'I701V 1lOCUIvIEN'I'S Kevision: M�eh 9,2020 oo�zao-� GENERAL CONDITIONS Page 29 oPb3 3. Should any Damage C1aim be zx�ade by any such owner or occupant because of the perfo�nance of the Work, Contractor shall promptly attempt to reso�ve the Damage Clairr�. 4. Pursuarat to Parag�^aph 6.2.1, Contraeto�^ shall indemn� anc� holca' harmless City, frorra and against c�ll claims, costs, losses, and damages aNising out of o� relating to any claim or actiora, Iegal or equitable, braught hy any such owner or occupant against City. B. Re�noval of Debris During Performance of the Work: During the progress of the Work Contractor shal] keep the Site and other areas free from accumulations ofwasie materials, rubbish, and other debris. Removal and disposa� of sucY� waste material�, z�ubbzsh, and other debris shall confozrn to appIicable Laws and Regulations. C. Site Maantenance Cleaning: 24 hours aftex written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to tlne City, if the Contractor fails to cozrect the unsafiisfactory pracedure, the City may take such direct action as the Czty deems appropriate ta corrcct the clean-up de�ciencies cited to the Cantracior in the wiritten notice {by lefter or electronic cammunication}, and the costs of such direct action, plus 25 % of such casts, shall be deducted from the monies due or to become due to the Cantractor. D. Final Site Cleanirag: Prior to Final Acceptance of the Work Coniractor shall clean the S�te and �e Work and make it ready for utilization by City or adjacent property owner. At the cornpletion of the Work Contractor shalI remo�ve from tlae Site all taols, appiiances, construction equipmenf and machinery, and surplus zxaaterials and shall res#ore to original condition or better all property disturbed by the Wark. E. Loading Structures: Contractor shall not load nor permit any part o� any structure to be loaded in any manner that will ez�danger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Szie ar in a place designated by the Cont�ractor and. appro�ed by the City, �ne (1} record copy af all Drawings, Specifications, Addenda, Change Orders, Fie1d Orders, and written intexpretations and clarifications in good order and annoYated to show changes made during canstruction. These recorci docurner�ts together with a11 approved Samples and a counterpart of alI accepted Submit�als will be availabfe to City foz reference. Upon completion of t�e Work, tr�ese recard documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate ]acations �or buried and irnbedded itezxis. � 6.14 Safety and Protection A. Contractor shall be salely responsible for initiaiing, mainfiaining and supervising all safety precautions and programs in connection with tI�e Work. Such responsibility does not relieve Subconfractors of tk�eir responsibility for the safety of persans or property in the performance of their work, nor for compliance r�it� applicable safety Laws and Regula�ions. Contiractor shall CT7'1' OF FORT WORT'kI STt1NDATZD CONSTRUCTION SPEGIFICATION DOCUMCNTS Revision: Ma�h 9,2020 00 72 00 - 1 GENERAL CONDIiIONS Yage 30 of63 ta�e all necessary precauiions for the safety of, and shall provide the necessaxy protection to prevent damage, injury ar Ioss io: 1. all persons on the Site or rvho may be affected by �he Wark; 2. a11 Y,he Work and materials and equipment to be incorpozated tk�erein, whether in storage on or offthe �ite; and other property at the Site oz adjacent thereto, inc�uding irees, shrubs, lawns, walks, pavements, roadways, strUctures, utilities, and Underground Facilities not designated for rernoval, relocation, or replacement in the course of constructian. B. Confiractor shall comply with all applicable Laws and Regulations reIating to the sa�ety of persons or property, or lo the protectian of persons or property from damage, ir�jury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Cont�ractor shall nofify owners of adjacent property and of Underground FaciIities and otller ufiility owners when prosecution oi the Work may affect them, azad shall cooperate vvith them in the protection, re�noval, relocation, and replacement of their �roperty. C. Contractor shall co�aply with the appIicable requirernents af City's safety programs, if any. D. Contractor shaIl inform City of the specif c requireznents of Contractior's safety program, if any, r�+iYh which City's employ��s and represen#atives must cotxaply while at the Site. E. Ail damage, injuzy, or loss to any property referred to in Paragraph 6.14.A.2 or fi.14.A.3 caused, directly or indirectly, in whale or in part, by Contractor, any S�bcontractor, Supplier, or any other individual or entity directly or indirecily employed by any of tl�em to perFoz-�a any of the Work, or anyone for whose acts any of them may be �iable, snall be remedied by Contractor. F. Contractor's duties and responsibilities for safety anc� for protection of the Work shall continue until such iime as a11 the VS7ork is completed and City has accepted the Work. 6.15 Safety Representative Contractor s�all inform Ciry in writing of Contractar's desig�aated safety representative at the Site. 6.16 Hazard Conanaunication Programs Cantractox shall be responsible for coordinating any exchange of material safety data shee�s or other hazard communicatian information required to be made available to or exchanged between or among empIoyers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectificc�tian A. In emerg�ncies affecting the safety or protection af persons or tk�e Work or property at the S ite or adjacent thereto, Confractor is obligated to act to prevent threatened darCx�age, injury, or loss. Contractor sha�l give City prozx�pt written notice if Contractor belie�es that any significant ci�r o� FORT wo��rr-z STANDARD CONSTRLTCTTON SPECIFICATION 170CLJMENI'S Revision: Macch 9,202p OD72Q�-1 GENERAL CON[71TIOiVS Page 31 oiF63 changes in the Wo�k or variations from the Contt�aci Documents have been caused thereby ar are required as a result thereof. �f City determines that a change in the Contract Documents is required because af the action taken by Coniractor in response to st�ch an emergency, a Change Order may be issued. B. Should the Co�tractor fail to respond to a request �rom t.�e City to rectify any discrepanci�s, oznissians, ar correction necessary to conform witkz the requirements of the Contract Documents, the City sha11 give t�e Contractor written notice tI�at such work or changes are to be peeformed. The wiritten natice shall direct attention to the discrepani conditzon and request tl�e Contractor to take remedial action to correct the conditian. In the event the Contractor does not take positive steps to fulfill ihis written request, or does not show just cause for not taking the praper action, within 24 hours, fhe City may take such remedial action with City farces or by contract. The City shall deduct an amount equal to tk�e entire costs for such remedial action, plus ZS%, from a�y funcis due or become due the Contractor on the Project. 6.18 Submitt�ls A. Contractor shall submii required Submittals to City for review and acceptance it� accordance with the accepted �chedule of Submittals {as required by Paragraph 2.fl7). Eac1n submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data showz� on the Submittals will be complete with respect to quantitzes, dimensions, speci�'ied performance and design crite�a, materials, and similar data to show City Yhe servic�s, materials, and equipznent Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein pravided by Contractor and re�iewed by City for conformance with the design conc�pt shall be e�ecuted in confoz�aziy with the Contract Dacuments unless otherwise required by City. 4. When Submittals are subzx�itted for the putpose of showing the installation in greater deiail, their review shall not exc�se Contractor from requirements shown on fihe Drawings and Specificatians. For-Information��nly submittals upon which the City is not e�pected to coz�duct re�iew ar take respo�si�e action may be so identi�ed in tl�e Contract Dacuntaents. 6. Submit required number of Sarz�ples speciiied in the Specifications. 7. Clearly identify each �aznple as ta material, Suppli�r, pertinent data such as catalog numbers, the use for which intend�d and oiher data as City nnay require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. crz�t o� rorzT wouTx STANDARD CONS'I'12iJCTION SPECIFICATI4N DOCL]Mk�NT'S 2evision: N1an:li 9, 2020 p0 72 00 - I GENERAL CONDITIONS Page 32 of 63 B. Whcre a Submittal is required by the Contract Documents ar the Schedule of Subtt�ittals, any related Work perfoimed prior to City's review and acceptanc� of the pertinent submittaI will be at the sole expense and responsibiiity of Cantractor. C. City s Revievv: City r�vi11 provide iimely review of required �Ubmittals in accordance with the Schednle of Subnrzzttals acceptable to Czry. City's review and acceptance vvill be only to determine if ihe items covered by the submittals will, after instalIation ox incozporation in tkze Work, confonn to the information given in ihe Contract Documents and be compatible with the design concept o�the coznpleted Project as a�unctioning whole as indicated by the Contract Documents. 2. City's review and acceptance wi11 not extend to means, methods, techniyues, sequerzces, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of consiruciion is specifica�ly and expressly called for by the Contract Dacuments) or to safety precautions ar programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item fiznctions. City's review and acceptance shall not reIieve Cont�ractor fronn responsibiliry for any variation from the requirements of the Contract Documents unless Cantractor has cozxaplied with the requirements of Section D1 33 00 and City has given written acceptance of each such variation by spec�f c written notation thereof incorporated in or accompanying ihe �ubmittal. City's r�view and acceptance shalI not reIieve Contractor from responsibility for complying with the requirements of the Contract Documenis. 6.29 Coratinuing the Work E�cept as otherwise �rovided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreenr�enis with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, excep# as City and Cantractor may othet-w�ise ag�ree in vvriting. 6.2p Contractor's General Warranty and Gua�antee A. Contractor warrants and guarantees to City that alI Work will be in accordance with the Cor�tz-act Documents and wilI noi be defective. City and its afficers, directors, members, partners, employees, agenis, consultants, and subcontractors shall be entiiled to rely on representaiion of Contractor's warranty and guarantee. B. Contracior's warraniy and guarantee hereunder excludes defects or damage caused by: 1. abuse, modi�cation, or irnproper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Co�tx�actor is responsible; or CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCiJMENTS Revision: N1uch 9, 202D oo�.00-i GENERAL CONdIT[ONS Page 33 of 63 2. noz�t�al wear and tear under normal usage. C. Contractor's obligaiion to perform and corzaplete the Work in accordance with t�e Contract Documenis shall be absoIute. None af the follawing will constitute an acceptance of Work that is taot in accordance with the Confract Dacurr�ents or a release of Conf�ractor's ob�igatian to perform the Work in accordance �with the Coniract Documents: J . observa�ions by City; 2. recommendation or payment by Ciiy of any progress or final payment; 3. the issuance of a cez-ti£'tcate of Final Acceptance by City or any paymeni related thereto by City; 4. use or occupancy of the Work or any pari thereof by City; 5. any re�ie�v and acceptance of a Subxnittal by City; 6. any inspection, test, or appro�al by others; or 7, any correction of defective Work b� City. D. The Contractor shall remedy any defects or dazxzages in the Work and pay for any damage to other work or property resulting therefrom which shaIl appear �vithin a period of tvao (2) years from the date of Final Acceptance of the Work unless a longer periad is specified and shall furnish a good and sufficient zaaaintenance bond, complying with th� requirements of Article 5.42.B. The City wilI give notice of observed defects with reasonable promptness. 6.21 Yndemnification A. Contrac�or covenants and agxee� ta indemnify, hold harmless and defend, at its o�uvn expense, the City, its offcer�, servants and empioyees, from and against any and all claims ari,sing out of, or alleged to arise out of, the work and services to be pex�ormed by the Contractor, its officers, agents, employees, �ubcontractors, licenses or invitees under this Contract. THIS INDEMNII+�CAT�{�N PROVISrON YS SPECIF'IC L TENDED TO OPERATE AND BE EFFECTrVE EVEN IF IT I� ALLEGED OR PROVEN THAT ALL OR SQME OF THE DAMAGES SEINC SOUGHT WERE CAUSED, �N _WHOLE OR �N PART. BY ANY ACT. OMISSION OR NEGI,�GENCE OF THE CrTY. This indemnity provision is intettded to include, wi�l�out [imitation, indemnity for costs, expenses and legal fees incurred by fhe City in defending against such claims and causes of actions. B. Contrac#or covenants and agrees ta indemnify and hold harmless, at its own expense, the City, its officers, serv�ants and employees, �xom and against any and all loss, damage or destruction of propei-ty o� the City, arising out af, or aileged to arise out of, the vvork and ser�ices to be perforraed by the Contractor, its officers, agents, e�nployees, subcon�ractors, licensees or invitees under this Contract. THIS INDEMN��ICATION PROVYSYON IS CITY OF FORT WOR`I'�I STAI�DAItT? CONSTRUCTION SP�CI�'ICAT[ON DQC[_TNIE,NTS Revision: Ivla�h 9, 202� 00 72 00 - l GENERAf� CQNQITiQNS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTTV� EVEN YF IT YS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES SEING �OUGHT WERE CAUSED. IN WHOLE O� IN PART. BY ANY ACT. OMiSSION OR NEGLIGENCE OF THE CITY. 6.22 Delegatian of Professional Design Services A. Contractor will not be reqnired to pravic�e pro�essiotaal desig� services un7ess such services are specifically required by the Contract Documents %r a portion of the Work or unless such services az-e required to canr}� out Contractorr's responsibiiiiies for construction means, methods, techniques, sequences and procedures. B. If professional design servic�s or certifications by a design professional related to systert�s, materials or equipmeni are specifically required of Contractor by the Contract Documents, City wilI specify alI pe�rfoz�mance and design criteria ihat such services must satisfy. Contractor s1�a11 cause such services or certif cations to be provided by a properIy l�censed pro�essional, whose signature and seal shall a�pear on ail drawings, caIculations, specifications, certifications, and Subnaittals prepared by such professionaI. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval wnen submitted to City. G City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals per%rmed by such design professionaIs, provided Cziy has specified to Cantractor performance and design criteria that such services must satisfy. D. Pursuant to this Parag7raph 6.22, Ciiy's review and acceptance of design calcuIatiions and c�esign drawings will be only for the limited piupose of checking for conformance wzt� perfoz�xtaatace and design criteria given and the desfgn concepi expressed in the Contract Documents. City's review and acceptance of Subnniita�s (except design calculations and design dravvings) vvill be only for fihe purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that t�e City shall, until ihe e�piration of three (3) years after final payment under this Contract, have access fio and the rigkt to examine and photacopy any directly pertinent books, documents, papers, and records of the Cor�tractor involving transactions relating to this Contract. Contractar agrees that the City shalI have access during Regular Working Hours to a11 necessary Con#ractor facilities and shaIl be provided adeyuaie atad appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Cozat7ractor reasonab�e advance notice of intended audits. B. Contractor fii�-ther agrees to include in all its subcontracts hereunder a provision to tlae effect inat the subcontt'actor agrees that the Ciiy shall, uniil the expiration of tI�ree (3) years after final payment under thi,s Contract, have access to and the right to examine anc� photocopy any directly pertinent baoks, documents, papers, and records of such Subcontracior, itavoIving transactions to ihe subcontract, and furth�r, ihat Ciiy shaIl have access during Regular Warking Hours to all c��rx or ro��r wo��r� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Ma�ch 9, 2Q2p 00 �a oo - i GENEi2ALCONDITIONS Page 35 0£63 Subcontractor facilities, and shall be pro�ided adequate and appxapriate wark space in order to conduct audits in compliance �cwith the pxovisions of this Paragraph. The City shall give Subcontractor reasonabXe advance notice of intended audits. C. Contractor a�d �Subcontractor agr�� to phoiocopy such docunnents as may be requested by the City. The City agrees to reimburse Contractar for the cost of the copies as follows at the rate published in the Texas Aci�niraist7raiive Code in ef%ct as of the iime copying is pez�£orrr►ed. 6.24 Nondiscrirvaination A. The City is responsible for operating Public Transpor�ation Programs and irz�plementing transit- related pz'ojects, which are funded in pa� �vith FedexaI financial assista�ce awarded by the U.S. Depa.rtment of Transpartation and the Federal Transit Administration (FTA), without discriminating against any pexson in the United States on the basi� of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended.• Contractor shali comply with the requirements of the Act and the Regulations as further defineci in the Supplementary Condi�ions for any project receiving Federal assistance. AR.T�CLE '� — OTHER WORK AT THE SITE 7.O I Related Work at Site A. City may perform other work related to the Project at the Site witb City's employees, or other Ciiy can�ractors, or through other direct contracts therefor, or ha�e other wark performed by utilziy owners. If such ather �vork is not nated in the Contract Documents, then written notice thereof vvill be give� to Contractor prior to starting any such other work; and B. Cont�actor shall afford each oiher contractor w�o is a party to such a dir�ct contract, each utility owner, and City, if City is perforrning other work with Ci�y's employee,� or other City contractors, proper aa�d safe access ta the Site, provide a reasonab�e opportunity for the introductian and storage of materials and equipment and the ezcecution of such other work, and properly coorciinate the Work wiih theirs. Contractor shall do all cutting, fitting, and paiching of the Wark that may be required ta properly connect or othervaise make its several parts come tageiher and properly integrate with such oiher work. Contractar shali not endanger any work of others by cutting, exca�ating, or otherrwise altering such work; pravided, however, that Contractor may cut or alter oi�ers' work with th� writien consent of City and the others whose work will be af�ecied. C. If the proper execution or re,sults of any part ofi Contractor's Work depends upon work performed by others under t�is Article 7, Contractor shaIl inspect suc� oi�er wark and promptly report ta City in writing any delays, defects, or de�'iciencies in such other work that render it una�ailabie ar unsui�able for the proper executian and results of Contractar's Work. Contractor's failure to sa report wilX constitute an acce�atance of such otY�er work as fit and proper for integration with Coz�tractor's Work �xcept for latient cEefects in the work provided by others. CPI'Y OF FORT WORTf I STANDAItD CdNSTRUCTION SPECIFICATiON DOCLTNI��ITS Revision: Ma�h 9, 2020 DD7200-1 GENERAL CONDITIONS Page 36 of 63 %.�2 COOYG�IY1Gl'f1072 A. If City intends to co�tract with athers for the per%rmance oi ofiher wark on the Project at the Site, the followzng will be set forth in Supplementary Conditions: the individual or ezaiity who will have autnority and responsibiliiy for coordination of the activities among tl�e various contractors will be identified; 2. the specific matters to be covered by such authority ar�d responsibility will be itemized; and 3. tk�e exte�t of such authority and responsibilities wi11 be provided. B. Unless otherwise provided in tlae Supplementary Conditions, City shall have authority for such coordination. ARTrCLE $ — CITY'S RESP4NSIBIL�T�E� &.O1 Communicalions ta Cant�actor Except as otherwise provided zn the Supplezxzentazy Conditions, Ciiy shall issue al1 corr�munications to Contractor. 8.02 Furnish Data City shall ti�nely f�unish the data required unaer �he Contract Documents. 8.03 Pay When Due City shall make payments #o Contractor in accordance with Article 14. 8.04 Lands cand Easemerats; Repo�ts and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference poznts are sei foz-t� in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making a�ailable to Contractor copies of reparts of exploxaiiotas and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site thai have been utilized by City in preparing the Coniract Documents. S.OS Change Oyde�s City shall e�ecute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and App�ovcrls City's r�sponsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. C1TY pF FOKT WORTH STANDARD CONSTRUCiTON SPECIF'ICATTON 1lOCiJMENTS Revision: Mai�h9,202(} oonoo-i GENERAL CQNDITI�NS 1'age 37 of 63 S.0? Limitations on City's Responsibalities A. The City shall not supereise, direct, or have contro� or a�fihority over, nor be responsible for, Contractor's means, methods, techniq�es, sequenc�s, or procedures of construction, or the safety precauiions and pxograms incident thereto, or for any faiI�tz-e of Contractor to comply �vith Laws and Regulations applicable to the perforxnan.ce of the Work. City vt�ill noi be respansible iar Contractor's failure to perform the Work in accordance with the Contract Docurnents. B. Ciry wzll notify the Contractar of applica6le safety plans pursuant to Paragraph 6.l 4. SA8 Undisclosed Hazardous Environmentc�l Condition City's responsibility with respect to an undisclosed Hazardou,s En�iranmenta� Condition is set foz� in Paragraph 4.06. 8.09 Corrapliance with Safety Prog�arrt While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contracfior's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'� OSSERVATION STATUS DURTNG CONSTRUCTION 9.01 City s PNoject Manager City will provrde one or zr�ore Project Manager(s) during the construction period. TY►e duties and responsibz�ities and the limitations of authority af City's Project Manager during construction are set fortl� zn the Contract Documents. The City's Project Manager for f,his Contz-act is identifiied in the Supplernentary Conditions. 9.q2 Visits to Site A. City's Project Manager will make visiis to the Site at intervals appro�riate to the various stages of construction as City deems necessary in order to obser�e ihe progress that has been mac�e and the qualiiy af the variaus aspects of Contractor's executed Work. Based on information abtained during such visits and observations, City's Project Manager wiIl deiermine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required io make exhaustive or cantinuous inspectians on the Site to check the quality or quantity of the Work. City's Project Manager's efforts wiil be directed toward providing City a gz-eater degree of confidence that the completed Work will conform generally to the Cont�-act Dacuments. B. City's Project Manager's visits and observations are subject to a�l the jimitations on authority and xesponsibility in the Contract Doc�aments including ihose set forth in Paragraph 8.07. CT'Iii OF FO1ZT WORTH STANDA12L7 CONSTRUGTIDN SPECIFICATION DOCUMENTS Revision: Ma�h 9, 202Q oarloo-i GENERAL CONDITIONS Page 3 S of 63 9.03 Authorized Va�iations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contz�act Documents which do nat involve an adjustment in the Cont�act Price or the Contract Time and are compatible with the desigi concepi of the completed Project as a functioning whole as indicated b�+ tihe Contract Documenis. These may b� accomplished by a Field Order and will be binding on City and aIso on Cont�ractor, who shall perfor�n the Work involved promptly. 9.04 Rejecting Defective Wo�k City will have authoriiy to reject Work which City's Project Manager believ�s to be d�fective, ar will not produce a cozx�pleted Project that conforms to the Contract Documents or that �c�vill prejudice the integrity of the design concep� of the campleted Project as a functioning wk�oIe as zndicated by the Contract Docurnents. City will have aUtharity #o conduct special inspection or tes�ing oitne Work as provided in Article 13, whether or not the Work is fabricated, insialled, or co�npleted. 9.05 Determinations faY Work PeYformed Contracior wiIl determine the actual quaniities and classifications af Work perform�d. City's Project Manager will review with Contractor the preliminary determinations on such rriatters before rendering a written recommendation. City's written decision will be final (except as madified to reflect changed factual conditions or more accurate data). 9.06 Decisio�as on Requi�ements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of tl�e requirements of the Contract Documents and judge o�the acceptai�iiity of the Work thereunder. B. City w�iJl re�zder a w�itten decision ota any issue refenred. C. City's written decision on the issue re%rred will be final and binding on the Contractor, subject ta the provisions of Paragraph 10.06. ARTICLE 10 — CHANGE� IN THE WORK; CLAIM�; EXTRA WORK 1 Q.� 1 Authorized Changes in the 1Work A. Without invalidating the Contract and without notice to any sur�ty, City may, at any time or from time to iime, order Extra Wor�C. Upon notice of such Extra Work, Contractor snall promptly pxoceed with the Work invoIved which wiIl be perFormed under the appIicable conditions of the Contract Documents {except as otherwise specifically provided). Exfira Work shall be memorialized by a Change Order vvhich may or may not precede an order of Extra wark. B. For minor changes of Work not requiring changes to Contract Ti�ne or Contract 1'rice, a�'ie�d Order may be issued by ihe City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi.1MENTS Revisian: Ma�h 4,2020 oo�zao-r GE[�ERAL CONDIT]ONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractar shall not be entitled to an increase in the Contract Price or an e�tension of the Contract Time with re,spect to any work per%rm�d tI�at is not required by the Contiract Documents as amended, nnodified, or supplernented as pro�ided in Pa�ragxapk� 3.Q�, except in the case of an emergency a,� provided in Paragraph 6. �7. 10.03 Execution af Change Orders A. Cit� and Cantractor shatl execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ardered by City p�rsuant to Paragraph 10.01.A, (ii) required because o� acceptance of defective Wor� under Paragraph 13.OS or City's correction of defective Work under Paragraph l 3.09, or {iii) agreed to by the pa�ies; 2. changes in the Contract Price or Contract Time which are agreed to by t�e parties, including any unciisputed sum or arnount of titne for Work aciiially perfoxmed. 14.04 Exta^a Work A. Should a difference az�se as to what does or daes noi constitute E�tra Wark, or as ta tl�e payment thereof, and �e City insists upon its perfornaance, the Cantractar shall proceed with the r�ork after making written reyuest �or written orders and shall keep accurate accouz�t af the actual reasonable cosi thereof. Contract Claims regarding Extra Worl� shalI be made pursuant to Paragraph 10A6. B. The Coniractor shall fia�aisk� the City such installation records of a11 deviations frorn the original Confract Docurtaenis as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual zttstallation. C. Th� compensation agreed upoz� for Extra Work wheth�r or not initiated by a Change Order shall be a fuli, complete and final payment for all costs Co�tt-actar incurs as a resuIt or relating io the change or Extra Work, vvhe�her sazd casts are known, unlrnown, foreseen or unforeseen at that time, including wit�out limitation, any costs for delay, extended over�ead, ripple or impact cost, ar any other ei%ct on changed or unchanged work as a result of the change or Exi�-a Work. 10.05 Notificaiion to Su�ety If tne provisions of any bond require natice to be given ta a surety of any cha�ge affecting fhe generaI scope of the Work or the provisions of the Confract Documents (including, bu� not limiied io, Cantract Price or Contiract Time), the giving of any such notice wi11 be Contractor's responsibility. The amoun� of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. c3� ox �o�r waxTx STANDARD CONSTI2UCTION SPECIPICATIOI� DQCiJME,NTS Revision: M��h 9,2020 DO7200-1 GENERAL CONDITIONS Page 40 of63 I OA6 Contr^act Claims Process A. City's Decision Required: All Contract Claims, except ihose waived pursuant to Paragraph 14.09, sha11 be referred to the City for decision. A decision by City shall be reyuired as a condition precedent io any exercise by Contractor of any rights or remedies he may otherwise have under �he Contract Dacume�ts or by Laws and Regu7ations in respect af such Contract Claims. B. Notice: 1. Written notice siating the general nature of each Contract Claim shall be deiivered by t�e Contractor to City no later than 15 days after the start of the event giving ris� th�reto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contr'act Claim. 2. Natice of the amount or extent of �he Contract C1aim, vvith supporting data sha�l b� delivered to the City on or be%re 45 days from the start of the event giving rise thereio (unless the City allovvs additional time for Cantractar to submit addifiional or more accurate data in support of such Contract Clazm}. 3. A Contract Claim for an adjustrnent in Contract Price shaIl be prepared rn accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjusttnent in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. S. EacI� Contract Claim shall be accompanied by Contractor's writteza statement thai the adjustznent claizned is the entire adjustment to vvhich the Contractor beIi�v�s it is entitled as a result of said event. b. The City shaIl subrnit any response to the Contractor within 3D days after receipt of the claimant's last submittal(unless Contract allows additional time). C. Caty's Action: City will review each Conixact Claina and, within 30 days after receipti of the �ast submittal of the Contractor, if any, take one oi the following actions in writtng: 1. der�y the Contract Claim in whole ar in part; 2, appxove the Coz�tract CIaim; or 3. nofiiiy the Contractor that the City is unable to resoive th;e Con.tract Claim if, in the City's sole discretion, it would be inappro�riate for the City to do so. �'or purposes of fiirther resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTiiLICTTON SPECTFTCATI01+7 DOCiJME]+1TS Revision_ ivtarch 9, 2020 oo7zaa-� GENERAL CO3�QITIO[�S 1'age 41 of 63 D. City's written actior� uncEer Paragraph 10.06.0 v,rill be imal and binding, uniess Ciiy or Contractor invoke tlne dispute resolution procedure set forth in Article 1b within 3Q days of such action or denial. E. No Contract Claim for an adjus�nent in Coniract Price or Contxact Time wilI be �alid if not sub�nitted in accordance with this Paragraph 10.06. ARTICLE 11-- COST OF THE WORK; ALLOWANCES; UNrT PRICE WORK; PLANS QUANTITY MEASi]REMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum af all cosis, except those excIuded in 1'aragraph 11.O1.B, necessarzly incurred and paid by Contractoz- in the proper performance of �e Work. When tbe value of any Work covered by a Change Order, th� cosis �o be reirrzbursed to Contractor will be only ihose additional or incremental costs required because af the change in the Work. Such costs shall not izaclude any of the costs itemized in Paragraph 11.O1.B, and shall include but noi be limited to th� follovving items: Payroll costs for ernployees in the direct employ of Contractor in the perFormance of the Work under schedules af job classificaiions agreed upon by City and Coniractor. �uch employees shall includ�, without limitation, superintendents, faremen, and other personnel employed fuIl time on the Work. Payroll costs for employees not employed full time on the Work s�all be apportion�d on the basis of their time spent on the Work. Payroll casts shall include; a. salaries with a 55% marku�, or b. salarie,s and wages plus the cost of friz�ge benefits, which shali include social security contrib�aiians, unemployznent, excise, and payroll taxes, workers' cornpensation, health and retirem.ent benefits, bonuses, sick leave, vacaiion and haliday pay applicable thereto. The expenses of performing Work outside of Regular Working Haurs, Weekend Working �Iours, or legal halidays, shall be included in the abo�e to the extent autharized by City. 2. Cosi of all materials and equipment £urnished and incorporated in the Work, including costs of transportation and storage therea�, and Suppliers' field sex�ices required in connection therewiih. Rentals o� aIi construction eq�aipment and machinery, and the parts thereof whetl�er renied from Contractar or ot�ers in accordance with rental agz-eements approved by Ciiy, and t�e costs of transportation, Ioading, unloading, assembly, dismantling, and removal thereof. All such costs shaIl be in accordance wit� the terms of said rental ag7reez�nents. The rental of any suc� equipment, machinery, or parts shall cease when ihe use thereof is no Ionger necessary for the Work. ci� o� FOR�r wo��rr� STANDAFZUCONSTRUCT�ON SPP,CIFICATION DOCUMEhIT'S Re�ision: Ma�h 9, 2020 ao7zaa-i GENERA� CONDITIONS Pagc 42 of63 4. Paymenis made by Coniractor to Subcantractors for Work performed by Subcontractors. If required by City, Contractoz sha�l obtain competitive bids from subcontractors acceptable to City and Contractor attd shalI d�Iiver such bids to City, who will then determizae, whzch bzds, if any, will be acceptable. If any subcontract provides that the Subcontractor is ta be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of Yhe Work and fee shall be det�rmined in the same manner as Contractor's Cost of the Worl� and fee as provided in this Paragraph 11.01. S. Costs of special co�sultants (incIuding but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants} enzployed for services specifically related to the Wark. 6. Supplementat costs izacluding the folIowing: a. The proportion of necessary transportaiion, iravel, and subsistence expenses of Coniractor's employees incurred in discharge of duties co�nected with ihe Work. b. Cost, including transportaiion and maintenar�ce, of all materials, supplies, equipment, zx�achinerry, appIiances, office, and ternporary facilities at the Site, and hand tools not own�d by the workers, which are consumed in the performa�ce of the Work, and cost, less market value, of sUch items used but not consumed which remain ihe property of Contractor. c. Sales, consumer, use, and other simi�ar ta�es related io the Wor�, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits Iost %r causes other than negIigence of Contractar, any Subcontracior, or anyone directly or indirectly employed by any of them or for whos� acts any of them may be Iiable, a�d royalty payrnents and fees for permits and licenses. e. Losses and damages {and related expenses) caused by damage to the Wozk, not compensated by insurance or atherwis�, sustained by Confiracfior in connection with the performance of the Work, provided sUch losses and damages have resulted from causes oth�r than the n�gIigence oi Contractor, any Subcontractor, ar anyone directly or indirectly emp�oyed by any of them or for whose acts any of them may be liable. Such losses snaIl incIude settlements made witkz the wiritten conseni and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the putpose of determining Contractor's fee. f. The cost of uti�ities, fi�el, arnd sanitary facilities at the Siie. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communicaiion services at the Site, express and courier services, and similar petty cash items in connection with the Work. crrx or �o�zx wo��z STANDARD CONSTRiJCTION SPECIFICA"ITON DOCUMENTS Revisipn: Mai�h 9, 2p20 007200-1 GENERALCONRITfOiVS Page 43 of 63 h. The costs of pretniums for all bonds and insurance Contractor is requir�d by ihe Contract Documents to purchase and maintain. B. Costs Excluded: The t�rm Cost of the Wark shall not znclude any of the following items: 1. Payroll costs and other compensation af Con�ractor's officers, executives, principals {of partnerships and sole proprietorships), generaI managers, safety naanagers, engineers, architects, estimators, aiiorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, cIerks, and other personnel employed by Contractox, whetk�er at the Site ar in Contractar's principal or branch off'ice far general administration of the Wark and not sp�cifically included in the agreed upon schedule af job classificatians referred to in Paragraph 11.O1.A.1 or specifically covered by Paragraph 11,O1.A.4, a11 of which are to be conszdered administrative costs covered by the Contractor's fee. 2. Expenses of Con�ractor's principal and branch offices other than Contractor's of�"ice at the Site. 3. Aa�y part of Contractor's capital expenses, including izaterest on Contractor's capitaI employed for the Work and charges against Contractor �ar delinquent payments. 4. Costs due to the neglzgez�ce of Contractor, any Su�contractor, or anyone directly or zz�directly ezxzployed by any of �em or for whose acts any of them may be liable, including but not limited ta, the correction of de�ecti�e Work, dispasal of materials ar equipment wrong�y supplied, and making good any damage to property. 5. Other o�erhead or general expezase costs af any kind. C. Contractor's Fee: When all the Work is perFormed on the basis of cost-pIt�s, Contractor's fee shall be determined as se� �ortl� in ihe Agreement. When the value of any Work covered by a Change Order for an adjusf�nent in Contract Price is determined on the basis af Cast of the Work, Contractor',s fee shali be determined as set forth itt Paragraph 12.O1.C. D. Docurnentation: WI�►enever the Cost of the Work �or any purpose is to be dete�nined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordaz�ce with generally accepted accouniing practices and subzxait in a form accepta�le to City an itemized cost breakdown together vvitih supporiing data. 11 A2 Allowances A. Specifred Allowance: Tt is understood tl�at Contractor has included in tk►e Contract Price all allowances so named in the Contract Documents and shali cause the Work sa covered to be performed for such sum.s and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Cantractor agrees that: C�'X OF FQRT WORTH STANDA�t� CONSTRUCTION SPECLFICATION I}OCUMENTS Revision: Ma�h 9, 202Q QO7200-1 GENERA�. CONDlTIONS Page 44 of 63 a. the pre-bid al�owances inc�ude the cost io Coniractor of materials and equipment requir�d by the allowances to be deliv�red at the Site, and all applicable taxes; and b. Contractor's costs �or unloading and handling on the ,Site, Iabor, installation, overhead, prof fi, and other expenses contezx�plated for the pre-bid allowances hav� been included in the allovvances, and no demand %r additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Cantractar agirees ihat a contingency a�lowance, if any, is for the sole use of City. D. Prior io final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Coniract Price shall be correspondingIy adjusted. Z I.03 Unit Price Work A. 'Where the Contt'act Docuzments provide that a11 or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed io incluc�e for all Unii Price Work an amount ec�ual io the sum of the unit price for each separateiy identifi�ed item of Unit Price Work times the estimated quantity of each item as indicaied in the Agreement. B. The estimafied quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison o�' Bids and deiermining an initial Contrac� Price. Determinations of the actual quantities az�d classifications of Unit Price Work performed by Confiractor wiIl be made by City subjeci to the provisions oiParagraph 9.05. C. Each uni� price wili be deemed to include an amount considered. by Contx�acior to be adequate ta cover Contractor's overhead at�d proiit for each separatieiy ideniified item. Work described in the Contract Documents, or reasonab�y inferred as required for a functiona�ly complete installation, bui not identified in Yhe lisiing of unit price items shall be considered incidental to utait price wori� listed and the cost of incidental wark zncluded as part of ihe unit price. D. City may make an adjushnent in the Contract Price in accordance with Paragraph 12.01 if: I. the quantity of any item of Unit Price Work performed by Contractor differ$ maie�ally and sigz�z�cantly from the estimatec� quantity of such item indicated �n the Agreement; and 2. there is no corr�sponding adjustment with respect ta any other itezx� of Work. E. Increased o� Decreased Quantilies: The City reserves tk�e right to order Extra Work in accordance with Paragraph 1Q.Q1. Tf the changes in yuaniities or the alterations do not significantly change the character of work under the Coniract Documents, the altered work wiIl be paid for at the Contract unit prrce. crmv o� ronr woR-rx STANDARD CONSTKUCTION SPEG`IFTCATIOI�! DOCi JMENTS Revision: Mac�li 9, 2020 04 72 00 - l G�NERAL CONDITIONS Page �45 of 63 2. If th� changes in quaz�tities or aIteratians significantIy change the character o� work, the Contract will be amended by a Change �rder. 3. �f no unit prices exist, this wilI be considered Extra Work and the Contract will be atnended by a Change Order in accardance with Ar�icle 12. 4. A significant change in the character of work occurs when: a. the character of wor� �or any Item as altered diffexs zx►aterially in kind or nature from tk�at in ihe Contracfi or b. a Major It�m of t�ork varies by more than 25% from the oz�ginaj Contract quantity. 5. When the quantity of work to be done under any Major Item oi the Contract is more than 125% o� the original quantity stated in the Cantz-act, then eith�r party to the Cont�ract may request an adjustmeni to the unit price on the portion of the vvark that is above 125%. 6. When the quantity of work io be done under any Major Item of the Contract is less than 75% of ihe original quanti�y stated in the Contract, then either party ta ine Contract may request an adjustment to the unit price. 11.04 Plcrns Quantity Measr�rernent A. Plans quantities may or may not represent the exact quantity of work pez-�ormed or �naterial moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as �z�al payment quantities, unless revised by the governing Section oz-tk�is Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more ihan 25% {or as stipulated under "Price ar�d Payment Procedures" for specific Items) from the total esiimated quantity for an individual Itexx� originally shown in the Contx�act Documents, an adjustment may be made to tk�e quantity of authorized work done for paym�nt purposes. The party to th� Contract requesting the adjusttnent vvill provide field measurementis and caIculations showiz�g the final quantity for which payment will be made. Payrnent for revised quaniity will be made at the unit prrice bid for that Item, except a� provided for in Article 1 a. C. When quantiiies a�'e revised by a change in design approved by the City, by Change Order, or to correc� an error, or to correct an errar on the plans, the pians quazatity will be increased or decreased by the amount involved 'zn the change, and the 25% variance will apply to the nev�r plans quantity. D. If the total Con�act quantity multiplied by the unit price bid for ata indi�idual Item is less ihan $254 and the It�m is not originally a plans quantity Item, then tk�e Item may b� paid as a plans quantity ltern if the City and Contractar agree in writing to fix ihe final yuantity as a plaz�s c�uantity. crrY a� rou-r woRrx STANDARD COIdSTRUCTI4AI SPECIPICATION DOCLFIvICNTS Revision: Ma�ch9,2020 007200-1 GENERAC. CONDITIOiVS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quaniity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; Ci�ANGE OF CONTRACT TIME 12.01 Change of Contrcact P�ice A. The Contract Price may oniy be changed by a Change Order. B. The value of any Work cov�r�d by a Change Order will be de�ermined as follows: 1. vvhere the Work involved is covered by unit prices coniained in the Contract Documents, by application of such unit prices to the quantrties of ihe items invoIved (subject to the provisions of Paragraph 11.03); or 2. where th� Work involved is nofi covered by unit prices contained in the Contiract Documents, by a muivaily agreed lump sum or unit price (which may inclUde an allowance for overhead and pzofi �ot necessarily in accordance with Paragraph 12.O1.C.2), and shaIl include the cost of any secondary impacts that are %reseeable at the time of pz'icing the cost of Ez�tra Work; or where the Work involved is not covered by unit prices contained in the Contract Docum�nts and agreement to a lump sum or unit price is not reached under Paragiraph 12.O1.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph I 1.01) plus a Contractor's fee for overhead and profit {determined as provided in Paragraph 12.O1.C). C. Contractor's Fee: The Contractor's additional fee far overk�ead and profit shall be determined as foIlows: � 1. a mutually accep�able fixed fee; or 2, if a fixed fee is noi agr�ed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incutred under Paragraphs � I A I.A.1, 1 I.O 1.A.2. and 11.OI.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2} bonds and insurance; b. for costs incurred under Paragraph 1 l A�.A.4 and I I.O 1.A.5, the Contractor's fee sha11 be five percent (5°/a); 1} where one or more tiers of subcontiracts are on ihe basis of Cost of the Work plus a fee and na �xed �ee zs agreed upon, ihe intent of Paragraphs 12.O1.C.2.a and I2.O1.C.2.b is that #he Subconfiractor who actualiy performs the Work, at w�atever CITY QF FQRT WpRTH S`I'AN�ALZI� COT�STRUCTTON SPECIFICATION DOCUMEN'I'S Revision: Ma�ch9, 2{720 06 72 00 - 1 GENERAL CQNDITIONS Page 47 of 63 tier, vvi11 be paid a fee of 15 percent of the costs incurred by suc� Subcontractor under Paragraphs 11.d1.A.1 and 1I.01.A.2 and that any higher tier Subcontractor and Contractor wiil eacla be paid a%e af iive perc�nt (5%) of the amount paid to the next lower tier Subcontractor, however in no case sha11 ihe cumulative total af fees paid be in excess of 25%; c. no fee shall be payable an the basis of costs itemized under Paragiraphs 11.O1.A.6, and �z.at.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease i� cost will be the amour�t of the actual net decrease iz� cost plus a deduction in Contractor's fee by an amount equal fo �"ive percent (5%) of such net decrease. ].2.02 Chcznge of Contr^act Time A. The Contract Tinae znay only be changed by a Change Order. B. No extension of the Contract Time will be allowed �or Exira Work or for claimed delay unless the E�tra Work contemplated ar claimed delay is shown to be on th� critical path of the Project �chedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adver,sely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the perfor�aazace or campletion of any part of the Work within the Coniract Time due io delay beyond the control of Contractor, the Coniract Tizne may be extended in an amount equal to the tim� lost due to such delay if a Contract Claim is made therefor. Deiays beyond the contral of Contractor shall include, but nat be limited to, acts or neglect 6y City, acts or neglect of utiliiy owners or other confractors perForming other wo�� as contemplated by Article 7, %res, floods, epidemics, abnortnal weather conditions, or acts of G�d. Such az� adjustment s�all be Contractor's sole and exclusi�e remedy %r the de�ays described in this Paragraph. B. If Cont�actor is delayed, City shall not be liable to Coniractor far any claims, costs, lasses, or damages (incIuding but not li�nited to all fees and charges of engineers, architects, attorneys, and other professionals and all courE or arbitration or oiher dispute resolution cosis) sustained by Coniractor on or in connection with any ather project or anticipated project. C. Cantractar shall not be entitled to an adjustz�ent in Contract Price or Contract Time €or delays within tI�e control of Contractor. Delays attributable to and within the contrcol of a Subcontractor or Supplier sk�alI be deemed to be delays within the control of Contractor. D. The Contractor shall receive no coz�npensation for delays or hindrances to the Work, e�cepi when direct and unavoidable extra cost to the Confractor is caused by the faiIure af the City to proeide infoxnn:ation ar material, if any, which is to be furni,�Iaed by the City. CITX QF F4R'1' WORTH STANDARD CONSTA[JCTZON SPECIFICATIOiV DOCTlIvffiNTS 12evision: Ma�h9,2Q20 oonoa-i G�N�RAL CONDITlOiVS Page 48 of b3 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTTON, REMOVAL OR ACCEPTANCE OF DEFECTNE WORK 13.01 Notice of Defects Notice of all defective Work of which City Y�as actual knawiedge will be given to Contractor. Defective VVork may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing Iaboratori�s, and governmental agencies wit11 jurisdictional infieresfis will have access to the Site and the Work at reasonable iimes for tY�eir observation, inspectian, and testing. Cont7ractoz sha�l provide tkze�a proper and safe condition,s for such access and advise them of Contractor's safety procedures and programs so that they may camply t�erewzih as applicable. I3.03 Tests and Inspections A. Contractor shali give City timely notice of readiness of the Wor� for all required inspections, tests, or approvais and shall cooperate with inspection and festing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws ar Regulations of any public body having jurisdiction require any of tk�e Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, r�tests or approvals, pay all costs in co�ection therewith, and fi�z-�ish Czty the requirred certificates of inspection or approval; excepting, however, those fees specificaily identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR} inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for a.rranging and obtaining and shall pay all costs in connection with any inspections, iests, re-tests, or approva�s required for City's acceptance of materials or equipmeni to be incorporaied zn the Wor�; or acceptance of materials, mix deszgzas, orr equiprr�ent submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspeciians, iesis, re-tests, or approvals shalI be performed by arganizations acceptable to City. D. City may arrange for perform any inspeciion Ciiy. the services af an independent testing laboratary ("Testing Lab") to s or tests ("Testing") for any part of the Wark, as determined solely by City will coordinate such Testing to the extent possible, with Confiractor; 2. Should any Tes�ing under fihis Section 13.03 D result in a"fail", "did nofi pass" or other similar negaiive result, the Contractar shall be responsible far paying for any and all retests. Contractor's cancellation withauf cause of City initiated Testing shalI be deerned a negative result and require a retest. C1TY OF FORT WORTFT STANDARD CONSTRUCTTON SP�CIPICATiON DOCCJMEI�TS Revision: Ma�h9,2620 oa �z ao - i GEKERAL CbN�I71DN5 Pagc 49 of 63 3. Any amounts owed far any retest under this �ection 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forrward all invoices for retests to Contractor. 4. IiContractor fails to pay the Testing Lab, City wiSl not issue Fina� Payment untij the Te�iing Lab fs paid. E. If any Work (or the work of otk�ers) that is fio b� inspecied, tested, oz appraved is covered by Cantractor without written concurrence of City, Contractor shaXl, if requested by City, uncover such Work far observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall �a�e ihe right to make a Contiract Claixxa regarding any retest or invoice issued under Section 13.03 D. 13.Q4 Uncovering Work A. if any Work is covered contraxy ta the Cantract Documents or ,specific instructions by ihe City, it must, if reques#ed by City, be uncovered for City's abservation and replaced at Contractor's expense. B. If City considers it necessary ar advisable ihat covered Work be abserved by City or ins�ected or tesied by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipznent. If it is found thai the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and daz�ages (including but not limited to all fees and charg�s of engi�eers, arck�itects, attorneys, and other professionals and aIl court or ather dispute resolution cost,�} a�sing aut o� or relating to such uncovering, exposure, observation, inspec#ion, and testing, and of satisfactory replacement or reconstruction (in.cIuding but not limited to all costs of repair or xeplacement of work of others); orr City shall be entitled ta accept defective Wark in accordance with Paragraph 13.08 in which case Contractor shall still be responsibie for all costs associated with exposing, observing, and testing the defective Work. 2. Tf the uncovered Work is not found to be defecti�e, Contractoz- shall be allowed an increase in the Contract Price or an extension of the Contract Time, oz- both, directly attributable to such uncovering, exposure, observation, inspeciion, testing, replacernent, and reconst7ruction_ 13.Q5 City May Stap the Work If the Work is defective, or Contractor fails to supply suf�cien# skilled workers or suitable materiais or equipment, or fails to perfortn the Work in stach a way fihat the completed Work will canform to the Contract Documents, City zxaay order Contractor to stop the Woxk, or any portion thereaf, tultil the cause for such order has been eliminated; however, this rigl�t af City to stop the Wark shall noi give rise to any duty an the part of City to e�ercise this right for the benefit of Co�ntractor, any CITY OT F�RT WORTH STANDARD CONSTEiUCTION SPECIFICAT[ON T]OCUMENTS Revisipn: Ma�ch 9, 2020 00 72 00 - 1 GEf�lERAL CpNDIT1pNS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any sureiy for, or employee or agent of any of them. i 3.06 Correction or Removal af Defective Yi�ark A. Promptly after receipt of written notice, Contractor sha�I correct all defective Work pursuant to aza acceptable scheduIe, w�et�er or noi fabricated, installed, or cotnpletec�, or, if ihe Work has been rejecfied by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay ali claims, costs, additional testing, Iosses, and damages {including but not Iimited to all fees and charges of engineers, archiiects, attorneys, and other professionals and al� court or arbitration or other dispute resolution cosfis) arising out of or relating to such correcfiion or remaval (including b�t not irmited �o a11 costs of repair or replacement of work of others). Failure to requixe the removal of a�ay defective Wor� shall not con,stitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 ar Paragraph 13.07, Contractor shall take no action that would vaid or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.Q7 Cor�ection Period A. If within two (2) years after the date of Fina1 Acceptance (or such long�r period of time as may b� prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Wark is found to be defective, or if the repair of any damages to the land or areas made available for Confractor's use by City or permitted by Laws and Regulations as cont�mplated in Paragraph 6.10.A is found to be defective, Coniractor shal� promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Wark; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it wit�i Work ihat is noi defective, and 4. satisfactorily correct or repair or re�ove and replace ar�y damage to other Work, to the �vork af others or other Iand or areas resulting therefrom. B. If Contractor does not promptly comply with the #erms of City's written insiructions, or in an emergency vvhere deiay r�vould cause serious risk of loss or damage, City may have the defec�ive Work conrected or repaired or nnay have the rejected Work removed and repIaced. All claizxzs, costs, losses, and damages (including �ut not limited to all fees and charges of engineers, architecis, attorneys, and other professionals and a11 caurt or other dispuie resolution costs) arising out of or reZaiing to such conreciion or repazr or sucla z-eanoval and repIaceznent (i�acludzng but not limited to all costs of repair or replacement of work of others) wiIl be paid by Contractor. CIT'Y OF FORT WORTH STAI+IDARD COIVSTTL�JCTTON SYECIFICATION DOCL]MENTS Revision: MairJi 9, 2020 oo�aoo-i GENERAL CONQITfONS Page 51 of 63 C. In s�ecial circumstances where a partic�alar iiem of equipment is placed in continuaus ser�ice before �inal Acceptance of all the Work, the correction period for that item may siart to z�un from an earlier dat� if so provided in t1�e Contract Docu�ents. D. Where defecti�ve Work (and damage to ather Wark resulting therefrom) has been corrected or removed and replaced under this Paragraph I3.07, the correctio� period hereunder with respect to such Work may be required to be exiended for an additional period of one year after the end of i�e initial coz-�rection period. City shall provide 30 days written notice to Contracior shouid such additional warranty coverage be required. Contractox zxzay dispute this requiremenfi by f ling a Contract CIaim, pursuant io Paragxaph ] 0.06. E. Co�ntz-actor's obligations ur�der this Paragraph � 3.07 are i� addition to at�y othex obligatian or wa.rranty. The provisions of this Paragraph 13.07 shall not be construed as a subs�itute for, or a wair�er of, the provisions of any applicable statute oilirnitation ar repose. 13.08 Acceptance of Defective Work If, instead of requiring corr�c�ion or removal and replacemeni of de�ective Work, City pre�'ers to accept it, City may da so. Contractor shall pay all claims, cosfis, lasses, and damages (including but not liznited to all fees and charges of �ngineers, architects, attorneys, and other professionals and alI cour� or other dispute resolution casts} attributable to City's evaluatian of and determination to acc�pt such defective Woxk and for the diminished value af the Work to ihe extent not otherwise paid by Conteactor. If any such acceptance accurs prior to Final Acceptance, a Change Order will be issued incorporaiing the necessary revisioz�s �n the Cantract Documents with respect to the Work, and City shalI be entitled to an apprapriafie decreas� in the Contract Price, reflecting the dinazz�ished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable tizx�e after written notice from City to carrect defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.a6.A, or if Contractor fails to perform the Work in accordaaace witk► the Conteact Documents, or if Contractor fails to comply with az�y other provision of the Contract Documents, City may, after seven (7) days wrztten notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Parag�rapk� 13.09, City shall proceed exp�ditiously. Itt connection with such corrective ar remedial action, City may �xclude Contractor froin all or part of the Site, take possession o� all or part of ihe Work and suspend Contractor's services related #h�reto, and incorporafe in �e Wor� all materials and equipment incorporat�d in the Work, stored at the Site or for which City ha,s paid Contractor but whic4� are stored e�sewhere. Contzactor shall allow City, City's r�presentati�es, agents, consultants, ezx�ployees, and City's ather contractors, access to tY�e Site io enable City to exercise the rights and remedies under this Paragraph. C. All claizns, casis, losses, and damages (includittg but not limited to all fees and charges of engineers, architects, attarneys, and other professionaIs and all court ar other dispute resolution Cl'fY OF PORT W4RTH STANDAKD CONSTRUCITON SPECIITCA"I`ION DOCUME.NTS Revision: M�h 9,2020 ao �z oo - i GL�N�RAL CONDlTIONS Page 52 of63 costs) incurred or sustained by City in exercising the z'ig�ts az�d remedies under this Paragraph 13.09 will be charged againsi Contractor, and a Change Order will be issued incorpoz'atitag tk�e necessary revisions in the Contract Docuzx�ent,s with respect to the Work; and City shall be �ntitl�d to an appropriate decrease in the Contraci Price. D. Contractor shall not be alIowed an extension of the Contract Time because af any delay iza the performance of the Work attributable to the exercis� of City's righfis and remedies under this Paragraph T 3.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.p1 Schedule of Yalues The Schedule of VaIues for luzx�p sum contracts estabIished as provided in Paragraph 2.07 wilI serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Ciry. Progress payments on account of Unit Price Work will be i�ased on the number of u�its co�napleted. 14.02 Progress Payments A. Applications for �ayments: Contractor is responsible for providing all infoz-rx�ation as required to become a vendor of the CI�. 2. Ai least 20 days be%re the date established in the General Requirements for each progz'ess payrr�ent, Contractor sk�al� sub�x�it to City for review an Application far Payment filIed out and signed by Contractor cavering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of mate�ials and equipment not incorporated in the Work but delivered and suitably stored at the Site or ai another locaiion agreec! to in writing, the Application for Payment shall also �e accompanied by a bil� of sale, invoice, or other documentation warranting ihat City laas zeceived the materials and eq�ipment free and clear of all Liens and evid�nce that the materials and equipment are covered by appzopriaie insurance or other arrangements to protect City's interest Y1�erein, all of which mus# be satisiactory to City. 4. Beginning with the second Application %r Payment, each Application shalI znclude an affidavit of Coniractor statittg that previoUs progr�ss payments received on accaunt af the Work have been applied on account to discharge Contractor's legiiirnaie obligations associaied with prior Applications for Payment. 5. The amount of retainage with respect to progress payrnents will be as st�pulated in the Con�ix�act Docuzx�ents. CITY OF CORT WOKTf�I STANI?ARD CONSTKUCTION SPEG`g'ICATION DOCT]MENTS Revision: NI�ch9, 2020 oorzao-i GENERAL CONDIT]ONS Page 53 of G3 B. RevieYv ofApplications: 1. City will, after receipt of each Application for Paynnent, either indicate in writing a recommendation of payment or return the Applzcation to Contractor indicating reasons for refuszng payment. In the latter case, Cantractor may mal�e the necessaxy correctians and resubmit the Application. 2. Ciiy's �rocessing of any paymeni requested in an Application for Payment will be based on City's observations ofthe execuied Work, and on City's review of the Application for Payment and th� accompanying daia and schedules, that to the best of City's l�owledge: a. t�e Work has progressed to the point indicated; b. tbe quality af the Work is generally in accordance wiih the Contract Documents {subject �a an evaluation of the Work as a functioning whole prior to ar upan Final Acceptance, the results of a�ay subsequent tests called for in the Con�ac# Documents, a final determination of guantities and classifications fot Work performed under Para�rapk� 9.05, and any other qualifications stated in the recommendatian). 3. Processirag any such paymer�t wi11 not ihereby be deemed to have represented tk►at: a. inspections made to check the quality or ti�e quantity of the Work as it has been performed have been exhaustive, extended to every aspect of �e Work in progz-ess, or in�ol�ed detailed inspections of t�Ze Work beyand the responsibilities specifically assigned to City in the Contract Documents; ar b. there may not be other matters or issues 6etween the parties that rnight entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractar, or Contractor has ca�zaplied with Laws and Regulaiions applicable to Contractor's perfoz�tnance of the Work. 4. City may refuse ta process t�e whole ar any part of any payment because of subseq�ently discovered evidence ar the resuIts of subsequent inspections or tests, and revise or revoke any such payment pr�viously made, to such extent as may be necessary to protect City from loss because: a. the Wark is defective, or the completed Work �aas been damaged by the Contractor or his subcontractors, requiring correc�ian or replacement; 3�. discrepancies in quaniities cantained in previous applications for pay�nent, c. the Contract Price has been reduced by Change Orders; d. City has been r�quired to cozrect defective Work or complete Work in accardance witI1 Paragraph 13.09; or CITY OT �'ORT WORTH S1"ANDARD CONSTItUCTION SPECIFICATTON DOCUMENTS Rcvision: Marcti 9, 2020 OD7200-1 GEN�RAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence o� az�y of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the ti�ne of execution, retainage shall be t�n percent (10%). 2. For contracts greater ihan $400,000 at the time of execution, retainage shall be f ve percent {5%). D. Liquadated Damages. For each calendar day that any work shaIl remain uncompleted after the time specifed in the Contract Doczunents, the sum per day speci�ed in ihe Agreement, will be deducted from the monies due the Contractor, not as a penaity, but as liquidated damages suffered by tl�e City. E. Payment: Coniractor wi�l be paia pursuant to the reyuirements o� this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. Ciiy may refus� to make paymenfi of the amount requested because: a. Liens have been filed in connection with fihe Work, except wl�ere Contractor has delivered a specific bond ,satisfactory to City to secure the satisfaction and discharge oi such Liens; b. there are other items entitling City to a set�off against the amount recommended; or c. City has actuaI knowledge of the occurrence of any of the ever�ts enumerated in Paragraphs 14.02.B.4.a through 1A�.Q2.B.4.e or Paragraph 15.02.A. 2. If City refuses io rnake payment of tn� a�nount requested, Ciiy will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining afl:er deduction of the amount so withheld. City sl�aIl pay Con�tractor the at�aount so withhelcf, or any adjustment thereto agreed to by City anc� Contractor, when Contractor remedies ihe reasons for such action. 14.�3 Cont�cactor's Warranty of Title Contractor warrants and g�arantees that fiitle to ali Work, materials, and equipment covered by any AppIication for Payrnent, whether incorporated in the Project or not, �rill pass to City no Iater than the time of payment free and clear of all Liens. C1TY OF FORT WORTH STANDAAD COIVSTRUCITON SPECII�ICATION DOCi 1MENTS RevisioR: M�ch9, 2020 oonoo-i GENERALCONQITIaNS Yage 55 of 63 14.04 Par�tial Utilization A. Prior to Final Acceptance of all the Wark, City may use or occupy any substantialIy campleted part of the Wor�C which has specifically been identified in the Contract Docu�nents, or which City, determines constitutes a separately fiulctioniz�g and usable part of the Work Y.hat can be used by City for its intended purpose without signi�cant interference vvith Cont7ractor's perfor�ance of the rezxzainder of the Wark. City at any time may notify Contractor in writing to permit City to use or occupy any such paet of the Wor1� which City determines to be ready for its intended use, subject to the following canditions: l. Contractor at any time may notify City in vvxziing that Contractor considers any such part of the Work eeady for its intez�ded use. 2. Within a rea�onable time after notification as enumerated in Paragraph 14:O5.A.1, City and Contractor shall make an inspection of that part of the Work to determine its stah�s of completian. If City does not considex that part of the Work to he substantially cozx�plete, City will notify Contractoz- in writing giving the r�asons iherefor. 3. Partial Utilization will not constitute Final Acceptance by City. 1A.OS Fanallnspectaon A. Upon written natice frorn Contractor that the ez�tire Work is complete in accordance vvith the Coniract Documents: 1. withzn 10 days, City will schedule a Final Inspection with Cantractor. 2. City will nofiiiy Confractor in writing of all particuIars in which this ir�spection reveals that the Work is incomplete or defecti�e. Con#ractar shall immediately take such z�eas�res as are necessary to complete such Work or remedy such deficiez�czes. B. No time charge will be made against the Coniractar between said date of notificaiion of the City and the date af Finai Irnspection. Should the Ci�y determine Y,hat the Work z,s z�ot ready for Final Inspection, City will notify the Contractor in writing of ihe reasons and Contract Time rwi11 resuine. 1 �.06 Final Acceptance Upon completioz� by Cantractor to City's satisfaction, of any additional Wark identified in the Final �nspection, City will issue to Contractor a letter of Final Accepfiance. C1TY OF FO1ZT WORTH STANI)ARaCOtVST'itClCTTON SPECiFICATTOIV DQCiJMENTS T�e�ision: Maz�li 9, 2024 oo�zao-� GENERAL CONDITIONS Page 56 of G3 14.07 Finai Pcayrrcent A. Ap�licrxtion for Paynzent: 1. Upon Final Acceptance, and iza ihe opinion of City, Contractor may make an appIication for final payment following the praceduze for progress payments in accordance with the Contract Documents. 2. The final AppIication for Payment sha11 be accompar�ied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited ta the evidence of 2nsurance required by Paragraph 5.03; b. can sent of the surety, if any, to final payment; c. a Iist of all pending or released Damage Claims against City thafi Contractor believes az-e unsettled; and d. affidavats of payments and complete and �egally effective releases or waivers (satzsfactoxy to City) of all Lien rights arising out of or Liens filed in connection with t�e Work. B. Payment Becames Due: l. After City',s acceptance of the Application for Payment and accompanying documentaiion, requested by Conlractor, less previau� payt�ents made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directIy by the Contractor or; b. Contractor provtdes evidence that the Damage Claim has been reported to Contracior's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Dacuments wh �ck� specif cally continue thereafter. 14.0$ Final Completion Delayed and Partial Retainage Release A. If f nal com�letion of th� Work is signif cantly delayed, and if City so confzzms, City may, upon receipt of Contractor's #"inal Application for Payment, and without terminating tl�e Contract, make payment of the balance due for that portzon of the Wark fully completed and accept�d. If the remaining baIance to be held by City �or Work not fully completec� or coz7rected is less than the retainage stiipulated in Paragraph 14A2.C, and if bonds have been furnished as required in Paragraph 5.02, �he written consent of tk�e surety to the payment of the balance due for that ci� o� roxT wox�i STANI?AKI] CONSTRUCTION SPECIFICATIQN DOCi JMEN"I'S Revision: Ivl�cti 9, 2020 QO 72 00 - I GENERAL CONDITIONS Page 57 of 63 portion of the Work f�ully campleted and accepted shall be subzx�itted by Contractor to City with the Applicaiion for such payment. Such paymen� shail be made under the terms and conditions governing final payment, except that it shall not constitute a waiver af Contract CIaims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and mainienance, and test and performance periods following the complefiion of all other const�uctian in the Contz-act Documer�ts for all Work locaiions, the City may release a gortion of the amount retained provided t�aat all other work is cozxzpleted as determined by the City. Before ihe release, all submittals and final quantities rrzust be completed and accepted for all other work. An amount suff`icient ta ensure Contract compliance wi11 be retained. 14.09 Waiver� of Clairns The acceptance of final payment will constitute a release of the City from all c]aims or Iiabilities under the Cantract �or anything done or furnished or relaiing to the work under the Contract Dacuments ox any act or neglect of City related to or connected with the Contract. ART�CLE 15 — SUSPENSION OF WORK AND TERMINATI�N i 5.01 City May Suspend Wo�k A. At any tixne and without cause, City may suspezad the Work or any portion thereof by wz�itten notice to Contractor and which may fix the date on which Work will be resumed. Contractar shall resume Y.he Woxk on the date so �xed. During terr�porazy suspension of the Work covered by these Contract Documents, for any reason, the Cify will make no exira paynnent for stand-by tizx�e of canstruction equipzzaent and/or construction crews. B. Should the Contractar not be able to complete a portioz� of the Project due to causes beyond the cont�rol of and wit�out the fault or negligence of the Contractor, and should it be deternmined by mutual consent of the Contractox and City that a solution to allow cor�struction #o proceed is not a�ailable within a reasonable period of ti�ne, Contractar may request an extension in Cantract Time, directly attributable to any such suspension. C. It' it should became necessary ia suspend the Work for an indefinite period, tk�e Cantracior shall store ali materials in suck� a manner thati t�iey will not obstruct or iznpede the public uruaecessarily nox become damaged in any way, and he shall take every pz'ecaution to prevent damage or d�terioration of the work perfoz7med; he s�all provide suitable drainage about the work, and erect temporary sfiructures where necessary. D. Contractor may be reimbursed for the cost of mo�ing his eqtaipment off the job azad returning the necessary equipment to the job when it is determzz�ed by the City that construction may be resuzx�ed. Such reimbursement shall be based �n act�al cost to the Cantractor of moving the equipment and na profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction pzoject fior the City. CITY OF FORT WORTH STANDARD CONSTRL3CTIp�i SPECIP[CATTON DOGUMENTS Revision: IvIateh 9,2020 0072DO-1 GENERAL CONDITIONS Page 58 oF63 15.02 City May Te�rninate for Cause A. The occurrence of any one or more of the following events by way of e�azxiple, but not of limitation, may justify iermination for cause: 1. Cantractar's pez'sistent failure to perforrn ihe Work in accordance with thc Contract Documenfis (including, but not limited to, failure to suppIy sufficieni skilled workers or suitabie materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted frozn tinae to iime pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversify Enterprise Ordinance #20020-12-2011estab�ished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Conirac�or's repeated disregard of the authority of City; or 4. Coniractor's violation in any substantial way of any provisions of the Coniract Documents; or 5. Contractor's failure to prompiIy make good any defect in materials or workmanship, or defects of any nature, the correctio� of which has beer� directed in writing by the City; or 6. Substantial indication thai the Contractor has made an unautharized assig►xzx�ent of the Cont�ract or any funds due therefrom for the benefit of any creditor or �or any other purpose; or 7. Substaniial evidence that the Coniractor has become insolvent ar bankrupt, or otherwise �naa�cially ur�a6le to carty on the Work satisfactorily; or 8. Cantractor commences lega� action in a court oicompetent jurisdzction against the Ci�y. S. If one or more of the events identified in Paragraph 15.02A. occur, City will pxovide wiritten notice to Coniractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shal� be held not later than 15 days, aft�r receipt af noiice. 1. If the City, ihe Contractor, and the Surety do not agree to aIlow the Cantractor to proceed to perform the cons�ructian Contract, ihe City may, to the extent permitted by Laws and Regulations, decIare a Contractor deiault and formally terminate t�ae Contcactor's right to complete the Cont�act. Contractior de�ault shall not be d�clared earlier than 2Q days after tk�e Contractor and Surety have recezved notice af conference to address Contractor's faiIure to per%rm the Work. 2. If Cont�actor's services are terminated, Surety shal� be obIigated to take over and perform the Work. Tf Surety does not commetace pez�£ormance thereof within 15 consecutive caIendar days after date of an additional written notice dezzaanding Surety's performance of its CTI'Y OF FORT WORTH 3TA%IDA12D CONS'I'RUCTlON �PECIFICATTOIV DOCiJMENTS Revision: M�h 9, 2D20 ao �2 00 - i G�NERAL CONDlTIONS Page 59 of 63 obliga�ions, then City, without process or action at law, may take over a�y portion of the Work and campiete it as described below. a. If City completes ihe Work, City may exclude Contractor and Surety from the site and take possession of the Work, and a11 materials and equipment incorporated into the Work stored at the Site or for which City has paid Conieactor or �urety but which are stored elsewhere, and fiz�zsh the Work as City may deem e�pedient. 3. Whetk�er City or Sureiy completes ihe Work, Contractor shaIl not be entitled to receive any further payrnent until t�Ze Work is finished. If the unpaid balan.ce o�the Contract Price exceeds all claims, costs, lasses and damages sustained by City arising out of or resultizag from completing the Wark, such excess will be paid to Contractar. If such claims, costs, losses ar�d damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, los�es and damages incurred by City will be incorparated in a Char�ge Order, pra�ided that wherz exercising any rights or remedies uz�der this Paragraph, City shall noi be required to obtain the lowesi price for the Wark per%rmed. 4. Neither City, nor any o� its respective consultants, agents, o��cers, directors or employees shall be in any way liable or accountable io Cantractor or S�areiy for Yhe method by which �e campletion of ihe said Worr�, or any portion thereof, may be accozxzplished or �or th� �rice paid therefor. 5. City, nofiwithstanding the m.ethod used in completing the Contraci, shall not %rfeit the right to recover damages frorz� Contractor or Surety for Cont7ractar's failure to tirneIy complete the entire Cantract. Contracior shall not be entitlec� to any claim on account o� ihe method used by City in completing the Cozatract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's respansibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under ih:e Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's ser�ices �vill not be tez�minated i�' Contractor begins within se�en days of receipt of notice af intent to teztninate to correct its failure to perfo� and proceeds diiigently to cure such failure witk�in no more than 30 days of receipt of said notice. D. Where Cantractor's services ha�e been so terminated by City, the tez7mination will not afFect any rights or remedies of City against Cantractor then e�isting or which may fiher�after accrue. Any retention or payment af moneys due Contractor by City will not release Coniraciox frorr� liability. E. If and to fihe �xtent that Con�cactor has proeided a perf'ormance boz�d under the pravisians of Paragraph 5.02, ihe termination procedures of that bond shall not supersede the provisions of this Article. CITX OF FORT WORTH STIINDAR]] CONSTRUCTION SPECIPICATCOIV ]]OCUNI�I�1T'S Ravision: Nlarch 4, 2Q20 00 �z oo - i GENERAL CONDITI�NS Page 60 of63 15.Q3 City May TeYminate For Convenience A. City may, without cause and without prejudice to any other xig�t or reznedy of City, tezminate the Contract. Any terminat�on shall be effected by mailing a notice oithe termination to the Contractor speci,fying the extent to which pe�rformance of Work under the contract is terminated, and the date upon which such termination becomes e�fective. Receipt of ihe notice shall be deemed conclusively presumed and estabIish�d when the letter is placed in the United States Postal Service Maii by the City. Further, it shal� 6e deemed conclusiveIy presumed and estabZished that such termination is made with just cause as therein stated; a�ad no proof in any cIaitn, dernand or suit shalI be ret�uired af the Ciiy regarding such discretionary action. B. After recezpt af a notice o� terr�nnination, and except as otherwise directed by the City, the Contrac�or shaIl: �. Stop work under the Contract on the date and to the extent specifted in the notzce of tertiaination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for cornpletion of such portion of the Work under the Cantract as is not terminat�d; 3. terminafie all orders anc! s�bcontracts to the extent that tk�ey relate to the perfo�ance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in Yhe manner, at the times, and to the extent, if any, directed by t.�e City: a. the fa�ricated or un�abricated parts, Work in progress, co�npleted Work, supplies and other nnaterial produced as a part of, or acquired in connection with the performance of, the Work terminaied by the notice o�ihe termination; and b. �he corrtpieted, ar partially cam�Ieted plans, drawings, in%rmation and otl�er property which, if the Contraci had been compleied, would have been required to be furnished to the City. 5. compleie performance of such Work as shall not have be�n t�rminated by the notice of terminaiion; and 6. take such action as may be necessary, or as the City t�aay direct, for the protection and preservation oi fihe property related ta its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time noi later than 30 days after the termination date specified in tihe notice of termination, th� Contractor may submit to the City a list, certifed as to quantity and quality, of any or alI itezxxs of termination inventory not previously dispased of, exclusive of items the disposition oi which has been direcied or autk►orized by City. GI'I'I' O�' FOR'I' WORT�I STANDARD CONSTRUCITON SFECIFICATION DOCUMENTS Revision: Ma�ch 9, 2(120 00 72 00 - 1 GENERAL C�NAITIONS Page 61 0£63 D. Not later than 15 day� thereafter, the City sI�all accept title to such items provided, that the list submitted shall be subject to verificatian by the City upon removal af the iterns or, if tl�e items are stored, within 45 days from th:e date of submission af the Iist, arjd any z�ecessary adjustments to correct the list as submitted, shaIl be made prior to final settlenaent. E. Not later than 60 days after the notice of termination, fi11e Conttactar shall subrz�zt h.is termination claim to the City in the form azad with the certi�ication prescribed by the City. Unless an extension is made in wiriting within sucl� 60 day period by the Contractar, and granted by Yhe City, any and all such claims shall be conclusively deemed wai�ed. F. In such case, Contx�actor shall be paid far (without duplzcation of any items}: l. compfeted azad acceptable Work executed in accordance with the Cantract Documents prior to the effective date of terminafion, including fair and reasonable sums for over�ead and profit on such Wark; 2. expenses sustained prior to the effective date of termination in performing services a�ad fiu�t�ishing labor, mat�rials, or equipment as required by the Cantract Documez�ts in connection with uncompleted Work, plus faix and reasanable sums for overhead and pxofit on such �xpenses; and 3. xeasonable exp�nses directly attirributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amaunt to be paid to the Con�ractor by reason of the termination of i�e Work, the City shall detertnine, oz� the basis of information available to ii, tkae amount, if any, due to the Contractor by reason of the termination and shall pay to the Cantractor the atnounts detertnined. Contractor shall not be paid on accounf of loss of anticipated profts or revenue or other ecanomic loss arising out af or resulting from such termination. ARTICLE 16 — DYSPUTE RESOLUTION 16.OJ. Method.s and Procedu�es A. Either City ar Contractor may request mediation of any Contt-act Claim submitted for a decision under Paragraph 10.06 before such decision becomes i'inal and binding. 'fhe request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractar shail participate in the mediaiion process in good faith. The process shall be commenced within 60 days of fili�g of the request. C. If the Contract Claizn is not reso�ved by rnediation, City's action under Paragraph 10.06.0 or a denial �uxsuant ta 1'aragraphs 10.Q6.C.3 or lO.Ob.D shall become final and binding 30 days aiter termination of the mediation unless, within that time period, City or Cantractor: CITY OF FORT WORTH S`I'ANllARD CONSTRiTCT[ON SPECIFICATIdN DOCC]Iv1ENT5 Rcvisi on: Ma�h 9, 2020 oo�noa-i GENERAL GONf?ITIONS Page 62 of 63 elects in writing to invo�Ce any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to subrnit th� Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to subrt�ii tk�e Cotat�ract Claizn to a court of competent jurisdiction. ARTICLE 17 — NIISCELLANEOUS 17.01 Givzng Natice A. Whenever any provision oi the Contract Documents requires the giving of written notice, it will be deemed to have be�n validly given if: 1. delivered in person to the individual or to a member of Y,he firm or ta an officer of the corporation for whom it is intenc�ed; or Z. deIivered at or sent by registered or certified mail, postage prepaici, to the last business address known to the giver of the notice. B. Business address changes inust be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electrot�ic notice shall be deemed suf�icient upon confirmation of receipt by the receiving party. 1'7.02 Cornputation of Times When any period of time is referred to in the Contract Documents by c�ays, it wiIl be computed to exclude the first and include the Iasi day o£ such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a Iegal holiday the next Working Day shaIl becozxie ihe last day of'the period. 17.03 Cumulative Remedies The duties and obligafions imposed 6y these General Conditions and the rights and rernedzes available hereunder to the parEies hereto are in addition to, and ar� not to be constri.�ed in any way as a limitation of, any rzghts and renned�es availa�le io any or all of th�m which are oiherwise imposed or available by Laws or Regulations, by special warranty or guaxantee, or by otk�er provisions of the Contract Documents. The pravisions of this Paragraph wili be as effeciive as if repeat�d specifically in the Contract Documents in connection rvith each particular duty, obligation, right, and remedy to which they apply. CITY OF FpRT WQRTH STANDAILD CONS'�2UC'I'ION SPECIFICA'I701V DOCUMGNTS Revision: NFa� 9, 2Q20 oo�zaa-i GEN�RAL CON�[TIONS Page 63 of 63 17.a4 ,5'urvival of Obligations All representations, indemnifications, warraniie,s, azad guarantees rr�ade in, rec�uired by, or given iz� accorc�ance with the Contract Documents, as well as ail continuing obligation,s zz�dicated in �he Contract Documer�ts, will survive final �ayment, completion, and acceptance of the Work or terrnination or completion of the Contract or te�z�nination of the seavices of Coniractor. 17.05 Headirags Article and parag�-aph headings are inserted for convenience only and do not constitute parts o� these Generat Conditions. CITY 4F FORT WORTE] STANDARD C4NSTRUCTION SPECIFTCATION DOCLTMENTS Revision: Ma�h9,2020 00730D-1 SUYPLEMENTARY CONDTI'IONS Page 1 of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 T� 4 GENER_AI_. CONDTTZONS 5 6 7 8 9 �0 11 I2 13 ]4 15 16 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 3'7 38 39 40 4] 42 43 44 45 46 47 �upplementary Conditions 'I'hese Supplementa�ry Conditions madify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All pravisions of the General Conditions ihat are modified or suppiemented remain in full force and e�ect as so modified or supplementecE. All provisions of the Genexal Conditions which are not so mnc[ified or supplemented remain in full forc� and effect. Def�ned Terms The terms used in these Supplamentary Canditions which are defined iz� the General Conditions have the meaning assigned to them rn the General Conditions, unless specifically nvted herein. ModificaEions and Supplements The following are instructions that moc�ify or supplament specific paragraphs in the General Conditions a�d other Contract Documents. SC-3.035.2, "Resolving Discrepanc�ies" Plans govez-n over Specificarions. SC-4.OIA Easement limits shown on the Drawing are approximate and were pror+ided to establish a basis for bidding. Upon recei�ing the final easements descriptions, Contracto,r shaIl compare them to the Iines shown on the Contract Drawings. SC-4.O1A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easeme�ts to be acquired, if any as of September X 8, 20J 8: Outstanding Right-O�-Way, ax�d/or Easements to Be Acquired PARC�L OWNER N UIVIBER NONE TARGET DATE OF POSS�SSION The Contractor understands and agrees that the dates listed above are estimaies only, are noi guaranteed, and da nat bind the City. If Contractor cansiders the final easements proaided to differ materially fram the representations on the Contract Drawings, Contractar shall within five (S) Business Days and before praceeding with the Work, notify City in writing associated with the differing easement line Iocations. 5C-�.OIA.�, "Availability of Lands" Utilities or obstractaons to be rear�oved, adjnsted, andlor relocated CITY OF FORT W012TH 2O21 CONCRETE KESTORATIpN CON'I'ItACT 2 STANDARD CONS'PRUC3'ION SPECIFICATION DOCUMENTS City Project No. 10286� oa�3oo-z SUPFLEMEN 1'ARY CONDTP[ONS Yage 2 vf 6 �he follawing is list of utilities andlor obsirucdons that have not been removed, adjusted, and/or relocated as of Septembar 18, 2018 EXPECTED UTILITY AND LOCATION OWN�R TARGET DA'T'E ��' ADJUSTMENT NON� 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 �5 46 �7 The Contractor understands and agrees thai the dates listed abo�� are estimates only, are not guaranYeed, and do z�ot bind the City. SC-4.O�A., "Subsurface and Physical Conditions" The %llowing are reports af exploxations and tests of subsurFace conditions at the site af the Wor�: A"None" Report No. , dated , grepared by "None", a sub-consultant of "None" a cansultant of the City, providing adtlitzonal information on "None" The following are dxawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or con�iguaus to the site of the Work: "None" SC-4.06A., "Hazardous En�ironmental Conditions at Site" The following are reports and drawings oi existing hazardous environzx�ental conditions known to the Ciry: "None" 5C-5.03A., "Certificates of Insurance" The antities listed beIow are "additional insureds as their int�rast may appear" inc]uding their respective off"tcers, directars, ag�nts and employees. (1) City (2) Consultant "None" (3) Oeher: "None" 5C-5.04A., "Contractor's Insurance" The limits of liai�ility for the insurance cequired by Paragraph GC-5.04 shall provide the fallovving coverages far nat less than the fo3lowing amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 5tatutory limits Employer's liability $IOO,Q00 each accident/occurrence $I00,000 Disease - each employee $500,000 Disease - paiicy lizxrat SC-5.045., "Contractor's ��surance" CITY OF FORT WORTi� STANDARD CONSTRUCTION SPECLFICATTOIV DOCUMENTS 2021 COI�CRE'T'L T2ESTORATIQN CONTRACT 2 City Project No. 10286t 007300-3 SUPPLEMENTARY CONDITIOi�IS Page 3 of 6 1 2 3 4 5 6 7 8 9 14 I1 12 13 14 15 ]6 17 18 19 20 21 22 23 2� 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 40 4l 42 43 � 45 46 47 48 �9 50 51 52 53 54 55 5.04B. Cor►�mercial General Liahility, under Paragraph GG5.04B. Contractar's Liabi]ity Znsurance �nder Paragraph GC-5.04B., which shalI be on a per project basis covering the Contractor vvith minimum limits of: $1,00O,OOQ each occurrence $2,0OO,OQO aggregate limit The po�icy must ha�e an endorsement (A naendment — Aggregate Limits of Insurance) making t1�e General Aggregate T�i�nits apply separately to each job site. The Commercial GeneraI Liability Insurance policies shall provide "X", "C", and "U" coverage's. Vez-i�cat�on of such coverage fnust be shown in the Remarks ArticIe of the Certi�cate of Insurance. SC S.p4C., "Contractor's Insnrance" 5.04C. Autoznobile Liabi�ity, under Paragraph GG5.04C. Contractar's Liability Insurance u�der Paragraph GG5.04C., which sna116e in an amount not less than the foIlowing amounts: (1) Antomobile Liability - a commercial business policy shaIl provide coverage on "Any Auto", defined as autos awned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,OOQ Badily Injury per accident / $100,000 Property Damage SC-5.U4D., �rConiractor's Xnsurance" The Contractor's construction activities wiIl require its empIoyees, agents, subcontractors, equipment, and material deliveries to cross raikoad properties and tracks "None" The Contractor shall conduct its operations on railroad propertzes in such a manner as not to interfere with, hindar, or abstruct the railroad cozxi:pany in any manner whatsoever in the use or operation of its/their trains or other praperty. Such operations on railroad properties may require that Contractor to execute a"Right of Entry AgreemenY' with tl�e particular railroad company or cozz�panues involved, and to this end the Cantractor should satisfy itself as to the requirements of each railroad company and be prepared to exec�te t.lae z�ght-oF-entry (if any} required by a railroad company. The raquirements speci�ied izerein lilcewise relate to the Contractor's use of private and/or construction access roads crossing said railrnacl company's praperties. The Contractual Liability coverage required by Paragraph 5.04D of the General Canditions shal� provide coverage for not less than rhe following amaunts, issued by companies satisfactory to the City and [o the Railroad Company for a term that continues for so Iong as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Ag�egate: (2) Each Occurrence: � Required for this Contract NIA N/A X Not required for this Contract With respect to the above outli�ed insurance requrrements, the following shall govern: With respect to the above outlined insurance requirements, ihe following shalI govern: CTl'Y OF FORT WORTH S'i'ANDARIa CONS'I'Rl[]CTTOIV 3PECIFiCAT10N DOCUMEI�TS 2021 CONCRE'FE RESTORATION CONTRAC'T 2 City Project No. 102$61 007300-4 SUPPLEIv3�NTARY CONDT"�ONS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 I6 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 4] 42 43 44 45 46 47 48 49 50 51 52 53 54 55 1. Wl�ere a single railroad carinpany is in�olved, the Cortiractor shall provide one insurance policy in the name af the railroad company. How�ver, if more than one grade separation or at-grade crossing is affected by the Project at e�ntirely separate locations an the Iine or lines of tk►e same rai lxoad company, separate coverage may be required, each in the amount stated above. 2. Where mvra than one railroad company is operating on the same right-of way or where several railroad companies are in�olved and operated on their own segarate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad co�pany. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for Yhis work must be included in the palicy covering the grade separation. 4, If no grade separation is involved but other work is proposed an a railroad company's right-of- way, aTl such other work may be covered in a single policy far that railroad, even though the wvrk may be at two or more separate iocatians. No work or activziies on a railroad company's praperry to be performed by the Contractor shall be commenced until the Contractor has iurnished the City with an original polzcy or policies of the insurance for each raiTroad company named, as required abo�e. All such insurance must be approved by the City and each affected Railraad Campany prior to the Contractor's begituiing work. The insuxance specified above rt�ust be carried nntil all Work ta be perFormed on the raikaad right-of-way has been corr�pleied and the grade crosszng, i# any, is no longer used by the Contractar. In addition, insurance must be canried during all maintenance andlor repair worlc performed in the railroad rzghi-of-way. Such insurance must name the railroad company as the insured, together witl� any tenant or lessee of the railroad coznpany aperating o�er tracks in�olved in the Project. SC-6.04., "Pro�ect Schedule" Project schedule sk�all b� �ier 3 for the project. SC-6.07., "Wage Rafes" The following is the prevailing wage rate table(s) applicable ta this pxoject and is provided in the Appendixes: GC 6.07: 2013 Pre�ailiz�g Wage Rates (Heavy azxd Highway Constructian 1'roject} A copy af the table is also aaailable by accessing the City's website at: https://apps.fortvvarthtexas.�ovlPro_iectR��ources/ You can acccss the file by following the directory path: 02-Construction DocumenCs/Specifications/Di�00 — General Conditians SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The follow�ng are known permits andlar licenses required by the Contract to l�e acquired by the Contractor: Fort Worth City Street use Perniit SC-6.09B. "City obtained permits and licenses" The following are lctxaw� pernuts and/ot licenses r�quired by the Contract to be acquired by the City: "None" CITY OF' FORT WORTH STANQARD CONSTRUCTION 5PECiFICATIOi�I DOCUMLNTS 2(Yzl CONCRE'I� RESTORATTOIv CON�ACT 2 City Projcct No. 1028fi1 00730U-5 SUYYL.L4'NfENTARY COND11'lONS Page S of 6 1 2 3 4 5 6 7 8 4 14 11 12 13 SC-6.09C. "Dutstanding permits and ]xcenses" 'The following is a list of known outstanding permits and/or licenses to be acquired, if any as of March 18, 2020: OutsEanding Permits and/or Licenses to Be Acquuired OWNER PERMIT OR LIC�NS� AND L,OCATION "Non�" SC-7.02., "Coordinatian" TARGET DATE OF POSSESSION The individuals ar entities listed beTow have contracts with the City for the perFarmance oi other work at the Site: "None" � Vendor Sco e of Work Coordivation Authorit None Nane None I4 15 l6 i7 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SC-$.Ox, "Co�zu���ications to Contractor" None SG9.41., "City's Project Manager" The City's Project Manager for tiiis Contract is Tariqul Islam or l�is successox pursuant to written nota£�catior� from t�xe Director of Transportation and Public Works SC-13A3C., "Tests and Inspections" "None" SC-16.01C.1, "Methods and Procedures" "Nane" END OF SECTION Revision Log DATE NAME SUMMARY OFCHANG� 1/22/20'16 F. GrifFin SC-9_01., "City's Project Representative" wording changed to City's F'roject Manager. C1TY OF FORT WORTH STANDAKD CONSTRUCTION SPECIFICATION DOCUMEI�TS 2021 CONCRETE RESTOI2AFION CONTRACT 2 Ci€y �'aject No. L02861 00 73 00 - 6 S UPPLEMEN'1'AI2X COAIDITIOI�15 Page 6 of 6 CTI'Y OF FORT WORTH 2O21 CONCRE'I'E RE5T012ATIDN CONTRACT 2 STAIVDAI2D COIVSTRUCTIOI� SPEC1EaICATION DOCUMEIVTS City Project No. 1028fi1 011100-1 SUM[v�AI2X OF WOItI{ Page 1 af 3 1 2 ��:�3l-1��li ��I ���.�1 4 ]..]. SUMMARY 5 A. Sect�on Includes: � 7 8 9 10 11 12 13 14 SECTION 01 1100 SUMMARY OF WORK 1. Summary of Work to be perfarmed in accordance witk� the Contract Documents B. Deviations from this City of Fort Warth Standard Specification i, ���r.�.t���� r.f�r� .��r� �r�oarz_i�,� i ii��� ���i.�i.�_ ��i.: ��i13tiEl �I ��I�l' -I'C} 'rxa� �r���.��:��-r ���F ��n�.��is, �ra s�:�.�r�}�1�� ���+. �r��a���������i� ��ri_t_ ���_� M��f1€�. F={.if� 1rf�8lL.I�rI-�'��.'� f'�1�iI� DL•[��(-M�3i1_l�.A �-i(�I�I f'I{["��1 [�,�J3= k,(_�[;•�'l�'�t.)f� f'(� r��t)'i-�3k'I� Ih' ?V�iI�s�i�'�L �'I�(}��RE��S C1���'i��FC)�t:�lf�'��'I'H�: 1�f�1k.E{. E:l�,fv�().�k[IJ�lw'i'1{ �N �'��' J'!'f�.IVI S]-:lr��,f.. F�F.P��i.�7 f��j� St?SP�'��SIiIlV (7F� �4'Cll{i� ��'f_{�Il�fis��f._l.Y f�1-:C,l� I]ftiF�f] ff�l �f'H1= {.'�lh]Tf�,�C'7' T-l�CLT.iv�L4'[�TTS 0�2ASlfl=[ll]rHl_13�iY 1�1E1:C'1']-1'. 15 C. Related S�ecificatio� Sectio�s incl�zde, but aze not necessarily Iimited to: I6 1. Division 0- Bidding Requirements, Contract k'oznas, and CondiCions of the Contract 17 2. Division 1- General Rec�u�irements 18 1.2 PRICE AND PAYMENT PRQCEDUAES I9 20 21 A. Measttrement and Payment 22 l .3 R.EFERENCES [NOT USED] 23 1..4 ADMINISTRATIVE REQiJ1REMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Work Covered by Contract Documents 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payznent will be allowed for this Item. 1. Work is to include furn.ishing all labor, materials, and equipznent, and performing all Work necessary for this constrr�ction projeci as detailed in tIae Drawings and Specifications. B. Subsidiary Work 1 2. Any and ali Work specificaily governed by dacumentary requirements faz t�� prajeci, such as conditions imposed by the Drawings or Contract Dacnments in wtazck� no specifzc itexn for bid has been provided for in the Praposal and the item is n ot a typical unit bid ite�n included on the standard bid item list, then the item shall be considered as a subszdiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid iter�as. MOBILIZATTDN AND DEMOBILIZAT�ON SHALL N�T BE PAID DIRECTLY BUT SHALL BE CONSIDERED SUBSIDTARY TO THE MA70R �I'EMS OF WORK. NO PAYMENT WILL BE MADE FOR MOBII�TZATTON AND DEMIBILIZATION FROM ONE LOCATION TO ANOTHER IN NORMAL FROGRESS OF FERFORMING THE WORK. C1TY OF FORT WORTH 2D21 CONCRETE RESTOAA`I'IOlV CON'Y12ACT 2 STAA3DARD CONSTRUCTION SPECIFICATION DOCU�+IENTS City Projec[ No. 102861 Re�ised December 20, 2012 OI Il OD-2 SUMMARY OF WORK Page 2 of 3 1 C. Use of Premises 2 1. Caordinate uses of premises under direciion of the Ciry. 3 2. Assuzx�o full responsibility for protection and safekeeping of mat�rials and 4 equipznent stored on the Site. 5 3. Use and occupy only port�ons of the public streets and alleys, or other pubiic places 6 or other rights-of-way as provided for in the ordinances of the City, as shown in t�ae 7 Contract Documents, or as may be specifically authorized in writing by the City. 8 a. A reasonable amount of tools, materials, and equiprnent for construction 9 puzposes may be stared in such space, but no more than is n�cessary to avoid l0 delay in the construction operations. 11 b. Excavated and waste mate�als shall be stored in such a way as not to interfere 12 wit�i t�e use of spaces that may be designated to be left free and unobstructed 13 and so as not Co inconvenience occupants of adjacent property. 14 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 15 manner as not to znterfere with the operation of the raiiroad. 16 1) All Work shall be in accardance witla zailroad requirements set forth zn 17 Division 0 as well as the railroad permit. 18 D. Wark within Easements 19 1. Do not enter upon private prop�rty for any purpose without having previously 20 obtained permissian from the owner of such property. 2I 2. Do not store equipmeni oz material on pri�ate property un�ess and until the 22 specified appraval of tI�e property owner has been secured in writing by the 23 Contractor and a copy furnished to the Ciry. 24 25 2fi 27 28 29 30 31 32 33 34 35 36 37 38 39 �-o 41 42 43 44 A5 C! 5. Unless speci�ically provided otherwise, clear all rights-of-way or easeznents of obstructions which must be removed to make possible propar prosecution of the Work as a part of the project construction operations. Preserve and use every precantion to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all ather types of structures or improvements, to all water, sewex, and gas lines, to �►lI condurts, overhead pole lines, or appurtenanc�s thereof, including the consiruction of temporary fences ax�d ta aIl other public or private praperty adjacent to the Work. Notify tk�e proper representatives of t.�e owners or occupants of i�ae public or private lands of interest in lands wI�ich might be affected by ihe Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be ap�licable to both public and pri�vate utility companies and any corporation, campany, individual, oz other, either as owners or occupants, whose lar�d or interest in land irught be affected by tl�e Work. c. Be responsible for all damage oz injury to property of any chaz�acter resulting from any act, omission, neglect, or misconduct in the manner or method or e�ecution of the Woxk, or at any time due to de%ctive wark, material, ar equipment. Fence a. Restare ail f�nces encountered and removed during construcEion of the Pzoject to the original or a better than original condiYion. CiTY OR FORT WORTH STADIDA�iA CONSTRUCTIOr' SPECIFTCATI�N DOCUMENTS Aevised December 20, 2012 2021 CONCI2ET� I2ESTORATION CON3RACT 2 City Projec[ No. 102861 1 2 3 4 5 6 7 : 9 10 Ol 1100-3 Si1MMARY OF WORK Page 3 of 3 b. Ez�ct tcmporary %ncing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site secuzzty. c. The cost for aIl fence work within easements, including removal, temporary closures and replacement, st�all be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 1.5 SUBMITTALS [NOT USED7 1.6 ACTION SUBMITTALS/INFORMAT�ONAL SUBMITTALS �NOT USED] 1.'� CL05EOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERTAi. SUBMXTTALS [NOT USED] I 1 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIV�RY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT I7SED] 14 1.�� WARRANTY [NOT USED] 15 PART �, - PRODIICTS [NOT U�ED] 16 PAAT 3- EXECUTION [NOT U5ED] i'7 18 END OF SECTION Reviszon �.og DATE NAME ST.TMMARY OF CHANGE 19 CPI'Y OF FORT WORTH 2O21 CONCRLTE 1�ST'O12ATTON CONTRACT 2 STANDARD Cp�TS'['ILUCI'IO1V SPECIF�CATION DOCUMENTS City Project No. 102861 Revised Dece�nber 20, 2012 0125U�-1 SIIBSTIT[TTIflN PROCEDLII2�S Page 1 of 4 � 2 3 PARTI- GENERAL 4 l.l �UMMARY 5 A. Sectian Includes: 6 7 8 9 l0 11 12 13 14 15 sECT�oN o� �s ao SUBSTI'TUTION PROCEDURES 1. The procedure for requestang tt�e approval of subsfitution of a product that is not equivalent to a product which is speci�ied by descriptive ar performance criteria or defined by reFerence io 1 or more af the following: a. Name of manu�acturer b. Name of vendox c. Tz'ade name d. Catalog number 2, Substitutions are not "or-equals". B. Deviations from tliis City of Fort Warth Standard Specificatron 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0— Bidclixzg Require�nents, Cantract Forms and Cond'ztions af the Contract T8 2. Division 1— General Requirements 19 L2 PRICE AND PAYMENT PRQCEDURES 20 A. M�asurernent and Payment 21 1. Work associated with tkiis Ztem is considered suhsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQU�REMENTS 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General I. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in placc of those specified. 2. Certain types of equipment and kinds of material are described in Sp�cifications by means of referex�ces to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from cansideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutians under the following cox�ditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factoxs beyond control of Contractar; oz, C�TY OF PORT WORTH 2O21 CONCRETE ILESTdRATION CONTRACT 2 STANDARD CONSTRUCTION SPECIF[CATTON DOCL77�VIEN'E'S City Project I�io. 102861 Re�ised July 1, 2017 oi2soo-a SUBSTI'I'[JTION PAOCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time red.nction incez�tive to the Ciry. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Frocedure for Requesting Subs�itution S l. SubstiCutian shalI be considered only: b a. After award of Contract 7 b. Under the conditions stated herein 8 4 IO 11 12 13 14 15 16 17 18 14 24 21 22 23 24 2S 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 �a 41 42 2. Submit 3 copies of each written request for substitution, incIuding: a. Documentation 1) Com�Zete data substantiatiz�g co�r�pliance of proposed substitution with Contract Documents 2) Data relating to changes in construc�ion schedule, when a zeduct�on is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone nuzzabez- and representat�ve contact name c) Speczficatzon Sectaon or Drawing reference of originally specified product, including discrete nazxae or tag number assigned to original product in the ConErace Documents 2) Manufacturer's literature clearly marked to show coz�rzplzaxice of proposed product with Contract Documents 3) Itemized comparison of ariginal and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of coz�st�ruuction c) Weight d) Electrrcal or mechanical rec�uirements 4) Productexperience a) Locat�on of past projects utilizing �roduct b) Name and telephone number of persons associated voith referenced projects 1�nowledgeable concerning proposed product c) Available �ZeJ.d data and reports associated with proposed product S) Samples a) 1'rovide at request of City. b) Samples become the pzoperty of the City. c. For construction methods: 1) Detailed description of proposed method 2) IIlustration drawings C. Approval or Rejection 1. Wriiten approval or rejection of substitution given by the City 43 2. Czty reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. Tn the eveni the substitutior� is approved, the resulting cost and/or time reduction 46 will be documented by Cha�ge Order in accordanc� with the General Conditions. CITY OF FOI2T WOIi'� 202! CONCI2ETE RESTORATION CdNTRACT 2 3TANDARD CONS'I'AUCT[OAI SPECIFICATION DOCLTMENTS City Project No. 102861 Revised 7uly 1, 20ll oizsao-3 SUBSTTTUTION YROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 4. No additianal contract time wiil be given for subsYitution. 5. Subs�itut�on will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification S�ction c. In khe City's opinion, acceptance will require substant�al revision of the ariginaI design d. In the City's apinion, substitution will not perform adequa€ely the function consistent with the design intent 4 L6 ACTION SUBMITTALS/IIVi'ORMATI�NAL SUBMITTALS [NOT USED] 10 1.�' CLOSEOUT SIIBMITTALS INOT USED7 11 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 14 15 16 17 18 19 za 21 22 23 24 A. In making request for substitution ar in using an approved product, �e Contractor represents that the Contractor: 1. Has investigated proposed product, and l�as detezmined that it is adequate or supe�ior in all respects to that speci�ied, and that it will perform function for which ii is z�tended 2. Will provide same guarantee for substitute item as for product specified 3. WilI coardinate installation of accepted substitution inio Work, to include building modifications if necessary, making such changes as znay be reyuired for Work to be complete in ali respects 4. Waives all elaims for additional costs zeTated to substitution which subsequently � axise 1.1a DELIVERY, S"1'ORAGE, AND HANDLING [NOT USED] 25 1.1T FIELD [SrTE] CONDITIONS [NOT USED] 26 1.1� WARRANTY �NOT US�DI 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT U�SED] 29 30 END OF SECTION Reaision Log DATE NAME SUMMARY OF CHANG� 3l C1T1' OF PDI2T WORTH STANDAI2D COnS'T'RUCTION SPECIFICATION DOCUiv1EI�iTS Re�ised July 1, 2011 2021 CO1�Clt�'T� RESTpRATION COI+ITRACT 2 City Psaject No. 1U2861 olasao-a SUBSTITITTION PROCEDUAES Page 4 of 4 1 2 3 4 S 6 7 8 9 10 �1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 97 �8 49 EXH�B�T A REQUEST FOR �USSTXTUT�ON FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above pzoject: SECTION PARAGRA.PH SPECIF�ED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings a�d/or Specificatio�s wlaich propos�d substitution will require far its proper installation. Fzll in Blanks Below: A. Will the undersigned contractar pay fnr cha�ges to Lhe building design, including engineering and detailing costs caused by the reyuested substitution? B. What ef%ct does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. ManUfacturer's guarantees of the proposed and specified items are: Equal Better (expIain on aEtachnaeni) The undersigned states that the function, appearance and quality aze equivalent or superior io the specified item. SubmitCed By: For Use by City Signatur� as noted Fzrzx� Address Date Telephone For Use by City: Approved Czty _ Recommended _ Recoinmended Not recommended Received late By Date Rerr��rks DaCe CTl'X OF POAT WOT2TT� STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Revised July 1, 2011 Rej ected 2021 CONCRE'I`E RESTORATION CON'I'RACT 2 City Project No. 102861 O13119-1 PRECONSTRUCTION M��"�`TNG Page 7 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY �ECTION d13119 PRECONSTRUCTION MEETING 5 A. Section Includes: 6 I. Frovisions for the preconstruction meeting to be held prior to tfie start af Wark to 7 clariiy cons�ruction contract administratian procedures 8 B. Deviations from this City of Fort WorEh Standard Speciiication 9 1. None. 10 iI 12 13 1.2 C. Related Specification Sections include, but are nat necessazily liznited to: 1. Division 0-- Bidding Requirements, Contract Forzir�s and Canditions of the Contract 2. Division 1— GeneraI Requirements PRTCE AND PAYMENT PROCEDL]RES ] 4 A. Measurement and Payment 15 1. Work associated with this Itern is considered subsidiary to the vaxious items bid. ] 6 No separate �ayment will be allowed far this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADNIINISTAATYVE REQUIREMENTS 19 20 21 22 23 2� 25 26 27 28 29 30 3i 32 33 34 3S 36 37 38 A. Coordination 1. Attend precanstruction me�ting. 2. Representatives of Contractor, subcontractors and suppliers attending zaaeetings shall bc qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recozd�d. a. Tf recorded, tapes will be used to prepaxe minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held wit[iin 1A days after the execution of tk�e Agreement and before Work is started. a. The meeiing wzll be scheduled and administered by the Ciry. 2. The Proj�ct Representative wiil preside at the meeting, prepaz�e the notes of the xn�eting and distribute capies of same to aIl participants who sa request by fully carnpleting the attendance form to be cixculated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project xnanager c. Contractor's superintendent d. Any subcont�ractor or supplier representatives whom the Con�ractox z�aay desire to invite or the City rnay request CITY OF FOTt'T' WORTH 2O21 CONCRET'E RESTORA'TION COIV"I'AACT 2 STANDARD CONSTRUCTIOI� Sl'EC�CATIpI+I DC}CUMEN"fS Ciry Project I�o. 102861 Revised August I7, 20i2 01 31 ]9 2 PRECONS`I'RUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 T6 17 1$ 19 20 21 22 23 24 25 26 2'7 28 29 30 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 A5 e. Other C�ty representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline conskruction schednle in accordance with Section O1 32 16 and provzde at PreconsCrnction Meet�ng. b. Czty will x�atify Contractar of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda znay include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Cantractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking �Z. Pragress Payments i. E�tza Work and Change Order Procedures j. �'ield Ozders k. Dispasal Site Letter for Waste Matez�al 1. Insurance Renewals m. Payroll Certi�cation n. Mate�al Certifications and Qnality Controi Testing o. Public Safety and Convenience p. Documentation of Fre-Construc�ion Conditions q. Weekend Work Notification z. Legal Holidays s. Trenck� Safety Plans t. Confi�ed Space Entry Standards u. Coordination with the City's representative for operatzons of existing waCer systems v. 5torm Water PolIution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contracror Evaluation z. Special Conditions appLicable to the project aa. Damages Claiz�r�s bb. Subznittal Pzocedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questians or Comments CITY OF FORT WORTF� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 202i CONCRET� RESTORATION CONTRAC'i' 2 City Project No. 102861 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 2 3 4 5 b 7 8 9 10 11 12 1.5 SUBMITTALS [NOT XTSED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.'� CLOSEQUT SUBMITTAL5 [NOT USED] 1.$ MATNTENANCE MATERIAL SUBMrTTALS [NOT U�ED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, ST�RAG�, AND HANDLING [NOT I7SED] 1.11 FIELD [SITE] CONDYTrONS INOT USED] 112 WARRANTY [NOT U,SED� PART �, - PRODUCTS [N�T USED] PART 3 - EXECUT�ON [NOT U,SED] END OF SECT�ON Revisian Log DATE NANiE SUMMARY OF CHANGE 13 Cl'I'Y OF FORT WORTH 3TANDATLl7 COSVSTRUC'I'ION SPECIFICATION DOCIIM�NTS Revised �tugust 17, 2012 2021 CONCI2ETE RESTORATION CONTRACT 2 City �raject No. 102861 D13120-1 PI207ECT ME�'Z'JTTGS Page 1 of 3 Z 2 3 PART1- GENERAL � 1.1 SUMMARY SECTION 013120 PROJECT MEETINGS 5 A. Section Includes: 6 1. Provisions for project meetings throughouE the construction period to enable orderly 7 review of ihe progzess af the Woz� and to provide for systernatic discussion of 8 potent�al problerns 9 B. Deviations this City of Fort Worth Standard Specification 10 1. Nane. ]1 12 13 14 L� C. Related Specificatian Sections include, but are not necessari�y iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Can[ract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDi]R�S 15 A. Measurement and Payment 16 1. Work associated wzth this Itern is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1..3 REFERENCES [NOT USED] 19 1.4 ADMIN�STRATZVE REQUYREMENTS 20 A. Coardination 21 1. Schedule, attend and administer as speci�ed, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified a�d authorized to aci on behalf oi Che entity each represents. 25 3. Meetings administered by City may be iape zecozded. 2b a. Tf recorded, tapes vviIl be used to pzepare znix�utes and retained by City �or 27 future reference. 28 4. Meetings, in adclition to those specified in this Section, may be held when requested 24 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighbarhood Meeting 31 1. After the execution of the Agreement, but before construction is ailowed to begin, 32 attend Z Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answez any const�uctzon r�lated questaons 3S 2. Meeting Location 36 a. Location of ineeting ta be determined by the City. 37 3. Attendees 38 a. Contractar CTl'Y OF FORT WORTH 2O21 CONCRETE RESTpRAT[Q�T CONTRACT 2 3'['t11�AI217 CONSIT2UCTION SPECIPICATION DOCUMENT3 City Project No. ] 02861 Ttevised 7uly 1, 2011 013120-2 PROJECT NI�E ITNGS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 il 12 ]3 ]4 15 16 l7 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 4� 45 46 47 48 b. Project Representative c. Other City representatives �. Meeting Schedule a. In general, the neighbozhood meeting will occur wit�in the 2 weeks following the pre-construction conference. b. Ix� no case will construction be allowed to begin un�il tlus rne�tir�g zs �eld. C. Pzogxess Meetings 1. Formal project coordination meetings will be held periadically. Meetings will be scheduled and administer�d by Project Representatrve. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installatian of piping and equipment c. Coordinatian between other construction projects d. Resolurion of construction issues e. Equipment approva] 3. The Project Representative will preside at progress meeY�ngs, prepare the notes of the meeting and distribute copies of the same to all partrcipants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendazzce shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or suppliez representatives vcrhorn the Contractor may desire to in�ite or Che City znay request d. Engineer's representatives e. City's representati�es f. Ott�ers, as requested by the Project Representa�ive 5. Preliminary Agenda may include: a. Review of Work progress since previous rneeting b. Field observations, problems, conflicts c. Items which iznpede construction schedule d. Re�iew of of� site fabrication, delivery schedules e. Re�iew of constt�uction interfacing and sequencing requzzeznents with ��er construction contracts f. Carrective rneasures and procedures to regain pxojected schedule g. Revisions to construction schedule h. I'ragress, schedule, during succeeding Wozk period i. Caordination of schedules j. Review subznzttai schedules k. Maintenaz�ce of quality standards 1. Pending changes and substitutions m. Review praposed ehanges for: . 1) Effect on construction schedule and on coxxaplet�on date 2} Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay zequest p. Review status of R�quests for Information C1TY OF FOR1' WORTH STANI].A�2T� CONSTRUCTION SPECIFICATION DOCUMENTS Revised .Tuly 1, 2021 2D21 CONCRF.TE RESTQRATIQN CONTRAC`1' 2 City Project Na. 302861 01 37 20 - 3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meatiz�gs wilI be held �eriodically as determined by the Project 3 Represez�tative. 4 1} Additional meetings may be held at the request of the: 5 a) City 6 b} Engineer 7 c} Contractor 8 7. Meeting Location 9 a. The City will establish a meetin.g location. 10 1) To the extent practicable, mcetings will be held at the Site. 11 1.S SUBMITTALS [NOT USED� 12 X.6 ACTION SUBMITTALS/I1VI+ORMATIONAL SUBM�TTALS �NOT USEDj 13 1.7 CLOSEOUT SUBMITTAL� [NOT USED] J.4 1.$ MAINTENANCE MAT`�RIAL SLTBMITTALS [NOT USED] 1S 1.9 QUALITY ASSURANCE [NOT ITSED7 16 1.10 DELIVERY, STORAGE, AND HANDLYNG [NOT USED] 17 111 FIELD [SITE] CONDITIONS [NOT USED] 18 112 WARRANTY [NOT USED] 19 PART � - PRODUCTS [N�T USED] 20 PART 3- EXECUTION [NOT USED] 21 22 END OF SECTION Revision L.og DATE NAl1� SUMMARY OF CHANG� 23 C1TY OF FOliT WOR'�i 2021 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTiON SPECIFICA'I'ION DOCiJMENTS City Projec[ No. 102867 Revised July 1, 2Dll 013233-1 P1t�,CONSTKUCI'ION VIllEO Page 1 of 2 ] 2 3 PART l. - GENERAL 4 1.1 SUMMARY SECTION 013� 33 PRECONSTRUCTTQN VIDEO 5 A. Section Includes: 6 1. Administrati�e and procedural requirements for: 7 a. Freconstr�ction Videos 8 B. Deviations from this City of Fart Warth Standard Specif cation 4 1. None. 10 C. Related Specificatian Sections include, but are not necessa�ily limited to: 11 1. Divisior� 0— Bzdding Reqnirers�ez�ts, Contz�act Fozms ax�d Car�ditzons of tla� Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the �arious items bid. 16 No sega�rate payznent wall be allowed foz tk�s Iten�. 17 I.3 REFERENCE� [NOT USED] 18 1.4 ADMIIVISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Pxavide dzgital copy of video upoz� r�quest by tlae Czry. 23 2. R�tain a copy of the pz�constructzon �deo untal tk�e end of t�e maint�nance surety 24 period. 25 1.5 SUBMX I'TALS [NOT USED] 26 1.6 ACTXON SUBMTTTALS/IN�'ORMATrONAL SUBMYTTALS [N�T USED] 27 1.7 CLQSEOUT SUBMITTALS [NOT iT,SED] 28 LS MAINTENANCE MATERIAL SUBMITTALS [NOT iTSED] 29 L9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED� 31 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 32 1.1� WARRANTY [NOT U5ED] 33 PART � - PRODUCTS [NOT USED] c�rrx o� �ozzx wo�xx zazz coz�cz�x� zz�s�roz��z�rorr corr�xacr z STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'PS City Project Na. 1(YLBb] Rcviscd July 1, 2011 o�sza�-z PRECONSTRUCTIOI�I V1DE0 Page 2 of 2 PART 3 - EXECUTION [NOT US�D] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH 2O21 CONCRETE AESTORAITON CONTRACT 2 STEINDAI2D CONSTRUCTION SPECIFICATION DOC[JMENTS City Praject No. 102561 Revised 7uly L, 201 L a�33aa-i SUBMITTALS Page 1 of 8 � 2 3 PART1- GEN�RAL 4 l.l. SUMMARY sECTxorr o� 33 oa SUBMITTALS 5 A. 5ection Includes: 6 I. General methods and requirements of submissions applicable to the following 7 Wo�k-related subznittals: 8 a. Shop Drawings 9 b. Product Data (incl�xding Standard Product List submittals) 10 c. SampTes 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standazd Specificatian 13 1. None. 14 15 16 17 1.� C. Related Specification Sections includ�, but are nat necessarily iimited to: 1. Division 0— Biddix�g Rec�uirements, Contract Forms and Conditions of the Contract 2. Division I— General Requrrements PRTCE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with tlus Item is coxasidered subsidiary to the various iteins bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMIIVI�TRATIVE REQUIREMENTS 23 A. Coozdinatian 24 1, Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of tk�e Contract Documents. 26 2. Coordinat�on of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Wozk or other applicable actrvities, or within the time 29 speciFied in the z�dividual Work Sec�ions, of the Speci�ications. 30 b. Contractor is responsible such that the installation will noi b� delayed by 31 processing times including, but not 3imited to: 32 a) Disapproval and resubmittal (if required} 33 b) Coordination with other submittals 34 c) Teshng 35 d) Purchasing 36 e) Fabrication 37 f} Delivezy 38 g) Similar sequenced activit�es 39 c. No extension of time will be authorized because of the Contractor s failure to 40 tzansmit submittals suf�ciently in advance of the Work. C1TY OF FOR'I' WOI2'TH 2O21 CONCRE'1'E RESTORATIQN CONTRACT 2 STAI�iDARD COI�STRUCTiON SYECTPICA,'�'ION DpGUMENTS City Project No. ]02851 Revised December 20, 2012 013300-2 SlJBM�'i"I'ALS Page 2 of 8 1 2 3 4 S 6 7 8 9 10 11 12 13 ]4 iS 16 17 I8 19 20 d. Make subnlittals promptly in accardance wiCh approved schedule, and in such sequence as to cause no deIay in the Work oz iz� the worlc of any oth�r contractor. B. SubmittallVumbering �. When submitting shop drawings or saniaples, utilize a 9-character submittal cross- reference identification numbering systez�r� in the following manner: a. Use the first 6 digiis of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number eack� initial sepazate item or drawing submitted under each speciiic Section number. c. Last use a Ietter, A-Z, indicating the resubmission of the same dzawing (i.e. A=2nd submission, B=3rd subrr�ssion, G-4th snbmission, etc.). A typical submirtal number would be as foIlows: 03 30 flQ-08-B J.} 03 30 00 is the Speciiication Section for Concrete 2) D8 is the eighth initial submittal under tI�zs Specification Section 3) B is ti�e third submission (second resubmission) of that particular shop drawing C. Cantractor Certification 21 1. Review shop drawings, product daia and sarrzples, including those by 22 subcontractors, priar to subz�isszon to determine and verify the foIlowing: 23 a. Field measurements 24 h. Field constructzon criteria 25 c. Catalog numbers and si�lar data 26 d. Canformance with the Contract Docurraents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signat�are of submittal reviewer - 31 c. Certification Statement 32 1) "By this subznittal, T hereby represent that I have determined and veri�ed 33 field zneasurements, fieid construction criteria, materials, dznnensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicabte approved shop drawings." 36 37 38 39 40 4l 42 43 44 45 46 D. Subz�r�ittal Farmat J. FQId shop drawings larger than 8 I/z inches x 11 i�ches to 8�/z inches x 1linches. 2. Bind shop drawings and product data sheets togetk�ez�. 3. Order a, Cover Sheet 1) Description of Pac�et 2) Contractor Certificati�n b. List oi items / Table of Cantents c. Product Data /Shop DrawrngslSamples /Calculations E. Submittal Co�ztent 1. The dat� of submission and the dates of any previous submissions Cl'PY dF FORT WORTFl 202I CONCRETE RESTORATION CONTRA,CT 2 STA�TDAR� CONSTRUCTION SPECIFICATION DOCUML[NTS City Project No. 102861 Revised December 20, 2012 013300-3 suz�n�z•z-z��z.s Page 3 of 8 1 2 3 4 5 6 7 8 C� 2. The Project title a�d number 3. Contractor identificatran 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification o� the product, with the Specification Section number, page and paragraph(s) 6. Field dimens'rons, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specifxcation numbers 12 9. Identif cation by highlighting of deviations from Contract Dacuments I.3 10. Identifica�ion by highlighting of revisions on resubmittals 14 1 i. An 8-inch x 3-inch blank space for Contractor and Ciry stamps 1S 1b 17 78 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 45 F. Shop Drawings 1. As specif�ed in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data suck� as fabrication and erection/installation {working) drawings b. Scheduled rnformation c. Setting diagrams d. Actual shopwork manufacturing instructions �. Custom templates f. Special wiring diagzarxas g. Coardination drawings h. Individual system or equipment inspec�ion and test zeports including: 1) Performance curves and certificatians i. As applicable to the Work 2. Details a. Relation oi the variaus parts to the main members and lines of the structure b. Where correct fabz�cataon of the Wark depends upon field measurements 1} Provide such nr�easurements and note on the drawings prior to submitting for appro�val. G. Product Data 1. For submittals of product data for products included on the City's Standazd Piroduct List, clearly identify each item selected for use on the Project. 2. For submittals of prc�duct data for products not included on the City's Standard Product Lisi, subxnittal data may include, but is nat necessarily limited to: a. Standard pzepazed data for manu�actured products (sometimes referred to as catalo� data) 1) Sueh as the manufacturer's pzaduct specification and installation instructions 2) A�ailability of colors and patierns 3) Manufacturer`s printed statements of compliances and a�plicabiiity 4} Roughing-in diagrams and templates 5) Catalog cuts 6) Productphotographs CITY OF FORT WOATH 2O21 Cp1�TCRETE TZ�STORATION CONTRACT 2 STANDARD CONSTRUCTIQN SPECIFICATION JaOCUM�NTS City Project Na. 1028b1 Revised Decembcc• 20, 2012 013300-4 3USM1'I"I'ALS Page 4 of 8 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 7) 5tandard wiring diagrams 8) Printed perfornnanc� cuzves and operational-range diagrams 9) Productiox� oz quality contral inspection and test reports and certifications la) MiIl reports 11) Product opezating and maintenance instructions and recommended spare-pa3rts listing and printed product warrant�es J2) As applicable to rhe Work H. Saznples 1. As speci�ed rn individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units oirepetitively us�d pzoducts color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work Eo be used by the City for independent inspectioz� and testing, as ap�licable to the Work l 8 L Do not siart Wor1c requiring a shop drawing, sample or product data nor any material to 19 be fabricatcd or i�stalled priar to the approval or qualified approval of such item. 20 1. k'ab�cation performed, materials purchased or on-site construction accornplished 21 whzch daes not conforrn to approved shop drawings and data is at the Contractoz's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 4S 46 47 2. The City will nat be Iiable for any expense or delay due to cozrections ar remedies required to accompIish conformity. 3. Complete projecC Work, znatez�als, fabrication, and installations in conformance with approved shop drawzngs, applicable sam�Ies, and product data. J. Submittal Distribution 1. Elecironic Disizibution a. Confirm development of Project directory for electronic submittals to be uploaded to Ciry's Buzzsaw site, or another extemal FTP site appzoved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via ez�r�ail of submittal pasting. 2} Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings retuzned, Contractor sha�l submit more than the number of copies ]isted above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email oi submittal postin€g. 2) Hard Copies a} 3 copies for all subznzttals d. �arr�ples 1) Distributed ta the �roject Representative 2. Hard Copy Distribution {if required in lieu of electronic distribution) C1TY OF FORT WO12T'i3 2D21 CONCRETE 12ES"1"OItATIOIV CONTRAC[' 2 STAI�IDARD CONSTRUCTTON SPEC�ICATION DOCiTME�'"['S Cily Project No. ]02$61 Revised December 20, 2012 013300-5 S UBMITTALS Page 5 of 8 1 2 3 � 5 6 7 8 9 ia 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 24 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �� 45 4b 47 48 a. Shop Drawings 1} Distri6uted to the City 2) Copies a} 8 copies for mechanical submittals b} 7 copies for all other submittals c) �f Co�txactor requires more than 3 copies of Shop Drawings returned, Contxactar s�aall subznit more than the number of copies listed above. b. Product Data 1) Distributed to the Ciry 2) Copies a} 4 copies c. Samples 1) Distributed to the Froject Representative 2) Copies a) Submit the number sta�ed in the respective 5pecification Sections. 3. Distribute reproduc�ions of appzoved sk�ap drawings and copies of appro�ed product data and samples, wher� zequired, to the job site file and elsewhere as directed by the City. a. Provide nurnber of copies as directed by the City but not exceeding the n�mber previously speciiied. K. Submittal Review 1. The re�iew of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirenrzents b. Relieving the Contractor of responsibi�ity far any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City do�s not relieve the Contractor From his/her responsibility with regard to the fulfiilment of the terms of the Contract. a. All risks of error and omission are assumed by the Con�actor, and the City will ha�e no responsibility therefore. 3. The Contractor remains respansib�e for details and accuracy, for coordinating tF�e Work with all other associated work and trades, for selecting fabrication processes, far techniques oi assembly and for performing Work in a safe manner. 4. Ii the shop drawings, data or samples as submitted describe variations and show a d�partuze froxn the Contract requirements which City finds to be in the irtterest of the City and to be so m�nor as not to involve a change in Contract Frice ar time for performanee, the City may return the re�iewed drawings without no�ing an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 3 1) "NO �XCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under tlus code the Contractor may release the equipment and/or xrzat�rial far manuiacture. b. Code 2 CTI'Y OF FORT WORTH STAIIDARD CONS'1RIJCTION SPECTk�TCA'I'TON T70C1�MENTS 12evised T)ecembei 2�, 2012 2021 CONCRETE TtESTORATION CONTRACT 2 CityProjectNa. L028bi 013300-6 SUBMITTALS Fage 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 I5 16 17 l8 19 20 21 22 23 2R� 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1) "EXCEFTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) T�ae Cor�tractor znay r�lease the equipment or material %r manuFacture; howev�z, all notations and comments musC be incorporated into the �znaI product. c. Code 3 1) "EXCEPTTONS NOTED/RESUBM�T". This ca�rzabir�atioz� of codes is assigned when notations and cornments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notatians and cornments must be incorporated into ti�e final product. b} This resubmittaI is to address all comments, omissions and non-conForming items that were noted. c) Resubmittal is to be received by the City within IS Calendar Days of the date of the City's tzansmittal requiring the resubmittal. d. Cod.e 4 1) "NOT APPROVED" is assigned when the sub�ittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package re�vised to bring tfie submittal into conformance. b) It may be neeessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled zn th� sazn� zx�anner as first submittals 1) Co�rrections oth�z tk�an r�quested by the City 2} Marked with revision triangle or othez similax znei�aod a) At Cor�tractor's risk if not marked b. Sub�r�ittals for each ite� will be reviecxled no more tha� twice at the City's expense. 1) AlI subseq�zent reviews will be parformed at times convenient to the City and at the Contractor's expense, based on the City's or City Representat�ve's then prevailing rates. 2} Provide Contractor reimbursement to Che City within 30 Calendar Days for all sucla fees invoiced by the City. c. The �eed for z�aoze than l resubznzssion oz any othez� delay in obtaining City's review of submitrals, will nat entitle the Contractor ta an extension of Contzact Time. 7. Partial Submittals a. Ciry reserves the right to not review subrnittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete wiII be returned to the Cantractor, and will be considered "Not Approved° until resubmitted. c. The City may at its option provide a list or mark the submittaI directing the Contractar to the areas that are incornplete. 8. If tlae Cor�tractoz considers any correctzon indicated on the shop dzawzngs to constiiute a Change to Yhe Contract Documents, then �rritte� nptice must be pz-o�ided thereof to Lhe City ai least 7 Calendar Days prior to release for manu�factu�re. CTI'Y OF FpRT WORTFi STAI�DARD COIVSTRTJCTTOIV SPEC�TCATIO�I llOCUMENTS Revised December 20, 2012 202] CONCRETE BESTpRATIpN CON'I'AACT 2 City Projecf No. 102861 d13300-7 SUBMITTALS Yage 7 of 8 1 9. 2 3 4 10 S 6 7 8 9 ia 11 12 13 14 15 16 17 18 19 20 When tl�e shop drawings ha�ve been cornpleted to t�e satisfactron of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in indi�idual Sections, include, but are not necessarily Iimited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualificatrons 1. If speci�cally required in other Sections oi these Specifications, subrx�it a�.E. Certification for each item required. N. Request far Information (RFI) 1. Contractor Request far additional informaiion a. Clarifica�ion or interpretation of the con�zact documents b. Wf�en the Contzacior believes there is a conflict between Contract Documents c. W�aen the Contractor believes there is a conflict between the Drawings and Specifications �) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix wit�a "Rk'i" followed by series number, "-xxx", beginning with "01" and 23 incxeasing sequentially with eaeh additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will �og each request and will review the request. 27 a. If re�iew of the project infoimation request indicates that a change to the 28 Contract Docuzaaonts is required, the City �c�vill issue a Field Order or Change 24 Order, as appro�ri�te. 30 1.5 �USMITTALS [NOT USED] 31 L6 ACTION SUBMI.TTALS/INTORMATIQNAL SUBMITTALS INOT USED] 32 l..'� CLOSEQUT SUBMITTALS [NOT USED] 33 1.8 MAXNTENANCE MATERIAL ,SUBMITTALS INOT USED] 34 1.9 QUALITY A,SST.TRANCE [NOT USED] 35 1.1� DELIVERY, STORAGE, AND HANDLING [NOT USED] 3[ 1.11 FIELD LSITE] CONDITIONS [NOT USEDj 37 1.1�, WARRANTY [NOT USED] CTI'Y OP RORT W4RTIi 2021 CONCRETE RESTORATIOT�T CON'�"12ACT 2 STAriIDARD COIVSTI2UCTION SPECIFICATION DOCUMENTS City Projecl No. ] 02861 Revised December 20, 2012 O13300-& SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION Re�ision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. 7ohnsan 1_4.K.8. Worldng Days modified to Calendar Days CTPY OP PORT WORTH 2O21 CQNCRETE RESTORATION CONTRACT 2 STAIYDARD CONSTRUCCIpN $PECIFICATION DOCUMENI'S City Project No. 1D2861 Revised Decamber 2D, 2012 01 35 13 - 1 SPECIAL PKO]ECl' YROCEDURES Page 1 of 8 i 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Sectzon I�acludes: 6 7 8 9 la 11 l2 13 14 15 l6 17 18 ]9 SECTION 0135 13 SPECIAL PR07ECT FROCEDURES l. The procedures fnr special project circumstances that includes, but is not limited to: a. Coordination �x+itY� the Texas Department of Transportation b. Work near High Voltage Lines c. Con�ned Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notificatzon g. �ublic Notification Priar to Beginning Constr�iction h. Coordinataon wiih United States Army Corps of Engineers i. Coordinatian vc+ithin Railroad permits areas j. Dust Contral lc. Employee Parking B. Deviations from this City of Fort WorCh Standaz�d Specificatio� I. None. 20 C. Relat�d Specificatian Sections include, but are not necessarily limited to: 21 I, Division 0--- Bidding Requirements, Contract Forms and Conditions of t�e Cor�trac� 22 2. Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PR�CE AND PAYMENT PROCEDUREB 25 26 27 28 29 30 31 32 33 34 35 35 37 38 39 40 41 42 A. MeasuremenE and Payxn�nt I. Coordination within Railroad permit areas a. Measurement I} Measurement for this Item will be by lump sum. b. Payment I) The work performed and maCerials furnished in accoxdance with this Ttem will be paid %r at the luxx�p sum price bid for Railroad Coordination. c. The price bid shaIl include: I) Mobziizataon 2) Inspection 3) Safety training 4j Additionallnsurance 5) Insurance Certificates 6) Other requirerr�ents associated with general coozdi�aation with RaiIroad, including additional employees required to pzoteci tk�e right-of-way and property of the Railroad from daxnage arising out of and/or from the construction oi the Project. 2. Railroad Flagmen CPl'Y OF FORT W4RTH 2O2I CONCRETE RESTORATION CONTRACT 2 S'I'ANAARD C�NSTRUCTION SPSCIFICAl'IO1rI DOCUMEIVTS City Yraject No. 102851 Revised 17ecembes� 20, 20I2 Oi 3513-2 SPECIAL PRQ]ECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 3l 12 13 a. Measurement I) Measurement for this Item wiIl be per warking day. b. Fayment 1) The work performed and materials furnished in accordance wiCh this Item will be paid ior each warking day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Cpardination for schedui�ng �lagmen 2} Flagmen 3) Other requirernents associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 14 ]..3 RCFERENCES 15 A. Reference Standards i6 1. Reference standards cited in this Specification refer to the current reference 17 standard pubLished at the tizne of the laiesE zeviszon date Xogged at the end of this 18 Speciiication, unless a date is sp�ci£'icaily czted. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter'752. 20 HigIa Voltage Overhead Lines. 21 3. North CentraI Texas Cauncil af Ga�vernments {NCTCOG) — C�ean Construction 22 Specification 23 1.4 ADMZNXSTRAT�`V� REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 26 27 28 29 3Q 3l 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Trax�sportatioz� (TxDOT): a. Notify the Texas Department of Tzansportation prior to commencing any work tlaereiz� zn accordance with the provisions of the permit b. All v�rark performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 valis measured between conducCors or between a conductox� and ilae gzound) shall be in accordance �ith Health and Safety Coda, Title 9, Subtatle A, Chapter 752. 2. Waming sign a. Pzavide sign of sufficient size meeting all OSHA requirements. 3. Equiprner�t operating wiYhin 1p feet af high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insu�ator Zinks on the lift hook connections for back hoes or dippers c. Equipment must meet the saFety requiremenCs as set forth by OSHA, ax�d t�ae safety requirements of the owner of the high voltage lines 4. Work within 6 feet of hFgh voltage electric lines CTPY OF FORT WORTH 2O21 CpNCRETE RESTORATIQN CpNT1ZACT 2 STA3YDARD CONSTKUCTION SPECIFICATION DOCUMENTS City Yroject No. 1D2$61 Revised December 2p, 2012 O13513-3 SP�CIAi. P120JECT PROCEDURES 1'age 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1$ 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 a. b. c. Notification shall be gi�ven to: 1} The power company (example: ONCOR} a) Maintain an accurate log of all such calls to power company and recoxd action taken in each case. Cc�ordination with power company 1} After x�otification coardinate with the pawer cornpany to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines No personnel may work within 6 feet of a high voltage line before Ehe above requirements have been met. C. Confined Space Entry Frogram 1. Frovide and Follow approved Confined Space Entzy Program in accardance vvith OSHA requirements. 2. Confined Spaces include: a. Maz�laoles b. A1T other canfined spaces in accordance with OSHA's Permit Required for Canfined Spaces D. Air Pollution Watcl� Days 1. General a. Observe the follawing guidelines relating Co working on City const�c�on sites on days designated as "AIR ��LLUT�ON WATCH DAYS". b. Typical Ozone Season J) May 1 through October 31. c, Critical Emission Time 1} 6:00 a.m. to 10:Q0 a.m. 2. Watch Days a. The Texas Cornmissian on Envzzonme�tal Quality {TCEQ), in coordination with i�ae National Weather Serviee, will issue the Air Pollution Watch by 3:00 p.zx�. on the afternoan prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever canstruction phasing requires the use of motorized equipment ior periods in excess of 1 hour. 2) However, tl�e Contractox zx�ay begin wark prior to 14:00 a.rr�. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certi�'ied by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (LTLSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit I. Obtain TCEQ Air Pertnit far consEruction acti�ities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. I. When Contract Doc�unents pernut on th� pz�oject the �ollowing will apply: a. Fublic Notification 1) Submit notice t� City and proof of adequate insurance coverage, 2�4 hours pz'zoz to commencing, 2) Minirrium 24 hour public notification in accordance with Section 01 31 13 4b G. Water Department Coordination CTI'X OP FORT WORTH 5TANDARD CONSTRUCPIOT�T SYECTFICATION T)OCiJME1VT5 Re�isecl December 20, 2012 2021 CONCRETE RESTORATIOIV CdNT1tACT 2 City Froject No. 10286I Dl 35 13 - 4 SPSCiAL PRO7ECT PROCEDURSS Page 4 of 8 4 10 11 I2 13 14 15 16 17 18 19 1. During the constxuciion of t�is pzoject, ii will be n�c�ssazy to deactivate, for a peniod o� tizne, existing lines. The Contractoz s�aI1 be required to coordinate with the Water Department to determine tfie best times for deactivating and activating those lines. 2. Caordinate any event that will require connecting to or the operation of an existing City water line sysEem with the City's representative. a. Coordinat�on shall be in accordance with Section 33 T2 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life oi named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the consiruction of the project is requized, coordinate this activity througk� ihe appzopziate City representative. l) Da not aperate water Iine v�lves of exis�ng �rvater system. a) k�aixure to carnply will render the Contractor in viola�ion of Texas Penal Code Trtle 7, Chapter 28.03 (Criminal Mischie� and the Contractor will be prosecuted to the full extent of the iaw. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Pub2ic Notification Frior to Beginning Construction 20 1. Prior to beginning canstruction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each reszdence or business that will be iz�npacted by construction. Tfie notice 23 shall be preparEd as follows: 24 a. Post natice or flyer 7 days prior ta beginning any construction activiry on each 25 block m the prQject area. 26 1) Prepare flyer on the Contractor's letterhead and incIude the following 27 information: 28 29 30 31 32 33 34 35 36 a} Name oi Project b) City ProjecC No (CPN) c) Scope of �zoject {i.e, type of co�stzuction activity) d) Actual construcYia� duration �vithin the block e) Name of the contractor's foreman and phone number � Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notifica�ion' flyer is attached as Exhibit A. 37 3) Submit schedule showing the construction stari and finish tzz�r�e foz each 38 bIock of the project to Che inspector. 39 4-} Deliver flyez to t�e City �spectoz fox zeview pz�oz to distz�butzon. 40 b. No construction will be allowed to begin on any block until tY�e flyer is A 1 delivered ta alI residents of the block. 42 I. Public Notification of Temporary Water �ervice Interruption during Construction 43 1. In the event it becornes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as folIows: 47 a. The notification or flyer shall be posted 24 hours prior to the tez�r�porary 48 interruption. CTI'Y OF FORT WORTH 2O21 CONCAETE RESTOAATION CONTKAC"I' 2 STANDAI2D CONST'RiJCI'ION SP�CTFiCATiON DpGUMENTS City Project No. 1p286i Revised December 20, 2012 013513-5 SPECIAL PR03ECT YTtOC�T7Li32�S Page 5 of $ 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 20 23 22 23 24 25 26 27 2S Z9 30 31 32 33 3� 35 36 3'7 38 39 40 4l 42 43 44 � c. d. e. f. Prepare flyer on the contractar's letterhead and include the foliowing informatron: 1) Na�ne of the project 2) City Project Number 3) Date of the interruption of ser�ice 4) Peziod the intezzuptaon will take place 5) Nazxxe of ihe contractor's �oreman and phone number 6) Name of the City's inspector and phone number A sarnple of the temporary water service interruption notification is attached as Exhibit B. DeIiver a copy of the temparary interruption notification to the City inspector for review prior to being distribuCed. No interruption of wat�z sezvice can occur u�tzi th� flyer k�as been delivered to all affected residents and businesses. El�ctxonzc v�zsions of the sample flyers can be obtained frorr� the Project Construction Inspector. J. Coordina�ion with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Pernut Areas 1. At locatio�s in tk�e project where construction activities occur in areas where railzoad pez'mits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors �;. Safety training d. Additaonal insuzance e. Insuranc� certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplexxae�tal i�formation needed ta comply with the railroad's requ i reinents. 3. Railraad Flagmen a. Submit receipts to City for verificatron of working days t�iat railroad flag�nen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dusi, capture and properly dispose of waste water. b. If wet saw cui�ing is p�rfoxxned, capture and pzoperly dispose of slurry. M. Employe� Par�ing 1. Provide paz�king foz emplayees at locations appro�ved by the City. Cl'1'X OF FORT WORTH STA[VDARD CONS'FRUCTION SPBCTf�TCATTON �OCUMEN'I'S Re�ised December 20, 2012 2D21 CONCRETE RESTORATION CONTRACT 2 City Project No. I(}2867 013513-6 SPECIAL PROJ�C'I' PROCEAURES Page 6 of 8 1 1.5 SI]BMITTALS rNOT USED] 2 1.6 ACTION SUBMXTTALS/INFORMATIONAL SUBMITTALS �NOT U,SED] 3 1.'� CLOSE�UT SUSMITTALS [NOT USED] A 1.8 MAINTENANCE MATERYAL SUBMITTALS [NOT USED] 5 1.9 QUALXTY ASSURANCE [NOT USED] 6 ].1.0 DEL]VERY, STORAGE, AND HANDLING [NOT iTSED] 7 � 1l FXELD [�YT�] CONDITIONS [NOT iTSEDJ 8 112 WARR.ANTY �NOT USED] 9 PART � - PRODIICTS [NOT USED] 10 PART 3- EXECLTTION [NOT USED] ll 12 END OF SECTION Revision Log DATE NAM� SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Saf'ety Code,'1'itle 9. 8/31/2012 D. .Tohnson Safety, Su6title A. Public Safety, Chapter 752. High Voltage Ovenc�ad Lines. I.4.E — Added Contractor responsihility far obtaining a TCBQ Air Permit I3 CITY OF FOAT WORTH 2O21 CONCItE'I'E RESTORATJQN CONTRACT 2 STANDARD CpNSTRUCT103�18PECIFICATION DOCiTMENTS City Project Na. 102$51 Revised December 20, 2012 O13513-7 SPECIAL PRQJSC'I` PRDCEDURES Page 7 of 8 2 3 4 5 6 7 s 9 Ia I1 12 13 14 15 16 17 18 19 20 21 2z 23 2� 25 26 27 28 29 30 31 32 33 34 35 36 37 EXIIIBIT A (To be printed on Contractor's Letterhead) Date: CF'N No.: Project Name: Mapsco Location: Limits of Construction: I � � i ' �� � I � �I TH15 IS TO INF4F�� YOU T'H�T' UNDER A CONYRAGT WITH THE CITY OF FORT WORTH, OUR COh1iP,4NY W�LL WORIC ON UTILlTY LINES ON O� /�1ROUND YOUR PROPERiY. CONSTRUC710N WILL B��IN APPROXIMAT��.Y S�V�N �,AYS �rR�MI �b� �A�� O� TKIS NfO�IC�. [� YOU I�AVE QUESTIONS ABOUT ACC�SS, SECURiTY, SAFETY OR ANY OTHER [SSUE, PLEASE CALL.: NY�. cCONTRACTOR'S SUPERINTENDENT� 14,T cT�[.E�PH�NE HO.� � Mr. �CITY INSl�EC70Ft� AT � 7"�LEPHONE NO.� A�TER 4:30 Pilh OR ON WE�KENDS, PLEASE CAL� {8�7} 392 8306 PLEASE KEEP THIS FLYEi� HANDY WHEN YOU CALL CPI'Y OF FORT WORTH STANDARD CONSTRUCTIOI+I SPSCIFICATIQN DOCUMF,I�lTS Revised December 20, 2012 2021 COF�1C1i�TE 12ES'I'ORATTON CONTRACT 2 Ci[y Project No. ]02861 013513-8 SPECIAL PROJECT PROCEDiIRFS Page & of 8 1 2 EXHIBIT B F�RT VVORTH �: �� ��. � � �: ��'�"I�� O� `��'i1��1�� �A/�°t��. ������ ��°r�����i0� DUE i'O UTII.ITX iMPROVEMENTS I1�F YaUR NEIGI�BQ�QOD, YOIIR WATER SER'V'ICE WILL BE I3VT�+ R.1'2UPTED QN SETW�E�T THE 13QliRS (lT�' A.1vAl IF YQII HAVE QiIESTIONS ASOUT ';t'�IIS SHiI'F-OUT, PLEASE CAi.L: MR. AT {CO1tiiTRAC'TOR.S SiIPER1NTEN�E1�'T} (TELEP�OIVE NUMBER) DR MR. �T (CITY INSPECTOR} (TELEPHOT�i� 1�IiIMBER) T1�IS INCONVENTEi�C� WILL B� AS ST�d12T AS POSSIB�E. THANIC YOU, CONTiLAC'�QR 3 � CTT'Y OF POAT WORTH STANDARD CONSTRilCT[ON 3PECIFICATTOlV T]OCYJMEIVIS Revised December 2D, 2012 2021 CONCRETS RESTORATIOI�i CONTRACT 2 City Project No. 102861 ozaszs-i TESTING AiYD INSPECTIOFV 3ERViCE3 Pagc 1 of 2 1 2 3 PART1- GENERAL C�Sil�i�. ]Yi► �► �]_�� 5 6 7 8 9 10 I1 12 I.� 13 14 15 16 17 18 1.9 20 21 22 23 2� �ECTION 0145 23 TESTING AND �NSPECTION SERVICES A. Section Includes: I. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification I. None. C. Related Specification Sections include, but aze not necessarily limited ta: I. Diaision 0— Bidding Requirern�nts, Contz�aci Farms and Canditians of the Contract 2. Divisian 1— Genezal Reqnixements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed %r tlus Itezn. a. Contractor is responsible �oz performing, coardinating, and payment o� all Qualiry Control t�sting. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) Tf the first Quality Assurance test performed by the City fails, the Contractor is responsib�e for payment of subsequent Quality Assuzance Cesting un�il a passzng t�st occuzs. a) Final accepiance will not be issued by City until all required payments foz testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.� ADMINISTRAT�VE REQUXREMENTS 27 28 29 30 31 32 33 34 3S 36 37 38 A. Testing �. Complete testing in accardance with the Contract Documents. 2. Coordination a. When testing is requix�d to be performed by the City, notify City, sufficientiy in advance, when testing is needed. b. Wlaen testing is required to be completed by the Cantractor, notify Ciry, suf�'iciently in advance, that testing will be performed. 3. Distribution of Testing Reparts a. Electronic Distribution 1} Confirm development of Froject directory �or electronic submittals to be uploaded to City's Buzzsaw site, or anoth�x extaz�na� FTP site approved by the City. CPE'Y OF FORT WOItTH 2O21 CONCRETE RESTORATIOIV CONTRACT 2 STAI�DARI} CONSTRUCTION SPECiFTCATION DOCiTMENTS City PToject No. 102861 Revised 7uly 1, 20ll 014523-2 TESTING AND INSPECTIp�T SHRVICHS Yage 2 of 2 1 2 3 4 S 6 7 8 9 10 11 I2 13 14 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3} Hazd Copies a) l. copy foz all submittals snbmitted to ihe Project Representative b. Hazd Copy Dxstribution {if z-equized in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of deIivery c. Material delivered 15 B. Inspection lb X. Tnspection or lack o� inspeciioz� does not relieve the ConCractoz from obligation io T7 perform work in accordance with the Cantract Documents. 18 ]..5 SUBMXTTALS [NOT U�ED] 14 1�.6 ACT�ON SUBMITTALS/[NFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 22 L9 QUALITY AS,SUR.ANCE [NOT USED] 23 Z.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 25 1.11 FIELD [SITE] CONDITIONS [NOT U�ED� 1.1� WARRANTY [NOT UBED] 26 PART � - PRODUCTS [NOT U�ED] 27 PART 3- EXECUTION [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME SUMMAAY OF CHANGE 34 C1TX OF POl2T WORTH 2O2i CpNCRETE RESTQRATTpN CON'I`I2ACI' 2 STANDARD CONSTRi7CT101V 3P�C13�TCA'1'ION 170CUM�3�'f'S City Project Na. 102$61 Revised Jaly 1, 20i 1 Ql 50 00 - 1 TSMPORARY FACiLi'P1ES AND CON'I'ROLS Page 1 of 4 1 2 �ECTioN oi �o ao TEMPOR.�RY FAC]LTTTES AND CONTR�LS 3 PART1- GENERAL 4 1.1 SLTMMARY S A. Section Includes: 6 �. Provide temporary facilities and controls n�eded for the Work including, but not 7 necessari�y limited to: 8 a. Temporary utilities 9 h. Sanitary facilitzes 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site l3 B. Deviations from this City of Fort Warth Standard Sgecification i4 1. None. 15 16 17 18 1.� C. Related �pecificatio� Sections include, but are nat necessarily limited to: 1. Di�ision 0— Bidcfing Requzzeznents, Contract Forms and Conditions of the Contract 2. Division 1— Genez�al Requirements PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with tYus Ftem is considered subsidiary to t�e various It�zxzs bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES �NOT USED] 23 1.4 ADMIIVISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 �+0 A. �'eznporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary sezvic�s. b. Abide by rules and regulations of utiliry service coznpanies or authorities having jurisdictian. c. Be responsible for utility service costs unial Work is approved for F'inal Acceptance. 1) Included are fuel, power, light, heat and ather utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connectaon wzth Work ta be performed and for specified tests of piping, equipment, devic�s or other use as required far the completion of the Woxk. b. Frovide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coozdination 1) Contact City 1 week before water for construction is desired CPI'Y OF F�RT WORTI� 2021 CDI�iCRETE RSSTORATCON CO3�ITRACT 2 STANDARD CONSTAUCTION SPECIFICATION DOCllM�NT'S City Praject No. 102861 Revised Iuly 1, 2011 015000-2 TEMPORARY FACILITIE$ AND CONTRQLS Page 2 of 4 1 2 3 4 5 6 7 S 9 10 rx 12 13 14 15 16 I7 18 19 20 21 22 23 2A 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 d. Contractor Payment far Construc�ion Water 1} Obtain construction water meter from City for payment as billed by City's estabI2shed rates. 3. Electricity and Lighting a. Provide and pay for electric pawered service as required for Work, including testing ai Work. 1) Frovide power for lighting, operation of �quipzx��zzt, or othez use. b. Electzic power service includes temporary �ower service or generator to maintain operations during scheduled shutdown. 4. Telephpne a. Provide emergency telephone service at Site for use by Contractor personnel and others perfarming work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion af Work. b. Pravide temparary heat and ventilation to assure safe working conditions. B. Sanitary FaciIities 1. Provide and maintain sanitary facilities foz persons on Siie. a. CompJ.y with zegulations of State and Iocal departments of health. 2. En�orce use of sanitary faciliYies by canstruction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals ancE properly dispose in accordance with applicable regulatian. 3. LocaCe iacilities neaz Work Site and keep clean and maintained throughout Project. 4. R�rnove facilities at campie�ion of Project C. Siorage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather da�nage may be on blocks off ground. 3. Store materials in a neat and ozdezly znaz�nez. a. P�ace matezials and equipment to permit easy access for identification, inspection and ix�ventory. 4. Equip building with lockable doors and ligh�ing, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage envizonments acceptable ta specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from te�nporary and e�sting buiidings. 6. Remove building from site prior to Finat Acceptance. D. Temporary Fencing 1. Provide and maintain far the duzaiion or construction when required in conYract documents 45 E. Dust Control CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DDCUMENTS ttevisecl July l, 2011 2021 CqNCRETE RESTORATION CO3�ITRACT 2 City Project No. 102861 1 2 3 4 S 6 7 8 9 0150fl0-3 TEMPdRARY FACILTI'IES AN➢ CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust contzol through the duxation of the project. a. Contractor remains on-call at all tirr�es b. Must respond in a timely manner F. Temporary Protection of Construction L Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.S SUBMITTALS INOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL �UBMITTALS [NOT U�ED] 10 1.7 CLOSEOUT SUSMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SLTBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 110 DELIVERY, STORAGE, AND HANDLING [NOT USEDJ 14 1.11 FIELD [S�TE] CONDXTXONS [NOT USED] 15 1.12 WARRANTY [N�T USEDI 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 IN�TALLER5 [NOT USED] 19 3.2 EXAMINATION INOT USED] 20 3.3 PItEPARAT�ON [NOT USEDj 21 3.4 YNSTALLATIQN 22 A. Temporary FaciIities 23 1. IVlaintain ail temporary facili�ies for duzataon of construction ac�ivities as needed. 24 3.5 [REPAIR] / [RE�TORATION] 25 3.6 RE-INSTALLATION 26 3.� FIELD (oR] SITE QIIALITY CONTROL [NOT USED] 27 3.8 SY5TEM STARTLTP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 31fl CLEANING [NOT USEDI 34 3,11 CLOS�OUT ACTIVITIES 31 A. Temporary Facilities CPI'Y OF PaRT WORTH 2O21 CpNCRETE RESTORATION C�NTRACT 2 STANDARD CONSTRUCTIOI�i SPECIFICATION DOCUMENTS City Project No. 1028G 1 Revised Iuly 1, 20ll pI5000-4 TL'MPORARY PACIC.ifTES AN17 COAI'�'ROLS Page 4 of 4 1 1. Remove alt temporary faciIities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED� 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [N�T USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY O� CHANG� C1T Y OF F012T 1�VORT�T 2021 CO1+1CT2�T� RESTORA'I'TON CONTRACT 2 STANDARD CONSTRUCTION SPECiFICATION DOCLTMENTS City Project Nv. 10286i Revised 7uly 1, 2011 01 ss z6 - a STREET USS PERMiT AND MOf�1FICATTONS TO TRAFF[C CONTAOL Page 1 of 3 1 2 SECTION 0155 26 STREET USE FERMIT 11ND MODIF'ICATIONS TO TRAFFIC CONTR�L 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Sectian Tncludes: 6 1. Administrative procedures for: '� a. Street Use Permit 8 b. Modi�cation of appraved traffic contral 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. I2 C. Related Specificatiox� Sectzons include, but are not necessarily limited to: 13 J.. Division 0— Bidding Reqnirements, Contract Forms and Conditions of the Contract I�4 2. Division 1— General Requirements I 5 3. Section 34 '71 I3 — Traffic Control I6 l.2 PRYCE AND PAYMENT PROCEDi7RES I7 A. Measurement and Payment I8 1. Work associated with this Itezra zs considered subsidiary to the �vario�as Items bid. i9 No sepazatc payment will be allowed for this Item. za 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer io th� cuzxent r�ference standard 23 published at ihe time of the latest revision date logged at tlae end of this 24 specification, ur�Iess a date is specificaIXy cited. 25 2. Texas Manual on� Uniform Traffic Control Devices {TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 3I 32 33 34 35 36 37 38 A. Txaffic Cor�tzol I. General a. When traffic control plans are included in the Drawings, pro�ide Traffic Control in accordance with Drawings and 5ection 34 71 13. b. When traffic controi plans are not included zn t�ae Drawings, prepare traffic control plans in accordance with Sectaon 34 71 13 and submit to City for review. 1) Allow zninimum 1Q working days for review of proposed Traffic Contral. B. Street Use Pezxx�it l. �rzor to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, subrnit Traffic Control Flans to City Transportation and Public Works Department. CPl'Y OF FORT WORTf3 2021 CONCI2E'I'E I2�STOR A'I'I��T COATTRACT 2 S'I'A�II]A1ZD CO�TSTItUCTIpN SPECIRICATION DOCUMENTS City Projeot No. 1028fi1 Revised 7uly 1, 201 I 015526-2 STREET USE PERMI'I' AND MOAI�CA'I'IO1VS TO �2t1k�C CON['ROL Page 2 of 3 1 2 3 1) Allow a minimum of 5 wori�ng days for permit review. 2) ContracCor's responsibility to coordinate review of Traffic Control plans for Street Use Perrrut, such that construction is not delayed. A C. Modifica€ion to Approved Traffic ControI 5 1. Prior ro installataon traffic control: 6 a. Subzzait revised tra£�zc co�tz�ol plans to Ciry Department Transportation and 7 Public WozS�s Department. 8 1) Revise Traffic Control plans in accozdance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to caordinate review of Traffic Control 11 plans for �treet Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Fublic Works Department, Signs and Maa-kings Division to 15 remove the sign. i6 17 1$ 19 2p 21 22 23 24 25 E. Temporary Signage 1. In the case of zegulatory sigz�s, replace pezz�r�an�nt sign with tempozary sign meeting requirements �f the latest editian af ihe Texas Manuai an Uni�ozzn Tzaffic Control Devices {MUTCD). 2. Tnstall temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the Ciry's Buzzsaw websiCe. 26 1.5 SLTBMITTALS [NOT USED] 27 L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT IISED] 28 ]..i CLOSEOUT SUBMYTTALS [NOT USED] 24 1.8 MAINTENANCE MATERrAL SUBMXTTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 L10 DELIVERY, STORAGE, AND HANDLING [N�T USED] 32 L11 F�ELD [�YTE] CONDITION� [NOT USED] 33 1.12 WARRANTY �NOT LT�ED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] � END OF SECTION CI'T"Y OF FOI2T WOR'rH 2O21 CONCREI'E AESTOI2ATION CONTI2ACT 2 STANDAAD CONSTRT7CTION SPECIFICATION DOCUMENi'S City Project No. I02867 Revised 7uIy 1, 2011 OI5525-3 STREET USE PERZvITP AI�i� MOD3F[CATIONS TO TRAFF7C CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CTCY OF FORT WORTH 2O21 CONCRETE RESTORATION CQSVTRACT 2 STANDAKD CO�fSTRUCTION SPECIFICATION DOCUMENTS City Project No. I02861 Revised Tu1y 7, 2011 015713-] STOAM WATER POLLUTION PREVENTION Page 1 of 3 1 2 SECTION 015713 STORM WATER POLLUTI�N PREVENTJON 3 PARTI- GENERAL 4 11 �UMMARY � 7 8 9 10 11 12 13 A. Section Includes: 1. Proceduzes foz- Storm Water Pallution Prevention Plans B. Deviations fronia this City of Fort Worth Standard Speci�cation 1. Nor�e. G Related Specification Sections include, but are not necessarily limited to: J.. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 14 L2 PRICE AND PAYMENT PROCEDURES 15 I6 17 18 l9 20 A. Measurement and Payment 1. Construciion Actavities resultzng in less than 1 acre of disturbance a. Work associated wzt[� this Ttem is considered subsidiary to the various Items bzd. No separate payment will be allowed for ihis Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Sectian 31 25 OQ. Z 1 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 I. IVotice of Intent: NOI 24 2. Notice of Terminatzon: NOT 25 3. 5iorm Watez �ollution Preventian Plan: SWPI'P 26 4. Texas Comrnission on Envirpnmental Quality: TCEQ 27 5. Notzce of Ck�ange: NOC 28 A. R�feze�ace Standards 29 1. Refezence standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end af tlus 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management {iSWM) Technical Manual for Construction 33 Controls 34 L4 ADMIlVISTRATIVE REQLIIREMENTS 35 A. General 36 1. Contractor is responsible for zesalution and payment of any fines issued associated 37 with compliance io Stormwater Pollution Prevention Plan. CITY O�' �'OR'T"WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 S'I'ANDARD CONSTRUCPION SP�CINICATION I70CUMENTS City Project No. i02861 Revised 7uly 1, 2011 0157I3-2 5'1'O1tM WATER POLLII'I'ION YR�V�N'130N Fage 2 of 3 B. Constructaon Actavzti�s xesuJ.ting zn: 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1b 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 1, Less ihan I acre of disturbance a. Provide erosion and sediment control in accordance with Sec�aon 31 25 04 and Drawings. 2. 1 to less than S acres of disturbance a. Texas Pollutant Discharge Elimination System (TFDES) General Construction Pernut is required b. CozinpXete SW�PP in accozdance with TCEQ xequirements 1) TCEQ Small Construction Site Notice Required under general pertnit TXR150000 a) Sign and post at job site bj Priar to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 342- 6ass. 2) Provide erosion and sediment con�rol in accordance with: a} Section 31 25 00 b) The Drawings c} TXR15dOQ0 General 1'errnit d) SWPPP e} TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pallutant Discharge Elixnination System (TPDES) General Construction Pezx�ra�it zs z�quixed b. Complete SWPPP in accordance wit�i TCEQ requirements 1) Prepare a TCEQ NOI form and submit ta TCEQ along with requirecE fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmenial Divi.sion, (817) 392-6088. 2) TCEQ Notace of Chang� zequired if mal�ng changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 OD b) The Drawings c) TXR15000a General Permit d) SWPP�' e) TCEQ zequirezx�ents 4) Qnce the project has been completed and aTl the closeout zequixezx�ents of TCEQ ha�ve been met a'I'CEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Warks, EnvironmentaI Division, (8i7) 392-60$$. 40 1.5 SUBMITTALS 4I 42 43 44 45 46 47 A. SWPFF l. Submit in accordance with Seciion O1 33 D0, except as stated herein. a. Firior ta the Preconstruction Meetzng, su3�mit a dzaft copy of SWPPP to the Ciry as follows: I} 1 copy to the City project Manager a) City Project Manager w'rli forward to the City Depar�nent of Transportation and Public Works, Environmental Division for review CiTY OF FORT WORTH 2O21 C�NGRETE RESTQRA'ilpN CQI+I'IRACT 2 STAN17ATtT? CONST'RCJCTTOIV SYECTFTCATIOId DOCUMENTS City Project No. 102851 Revised Jnly 1, 20] 1 015713-3 STORM WATER POLLUTION PREVENTION Pagc 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during cnnstrtiction, resubmit madified SWPl'Y to the City 3 in accordance with Section 0� 33 00. 4 1.6 ACTXON SUBMXTTALS/ZNFORMATXONAL SUBM�TTALS [NOT USED] 5 ]..�" CLOSEOUT SUBMITTALS [NOT USED] 6 1.$ MAINTENANCE MATERIAL SUBMITTAL� [NOT USED] 7 1.9 QUALITY ASSiTRANCE [NOT USED] 8 1.10 DELIVERY, ,STORAGE, AND HANDLING [NOT USEDJ 9 1.11 FIELD [STTE] CONDITION� [NOT i7SED] 10 112� WARRANTY �NOT USED] 11 PART 2- PRODUCTS INOT USED] T2 PART 3- EXECUTION [NOT USED] 13 14 END OF SECTION �evision �,og DATE NAME SUMMARY OF CHANGE 15 C1TY OF FOR`I' WORTH 2D2] CONCI2E'PE RESTOAAT`ION CONTRACP 2 STANDA.AD CONS'1'RUC`�ON SPECIFICtlTION DOCUME3�iTS City Project No. 102861 Revised July 1, 2011 015813-i 'I'ENIPpRARY PROJECT SIGNAGE Page 1 af 3 � 2 3 PART1- GENERAL 4 1.1 SUMMARY s�cTioN oi sg �3 TEMPORARY PR07ECT SIGNAGE 5 A. Section �ncJ.ud�s: 6 l. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort WortYi Standard Speci�cation 8 � . None. 9 C. Related Specification Sections include, but are not necessarily lirnited to: I 0 1. Division 0— Bidding Req�xirements, Contract Forms and Conditions of the Contract I 1 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT FROCEDURES 13 A. Measurement and Paym�nt I4 1. Work associat�d wzth this �tem is considered subsidiary to the �various Ttems bid. 15 Na separate payment will be allowed for Ehis Item. I6 1.3 REk'ERENCES �NOT (T�ED] I7 1..4 ADMTNTSTRATIVE REQUIREMENTS [N4T USED] 18 �.5 SUBMITTALS [N�T iTSED] 19 �.6 ACTION SUBMITTALS/INFORMATIONAL SLTBMITTALS [NOT IISED] 2a 1.7 CLOSEOUT SUBMITTAL� [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 22 1.9 QUALITY AS�URANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 L11 FIELD [SITE] CONDITIONS [NOT USED] 25 11� WARRANTY [NOT USED] 26 27 28 24 3a 31 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [N�T USED� �.�, EQLTIPMENT, PRODUCT TYPES, AND MATER�ALS A. Design Cziteria 1. Pro�ide free standing Project Designatian Sign in accordance with City's Standard Details for project signs. C1TY 4F FORT WORTH 2O21 CONCFLETE RESTdRAT10N CONTAACT 2 STANDAI2D CONSTRUC'I'iON SPECIRIC�TION DUCUMENTS City Praject No. 102861 Revised July 1, 2011 015813-2 TEMPOKAIZY PRO)ECT STGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/a-inch fir plywood, grade A-C {exterior) or better 4 2.3 ACCESSORT�S [NOT U,SED] S 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTYON 7' 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED� 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 l. Provide vertical instaIlation at extents of project. 13 2. Relocate sign as needed, upox� request of tk�e City. lA B. Mounting options 15 a. Skids 16 b. �osts 1'7 c. Earricade 18 3.� REPAXR / RESTORATrON [NOT USED] 19 3.6 RE-�N�TALLATXON �NOT USED] 20 3.7 TrELD [ou] ,SITE QUALITY CONTROL �NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 39 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT IISED] 24 3.11 CLOSEOi1T ACTIVITIES [NOT USED] 25 3.1� PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. G�neral 28 1. Maintenance will include painting a�d repairs as needed ar direcied by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 31 END OF S�CTION CTPY OF FORT WORTH 2O21 COT�TCRETB RESTOitATTON COl�ITRACT 2 S'�'ANDt1RD CpNSTRUC'TIOM SPECIFICATION DOCiIMENTS City Project Na. 102861 Revisecl July l, 2D11 01 SS 13 - 3 `1`EMPO1LA12Y Y1207�CT STGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY �F CHANGE GiTY OR RQRT WORTH 2O21 CONCAETE RESTORATIO�T CON'I'CtACT 2 S'I AIVDARll CONSTitUC'I'IO�T SPECLPICA,TION DQCiJME�]'I'S City Pxaject No. 102861 Aevised July 1, 2011 016000-1 PRODiJCI' REQi7IREMEN'TS Page 1 of 2 1 2 3 PART1- GENERAL SECTION U160 UO PRODUCT REQUIREMENTS 4 1.1 5LTMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Speci�cation 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— BidcZing Requirements, Contract Forms and Conditrons of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USEDJ 13 1.3 REFERENC�S [NOT US�D] 14 1.4 ADMI1vI�TRATIVE REQUIR�MENTS 15 16 I7 18 19 20 21 22 23 24 25 26 27 28 29 30 1,5 A. A list o� City approved products for use is located on Buzzsaw as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequentIy approved praducts wiII only be allowed for use upon specific approval by the City. C. Any specif c product reyuirements in the Contract Documents supersede similar producEs included on the City's Standard Pz�oduct List. 1. Tlae City zesarves ihe right to not allow products to be used foz certain prajects even though the product is listed on the Ciry's Standard Product List. D. Although a specific product is included an City's Standard Product List, not all products from that manufacturer are approved for use, including but not lrmited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTAL�/INI+ ORMATIONAL SUSMITTALS [NOT US�D] 32 1.'7 CLOSEOUT SUBMITTAL� [NOT US�D] 33 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT IISED] 34 1.9 QUALITY ASSUIZANCE �NOT USED] CITY OF FORT WORTH 2O21 CONCRETE RESTORATION CON'i'RACT 2 STANDARA CONSTRUCTION SPECIFICATION DOCUMENTS City Prajeci No. 102$61 12evised T]ecember 20, 2012 oi600a-z PRODUCT REQUIREMENTS Yage 2 of 2 1 1.10 DELTV�RY, STQRAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [,SITE� CONDITIONS [NOT U�ED] 3 112 WARRANTY �NOT U�ED] 4 PART � - PRODUCTS [NOT USED] 5 PART 3- EXECUTION (NOT USED] 6 END QF SECTION 7 Revision Log DATE NAIVIE SUMMARY O�' CHANGE I 0/12112 D. Johnson Modified Location of City's Standard Product List C1TY OF �'OR'E' WORTH 2Q21 CQI+ICRETS RESTORATION CON"1`RACT 2 STANDARd CONSTKUC'I'ION SPSCIFICATIOI�T DOCLiMEN'FS City Project No. 1 a2861 Reviscd December 20, 2012 Oi7000-1 MOB3LT7ATION AND REMOBII,IZA1'IQN Page 7 of A 2 3 PARTI- GENERAL SECTION fl1 i0 00 M�BIIIIZATION AND REM4BTL�ZATION 4 1.1 SUMMARY 5 A. Section Inciudes: 6 7 8 4 �a 11 12 13 14 15 I6 17 18 l9 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 4T 42 43 44 45 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnei, equipment, and operating supplies to the SiCe 2) Establis�ment of necessary generaI facilities for the Contractor's operation at the Szie 3) Premiums paid fpr perfozraaance and payment bonds 4) Transportation of Contractor's personnel, equipzrzent, and operating supplies to another location within the designated Site S) Relocation of necessary general faciliYies for the Contractoz's opezation from 1 lacation to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away frozx� the Szte including disassembiy 2) Szte Cleaz�-up 3} Remova� of aIl buildings and/oz ot��z facilita�s assexnbled at the Site for this Contract c. Mobiiizat�on and Demobilizatio� do not inciude activitzes foz sp�cific items of work that are for which payment is provided elsewhere i� the cantract. 2. Remobilization a. Remobilization for 5uspensian of Work specificaIly required in the Contract Docuznents or as required by CiCy includes: 1) Demohilization a) Transportation of Contzactor's personnel, eqUipment, and operating sup�lies from tfie Site incIuding disasseznbly ar tezxzporazily sec�aring eq�ipment, supplies, and other facilities as designated by the Contract Documents necessary to sus�end Y�e Work. b) Site Clean-up as designated in the Contract Dacuments 2) Remobilization a} Transportation of Contractor's personnel, equipment, and operating supplies ta the Site necessary to resume the Work. b) Establis�r�n�nt of necessary general facilities for the Contractor's operation ai the Site necessary to resume the Work. 3) Na Payments will be made foz: a) Mabilization and Demobilizatian from one Xocatzon to another on ihe Site in the normal progress of perfarmin� t.�e Wozk. b) Stand-by or idle time c) Lost prafits 3. Mobilizations and Demobilization for Miscelianeous Projects a. Mobilization and Demobilization C1TY OF FOTLT WORTH 2O21 CONCRETE RESTORATIOIY CQNTRACT 2 STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS CITX PR07ECT Nil�vTBEI2: 102861 Revised November 22, 2016 oi �o oo - a MOI3IL..�/,ATION AND REMQBIi,IZATION Page 2 of 4 1 2 3 4 5 6 7 8 9 ro 11 12 13 14 15 16 17 18 19 20 �) Mabilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work �rdex. b) Establishment of necessary gen�ral facilities for the Contractor's op�ratiox� at the Site for the issued Work Order 2) D�znobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work �rdez c) Removal of all buildings oz other �aciTities assembled at the Site for each Work �dez b. Mobiliza�ion and Demabilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Frojects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance af the Work ordez�. B. Deviations from this City of Fort Worth Standard Specificatian 1. None. 21 C. Related Specification Sections include, but are not necessarily lirr�ited to: 22 1. Divisaon fl-- Bidding Requirements, Contraet Forms and Conditions of the Contract 23 2. Di�sion l— General Requirements 24 1.� PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 3f 37 38 34 4D 4T 42 43 44 45 A_ Measurement and Payment [Consult City DepartmentlDivision for dix�ction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Sectian 1.2 A. I.] 1. Mobilizatao� and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance wztSa �k�is �tem are subsidiary to the vanious �tezns bid and no other compensation will be allowed. OMMITTED 2) The work perfartned and materials furriished for demobiiization in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Reinobilization for suspensian of Work as speczfzcally required in the Contraci Documents a. M�asurexrzent 1) M�asurement for this Ttem shall be per each remobilization performed. b. Payment CTf Y OP FOI2T W08iEI 2021 CONCRETS RESTORATION CONTI2AC'F 2 STANDARD CONSTI2UCTION SPECiFTCATION I�OCUMENTS CSTY PR07ECT NUMF3ER: 102861 Revised Aiovember 22, 201b 01700D-3 MOi3ILIZATIDN AND REMOB1LiZATION Yage 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 16 17 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 c. d. l) Tk�e wozk perfozzned and znatezials furnished in accordance witk� this Itez�ra and measured as pravided under "Measurement" will be paid far at the uait price per each "5pecified Remobilization" in accardance vvith Contract Documents. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section T.1.A.2.a.2) No payments will be made for standby, idie time, or lost profits associated this Item. - 3. Remobilization for suspension of Wark as reqnired by City a. Measureznent and Payzzaent 1} This shalI be submitted as a Contract Claim in accordance with Article 10 of Section QQ 72 OQ. 2) No payments vvill be made for standby, idle time, or lost pro�ts associated with this Item. 4. Mobilizations and Demobilizations for MisceIlaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mohilization and Demobilization required by Che Contract DocurnenCs b. Payment 1) The Woxk perforzx�ed and matezials fuz�nished ir� accordance with this Ztez�r� and measured as provided undez "Measurement" wiIl be paid far at the unit price per each "Wozk Order Mobilization" in accordance with Cantract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separateIy. c. The price shalI incIude: 1) Mobilization as described in Section 1.1.A.3.a.1} 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be zx�ade for stax�dby, idle time, oz� lost pxofits associated tk�i�s �tez�. S. Emergency Mobi�izations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shalI be for each MobiIization and Demobilization required by the CQntract Documents b. Payment 1) The Work performed and materials farnished �n accordance with ihis Item and measured as provided under "Measuzezx�ent" will be paid for at ilae u�ait price per each "Wozk Ordez� Ez�r�ergency Mobilization" i� accozda�nce wat� Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2} d. No payments will be made for standby, idle time, or lost profits associated this Item. 46 L3 REFERENCES �NOT USED] 47 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USEDj C1TY OF FORT WORTH 2O21 CdNCRETE RE5TORAT[ON CON"i'AACT 2 S'I'AiVDAI2JJ CONSTRUCTIQN SPECIFICAT101V DOCUMENTS C1TY PR07ECT NUMBER: 1D2861 lZevised Navember 22, 2016 O170DO-4 MOBII,IZA'I'ION ANI7 REMOI3ILT7A,TION Yage 4 of 4 x �.s �uBm«TTaLs �NOT vs�cna 2 1.6 IN�'QRMATIONAL SUBMITTAL� [NOT iTSED] 3 1.7 CLO�EOUT SUBMITTALS [NOT USED] 4 1.S MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED] 5 19 QUALITY ASSURANCE [NOT U,SED] 6 114 DELIVERY, ST�RAGE, AND HANDLXNG [NOT USED] 7 i.11 FIELD [,SITE] CONDIT�ONS [NOT USED] 8 112 WARRANTY INOT USED] 4 PART 2- PRODUCT� [NQT USED] 1Q PART 3- EXECUTXON [NOT USED] ]I 12 END OF SECTION Revzsion Log DATE NANIE SUMMARY OF CHANGE 11/22/16 Michael Owen ��2 Pnce and Payment Procedures - Re�ised specificahon, including blue text, to make specification fiexible for either subsidiary ar paid 6id item for Mobilization. 13 CPI'Y OF FOAT WQRTH 2O21 CONCRETE RESTORATiON CONTRACT 2 STANDARD CONSTRUCTIOI�! SPECIPICATION lldCUMEI�lTS C1TY PROJECT NUMBER: 102861 Revised November 22, 2016 017123-1 CONS'I'RiJCTION S�'AKING AND SiJItVEX Page 1 of S 1 2 3 PART1- GENERAL S�CTXON Ol. '�l 23 CON�TRUCTION STAKING AND SURVEY 4 1.1 SUMMARY 5 A. Section Includes: G 7 8 1. Requirements for construction staking and construction survey B. De�iations from this City of Fort Worth Staridard Specification 1. None. 9 C. Related Specification S�ciions znclude, but are not necessariiy limited to: 10 1. Division 0— Bidding Requirements, ConCract Fom�s and Conclitions of the Contract I1 2. Division 1-- Gcneral Requirez�r�e�ts 12 1.2 PRICE AND PAYlV1ENT PROCEDURES l3 14 IS 16 17 i8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Constructian Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and Che materials furnished in accordance with this ICem shall be paid for at ihe lurnp sum price bid for "Canstruction Staking". 2} Payznent foz "Consiruction Stakzng" shall be z�nade in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Veri�cation of control data provided by Ciry. 2) PIacement, maintenance and replacement of required stakes and markings in the field. 3) Preparation anc! submitCal oi construction staking documeniation in the �orm of "cut sheets" using the City's siandard template. 2. Coz�struciion Survey a. Measurement 1) This Item is considered subsrdiary to the variaus Items bid. b. PaymenE 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Bui1C Survey a. M�asurezn�nt 1) Measureznent foz this Ztem shall be by lump sum. b. Paymeni 1) The work performed and the materials furnished in accordance with this rtem shall be paid for at the lump sum price bid for "As-Buiit Siu�vey". C1T Y' OF FOT2T WOIi'Y'1�i 2021 CQIYCRETE RESTQRATIO�T CQNT[t ACI' 2 STANDARD CONSTRTICTION SPECIF'ICATFON DOCUMENTS City Project Numher 102$61 Revised February 14, 2018 017123-2 CONS'�2UCTION STAKING AND SiJ12 VEX Page 2 of 8 1 2 3 4 S 6 7 8 9 2) Payment for "Constructian Staking" shal� be made in partial payments prorated by work completed corr�pared to total work included in the lump sum item. c. The price bid shall includ�, but zaot be liznited to ihe following:: 1) Field measurements and s�r�ey shots ta identify lacation of completed facilities. 2} Documentation and submittal af as-bu'rlt survey data onto contractor redline plans and digital s�rvey files. ] 0 1.3 REFERENCES 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Definitions 1. Constructaon Suz-vev - Tk�e survey m�asuzezrzents znade pzior to oz wk�il� construction is in prpgress to contral elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Surve� --The measu�rements made after the construction of the improvement features are complete to provide posi�ion coordinates for the features of a pro�ect. 3. Construction Staking — The placement of stakes and markings to pro�ide offsets and elevations to cut and fill in order to locate on the ground the designed strucCures/improvexnents incJ.ud�d 'zn the Project Dzawings. Construction staking shall include staking easements andlor right of way if indicated on the plans. 4. Survey "F'reld Checks" — Measurements made after constructian staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical Refezenc�s 1. City of Fort Worih — Constructian Siaking Standards (available on City's Buzzsaw website) — 01 71 23.16.01_ Atiaehment A_Survey Sial�ing Standards 2. Ciry of Fort Worth - Standard Survey Data Collector Library (fxl) files {available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas SocieCy of Pro%ssional Land Surveyors (TSPS}, Manuai of Practice for Land Suzv�ying in t�ae State of Texas, Categozy 5 34 1..4 ADM�NISTRAT�VE REQUXREMENTS 3S A. T�e Contractor's selection of a surveyor rnust coinply with Texas Government 3b Code 2254 (qualitications based selection) for this project. 37 1S $LTBMITTALS 38 A. Submittals, if required, shall be in accordance wiih Section O1 33 00. 39 B. All submittals shall be received and reviewed by iiie Ciiy prior to delivery oi work. 40 1.6 ACTION SUBMITTALSIINFORMATIONAL SLTBMITTALS 41 A. Field QuaTity Control Submittals CT'1"Y OF FORT WOIZTH 2O21 CONCTtEiE 1t�,S'I'OTtA"I'TO1V CONT'RACT 2 STANDARD CONSTRUCPION SPECI�ICATION DOCUMENTS Ciey Project Number 102561 Iie�ised February 14, 2018 017123-3 CONS1'RUCTION STAKING AND SURVEY Page 3 of 8 1 I. Documentation verifying accuracy oi field engineering work, including coordinate 2 conversions if plans do x�ot inci�cat� grid or ground coogdinates. 3 2. Subzxait "Cut-Sheets" conformin� to the siandard tezxzplate pzovided by the Ci[y 4 {zef�z to O1 7I 23.16.01 — Attack�zniez�t A-- Suz-vey Stalang Standards}. 5 1.i CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 S 9 10 I1 12 13 i4 15 1. Submit AS-Built Survey Redline Dravvings documenting the locaiipns/elevatians of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work {refer to O1 71 23.16.Oi — Attachment A — Survey Staking Standards) . 2. Contractor shalI submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the Ciiy priar io scheduling the construction final znsp�ctzon. 16 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT iJS�D] 17 19 QUALITY ASSLTRANCE 18 A. Construction 5[aking 19 1. Construction staking wiIl be performed by the Contractor. 20 21 22 23 24 25 26 27 28 24 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 2. Coordinat�on a. Contact City's Project Representative at least one week in advance notifying the City of when Consiruction Staking is scheduled. b. It is the ContracCor's responsibiliry to coordinate staking such that consmaction activ�ities are not delayed oz negatavely iznpaci�d. 3. General a. Contractor is responsrble for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perfarm staking. If in the opinion of the City, a suff�cient number of stakes or markings have been lost, destroyed c�isturbed or omitted that the contracted Work cannot take place then the CantracCor wi�l be required to stake or ze-staka ihe deficzent areas. B. Construction Survey l. Construction Suzvey will be pez7Fornned by the Coz�tractoz. 2. Coozdination a. Cantractar to verify that horizonta� and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be perfarmec� in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For canshvction methods other than open cut, the Contractor shall perfarm construction survey and veriiy control daCa including, but noC limited to, the fo2lowing: 1) Verificatzor� that established benchmarks an� control are accurate. CTI'Y OF FORT WORTH 2O21 CONCRETE RESTORATIOIV CONTRACT 2 STt1NDA[tD CONSTRTJCTTON SPECIFTCATION DOCUMEN'I'S City Project Numbee 14286i Revised February 14, 2018 Ol 71 23 - � CONSTRUCTION STAKIIVG AND SiJRVEY Page 4 of 8 l 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 16 l.7 18 ]9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 34 40 4I 42 43 44 45 46 47 4$ � 2) Use of Benchmarks to furnish �nd maintain ail reference lines and grades �or tunneling. 3) Use of line and grades to estabIish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. S) Provide access for tk�e Czty, if requested, to verify the guidance system and the Iine and grade of the carrier pipe. 6) The Contractor remains fully respansibie for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit �aily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 OS 23 andlor 33 OS 24), immediately notify th� City az�d cozxect the insiallation in accozdance with tlae Contract Documents. As-Built Suzvey 1. Requized As-Buzit Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coarctinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items tlaat are to be buz�ed such that consiruc�ion activities are not delayed or negatively irnpacted. c. Far sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ens�re accuracy. 3. General a. The Contractor shall provide as-built survay znclud'zng the elevation and locatian (and pro�ide r�ritten documentation to �Eie City} of construction features during the progress of thc construction including the fallowing: 1} Water Lines a) Top of pipe elevations and coordinates far waterlines at the following lacations: 2} 3} (1) Minimum every 250 linear f�et, zncluding (2) Horizontal and vertical paints of inflection, curvature, etc. {3) Fire line tee {4) 1'lugs, stub-outs, dead-end lines {S) Casing pipe (each end) and al� buried fittings Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer ]ines {non-gra�rity faciliEies} at the following locations: (1) Minimum every 250 linear feei and any buried fittangs {2) Harizontal ar�d vertical points of inflection, cur�vature, etc. Stormwater — Not Applicable CFI'Y OF FORT WpRTH STANDAItD CONSTRUCTTOIV SPECTPICATION DOCUMENTS Revised February 1�, 2018 2021 CONCRETS RESTORAITON CONTRACT 2 City Project Number 102&61 417123-5 CONSTRUCT'ION STAKING AND SURVEY Page 5 of 8 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 rs Ib 17 18 19 20 21 22 23 24 b. The Contractor shalt provide as-built survey including the elevation and location {and pzovide written docunnentatio� to the Ciiy) of constructzon features after tbe construction is completed including the folIowi�g: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a} Cathodic protection test sta[ions b) �ampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) VaIves (gate, butterfly, etc.) t) Air Release valves (Manhole rim and vent pipe) g) Blow ofi valves (Manhole rim and valve lid) h) Pressur� plans valves i) Underground Vaults (1) Rim and flo�x+line elevations and coprdinates for each Underground Vault. 3) Sanrtary Sewer a} Cleanouts (1} Rim and flowline elevations and coordinates for each b) Manholes and 7unction �truct�res (1) Rim and flowLine elevations and coordinates for each manhole and junction structure. 4) Stozxxawater — Not Applicable 25 1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 3l 32 33 34 35 36 37 38 39 40 4i 42 43 �� 1. Recovery of relevant control points, points of curvature anc� points of intersection. 2. Establish temporary horizonCal and vertica� control elevations (benchmarks) suff cientiy permanent and Iocated in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Esiabiishing final line and grade stakes for piers, flaors, grade beams, parking areas, utilzties, streets, highways, tnnnels, and atfier construciion. b. A record af revisions or corrections noted in an orderly manner for reference. c. A drawing, when requirec� by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projecis. These cut sheets shalI be on the standard city tempIate which can be obtained from the Survey Superintendent {817-392-7925}. 5. Digital survey files in th� following fozznats shall b� acceptable: a. AntoCAD {.dwg) b. ESRI Shapefile (.s�p) C1TY OF FORT WORTS 2021 CONCRETE RESTORATIQN CONTRACT 2 S'I'ANDATZA CONS'I'RUC'�'IOIV SPECIFICAT[pN UQCUMENTS City Praject IVumber 1D2867 Revised �'ebruary 14, 201$ 017723-6 CaNSTRUCTlON STAKING AND SURVEY Pagc 6 nf S 1 c. CSV file (,csv), formatted with X and Y coordinates in separ�ie columns (use 2 staadard templates, if available} 3 6. Survey files shall include vertical and hor�zontal data tied to original project 4 control and benchmarks, and shaIl include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Toleranc�s: 8 4 10 11 12 13 14 15 l6 17 18 19 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1. The staked location of any improvement or facility should be as accurate as pzaciical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield ta specific requirements. The surveyor shall assess any situation by review of the overaIl plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal aIignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shail be wit�in .0.1ft tolerance. c. 1'a�ing or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any ofiher restrictive line. Away from any restrictive line, these iacilities should be siaked with an accuracy producing no naore than 0.05ft. tolerance from thezz speci�ied locatians. d. Undezground and overhead utiTities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas ar easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified locatian. e. The accuracy required for the vertical Iocation of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0. i ft. should b� znaintained. Undezground and overhead utilities on planned profile, but not dependin� on gravity #�ow for perfarmance, should not exceed Q.1 ft. talerance, B. Sur�eying instruments shall be kept in close adj�stme�t according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibrat�on report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy %he closuzes azzd tol�zazaces expxessed in Part 3.1.A. 2. Vertical iocations shall be establzsk�ed frorca a pre-established benchmark and checked by closing to a different beneh mark on the same datum. 3. Construc�ion survey field work shall correspond to the client's plans. Irregularities or conflicts found s1�a11 be reported promptly to the City. 4. Revisions, corrections and other pertinent data sl�all be Iogged for future reference. C1TY pF F4RT WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 STANDP.RD CONS'112C]C"1'ION SPECIFICA'I'Id1V DQCEJME�TI'S City Praject Number 1028b1 Revised Tehruary 14, 2018 017123-? CO�TSTAUC'I'IO1V STAKINCx ANA SURVEY Page 7 of 8 1 3.2 EXAMZNATX�N (NOT US�D] 2 3.3 PREPARATION [NOT USED� 3 3,4 APPLICATION 4 5 6 7 S 9 10 11 l2 13 I4 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 3.S REPAIR / RESTORATION A. If the Contractor's work damages or destroys one ar fnore af the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or zeplaced due to dazx�age caused during construciion operaiions. a. Contractoz shalI perform replacements a�d/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before furti�er associated work can move forward. 3.6 RE-XNSTALLAT�ON [NOT USED] 3.'� F�ELD [oz�] SXTE QUALxTY CONTROL A. It is the Cantractor's responsibility to maintain all stakes and controI data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do noi change or relacate stakes or contzol data without approval from the City. 3.8 SYST�M STARTUP A. Suzvey Checks I. Tk�e City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checics by City personnel or 3'� parry contracted surveyor are not i�tended to relieve the cont�actor of his/l�er responsibility for accuracy. 39 ADJIISTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLO,SEOiTT ACTIVITIES [NOT USED] 312 PROTECTION �NOT US�D] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT U5ED] END �F SECTION Revision Log CITY OF FORT WORTH 2O27 CpNCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCI'ION SPECTFICATION DOCUMENTS Ciky Project I�lumber 102$51 Revised Ceh�-uary 14, 2018 Ol7]23-8 CONSTkUCTION STAKINGAI�ID SURV�Y Page 8 of 8 DATE NAME SUMMARY OF CHANG� 8/31/20i2 D.Johnson Adcled instruction and modiiied measurement & payment under 1.2; added 8/31/2077 M. Owen de�nitions and refezences undez 1.3; moda�iad 1.b; added l.7 closeout submittal requirements; modifed 1.9 Quality Ass�rance; added PART 2— PRODUC'TS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and paymcnt sectipns for Cons[zuction 3taking and As-Built Survey; added refere�ce to seiection compliance with TGC 2114/201.8 M Owen 2254; revised action and Closeout submitlal reqixirements; added acceptable depth measurement criteria; revised list of items rcquiring as l�uilt survey "during" and "a€ter" construction; and revised acceptable digital survey file format crr�r ou �oxm wox�rx zozi caNCRE� uESTouA�oN caN�ncr z STANDARD CONSTAUCTION SPECIFICATION DOCUMEI�TS City Project Number 102861 Re�ised February 14, 2018 _-� � s��t�o� 01 �12�.�1-��t���,����� Suru�y Staking St��dards February 2017 C;\Users�islamT�AppData�Local�Temp\01 71 23.16.01 Attachment A_SUrvey Staking Standards.dacx Page 1 of 22 These procedures are intended to pro�id� a standard methad for construction staking services associated with the City of Fort Worth projects. These are nat to f�e considered all inclusi�e, but only as a general guideline. Far projects an TXDOT righf-of-wuy ar thrpugh joint TXDDT partitipation, adherence to the TXDOT Survey Manua! sha11 be followed and if a discrepancy arises, the TXDOT manualshall prevpil, �h�tp://flnlinemanuals.txdot.�ov/txdotmanuals/ess/ess.pdf) If you ha�e a unique circumstance, please cansult with the project €�nanager, inspectar, ar sur�ey department at 817-392-7925. iable of �nntents I. City of Fort Worth Contact Infarmation II. Construction Colors III. Standard 5taking Supplies IV. Sur�ey Equipment, Control, and Datum S�andards V. WaterStaking VI. Sanitary Sewer Staking VII. Storrn Staking VIII. Curb and 6utter Staking IX. Cut Sheets X. As-bu[It 5ur�ey C:�Users�lslamT�AppData�Local�Temp�01712316A1_Attachm�nt A_Survey Staking Standards,docx Page Z of 22 �� �I� Surr�eV D�partment Contact fn�ormation Physical and mailing address: 8851 Camp Bowie West Boule�ard Suite 300 Fort Worth, Texas 76116 Office: ($17) 392-7925 Survey Superintendent, direct line: (817} 392-8971 Consfruc�ion Colors The following colors shall be used for staking or identify'rng features in the field. This includes fiagging, paint af laths/stakes, paint af hubs, and any iclentificatian s�ch as pin flags if necessary. Uiility PROPpSED EXCAVATION ALL ELECTRIC AfVD CONDUI�fS POTABLE WATER GAS OR OIL `fELEPNONE/FlBER OPTIC SURVEY COIVTROL AOINTS, BENCHMARKS, PROPERTIf CORNERS, RIGNT-OF-WAYS, ANQ ALL PAVING fNCLUDING CURB, SIDEWALK, BUiLDING CORNERS SANITARY SEWE�i fRFiIGATION AfVQ RECLAIM�D WAT�R � Standard Stakin� Suppfies Color W H ITE � ;-.;�i.i- � L L L�iL�1 OR�NGE p1�lK .�?��i�,..li�. Item Ilfiinimum size Lath/Stake �6" tafl Wooden Hu� (2°x2" min. square �referred) 6" tall Pin Flags {2.5" x 3.5" preferred) 21" long G�ard Stakes iVot required PK or Mag nails 1" I�ng fran R�ds (�./2" ar greater diameter) 18" iong Survey Marking Paint Water-hased Flagging 1" wide Marking Whiskers {feathers) 6" fong Tacks (far marking hubs) 3/4° long C:�Users�1slamT�AppData\Locaf\Temp�017123.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 111. Sur►�eb �quipmen�t, Conrroi, and Dafum Siandards A. City Benchmarks All city benchmarks can 6e found here: http://fortwor�hYexas.�o�/itsolutia�s/GIS/ Look for `Zoning Maps'. Under `Layers' , expand `Basemap Layers', and chec� on `Benchmarks'. Canventional or Robotic 7otal Station Equipment I. A minimum of a 10 arc-secand instrument is required. I1. A copy of the latest calibration report may be requ�sted by the City at any time. it is recommended that an instrument be calikrrated by certified technician at least 1 occurrence e�ery 6 months. C. Netuuork/V.R.S. and static GPS �quipment I. ft is critica] that the sur�eyor verify the corr�ct harizontal and �ertical datum prior cammencing work. A site calihration may be required and s�all consist of at ]east 4 control points spaced e�enly apart and in �arying quadrants. Additional field checks o'f the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for sta[�ing af property/R.O.W, forced-rr�ain water lines, and rough-grade only. No GPS stakin� for concrete, sanitar� sewer, storm drain, fina! �rade, or anvthin� that needs ►►ertical �radin� with a tolerance of 0.25' or less is allowed. D. Control �oints 5et l. All control points set shall be accornpanied by a iath with t�e appropriate Northing, Easting, and Efevation (if applicable} of the point set. Control points can E�e set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optionaf, but preferred if the cap is marked 'control point' or similar wo�-dEng. II. Datasheets are requirecE for all control pQints set. Datasheet shoufd include: A. Horizan�al and Vertical Da�um used, Example: N.A.D,83, North Central Zone 4202, f�AVD S$ Ele�atipns 8. Grid or ground distance. — If ground, pra�ide scale factor used anc! base point caardinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid modeE used, Example: GEOIDI2A C:�Users�IslamT�Ap�Data�Loca1�Temp�017123.].6.01_Attachment A_Sur�ey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in s�rface coordinates, the City's preferred grid dat�am is listed befow. Careful consideratior� must be taken to verify what datum each �roject is in prior to beginning work. It is essential the sur�eyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAI]_7.983_StatePlane Texas_North_CentrafeFfPS_4202_Feet Projection: Lambert_Conformal_Conic �a I se_E ast i ng: 19685 OO.00OODfl00 False_N o rth ing: 656 �.666.66666667 Central Meridian: -98.500fl0000 Standarc! Parallel 1: �2.133�333� Standard Parallel 2: 3�.95666667 Latitude_Of Origin: 31.66665667 Linear Unit: �oat 115 Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree N�te: Regardless of whaf datum each particuiar project is in, deli�erables to the City must be canverted%#ranslated into this preferred grid datum. 1 capy of the deliv�rabl� should be in the praject datum (whatever it may bej and 1 copy shauld be in �he NAD83, TX North Cer�traE 4202 zQne. See Pre erred File Namin Conventinn helow F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevaiion, Description, fVotes (if applicable) H. Preferred File Naming Convention This is the preferred farmat: Ci�y Project Number aescription_Datum.csv �xample for a proiect that has surface coordinates which must be translated: File 1: C�.234 As-built af Water an Main Street Grid IUADS3 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv C:�Users\IsiamT�AppData\Loca1�Temp�017123.16.Of_Attacl�ment A_Survey Staking Standards.docx Page 5 of 22 Example Control 5talces � � � � � � � � � � �.�� � � � � � ,� �� � � � � � � � tn � �.� � LiJ �I � � � � � � _ ..� �...-_ _ ...v.,. ...�...._ .. i ���� `:: :, � � � � ..� � � W EL, = 100. 0�' � w _ � �,, �. � � � . t— z � � � � t�_ �, �.r� � �'.� � � -.-, F-- cr� � � �� t� � �� �� Cf �� �J��t��0.00 t� w � � � c� c� « � � E=5�3d0.�30 �� � i�� �� � �' � � � r..� � � � _.... � � cra -� y' � � �.__ � �_� �� � �� �,.., �� �N C:�Users�1slamT�Appllata�Local�Temp�017123.16.01_Attachment A_Sur�ey Staking Standards.docx Page 6 of 22 !!. Water Stakin� Standards A. Centerline Staking -- Straight Line Tangents 1. Offset lath/stakes every 20D' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger cliameter pipes V. Grade shoufd be 3.50' befow the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VIl. Cut Sheets are required on all staking and a copy can be received from the sur�ey superintendent Optional: Actualstakes shall consist of a 6DD na11 or hub set with a whisker B. Centerline Staking - Cur�res I. If arc length is greater than 100', POC (Point of Curvature} offset stakes should be set a� a 25' interval II. Same gradEr�g guidelines as abo�e IIL Staking of radius points of grea#er than 100' may be omitted C. Water Meter Boxes L 7.0' perpendicular offset is preferred to the center of the box li. Cent�r of ihe meter shauld be 3.0' behind the proposed face of curb lII. Meter should be staked a minimum �f 4.5' away from the edge of a driveway IV. Grade is to top of f�ox and should be +0.06' higher than the �roposed top of curb unless shown otherwise on the p�ans D. Fire Hydranis I. Center of Hydrant sho�Id be 3.0' i�ehind proposed face of c�rl� II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ifl. Grade of hydrants should be +Q.30 higher than the adjacent top of curb E. Water Valr►es & Vaults I. Offsets should be perpendicufar to the proposed water main II. RIM grades should oniy be provided if on plans C:�Users�1slamT�AppData\Local\Temp\01 71 23.16.D1._Attachment A_Survey 5taking 5tandards.docx Page 7 af 22 �xarnple l�later Stakes '�� ; r. � �� �� � �� � '� � � �� .--, �� � �, � r, � �r � .� � - t� c,� ---- -- �_..__�._ _ �_ �_ ,_� � � ��_q�� � _�V��— 5TA�2�0� � C-3.62 A 2 � � � tr_I �� � � � t u � � � � � w � � w��� � �.""" � � � a � � ���� x` � _______ ______. +��s ` (� � ��' Q/� �. �/�- ,�� s�;n��+��.af _ � c—�.s� � � � �. u� � � � � � � I�, [aia EE.� tl�I.iS' � � � k�.�..,....,.�............... , � 1� 1 � � �.- , G .,J 5 r � � ~O � �� �� �� �� �'� � �� , w ��� 0. �� � �� � � � �� � s� �. � F-. � � � Ia�� � � r � L, ` � � � =� ��� ;�j � .'��� � � W � �1 a � i � �' �� �� � � �� � �� _ � � � �� � ; �� i5�� 1, 1 � � � o `'�' � � � `? ,� i U �..:. ----� -�. �- a _ �-i M��� ��C �' Cr�S �/� sra=a,-cu :�II -,,, c-�.�s [� ��— a, ,,� ,� ..,..W -- ll �'" � 4. �--�} rn ' � �-t�� � �� 1 � � ��� '`a G7 ».1 f (f] � � '�Q�'� W `�'f t..� � _- C7C3�� � � � t,qf8� — 3q0. S ��vi� � w � � ��� � � ` F= [1 � 3 > �� n W � J -=� t'7. x pq � cU � x C:�lJsers�1slamT�Appbata�Loca1�Temp�01 7123.16.01_Attachment A_Sur�ey Siaking Siandards.docx Page S of 22 VI. Sanitar� Sewer S�taki�� A, Centertine Staking -� Straight line Tangents I. fn�erts shall be field �erified and compared against the plans before staking ]I. Painted green lath/stake W1TN hub and tac� or marker dat, no flagging required III. 1 offset stake between manholes if manholes are �}00' or fess apart IV. Offset stakes shou�d be located at e�en distances and perpendicular to the V. VI Vll. Vlfl. centerline Grades will be per plan and the date of the plans used s�ould be nated If multiple fines are at one manhole, each line shalf have a cu#/fill and direction noted Stakes at every grade break Cut sheets are req�ired on ali staking Optional: Actual stakes shal! consist of a 60D nail or hu.b set wrth a whisker B. Centerline Staking — Cur�es I. If arc length is greater than 100', POC (Point af Curvature] offset stakes should be set at a 25' in�er�al fl. Staking of radi�s points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the cantractor II. Flowfine grade should be or� the iath/stake for each flowline and dir�ction noted fll. RIM grade should only be on th� stake when provided in the �lans C:\Users�IslamT�AppData\Local�Temp�01 71 23.15.01_Attachment A 5urvey Staking Standards.docx Page 9 of 22 �xample Sar�i�tare� Sewer Stakes �� � � � � � � � � � � � ,_,. � �� ��v .�, �•- � � ��� � � y�� — _ �� ��T' J�S��. SS y� srn �+s�� �u, c.�� �� c a � � � ti � � _�� �.r w���_.....����-� .._.w � �, �� � � �� � �. �� �� �� � �: � S�� i ......._....`a.._ ":atii"'"="�:.::Y::.tl�-^ .�=W^A-� `—.V^4'^..m.--"t'�C�:'4Y=U.��.^'µ"`..',-`.. "^�E:��"".,tx^`�."��Y�._:� ^ �"c, yV"":� F_. • ,,...M.m....�.�__.�_... . ..M, .� ��.���.. �.. �� � sr�—a}��� � �, c—��. � � c—.�� � c-ag �___ .._.�..�.�.� �_ �____.�.�.__._ ��____..M... ......._....___. �1 1 � W � .y+ y�"" � � ' �� � � � �� (� � �� oIs � ss ��� � c�� p �� � .._,.W . _ �7 � �.t.i �� � 3 � �...a..... ��� O �i i i ' :7» �,/ � �3 ' 1� i.i � ii L1 I i; j; . � � i�� , I � � � p �_. � �~ � z , 'h w '�`d � �; � � � � c� ���, � � � �— �. � � ����,, � � `� ���, ��/`3,, �.m 55�.�. m�,. m srr� G /''y�r' " !�=�11� LL � � p �e {�3 r:��� r"� '.,.+ e>-� � �C;3 � � � �Y-�����:���.m=�_��_...�_. �� � C—� �vs C�-�5 C—_N�__ ! �S.e� �.� � � � �� _.�._��.._.�.. �.__._._.�._._,..�..�,�.�� _ � 1�' 0 �� � 5 �B»AiUL1i ___ _� � ��... � , � � � _ �._— ..,... �� ..�.�..�4....._.__...... ...II_.a.....__ �... � 4 UF .3 �% � � �S � �w" \` � �Sf 7� � � X �J up�'G�j {'�W Z� � ��� �y '�� �,�,�r � i7 � � � F-yl V. � �� `� i�� P Y v�' "'" �� � �� a"�. �,' `i a3 � � t3 2 Q: � .� ��. � � 'h �f �V ��� � � i � � � � � �� � W� � ��� � ��� mm ��� � ��� ,K r. ,� �'i � �i � ���� �'R � �� � �� � �ti� �� r � �{�` ,. '�� ,�s° �. � � ����� � ����� ��.,.�� � � tiU���� � yd p 4 c����� ����.� � 4. 4C9 � �� S� �� �� �a �+ �� �� �� r� W �� ��� � � [L. Wt� � ��y i � �� �� �,,� w� �� w� z� �J� �7� A1.3{�," r? V! � C? �ir.� � � � �1 i m� � � ��� ��� ��43 ,r,,� fl � z�'�� E]..�Y� � c�'r�y� �n �.i � m�,s �Wz C:�Users�IslamT�AppData�l.aca1�Temp�Q�. 7J. 23.36.01_Attachment A_Sur�ey Staking Standards.dacx Page 10 a# 22 llll. S�orm Sewer 8a lnlet S�akin� A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200' an even stations II. Grades are to flowline of pipe unless otherwise shown or� pfans IlI. Stakes at every grade break IV. Cut sheets are rec�uired on a�l staking Optional: Actual stakes shall consist of a 60D nail or hu6 set with a whisker B. Cenierline Staking -- Curves I. If arc length is greater than 100', POC (Point of CurWat�re) offset stakes shou[d be set at a 25' interva] [I. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets i. Staking distances should be measured from end of wing II. Standard �.0' Inlet = 15.00'total length III. Recessed 1�' Inlet = 20.00' total length IV. Standard doul�le 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 ofFset stakes per manhole for the purpose of providing alignment to the contractor I�. Flowline grade should be on the lath/stake for each flowline and direction noted ill. R!M gracfe shoufd only be an the stake when provided in the plans C:\Users\fslamT�AppData\Loca1�Temp�01 71 23.16.01 Attachment A Survey 5taking 5tandards.docx Page 11 of 22 Examp[e Storm Inle� S�takes �ACIC (soe F,war�c R.aw.j .�7R;�. P[71tff # E�, € I�I H�aa m.�vnnna � � � i � 1 I � �: i'm.�. � _. m 3�� �,`�! - ��!�:�.3 .'�__� _, m. � ., _ ._......... , � � _ �. _ _ � ,, , �` - 3_.......... .__ - �" d , _ . . �. ____.____•_�`_ Ff��NT (SIDE FACING �� _ 4_.i. 3 j D I � m � � ! _ � � �r 1. 3� �� � � 4DENT1�IES 4�}�IICi�I E7JD �]F THE 'A1�lG : � r HEIM� STP}tEd �: ; 11 it14.ET S3"Aflbh1 ; � (I� Nf}TEO 4M PLANS� �� �' fCfhlilFl� GRAL'E �II 7�3 TCF � rY]R9 i C� I � j� �� IpENT1F7ES CR�aE 'y� ,� T� F1.1p1'�.1NE ! � I � �� I E� AGK {soe F.s�nc A.a.w} PCINi �L �� � i Hue �vM�or3 � I ��I �R��JT (51DE FAGIN� �� � �" � i � : p �i :� .� .� i� �� ,� ' ��iner��rr�� ��icw EMC� CF lHE YAhI� € ., e�r�� srn�€ea �- � � € � E �' E .' .. : �1 O �� �� c� !I E� � , � dISTkHOES F6R INLETS _.__,��_.�__� Y sr��okfta yo` — ia' RECESSEG 1Q - 2fif SfkWtlPR6 DQU6LE 10' � 2B.6Y ,�. .......� — — — — F�CESSE� OOUBLE 40�-_3� 67 ,.___.�.E SiUB YllT}i TF�N ----------' E � --- '� � � I &tcf�C t7F i4VLET � ry�- I '.i�• : y�.. _ ; � ji ;]i ' �ll � � �p ; . :~ �; � � �I - f,{.ANMCllE 'r. �� o� RIM "� r� " � � �A� . � � 8rif,�'. GF �JF9 � • '•: � 8,4�.1C OF ��JRB _ _ — � ....._._.... .._._ .._... �ii{�i..: +:� +.:_# :. i �' ..' k.- '. .r .':R.. ay v ._' . ^� i .. * �� � '�'�r�{ix ;'_: r � .—» .-- .-w � _ _ _ FLJIRIiaE �' • FrlEE OF itILET + F.WCE OFTINI.ET --- �1.D54UNE .,... .....EI3t� OP PAVFMENT� ~ ED� OF Pn44AE7V7 Ed� flF PR?�EYAENT E�GE OF PAFEMENT C:�Users�1slamT�AppQata�l.oca1�Temp�01 71 23.16,D1_Atiachment A Sur�ey Staking Standards.docx Page 12 af 22 VIII. Curb and Cu�fer S�aking A. Cer�terline Staking — Straigh€ Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are ta top of curb unless otherwise shown on plans Vfl. 5takes at every grade break VIII. Cut sheets are required on afi staking Optional: Actual stakes shall cansist of a 60D nail or hu6 set with a whisker B. Centerline Staking — Cur�es I�I. ]f arc length is greater than 100', POC (Point of Curvature) offset stakes should be se# at a 25' inter�al IV. Staking of radius points af greater than 1D0' may be amitted Example Curb & Gutter Stakes FR � �1 T ��in� F,acir�� �) �� � FF� �N T � c FRDNT �51QE FACING �j ioe��e�es sTaeT PC, 9pE FACIMG �) eowT � ��ua�urse , � FR ON 7 ia�run��s �a {5DE FACINC � ROII�F OF r.�. T aOENi 0 �� `, :y `W� •�� m �v i 4 :PT^ � UJ-i�f� � u�'i i� ' o� ir}c � io�nnfl�s o�s�t is rn � (SIDE FACIhlG R.O,W.} � �A�7C �CIfR9 CR FjC ,rlc � Q � I F G F i F h C E 4 F C U F B Q '""" E y '.��. r-zj j m I I 1 I �at�r� s. $ '� �� III 1 � �� � � � III I I C E H 7 I Fl E 5 G R A O€ I S � � ! ! I I I C iY � TI� 74 NP �F CI�F� _-�^-- x? f I I I �ua E�Ev�nor� .� � -� �� �a,� o«; �=r = —j � ( L RAPIUS PUfN75' o ' � j � � d ` � ' - - . _ _ .._.. —•�._�-��_ — � .._.._..__�..�..�..�.____.��"�_�_W.._..�.,�.�..�.�'��_r � E't i ,�=-'`'���. ._� � i� � � � s �O•�.. % � I � � '��,� � � � � r � -����_w y �i�y� 1 /� r! /1 '""i< �� l' w�f i ! f i � � � ` ; T.. ( {�U• ! f� f{ i{ f ti���� � � e f� } � ,�.��. �� r �! i �-����"� .- - -3 ''` �. `, f''�� ,rl TCIP �F CLIRg E �—�—.~.µ �� ..T - '� � .� � �� � � s� ���r � ��x �� �� _ ���� BACK {3F t�l JREI ~ .~ .~ �'.� '`�.� �y���, ~ � � F � � ."' --,-"� � ��� � ���� �ACE �F �URL '`��� f � ,.� � r-''� ��� �. __�..�-� r���� FLQ44LI NE EpGE €3F PkV�h1�1�7T C:\Users\IsfamT\AppData�Loca1�Temp�01 71 23.16.01 Attachment AWSur�ey Staking Standards.docx Page 13 of 22 �xample Curb & Guiter Stakes at Intersection � l�' ��p �� c� L��� � � � � �a�w� U,::,:: �� ''� 10' O/S \ 5TFa2e60 �:, F�MCJ� � � �- � _._ _ �_ _ _ �:� �.�_� __.__ �� � _� �._. Q � � � �xa �n �. � ,f31 � «� ; �: _.. ..._. _ b�� � a �� Q � s? � � _� � � �, � � � � � O � S u�a `� �.. ..�. > � u> � � � '.;_ �._� __. �. Y.', � � � � �=; --- � � � cL .± s ~ C% ytj Z ,n � �s ' "r --_�� i - � �� d �� �� ,R4. . a��� � ........; o +n �� 0 � ' w a v a � � � � atia � xzv ��� ;� �,a� � �. � _a � p :� � .�.._. � . �w�� � 'r.� � � a F]'��, ."�r. o _ ���, ���� ,�-a/ �� � rn � �7 f Ly��¢J �� � �v K�;�... ,._ c� � c:.Y. T s� �".? I 3�Nv15#�3 'k.`31Y ,tlS I C7 � . ���� rc ���� � �-�r�u3 � ��m '� `�' ���� a�r�r � ���� �ti exn� .� ��a � •�, � ��rFv.tsin �r�ra .a� � �.3 � `� � � , ����'�, ,�; - - w- �_ -._ __�. �viT,d �,: , � _ a r� v. G'��v~i w ���` _���' �u 4�an�'. �'', �� ���� `��i.. ,fl l �_ 'e. .__, �n � '� ��� � ��t� Il P.. � O � 4 � � � 45 � ..s� O�GN �m .�11. c`�� J �� C:�Users�1slamT�App�ata�Loca1�Temp�01 71 23.16.01TAttachment A Sur�ey Staking Standards.docx Page 14 of 22 T IX. C�i Sheets A. Qate of field work B. Staking Method (GPS, totai stationj C. Praject Name D. City Project Number (Exarnple: C01234) E. Location (Address, cross streets, GPS coordinate) F. Sur�ey campany name G. Crew c�ief name H. A blank �err�plate can be obtained from the sunrey superintendent (see itern I abovej Standard City Cut Sheef Date: ❑ TOTAL 5taking Niethad: ❑ GPS STATIQN LOCATION: Ci�ty Project Numher: Project Name: ❑ O7HER CONSULTANTlCONTRACTOR SURV�Y CR�W 1NITIALS ALL GRAD�S A�iE 70 �LOWLINE OR TO� OF CURB UNLESS OTHERWlSE NOTED. PT # STATION OFFS�T pESCF�IPTION p���' STAKFD _ CUT + FfLL -LT/+RT GRADE ELEV. C:�Users\IslamT�App�ata�Loca1�Temp\0171 23.].5.01rnAttachment A Survey 5taking 5tandards.docx Page �.5 of 22 X. As-huil� Sur�ey A. Defini#ion and Purpose The purpose of an as-built sur��y is to �erify the asset was instalfed �n the �roper location ancf grade. Furthermore, �he information gathered will be used to supplement the City's Gi5 data and must be in the proper format when submitted. See section IV. As-built sur�ey should include the following {additional items may �e requested): Manholes 7op of pipe elevations every Z5(1 feet Horizontal and vertical points of inflection, curvature, etc. (AII FiiiingsJ Cathadic pratectian test stations 5ampling stations Meter boxes/vaults (A11 sizesJ Fire lines �'ire hydrants Gate valves (rim and top of nutJ Plugs, stub-outs, dead-end lines Air Release �alves (Manhole rrm and vent pipej Blow off �alves (Manhole rim and valve lid] Pressure plane valves Cleaning wyes Clean outs Gasing pipe (each endJ Inverts of pipes Turbo Meters C;�Users\Islam�AppData�Local\Temp\01 71 23.16.01 Attachment A_Survey 5taking Standards.docx Pag� 3.6 of 22 B. Example Deliverable A hand written red line by t�e fie�d surv�yor is acceptable in most cas�s. This sho�ld be a copy of the plans with the point number noted 6y each asset. if the asset is missing, then the s�rWeyor shauld write "NOT FOUNi3" to notify the City. �_... � r � �_ �'� 9zazx � ��� �e a I 3 � �' � 2 � � � I � k� < ��ae3�8 �e�" a` ��� a il � � �� ����" � �2 �, �� 3�e �� po $�'y;,a'�K a I � � ��Il^. 1� i� � i 5� ;��P���� �� �`�1 ��� �� � ��;�,;�..:J; .:iy'�I ��1';'f' } I' �s � �' 'FI'.�'-''�'�a1 � €�� I� � � i-;,; n � `s�� � �� ��''��i s 9 � � �s x g � � �� � ���1 � � �[C y@ � � � ��a � F � � � � � i��� �$ � i o- �� � �� �� �� �� �� �?�.1 �����da�a���= 'ti I ia �...I -�—� g� � �I -� ��_�'� � I'�.,.,'F:r4 � �6��. �:" �z, '+ ` �4' �li�. �y � . ,���_ .�."� �;d��i r= �4�����' �;Y'2;,�� � . ' ''! fJ°b��.-:�7} `';L}}� ? ' �` ���.,_ �;�I ��� �� x ._ �'�4�k��`���x' {�r,}} . �_—.". _ � — �� . .. -� �.� ._ ' '�Frr:Y�+ �kf� a �17J� ._' _ __'— �� - ����r--.ati. `r �.�:k:.Lw� �=� --�:- � ��i � � '� #_''_ "-vr�ni4+;�' �?._fF-��.._��--�ti_ 'I;�I - - ��. �.� �_-. �.. __r. ��:: �������..__::�.-�:: . - _.. �.- .-_.::.._:_�.:�::;.. -- . =�:�.: _ -��� .: .I. . " L �1___ . _ ..:+�� I � �-. T" I '�_"'{� I. . ' �,f _:__- t�_I�.. ___ , Z� �. _ _`�_: ' � " � ""T��'!' " '"_-{:-I_'i � . �. :.__.!- .. I , � ___ _'__"r"__": r . ... ---._ ..y.... Z--- — �cTnJ _' i'�" ' Z i �".._ � '-=—:'.l,r.'—_#.� "'. "''�_�-----�1 �--"' —" i � T".�.__..__ :'__. � --JI�-i� ��_��.._ . . ._ _._Ti-. , '�j'Y��Y�4'�_�__�'"_ �..L=llrh ... __ I : .. "�'"_ ���. ""��•��_"_ --"- .1 1,3{ ._.:--'I i �� '� � __::l _ ;.':: � � � . . � � -- -� I � � � i . _.ii__. . � 4�..J_. F`:�r—. }' ' �.:' : : � �� .". ..--!'---� !.. r- ��-r i y�.. _�_�i_. ....__.—. �.-�--� .�. �-v — ..": :______�_ ;{'r.".��`.:-�_-; � �..--�--...---. .... , �.-� _� -, � ,�__.;--::::: �:-: ::'_.�_ � . :-� �t.:-�—�-�-----:���-.�.�.a,�-��—�� 4 -� . �,.. _'_"_ __•I._ „�_,��__'�i,,,; � �47:��: ..__ _ i- �.ij�_E-- -_ i[.: � � "�T ��_' _ _ .. .-,_. _ {i =`�i'-�' 'r : "'1.='" � �� �_._-_�� - -_ . :�. ��4 � : :� -�j- . _ . r� .. . -_, .. .. . _. . . . , .:.__._.. . ...—_-.., ..__. .. __._ .. . . . �� .�. _,� . . -. .�: : .--�-���-=���.n _ _ . r . :`'j- i.:--1'=:..�. � i _ , - - 'i�����_._..:' .���'- }����..'___—i - I - I � � - J [ ��if'� .. .. _ __= I ��'I Y.+�Fki3�' .�'.. _F� F L:`....I.' a�i y" � , . - �.. : -{�:. - �,-' ---- = at:i-awt�__:. .� ,��-�,. _�,-��.ki=��.t`':_' : - --,i --- -- = i � . -.t;h_ . .�...� f - . . u Jyi'�i.�.�.�.r =.+�,:� -�-:21. - a� -r- r:�_�i{_��� kr� --!�.?..._`::^�= _ rz , i.� ._._yy_�.��_ . :�.�I f� i .. .*�-r� Iw�.ir:i��S ' � . "' _'I"""' _.:.. ��;�� y } r=- ��,n.r __�rv��r..r., . .J.�ilif��_...'_��" JSTY - -- -- - . . ��r�_�_.. . .�_ _�_-�-� r i i :�- - "F--' �- -I, .:�`':`� . � �. �=w'�fr1 •: -'— � ��� � ,..- � . .. . .. .. ; ._,_��- ; ��.—� � ' ...-----.. :' i..,il.— . � �.:!'af--r-- T_I '—, I �-1 �'� '+�I_"� .?]':. .. t i _ _- .--=' L�;rl i=.:.—___. . =: —. :� _—r � � !i � ., �. �� � � � . —+ _„� .. _..._� �. . ,.� � � � � ,'r .�� ; , ., ;�,.� C:�Users�1slamT�AppData�Loca1�Temp�fl�. 7�. 23.1.6,01_Attachment A_Sur�ey Staking Standards.docx Page 17 of 22 -IP'iYl.lk'.CL.61'iYiYAW S7'A�l3�57A7+l�1VLlt'li�1'11lkL i- 12'1VLlFlIXO A43 RELUVE k SAtVP�f'rE EYf57: f2'ii'AIER t�t'E YAW� 6 R�'�'AGtC�R p�VAF.�f° 7P EYL57:8°t�ATE77 E IHSTAUs F,i2'SIYJA Stt'Et'�' �RFNII P12'X 9'� j i r� ���� P%zs�Cr',E v,uv� y 1 h'�G`lfIP7S.83d0 �� b � �''T.2ACai37li94 �rrr +� �. �,� . �rm r.en3wr raz '= � in+aim, �+� �%�� u� a� �z�3+ �. � )JR�I� E! �``� tffi� 2 s� x >+�a+* A#+'av'ra�x1 � k��� ud ,�� �.-� ;��.�� ��� � �� �� � . r.� ��� r � �� . , �� ^r.r+^5. .'��^., }l�'i.A STAO+B6�T3 - 8'!Nt -°'"' � � !7' �/1�i��,hLY3 7PE' .. �� � f�@'5U7'� YiCVP��'��°"' 7� F9t�' iVYLlR.N7""a�-•.-�^^ rrr.� s�mra�v�r �n hN�0�U�1�;E E �7B923R8 lifl ! 7�Clal:ai R! �f.�M'.av/9 i�'.,BR k k;tin 6vAA �' OP.rT�'9F� �� i _ 5� j � . S �1: ��.� �, �, ✓" � � � snars � } t.,/ 1�,! �s'+r�arry � � �~� �. � � � `��� _ :��� T�, � � , e "�a r� � �� t:� , 1�" 4lf.4?'E'R � �� � � � ,�_ �.�..:..., .....,.`�" c-.trr, _.r__� f�i` xS�,P ���, — � - -_._� w-.a�aca �V ,$.� GCs-»,»Q.C.SlN __a_-.._.._ ..e.__.....q�_-... '�� �.� � . - � _ ^� n - Y � � _ --.�...�..... ��X a,/� t"R�3�VE & S1113/�' 1 f Exirt: cXl� v,ity� � :f $T/� 0'3$�! � �"iMl �, � � /1HS17Il, t^!E'fl7YEYi7: BE1FlJ � �' �`+•y es�s.tarw7n l�fi�Jfl�l1'�h89�F � t«� E�,�+SJt5�0%E SI'h O�Af) -!2'14Y ff'(�Ytl tYfil 57A tr5/� - �6'ST.Gt1a fMS1'At,t: 7-!�"3tJ.+�f1R St.F..BV@ t-IL"3.� yERT � 5y [F (!F' !�'WiffFR AAPE H'E7�FI�.+.a9F L�.i�fN�7 717 EYfST. i2'k"Ai1-It � 2?96;iII3?.IJf: h'�9gIli5,�9 E 2'l.,S63P3A%3G c -- � - i � � _ _ ; i -- _ — --�=�'-' '-'-I - � I-.-�-'=� __.... �'-'-- i- - ;.�_ _: i _ — �------i "f- - -j__i_ - _ � .., k- — _ � - -- i � � � -- ...f__ �' i ��-�— : . _: f I = -� ' - ___ I - : _ __— — --__'"I ; - _ . . . . "�' _ _ I.-"r_ " I "� — __ -- 'I __ �_-I �_ -= I �—r". I = �_ �i...._— _ _. ._ ��'�.�J.... � _ . �� �L . . � �C`t� {�iyl��y �VqJ�y�V .}ry�f1 .Wi! : SEF SH��' `� C:�Users�1slamT�AppData�Local�Temp�01 71 23.16,01_Attachment A_5urvey Staking Standards.docx Page 18 of 22 ,�'��(�✓:'"�'� �'� ..i' i �(�C�� _ �.`� tj i C:\Users\ls�amT�AppData�Local\Temp�017123.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 C:�l1se irds.docx Page 20 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT Np, 1 z 3 4 5 6 7 s 9 10 11 12 13 I4 15 16 17 18 39 2a 21 22 23 2�1 xs 26 27 28 29 3Q 3 i. �z 33 34 3S 36 37 38 39 40 A1 �a 43 44 45 96 NORTiiIFdG 5946257.189 6946260.893 694b347,399 6945220.582 59A&195.23 6946190.528 b946136.0l2 6946002.2fi7 G94S�03.�5& 694598A.677 69459&5.473 6945895.077 594589&.591 G945934.286 6945936.727 6945835.678 69A5817.488 6945759.776 5945768563 6945i�i3,318 6945723.219 s�assa2.zi 6945621.902 69A5643.a07 b9A5571.059 6945539.498 6945519.834 6945417.879 694ti45G.557 fi945387.356 b945370.688 b945383.53 6945321.228 6445319.365 69ASZ42.285 6945�33.&24 694SZ06.483 fi445142.D15 G945].13.445 5945049A2 6945041.024 6345038.878 69450Q6.397 6944944.782 6994943.932 6944$60.416 EASTWG FI.EV. 2246U79.7 fi5 Z296U62.141 229693&.306 2295011.025 2296015.I76 2296022.721 zzssssz.�as 2�95919.7.33 2295933.418 229S88D.52 i24S869.&92 2�958bU.9S� 2295562.158 2295841.9�5 2295830.A41 2295799.707 2295827.011 2295758.643 2295778.424 2295788.392 229575A39q 22957A9.22 22955fi9.a7i 2245736.03 2295655.145 2295667.8�3 2295619.49 229558D.27 2295643.I4S, 2295597.1Qi 2295606.793 za�s�ay.s�� 2295557..iQ5 2295539.728 2295570J15 �295544.526 2295529.305 i295557.656 22955Z0.335 2295527.345 2295552.6i5 2295552.147 2295518.135 �2955�0.635 ��95556.479 2295534.397 DESCRIPT1611 72G.49 SSMH RfIN 725.668 GV RIM 726.85 GV R1M 723.355 SSMii R!M 722.123 GV REM 722.325 FM 719.445 WNF R!M 713.331 WM R€M i7.3.652 CD R1M 711.652 SSM�E R3M 73O.D46 WM RIi4] 707.72 WM Rlfvt 708145 WM RIM 709.467 WM REM 71Q.084 CO R1M 7�7.774 SSMii R!M 708392 5S�/IH RIM 7ii.218 SSNlH REM 710.0$6 GV RIiVI 71d.631 GV EtIM 712.8A9 GV R3M 716.686 W1N RIAA 723.75 Wi1A iilivl 719.737 CO RIM 72i.51A SSMH RfM 729.i23 WM R!M 732.689 WM RIM 744.52i WM RIM 736.451 CO RIM 740.756 GV RtM 740.976 GV RIM 74D.468 FH 746.39 WM Rltvl 7A6.777 CO ii�N! 7�i8.454 WM RfM �'�i,,4-�� �-C11��� �r �__ C�,%�'���r?-�� � ! f�-� � d1,t�_ !`�1� ?, "� x. �i C���-�-'_ , � r:^.,(=r '� %i:i 7 �,` t.2� f • C �} � C�'=��-� I f-wf�`i �.� � lt+J . 1 � ri 1ti.1 r� V 1_,, �,�. � �',_ �.-.--- .-.a--� '� �-� € �'�S�`� �t" C�, t� � £% �. c�i`--�i'�^4; !_.- !`i.� +•;c � L i � i �. _�3 , F - �� ��. i' C �i�� �i f'i;�- Ji-��--�'"� � 749,59 SSMH RiM r 75J.05& WM Rliv] �--��, �-. �' 750.853 WNt RIM C� j�ii� �-�`,J 757.871 WM RIMf 752.257 SSMH RIM �� iE �F.� -. 751.Z9 WM RIM ��` 751$8 WM REM ��,.� r'W��yiP 752.Sf5 WMitllvl , vst�.t��F 752.801 LVM ISINI � ,�c 752.155 Wtvi RliVl � �'� 752.985 SS�W REM C � ��.� �A� � � r � `l ' f .��it- C:\Users\fslamT�AppData�Loca1�Temp\01 71 23.16.01 Attachment A 5urvey Staking Standards.docx Page �1 of 22 C. �ther preferred as-buii# deliverable Some venclors ha�e indicated t�at it is easier to deli�er this information in a different format. 8elaw is an exam�le spreadshee� that is also acceptable and can be ob�ained by request from the survey superintendent. �Wi �{, � Sf'..� .' _ I � .. s � � � �. . �� �G .� x �� y �. , � . � • x t� » i� � 1 al :�i ' , i� �� �� � ei .. k � P L4 � 'I f " � � + � €. � � �.xa r, _ � � � �� C:�Users�ls[amT�Appdata�Local�Temp�017123.16.01_Attachment A Sur�ey Staking Standards.docx Page 22 of 22 017423-1 CLEA1VIlVC Page 1 of 4 1 2 3 PART1- GENERAL 4 l.l. SUMMARY 5 6 7 8 9 10 11 12 13 lA SECTZON 01 i4 23 CLEANING A. Section Includes: 1. Intermediate and final cleaning for Work not incIuding special cleaning of closed systems specified elsewhere B. Deviations from this City oiForE Worth Standard Specification 1. None. C. Related Specification Sections include, buC are not necessarily limited to: 1. Division 0— Bidding Requizcnr��nts, Contxact Forms and Condiiions of the Contract 2. Division 1-- General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.� PRICE AND PAYMENT PROCEDURE� 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment wiII be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Scheduling 21 ].. Sc�aedule cleaning operaiions so that dust and other cantaminants disturbed by 22 cleaning process wilt not fail on newly painted surfaces. 23 2. Schedule �nal cleaning upon completion of Work and immediately prior to �nal 24 inspection. 25 1.5 SUBMITTALS ENOT USED] 26 1.6 ACTION STTBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 28 LS MAINTENANCE MATERIAL �UBMITTALS [NOT USED] 29 1.9 QUALiTY ASSiTRANCE [NOT U�ED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage a�ad Handling Requirements 32 1. Store cl�aning pzoducts and cleaning wa5tes in containers SpecificalZy desig�ed for 33 those rnaterials. CITY OF FOItT WORTI� 2021 CONILETE RBSTORAT'ION CON`FRACT 2 STANDAR.D COIVSTRUCTION SPECIPICATION �OCUMENTS City Project No. 102861 Revised July 1, 20Ii Ql 74 23 - 2 CT,�ANING Page 2 of 4 1 l.l l. k'lELD [S�TE] CONDiTXONS [N�T USED] 2 L1� WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 �.1 OWNER-FURNISHED [on] OWNER-SUPPLIEDPRODUCT� [NOT USED] 5 �.� MATERIALS 6 A. C�eaning Agents 7 1. Campatible with surface being cleaned 8 2. New and �ncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer I1 �.3 ACCESSORIES [NOT USED] I2 2.4 SOURCE QUALITY C�NTROL [NOT USED] I3 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT i.TSED] 15 3.2 EXAM�NATION [NOT USED] I 6 3.3 PREPARATYON [N�T USED] 17 3.4 APPLXCATYQN [N�T USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION �NOT USED] 20 3.7 FIELD [au] SITE QUALITY CONTROL INOT USED] 21 3.8 �YSTEM STARTLTP [NOT USED] 22 3.9 ADJUSTING [NOT LTSED] 23 310 CLEANING 2�l 25 2b 27 28 29 30 31 32 A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operaiions to comply wiih laws and sa%ty orders of go�erning authorities. 3. Do not dispose of volatale wastes suck� as z�inazal spizits, oil or paint tlainnez in storm or sanitary drains or SevVer5. 4. D'zspose of degradable debris at an approved soIid vvaste disposal site. �. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY QF FOR'I' WQRTH 2�21 CONRETE RESTORATiON CONTRACT 2 STANDARD CONSTI2UC`I'ION SPECIFICA'T10N DdCUMF,N'1'S City Project Na. 10286I Revzsed July 1, 2011 017423-3 CI. EANAVG Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �1 42 6. Handle materials in a controIled manner with as few handlings as possible. 7. Thorough�y clean, sweep, wash and poiish all Work and equipment associated with this project. 8. Remove alI signs of temparary construction and activities incidental to construction of reguired permanent Work. 9. Ii project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning compleCed at Che expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction �. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in e�sting facility operations. 2. At maximum v�reekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construc�ion debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. 5tore debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. ConCinue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Frior to storm events, thoroughiy clean site of all loose or unsecured items, which may beconne airbome oz tzansported by flowing water during the storm. C. Interior FinaT Cleaning 1. Remave grease, mastic, adfiesives, dust, dirt, stains, fingezprints, labels and otfier foreign materials frorn sight-exposed surfaces. 2. Wipe all lighting fixture reflectars, lenses, lamps and trims ciean. 3. Wash and shine glazing and mirrors. 4. Polish gIossy surfaces to a clear shine. 5. Ven�ilating systems a. Clean permanent filters and r�p�ace disposable filters if uniis were operated duzing construcixon. b. Clean ducts, blowers and coils if units were operated witE�out filters during cons�ruc�ion. 6. Replace alI burned out lamps. 7. Broom ciean process area floors. $. Mop office and control room flaors. D. Exterior (Site or Right of Way} FinaI Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location oi trash and debris containers in accordance with Section 32 92 13. 2. 5weep roadway to remov� all zoc�s, pieces of asphalt, concrete or any otk�er object that may hinder o� disrupt the flow of txaffic along the roadway. 3. Cl�an ax�y i�tez�i�oz� areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FDRT WORTH STANDARD CONSTKUCITON SPSCIFICATiON DOCUMENTS fZevised 7uly 1, 2011 2021 CONi12ETE RESTOI2ATION COIVTRACT 2 City Project No. 102861 i 2 3 4 5 6 7 8 9 017423-4 CLEAN1NCr Yage 4 of 4 4. If no Ionger required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lighCs, signals, etc. 3.11 CL05EOUT ACTIVITIES [NOT USED) 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 C1TY OP FORT WOR'FH STANDARD CONSTRUCTIpN SPSCIFICATION DOCUMSIVTS Revised 7uly 1, 2011 2021 CONRETE RESTORA'I'ION CONTRACT 2 City Project 1�Io. 1D2861 017719-1 CLpSEQUT REQUIREMENTS Page 1 of 3 1 z 3 PARTX- G�NERAL Cfl�t+Yi��►�� -�:a•/ 5 6 7 8 9 10 11 12 1.� S�CTION U17719 CLOSEOUT REQUIltEMENTS A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Staridard Speci�cation 1. None. C. Related 5pecifi�cation Seciions include, but are noi necessarily lirnited to: 1. Division 0— Bidding Requirements, Contract Forz�rxs and Conditions of the Contract 2. Division 1— GeneraJ Requizeznents PRICE AND PAYMENT PAOCEDURES 13 A. Measurernent and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment wiIl be allowed for this Item. 16 I.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 A. Guarantees, Bonds and Aiiidavits i. No application for fix�al payment wiil be accepted nntil all guarantees, bonds, certificaCes, licens�s and affidavits required for Work ar equipment as specified are satisfactonily filed with Yhe City. B. Release af Liens or Clairns 1. No application for �naI payment wilI be accepted un�il satisfactory evidence oi release of liens has been submitted to the City. 25 l.S SUBMITTALS 26 A. S�bmit all required documentation to Ciry's Project Representative. C1TY OF FORT WORTH 2O21 CONCRETE RES`I'ORATION CONTRACT 2 STANDAR.Q CONSTRUCITON SPECIFICA3'ION DOCUMENTS City �roject No. 1028fi1 Revised Suly 1, 20ll oi�� ig-z CLOSEOUT I2EQUTAEMENTS Page 2 of 3 1 1.6 INFORMATIONAL ,SUBMITTAL,S [N�T USEDI 2 1.7 CL05EOUT SUBMITTAL� [NOT USED] 3 PART � - PIZODUCTS [NOT USEDI 4 PART 3 - EXECUTION 5 3.1 TNSTALLERS [NOT USED] b 3.2 EXAMINATION [N�T IISED] 7 8 3.3 PREPARAT�ON [NOT USED] 3.4 CLO�SEOUT PRQCEDURE 9 A. Prior to requesting Final Inspection, submit: IO I. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section l3 0 J 74 23. 14 15 16 17 18 19 20 21 22 23 2A� 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 C. �'inal Tnspection 1. After �inal cleaning, provide not�ce to the City Project Representative t�at the Work is campleted. a. The City will make an initial FinaI Inspection with the Contractor present. b. Upon cor�apl�taon of this inspection, the City will notify the Contractor, in writing within 1� business days, of any pariiculars in which this inspecCion reveals that the Work is defec�ive or incompTete. 2. Upon receiving written notice frorn the City, i�nmediately undertake the Work required to remedy deficiencies and complete the Work ta the satisfaction of Ehe City. 3. Upon completion af Work associated with the items listed in the City's written notice, inform the City, tk�ai tlae required Work has been completed. Upon receipt af this noiice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Pro�vide all special accessories required to place each item of eqr�ipment in full operatibn. These special accessbry item5 include, but are not limited to: a. Spec�fied spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up af all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CTTY Ol' �'ORT WOR'T'�T 2021 CO1VC12�'1'� 1t�:STORATION CO1VT12ACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102861 Revised July 1, 2D11 D177 ]9-3 CL03EOUT REQLIIREMEN'I'S Page 3 of 3 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 lS 16 17 18 19 20 21 22 23 24 25 26 27 28 1. Once the City Project Representative finds tfie Work subsequent io Final Inspectian to be satisfactory, the City will iss�ae a Notice of Project Campletion {Green Sheet). E. Suppor[ing Documentation 1. Coordinate with ti�e City Project Representative to complete the following additional fQrms: a. Frnal Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final PaymenC e. Pipe Report (if requized) f. Contractar's Evaluataon of City g. Pezforznance Evaluation of Conizactor F. Letter �f Final Acceptance X. Upon review and acceptance af Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Finai Acceptance and release [he Final Payment Request for payment. 3.5 R�PAIR / R�STORATION [NOT USED] 3.6 RE-XNSTALLAT�ON [NOT US�D] 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT U,SED] 3.8 �YSTEM STARTUP [NOT USED) 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT U�ED] 311 CLOSEOUT ACTIVITIES [NOT US�D] 3.1�. PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT U�ED] 3.14 ATTACHMENTS [NOT i7SED] END OF SECTYON Revision Log DATE NAME SUMMARY OF CHANGE 29 C1TY OP PORT WORTH STANDARD CQNSTRi}CTION SPECIFICATION DOCifMENTS Revisad July 1, 2011 2021 COAICI�T�, �S`I'ORA'1'ION COl+I'I'RACT 2 City Project No. 102861 017823-] QPERATION AATD MAII+ITENANCE DATA Page 1 of 5 1 2 3 PART1- GENERAL �+ 1.I SUMMARY SECTION 0178 23 OPERATION AND MAINTENANCE DATA 5 A_ Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation af products furnisl�ed under Contract 8 2. Such products may incIude, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) ll c. Buttezfly VaTves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 15 lb 17 1.2, 18 l9 20 21 1.3 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and ConditYons of the Contract 2. Division I— GeneraI Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. REFERENCES [NOT USEDI 22 1.4 ADMIIVI,STRATIVE REQUIREMENTS 23 A. Schedule 24 l. Subrnit manuals in finai form to the City within 30 calendar days of praduct 25 shipment to the project site. 26 1..5 SUBMITTALS 27 A. Submittals shall be in accordance with Section O1 33 00 . AIl submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 3i 32 33 34 35 36 37 A. Submittal Form 1. Frepare data in %rm oi an instructional manual ior use by City personnel. 2. �'ozmat a. Size: 8�/z inches x 11 inches b. 1'aper 1} 40 pound miniinum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CTL'I' OF F012T W012TH 2O21 CONCRE'� It�STOAA,�ON C�N'I'RACT 2 STANDAAD CONSTRUCTION SPECIFICATION DOCUMEIVTS City Project No. 102861 Revised December 20, 2012 Ot7823-2 pPERATIQN AND MAIN'I'E[YANCE DATA Page 2 af 5 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 ]7 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 34 40 41 42 43 44 45 �t6 47 48 3 C� d. Drawings 1} Pzovide z�eznforced punched binder tab, bind in with text 2) Reduce iazgez drawings a�d fold to size of text pages. e. Provide £�y-Ieaf faz each s�parate product, or each piece oi operaiing equipmeni. 1) Provide typed description of prpduct, and majoz component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title oiProject b} Id�n�zty of separate siructure as applicable c} Identiry of general subjecC matter cavered in the rnanual Binders a. Cammercial quality 3-ring binders with durable and cleanable plastic covers b. When rn�aitiple binders are used, correlate the data znto related consistent groupings. If available, provide an electronic form of the O&M Manual. ' B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product zequixed to be included, indexed to conten� of the volume c. Lzsi, wiikz eac�a pzoduct: 1) The name, address and telephane number o� the subcontracto�r oz installez 2) A list af each praduct required to be included, indexed to content of t�ae vol�me 3} Identify area of responsibility of each 4) Locat source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Cantract Documents. 2. Product Data a. Include only those sheets which aze pertznent to tk�e specific product. b. Annotate each sheet to: 1) Clearly identify speci�e product or part installed 2) Clearly identify data applicable to insiallation 3) Delete references to inapplicable informatian 3. Drawings a. 5upplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate clrawings wiCh information in Froject Record Documents to assure correct illustration of coznpleted znstallation. c. Do not use Project Record Drawings as maintenance clrawings. 4. Writi�n t�xt, as r�quized to supplezneni pz-oduct data foz the pa�rticular installaiion: a. Ozganize �n cansistent format under separate headings for different procedures. b. Provide logical seq�aence of instructions of each procedure. CI'I'Y OF FORT WORTH 3TAl�IDARD CONSTIZYJCTTOIV SPECTPICAfIOl�i DOCUMBNTS Revised December 20, 20] 2 2021 CONCRETE RESTpRATIQN CONTRACT 2 City Project No. 102861 017823-3 OPERAI'ION A1�ID MAINTENANCE DATA Page 3 of 5 1 2 3 4 5 6 7 8 9 za zz I2 13 I4 15 16 5. Copy of each warran�y, bond and service contract issued a. Provide inforxnation sheet fox City personnel giving: 1) Fraper procedures in event of failure 2) Tnstances vtrhich might affect validity of warranties or bonds C. Man�aal for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, far architectural products, applied materials and finishes: a. Manuiacturer's data, giving full infarmation on products 1) Catalog nuz�r�bez, size, compositzon 2) Color and texture designations 3) Information required for reordering special manufactured prod�cts b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cieaning agents and methods which are detrimental to product 3) Recammended schedule for cleaning and maintenance 17 3. Content, for moisture proteetion and weather exposure products: 18 a. Manufacturer's data, giving full inFormation on producCs I9 1) Applicable standards 20 2) Chemical compasition 21 3) Details of installation 22 b. Tnstructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Conient, foz� each un�it of equipment and system, as apprapriate: 26 a. Descriptzox� of unit and component parts 27 1) Function, normal operating cfiaracteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) �tart-up, break-in, routine and normaI operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Suixnr�er and wintar operating instructions 34 4) Special operating instructions 3S c. Maintenance procedures 3b 1) Routine operations 37 2} Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants requixed 42 e. Maz�ufaciurez's printed operating and maintenance instruetions 43 f. Desczi��tzan o� sequence of operation by control manufacturer 44 1) Predicted life of patts subject to wear 4S 2) Ttems recornmended to be stocked as spare parts 46 g. As installed control diagrams by contrals manufacturer 47 h. Each contractar's coorciination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH 2621 CO�TCRF."I'E I28S'TORA'�'ION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DdCUNEENTS City P%�ect No. 102861 Revised December 20, 2012 017823-4 OPERATION AND MA1riTENANCE DATA Pa$e 4 of 5 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1$ 14 2Q 21 22 23 24 25 25 27 28 29 30 i. Charts of valve tag numbers, with location and function of each valve j. List oi original manufacturer's spare parts, manufacturer's current prices, and recommended quantitzes io be maintained in stozag� k. Other data as requzred uxzdex pert�nent Sections of Specificataons 3. Content, for eacla e�eciric and elecizonzc systezn, as appzopziate: a. Descniption of systezrz and coz�aponent pa�ris l) k'unction, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Comptete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1} Electrical service 2) Controls 3) Commnnications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and noxz�r�al operatzng insizuctaons 2) Sequencesrequired 3) Sp�cial opezat�ng instructions e. Maintenance procedures 1) Rautine operations 2) Guide to "troub�e shooting" 3) Disassembly, repair and reassembly �4) Adjustment and checking f. Manufacturer's printed operating and maintenance insCructions g. List oi original manufactuxez's spa�r� parts, znanufactuzer's cunrent pzices, and recommended quantaties to b� nr�aintained irz stoxage h. �ther data as required under pertinent Sections of Specifica�ians 4. Prepaze and include additional data when the need for such data beeomes apparent during instructio� of City's personnel. 1.'� CLOSEOi7T SUBMXTTALS [NOT USED] 31 l..$ MAXNTENANCE MATERIAL Si]BMITTALS [NOT USED] 32 1.9 QUALITY ASSLTRANCE 33 A. Provide operation and mainienance data by personnel with the following cz�tezia: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as techriical writer to the e�tent z�equixed to coznzn�unicate essential data 36 3. Skilled as draftsman compeient to prepare required drawings CTl"Y QF FORT WOR'['Z-I 2021 CONCRETE RESTORATiON CONTRACT 2 STANDAAD CONSTRUCPION SPSCIFICATTON I]OCUIVIENTS Cicy Project No. 102861 Revised Decem6er 2Q 2012 017523-5 OPERATION AND 1VIAINTENANCE DATA Page 5 of 5 1 �.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 T.11 FIELD [SITE] CONDITIONS [NOT IISED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [N�T USED] 5 PART 3- EXECUTION [NOT iTSED] 6 END OF SECTION 7 Revision Log DA`I'�, NAME SUMMARY OF CHANG� 8/31/20I2 D. Johnson 1.5.A.1 — title of section removed CITX QF FOI2T WOR'�'H 2O21 CONCRST`E RHSTORATIQTI CpIJTRACT 2 STAN�AAD CONSTRUCPION SPEC1FiCAT10N DOC[JMENTS City Projecf No. 102861 Rcviscd December 20, 2fl12 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 2 3 PART1- GENERAL 4 L1 SUMMARY SECTION 0175 39 PROJECT REC�RD DOCUMENTS 5 A. Section Tncludes: 6 �. Work assoczated with the dacumenting ihe pzoject and recording changes to pzoject 7 dacuznents, zncludir�g: 8 a. Recard Dra�vings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reparts 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Warth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily Iimited to: 15 1. Division 0— Bidding Requirernents, Contract Forms and Conditions of the Contract 16 2. Division 1-- Genez-al Requirements ] 7 1.� PRICE AND PAYMENT PROCEDURES 18 A. Measuremeni and Payment 19 I. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment wil� be allowed for tiiis Item. 21 1.3 REFERENCES [NOT U�ED] 22 23 1.4 ADMINISTRATIVE REQUIREMENTS �NOT USED] 1.5 SUBMITTALS 24 A. Prior to subznittang a request for Fznal Ix�spection, d�livaz Pzoject Recozd Docuznents to 25 Czty's Pzoject Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [1VOT IISED] 27 28 29 sa 31 32 33 34 35 36 1.'� CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERxAL SUBM�TTALS [NOT USED] 1.9 QUALITY ASSIJIZANCE A. Accuracy of Records L Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such en�ry is required to show the change properly. 2. Accuracy of records sha�l be such that future search ior items shown in the Contract DocumenEs may rely reasonably on information obtained fronr� the approved Project Record Documex�ts. C1TY pF FOIZT WpRTH 2O21 CONCRETE RESTORATION COIVTRACT 2 STAIVDATtll COI�57'RUC1'TON SYECIPICATION AOCUN�ENi'S City Project No. 1028G1 Revised duly l, 201I 017$39-2 PROSECT RECORD DOCUM�'NTS Page 2 of 4 I 3. To facilitate accuracy of records, make entries wzthin 2A kaours aftex receipt of 2 information that the change has occurred. 3 4. Pro�vide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensi�e site measurement, investigation and examinatian. 6 1.10 STQRAGE AND IIANDLING 7 A. Storage and Handling Requirements 8 1. Mazntain the job set of Record Dacuzaaents cozaapletely pxotected froz�rz detezioration 9 and fzom Toss and damage until completion af the Work and transfer pf all recorded 1Q data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure t�ie data 12 to the City's approval. 13 a. In such case, provide replacements ta the standards originalty required by the 14 Contract Dacuments. 15 L11 FIELD �SITE] C4NDITIONS [NOT II,SED] 16 112 WARRA.NTY [NOT USEDj 17 PART 2 - PRODUCTS 18 �.1 OWNER-FURIVISHED [oR] OWNER�SUPPLIED PRODiTCTS [NOT USED] 19 20 2] 22 23 24 25 26 27 �,� RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Froceed, secure fram the City, at no charge ta the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time neaxing the completaon of ihe WorI� and pnior ta Final ��spection, pzovzde the City 1 corriplete set of all Fina1 Record Drawings in the Contract. 2,.3 ACCES�ORIES [NOT USED] 2.4 SOURCE QUALYTY CONTROL [NOT USED� 28 PART 3 - EXECUTION 29 3.1 INSTALLERS INOT USED] 30 31 32 33 34 35 3.� EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of rab Set ]. Immediately upon receipt of the job set, icientify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O21 CONCRE3'S RESTORATION CONTRACT 2 STANDAIZD CONSTR[]CT101V SYECTFTCA`PIOI� T70C1[I�MENTS City Praject No. 102861 Reviscd 7uly I, 2011 017$39-3 PROJSCT RECDRD DOCUMENTS P�ge 3 of 4 1 2. Preservatzon 2 a. Considering tfie Contract compleiion time, the probable number pf occasiqns 3 upon which the job set must be talcen out for new entries and for exarnination, 4 and the conditions nnder which �hese activities will be performed, devise a 5 suitable method for protecting the j ob set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the Ciry, until start of transfer of data to final Project Record Documents. S c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section fll 71 23, 1 l clearly mark any deviations from Contract Documents associated with 12 installation of Che infzastructure. I3 19 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 3S 3b 4. Making enta�es on Dzawings a. Record any deviatioz�s frozzz Conizact Documents. b. Use an ezasable colored pencil (not ink or indelible pencil), clearly describe the change by graphie line and note as required. c. Date alI entries. d. Call attention to tlle entry by a"cloud" drawn around the area or areas afFected. e. In th� event of overlapping changes, use different colors for the overlapping changes. S. Conversion of schematic Iayouts a. In so3ne cases on the Drawings, arrangements of conduits, circuits, �iping, ducts, and similar items, are shown schematically and are noi intended to portray precise physical layoui. 1) Final ph�rsicat arrangement is determined by the Contractor, subject to the City`s approval. 2) However, design of future modifications of the faciiiry may require accurate information as to the final physical layout of items which are shown only schematicaliy on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run oi items. i) Final pi�ysical azzangezrzent zs detszna�ined by the Contractor, subject ta ihe Ciry's approval. 2} S�ow, by symbol ar note, the verticaI Iocati�n of the Item {"under s�ab", "i❑ ceiIing plenum", "exposed", and t�e like). 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the �pecifications. 38 c. The City may waive the requirements for canversion of schematic layouEs 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do nat rely upon waivers being issued except as specifically issued in writing 4I by the City. 42 B. Final Praject Record Documents 43 1. Transfer of data Co Drawings 44 a. Carefully transfer claar�ge data showx� ozz the job set of Record Drawings to the 45 correspanding fnal documez�ts, coordinating tlae changes as requized. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 4'7 changes made during construction, and the actual location of iEems. C1TY OF FORT WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 S"T'AN17Al2D CONSTRUCTION SPECTFICATIpN DOCUMENTS City Project No. 7 p2861 Revised July 1, 2011 O17$39-4 PROTECT RF.CORD DOCUMENTS Yage 4 of 4 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 c. Call attention io each entry by dzawing a"cloud" around the az�ea or az�eas affected. d. Make changes neatly, cons'rstently and with the proper media to assare 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 ihe approval of the City, the job set of those Documents, other than Drawings, vvill be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and i�andling, and carefully transfer the change data to the new copy to tY�e approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION INOT USED] 3.7 FIELD �oR] SITE QUALITY C�NTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJUSTING �NOT USED] 310 CLEANING [NOT USED] 3.11 CLQSEOUT ACTIVITIES [NOT iTSED] 3.12 PRQTECTIQN [NOT USED] 3.13 MAINTENANCE [NOT ITSED] 3.14 ATTACHMENTS [NOT USEDI END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 26 cr� o� �ozz�r wo��r�r STANDARD CONSTRUCTION SPECiFICATiON DOCUMEI�ITS Aevised luiy i, 201I 2U21 CONCRSTE RESTORATTpN CQN"IRACT 2 City Project No. 102861 31231b-1 UNCLASSIl�I�D EXCAVATiON Page 1 of 5 1 2 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 A. S�ctaon Includes: 6 7 $ 9 1p 11 12 13 SECTION 312316 UNCJ..ASSJFIED EXCAVATION 1. Excavate areas as shawn on the Drawings or as directed. Removal of materials encountered to the Iines, grades, and typical sectians shown on the Drawings and removaI from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from Chis CiCy of Fart Worth Standard Specification 15 i, F��iR-1'��I,� F'fic.),1��?(.`[' ��iV€:'I,R��fi��XF'l� F',�['RVII'I'I�i��,� 3� f � I(� ti����1t,1. �iJ: 16 f'�'��'A�i� f=�l'�1 i�k�.h�1i�1VFi L=?{[�F.��ti fillli(.�1�.��l��a �1,�1'E'f:�R1��1_ 4VI��E'k� 17 I���YI._!��'I:U{:t}iV['kL"�'�' 1�AVk-�,Nll�:�l�f'��t'!-�!{'1�Nfi�4 �S h9C}k]:'�l'1�l:�:`�! 18 4F'[;['t���1=f)'�'I-EIC:f��;F.�';S, I9 '�, L!N]�1���IF�F� �7{C'.r1V�1'I'�{�N T{:t 3'Lz�L�E FL�X��i3LE ,13ASE� C_C.�UR4E, 5Hf1l.L: 20 Br Ct3[�lSII�,fsREL� 5i rRS1�7].�1f�Y. NO SF"s�ARI�'�Ty; f'f�Y, 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0— Bidcling Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1— General Requirements 24 3. Section 31 23 23 — Bozxow 25 4. Section 31 24 00 — Embankments 26 1.� PRICE AND PAYMENT PROCEDURES 27 2$ 29 30 31 32 33 34 35 36 37 38 39 A. Measuzement and Payment: UNCLASSIFIEll EXCAVATION SHALL BE PAYABLE TO REMOVE EXCESS SUBGRADE MATERIAL WHERE REPLACED CONCRETE PAVEMENT THICKNESS IS MORE THAN SPECIFIED THICKNESS. a. Excavation by Plan Quantity Measurement 1) MeasuremenE for this Item shall be by the cubic yard in its final posiiion using the average end area method. Limits of ineasurement are shown on the Drawings. 2) When rn�asu�red by t�e cubic yard in zis fina� posation, this is a plans q�aniity zxzcasu�reznent Iterza. Tk�e qua�tity to be paid is the quantity shown in the proposal, unless modified by Article ll.04 of the General Conditions. AdditianaI measurements or calculations will be made if adjustments of quantities are required. b. Payment C1TY pF FORT WQRTH 2O21 CONCRETE AESTORATION CONTRACT 2 STANllAl2D COIVSTTtUC'rION SPECJF'TCATipN DpCUMENTS City ProjecC No. 102&61 Revised 3aRuary 28, 2013 31231b-2 UNCLASSIFIED EXCAVATIO]V Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 ]4 15 16 l7 1$ 19 2� 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 ]) The work pez-�oz�r�ned and z►aatez-ials fuz-�aisk�ed in accozdanc� witk� tk�is Item and rrieasured as provided under "Measurement" will be paic� for at ihe unit price brd per cubic yard of "Unclassified Excavation by Plan". No additional com�ensation will be allowed for rock or shrinkage/swell factors, as these are the Contractor's responsibility. c. The price bid shall incluc�e: 1) Excavation 2) Excavation Safety 3) Drying 4) Dust Control 5) Reworking or replacing the over excavated material in rock cuts 6} Hauling 7) Disposal of excess material not used elsewhere onsite 8} Scari%cation 9} Clean-up 10) UNLASSIFTED EXCAVATION TO PLACE FLEXIBLE BASE COURSE 2. Excavatio� by Suzveyed Quantity a. Measurement 1} Measurement for ihis Ttem shall be by the cubic yard in its final posiYion calculated using the average end area or composite method_ a) The City will perform a reference survey once the Site has been cleared ta obtain existing ground conditions. b) "I'he Ciry will pez�ozzn a final post-constructaon suzvey. c) The ConYractor vv�ll be paid far the cubic yardage of Excavated material caiculated as the difference between the two surveys. d) Partial payments wii� be based on estimated plan quantity measurements calculated by the Engineer. b. Payment 1) The work per%rmed and materials furnished in accordance with this I�em and m�asuzed as pro�ided under "Measurezzaent" wili be paid for at the unit price bid per cubic yard of "Unclassified Excavation by Survey". c.' The price bid shall include: 1) Excavation 2) Exca�atian Safety 3) Drying 4) Dust Control 5) Rewazk�ir�g or zeplacing tk�e ov�x e�cavated z�r�at�xial in rock cuts 6) Hauling '7) Disposal of excess material not used elsewhere ansite S) Scari�catron 9) Clean-up lfl} UNLASSIFIED EXCAVATION TO PLACE FLEXIBLE BASE COURSE 44 1.3 REFERENCE� [NOT USED] 45 A. Definiiions CITY OR RORT WORTH 2O21 COI�fCRETE RESTOF{ATION CONTRACT 2 S`1"ANT]ARll CONSTTZUCTION SFECIk�ICA'I'IO1�I nOCUMEN'I'S City Projeci No. 10286I Revised January 28, 2013 3123I6-3 UNCLASSiFIED EXGt1VATION Page 3 of 5 1 1. Unclassified Excavation — Without regard to materials, all excavations shall be 2 considered unclassified and shall include all materials excavated. Any reference ta 3 Rock or other materials on Che Drawings or in the specifications is solely �or the 4 City and the Contractor's information and is not to be taken as a classification of 5 the excavatian. 6 1.4 ADMINSTRATIVE REQUIREMENTS 7 A. The Contractor will pzovid� ik�� City with a Disposal Letter in accordance to Di�zszon S 01. 9 1.5 SUSMITTALS [NOT USED] l0 1.6 ACTION SiTBMITTALS/XNFORMATXONAL SUBMXTTALS [NOT USED] 1I 1.'� CLOSEOUT SUBMZTTALS [NO'1' USED] I2 1.8 MAINTENANCE MATERXAL SUBMXTTALS [N�T USED] 13 1.9 QUALITY ASSC7RANC� 14 A. Excavation Safery 15 L The Contractor shall be solely responsible for making all excavations in a safe 26 manner. 17 18 19 24 zz 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 2. All excavation and related sheeting and bracing shall compiy with the requirements of OSHA excavation safery standards 29 CFR part 192b and state requirements. 1.10 DELIV�RY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary constructian easements, unless specifically disallawed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is pez-�orzned zn activa tza£�c azeas, store matenials only in areas barricaded as prov�ided irz tk�e traf�Zc co�ztrol plaz�s. e. In no��paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designa.ted Storage Areas a. If the Contract Documents do not aIIow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store Che materials on private property. c. Provide erosio�a control iz� accozdance witI� Section 31 2S Od. d. Do r�ot black drai�age vvays. 38 1.11 FIELD CONDITIONS 39 A. Existing Conditions Cl'T'Y OF 1�012T"UV012'rH 2D21 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATTON I70CUIvTE1V'I'S City Project No. 10286J Revised January 28, 2013 312316-4 UNCLA,SSIF�D FXCAVATIQN Page 4 vf 5 1 2 3 4 S 6 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy ar continuity between sails. It is expressly understood that neiihex the City nox the Engineer will be responsible for interpxetataons ox conclusions drawn ther� fraz�r� by th� Contxactoz. 2. Data is made available for the convenience of the ConLractor. ]..12 WARRANTY [NOT U�ED� 7 PART 2- PRODUCTS [N�T USED] 8 21 OWNER-FLTRNISHED [NOT USED] 9 2.� PRODUCT TYPES AND MATERIALS l0 A. Materials 11 1. Unacceptable Fill Material 12 a. �n-situ soils classi�ied as ML, MH, PT, 4L ar QH in accozdance with ASTM 13 D24$7 1� PART 3 - EXECUTION 15 31 INSTALLERS [NOT USED] 16 3.2 EXAMINATIQN [NOT USEDI 17 3.3 PREPARATION [NOT USED] 18 19 zo 3.4 CONSTRUCTION A. Accept ownership of unsuitable or excess material and dispose of znatez�al o�f-site accordance with lacal, state, and federal reg�Taiions at locations. 2] B. Excava�ions shall be performed in the dry, and kept free from water, snow and ice 22 during construction with eh exception of water that is applied for dust control. 23 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 2� properly dispose according io disposal plan. 25 D. Maintain drainage in the excavated area to avoid dazxiag� to the roadway sections and 26 pzogosed ox existi�g structures. 27 E. Correct a�ay dazxkage to th� subgzade caused by weathez, at no additzonal cost to the 28 City. 29 �'. Shape slopes to avoid loosening material below or outside the proposed grades. 30 Remove and dispose of slides as directed. 31 32 33 34 35 36 G. Rock Cuts 1. Excavate to finish grades. 2. In the event oi over excavation due to contractor error below the lines and grades establish�d zn the Dzav,�n�gs, use appzoved embankment matezial connpacted in accozdar�ce witk� Sectio� 31 24 00 to xeplace the over excavated at no additianal GOSt i0 Cli}T, C1TY OF FORT WO1tTfi 2021 CONCREI'E RES'1'O1tA'I"ION CON`�`TZACT 2 STANDARD COI�iSTRUCTION SPECIFICATION DOCiTMEIV`I'S City Praject No. 102861 Revised 3anuary 28, 2Q13 312316-5 UASCLAS53FIED EXCAVA'E'ION Page 5 of 5 1 H. Earth Cuts 2 1. Excavate to finish subgrade 3 2. In the event of over excavation due to cantractor error below the lines and grades 4 established in the Dra�vings, use approved err�banI�ment m�terial compacted in 5 accordance with Section 31 24 00 to replace the over excavated at no additionaI 6 cost to City. 7 3. Manipuiate and compact subgrade in accordance with Section 3I 24 00. S 3.5 REPAIR [NOT USED] 9 3.6 RE-INSTALLATION INOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Subgrade Tolerances 12 1. Excavate to witlzin 0.1 foot in alI directions. 13 2. In areas oi over excavaiion, Contractor provides fill maieriai approved by the City i4 at no expense to Ehe City. 15 3.8 SYSTEM STARTUP [NOT US�D] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES �NOT USED] 19 31� PROTECTION �NOT USED] 20 3.13 MAxNTENANCE [NOT USEDJ 21 3.1.4 ATTACHMENTS [NOT USED] 22 END OF �ECTION Revision Log DATE NAME SUMMA�Y O�' CHANGE 12/20/2012 D. Johnson 12 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 B. Johnson 1.2 — Modified Bid Item names in payment sectron to differentiate between Payment MeEhods on bid list. 23 CiTY OF FORT WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 S1'ANlIARll CONSTRUCTION SP�C�CI�TION DOCUMSNTS Cicy Praject No. 702861 Revised January 28, 2013 �ziiz3-1 PLEXIBLE BASE COURSES Page 1 of 7 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5ECTION 3� 11 �3 FLEX�BLE BASE COURSES 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conforxniry with the typical section. 8 B. Deviatzons froz�r� this Cziy o� �ort WortIa Sta�dard Specification 9 I. I+{]12'l'I-IlS i�1�C)11v{"I" I�i.i:XCiil.f� E3r��1:{'{lllFt�l±� �1-:("1'1{}N:�� 1 l'�"� �HRL_lr l0 f�L M�{A4�J�f',17 131` 'f'F1]�': ��1 � ki CC' Y r�l�li l�f' ivC}:1+1 �'I J:i'f'�=1� {�� f r11�'�'I l'Y_ 11 �. l]T�C°�A�Sf�f�3E�? �?}CCAVA7'![��J A�l��i l�lAUI.l1�'C f����iJ��'E'C� �'1._r�C'L� 12 P��3iIB�i3 B�1�� C�.]UF��E SIIAI_L B� CC1�iS f.D�R�L? �Lf E3S3�xJA��Y. [�lC� 13 ��PA�1T� PAY_ 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Divzsio� 1— General Requixemenis �S 1.� PRICE AND PAYMENT PROCEDURE� 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by the �� CUBIC yard of Flexible Base Course for various: 1) Depths 2) Types 3) Gradations 2. �ayment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" wilI be paid for at the unit price bid per �e CUBIC yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction o� subgrade b. �urnisk�ing o� znaterial c. Hauling d. Blading e. SprinkIing f. Compacting g. UNCLASSIFIED EXCAVATION AND HALILING REQUIRE TO PLACE FLEXIBLE BASE COURSE 39 1.3 REFERENCES �a A. Definitions 41 J.. RA� -- Recycl�d Asp�alt Pavexxaent. C1TY pF �'pRT WpRTH 2p21 CONCRETE Z2ESTORA,TIOIV CpIN'I'RACT 2 STANBA1zD COI�STRT.rCl'TOI�I SYECIFICATIOId DOClJME1VTS City Project No. 10286] Re�ised December 20, 2012 321I23-2 FLEXIBLE BASE COURSFS Page 2 of 7 1 2 3 4 5 6 7 8 9 10 1l 12 13 I4 15 16 17 18 B. Reference Star�dards l. Reference standards cited in this specification refer to Che current reference siandard published ai ihe time of the latest revision date logged at ihe end of this specification, unless a date is speciiically cited. 2. ASTM International (ASTM): a. D698, SEandard Test Methods for Laboratory Cozxipaction Cha�ract�xistics of Soil Uszng Standazd EfFort (12 400 ft�lbf/ft3 {6001cN-m/rrz3)) 3. Texas Department of Tra�sportation (TXDOT): a. Tex-1a4-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculat�ng the Plasticiry Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Anaiysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration of F'lexible Base Material f. Tex-117-E, Tri�ial Compression for Disturbed Soils and Base Materials g. Tex-41I-A, Sonndness oiAggregate Using Sodium Sulfat� or Magneszuzza Suliate h. Tex-4I3-A, Determzning Deletezious Matezial zz� Mineral Aggregate � 19 1.4 ADMINISTRATIVE REQUIREMENT� [NOT USED] 20 1.� ACTION SUSNIITTALS [NOT USED7 21 1.6 ACTION SUBMITTALS/INF'ORMATIONAL SUBM�TTALS [NOT USED] 22 1.'� CLOSEOUT SUBM�TTALS [NOT U�ED] 23 1.8 MAINTENANCE MATERXAL SUBMTTTALS [NOT US�D] 24 1.9 QUALXTY ASSURANCE [NOT U�ED] 25 1.1U DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY �NOT U�ED] 28 PART Z- PRODUCTS [NOT USED] 29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED� 30 31 32 33 34 35 36 37 38 39 40 2.� MATERIAL5 A. Genezal 1. k'uznish uncontaminated materials of uniform quality that meet the requirements of i�ae Drawings and specifications. 2. Obtain materials from approved so�rces. 3. Noiify City of changes to material sources. 4. The City rr�ay sample and test project materials at any time 6efore compaction throughout the duration oi the praject to assure speci,fication coznplzarace. B. Aggregate 1. Furnish aggregaCe of the type and grade showz� on ibe Drawxngs and conforming to the reyuiremenCs oi Table 1. C1TY OF FOTtT"WORTH 2D2I CONCRETE RESTORATIOIY CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION ]70CCJ3vT�NTS Cily Project Na. 1028G1 Revised December 20, 2012 321123-3 PLEXISLe SASE COURSES Page 3 of 7 4 5 6 7 2. Each source must meet Table 1 requirements for liquid lir�t, plastiCity zndex, and wet ball z�uill foz t�e grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. Table 1 Material Re u3remenfs Pro er T`est NTethod Grade 1 C, radc 2 Master grada#ion sieve siz.e (% relained) 2-112 in. — 0 ]-3/4 in. 0 0-10 7/8 in. Tex-110-E 1�35 — 318 in. 3�50 — Nv.4 45�5 45-75 No.40 70-85 b0-85 Liquid Eimit, % max.� Tex-] 04-E 35 40 PlastiCit index, max� T'ex-106-8 1D 12 Wet ball mill, %n max? 40 45 Wec ball mill, %n max. Tex-116-E increase passing the 20 20 No. 40 sie�e Classification� ] .0 1.1-2.3 Min. campressivc strength3, psi Tex-117-E lateial pressuie 0 psi I 45 35 latexal pressure l5 psi ' 175 175 1. lletermu�e plast�c index �n acco�ance w�th'1'ex-lU'/-� (hnear shrinkage) when Liquid limit is unattainable as defined in Tex-10�4-�. 2. When a soundness value is required by ihe Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shvwn on the I�rawings. 9 10 11 12 13 14 15 15 17 4. Mate�ial Tolerances a. The City may accept material if no more than 1 of the S most recent gradation tests has an inciividuaI sieve outside the specified limits of Ehe gradation. b. Whe� target grading is required by the Drawings, no single iailing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage poi�ts on sieves sz�nal�ez t�aa� No. 4. c. The City may accept materiaI if no more than 1 of the � most reeent plastieity index tests is autside the specified limit. No single failing test may exceed the ailowable Iimit by more than 2 points_ 18 5. Material Types 19 a. Do not use fillers or binders unless approved. 20 b. Furnish the type specified on the Drawings in accordance with the following: 21 1) Type A 22 a) Crushed stone produced and graded from o�ersize quarried aggregate 23 24 25 26 27 28 that originates from a single, naturally occurring source. b) Do not use gra�vel or multiple sources. 2} Type B a} Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3} Type D CT'1'Y OF 1'012T WORTH 2U21 CONCRETE REST4RATIOTI CDNTRACT 2 STA�TDARD CONSTAUCTION SPECIF"ICATION DOCUMEN'I'S City Projecf l�o. 102861 Revised December 20, 2012 32 11 23 - 4 1�C.EXIBLE BASE COURSES Page 4 of 7 1 2 3 4 5 6 7 8 9 IO 1l C. Water a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete rriust meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectzanabXe znatezial ar�d have at most 1.5 percent deleiez�ous rnaterial ovhen tested in accardance vv�th TEX-4i3�A. 12 1. Furnish water free of industrial �vastes and other abjectionable rnatter. 13 2.3 ACCESSOIZIES [NOT USED� I4 2.4 SOURCE QUALXTY CONTR�L [NOT USED] 15 PART 3 - EXECUTION 16 31 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [N4T U,SED� 18 3.3 PREPARATION 19 20 21 A. General 1. Shape the subgrade or e;�isting base to conforna to the rypical s�ctzons shown on th� Drawings or as ci�rect�d. 22 2. When new base is required io be mixed with exisiing base: 23 a. Deliver, place, and spread the new flexible base in the rec��ired amount. 24 b. Manipulate and thoroughly mix the new base with e�sting material to provide 25 a uniform mixture to the specified depth before shaping. 26 B. Subgrade Compaction 27 1. Proof roil the roadbed be%re pnlverizing or scarifying in accordance with the 28 folIowing: 29 a. Prooi Ralling 30 I) City �zoject Representative znust be on-site during proof zolling opez�ations. 31 2) Use equipznent that will app�y sufficient load to zdenti�y soft spots i�aat rut 32 or purnp. 33 a} Acceptable equiprnent includes fully loaded single-axle water truck 34 with a 1500 gallon capacity. 3S 3) Mal�e at least 2 passes with the proaf roller (down and back = 1 pass). 36 4} Offset each trip by at most 1 tire width. 37 5) �f an unstable or non-uniform area is found, correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 40 2) Areas that are unstable or non-uniform 41 2. InstaIlation oi base material cannot proceed until coxnpacted subgrade approved by 42 tlao City. C1TY OF FORT W012TH 2O21 CONCRETL RESTOItA'I'ION CONTRACT 2 STANDARD CONSTRUCTION SPECIPICATION DOCUMSNTS City Project No. 102561 Revised December 20, 2012 321123-5 FLEXIBLE EASE COURSES Page 5 of 7 3.4 INSTALLATION 2 A. General 3 J. Consizuct each layer unifozmly, free of loase or segregated areas, and with the 4 zequzzed density and moistuze content. 5 2. Provide a smootYi surface that conforms to the typical sections, lines, and grades 6 shown on t�e Drawings or as clirected. 7 3. Haul approved flexible base in clean, covered trucks. 8 B. Equipment 9 1. General 10 a. Provide maclainezy, tools, and equzpz�ent z�ec�ssazy fox pzoper execution of t�e i 1 work. I2 I3 z4 IS I6 17 I8 I9 20 21 22 23 24 25 2. Rollers a. The Contzactor znay use any type of roller to meet the production rates and quality requiremenYs c�f the Cantract unless othervc+ise shawn on the Drawings or directed. b. When speci�c types of ec�uipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Ix�stead of the specified equipment, the Contractor may, as agproved, operate othez compaciian equipment that produces equi�alent results. 2) Discontinu� the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quaIity requirements of the Contract are not met. C. Placing 26 l. Spread and shape fle�ble base into a unzfoz-�a lay�r by approved zneans tE�e sazne 27 day as delivered unless atherwise appro�ed. 28 2. Place material such that it is mixed to minimize segregation. 29 3. Construct layers to the thicl�iess shown on the Drawings, wfirle maintaining the 30 shape of the course. 31 �}. Where subbase or base course exceeds 6 inches in Ehickness, construct in 2 or more 32 courses of eq�zal thickness. 33 5. Minimum Iift depih: 3 inches 34 35 36 37 38 39 40 41 42 Q3 44 45 6. Coz�trol dust by spzinkling. 7. Coz�r�ct oz z�eplace segregated areas as directed. $. Place successive base courses and finish courses using the same canstruction methods required for the first course. D. Compaction 1. General a. Compact using density cantrol unless otherwise shown on the Drawings. b. Multiple lifts are pemutted whcn show� on tk�e Dzaw�ings oz appro�ed. c. Briz�g each layez to tk�e r►�oisture content directed. When necessary, sprinkle the material ta t�ae extez�t necessary to provide not less than the required density. d. Compact the fuIT depth of the subbase ar base to the extent necessary to remain firm and stable under constrtvction equipment. CITY OF FORT WORTA 2021 CO�TCR�'I'F RFST�RATIO�T CON'�2A,CT 2 STANDARD CONSTRUCTION SPECIFICAT70N DOCUMENTS City Project ]�o. i028b1 Revisad December 20, 2012 321i23-6 ELEXTBC.� BASE COTJRSES Page 6 of 7 1 2 3 4 S 6 7 8 9 10 I1 12 13 14 15 16 I7 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 z. xolling a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least i/2 the width of the roIIer unit. b. On superelevated curves, begin roIling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, zecoaxipact, and re�nish material thai fai�ls to �x��ei or that loses required moisture, density, stabiliry, ar finish before the next cours� �s placed oz the projeci is accepted. f. Continue work nz�til speczfication requizanaents are met. g. Proof roll the compacted flexible base in accorda�ce with the fallovving: J ) Proof RoIling a) City I'roject Representative must be on-site during proof ralling operatrons. b} Use equipment that will apply sufficient load to identify soft spots that nzt or pump. {1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. c) Make at Ieast 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire widCh. e) If an unstabl� or non-uniform area is found, conrect tk�e azea. 2) Coz�rect a) Soft spots that rut or pump greater than 314 inch. b) Areas that are unstable or non-aniform. 3 C� Tolerances a. Maintain the shape of the course by blading. b. Completed snrface shall be smooth and in conformity with the typical sections shown on the Drawings to the estabiished lines and grades. c. For subgrade beneath paving surfaces, conrect any deviaiion in excess o,f l/4 inch in cross sectzon in lengila greater than 16 feet measured langitudinaIIy by loosening, adding or rema�ring material. Reshape and recompact by sprinkling and rolling, d. Correct � fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable materiai as required. Reshap� and recompact by sprinkling and rQlling. e. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surFacing is compleie, it shall be recompacted aC the sole expense of ihe Contractor. Density Control a. Minimum Density: 95 percent coxnpactio� as detazrmuned by ASTM D69$. b. Moistur� content: minus 2 to plus 4 of optimum. 43 E. Finishing 44 1. Afte�r conr�pleting campaction, ciip, skin, or tight-blade the surface with a �45 z�rzaintainer or subgrade trimmer to a depth of approximately 1l4 inch. 4b 2. Remave loasened material and dispose of it at an approved location. 47 3. Seat the clipped surface immediateIy by rolling with an appropriate size pneumatic 48 tire roller untif a smooth surface is attained. C1TY OF FORT WORTH 2O21 CONCRETE 1Z�ST012AT101V CONTRACT 2 S'I'ANDARI� CON3TJ2UGTIQN 3PECiFICATIOI�! DOCUMENTS City Project No. 10286f ltevised TJece�nber 20, 20 L2 321123-7 RLEXiBLE BASE COURSES pit�L � Or i 1 �. Add small increments of water as needed during rol�ing. 2 5. Shape and maintain the course and surface in con%rmity with the typical sectians, 3 lines, and gzades as sIaown on the Drawi�gs or as d�zected. 4 6. In areas wheze suzfacing is to be placed, cozxect gzade deviations greater than 114 S inch in 16 feet measured Iongitudinally or greater than ll4 ineh over the entire b width of the cross-section. 7 7. Carrect by loosening, adding, or removing material. 8 �3. Reshape and recompact in accordance with 3.4.C. 9 3.5 REPAIR/RE�TORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] ll 3.7 QUALITY CONTROL 12 A. DensiCy Test 13 1. Ciry to measure density of flexible base course. 14 a. Noiify City Pzojact Representative when flexible base ready for density testing. l5 b. Spacing directed by City (I per blocic minimum). 16 c. City Project Representati�e determines loeation of density testing. 17 3.8 SY�TEM STARTUP [N�T USED] ] 8 39 AD�USTiNG [NOT USED] 19 310 CLEAIVING [NOT USED] 20 3.11 CLO�EOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT U�ED] 22 313 MAINTENANCE [NOT USED] 23 314 ATTACHMENTS [NOT USED] z4 2s END OF SECTION Re�ision Log DA"I'E NAM� SUMMARY OF CHANGE 26 CI'I'Y OF FORT WOATH 2O21 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATION DOCi3MENTS City Project No. 102861 Revised December 20, 2012 321313-i COIVCI2F,T'E PAVIlVG Page l of 22 1 2 3 PART1- GENERAL 4 1.1 SITMMARY 5 6 7 8 9 �o 11 I2 13 14 15 16 I7 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 SECTION 32 l.3 ]3 CONCRETE PAVING A. Section includes: 1. Finished pavement constructed oi portland cement concrete incIuding monolithically paured curb on the prepared snbgrade or other base course. B. Deviations from this City of Fart Worth Standard Specification I ���("ii� �f7�{1�; I'3�C),IL?�.'"I` C'(}N��21±'�"L•. F'�11�'I'�CF ���C"I`CC)�l ;��� I 3 I'� f�!(:�.,IJC.�1;5 ��J���.���:i.� c�c�l������r.: ��F: c:��� i�E����.r.�l�r1].. 4tl�i���?L. (�.k�1n.s��) �����1t. �v�J�l� M�}ri{�lE.��l'!1[C`:�1._�_�` F�(7i.fltf:€�C'l1E�li_ <^L�, , h�l[�{�� l�Z.l���{�L� !ti�'D �4'.�1`['LR V=�LV� �iOk A1:33115-I-h�1F��i�' �1�Al�L Ix� �{����]]�'��l�1� ,51J�'.�J.17�r�R`r' W(�F��. f�C} S}�Pt'1F�.'�TL f'1��- 3_ Ei��C'�F�T�_.�_l�v'�� :1�C} hi�l�Tl�f E1�'� C;R�LiII.: E�EI����Ck �L�i2i3 f.1�CLL�i�iNG H1_f��,�i,4iiiNC� r1fVF.� f�,A['[���C �'C}l� S�:rll., SH,�1�_�v �N ���'Y5€�L;RED ��!r�s�r3ir���i �v�:���x, ,�r� �r��,���-�F, ta,�,�_ �_ 4�r1���f�Jf�. ['i,l�?l�fVll�t�F �1NI] �il'PI..YII�[; ,IC)I,'�']' SF:}11,��h!'f44 1�I'!-�� F=sa���v�����r����� r��F��� r�������r,r.��r;��� ��'r�r;��a��r.� �����,�., r��,c����r��i����1���r:> `i1.�3341[1�A���' bl'�)1�I{_ !�!�") ��1:�'A�{;'�1'�"�3 f'rlY_ <, �_ �l1�CE..,�SS�fi1=r� �lC_.�1Vr�T[[�N [Ii�' �EC����)} F(]I� f'{]1V(']il:�'!'E: E'AV1�lC; Li�' T`CM 7 INC'I i�I�IrILL B� C:s���ID�REl� SLTBSLL�Ir��Y_ :�� S�F;�RATE Pfi1'- �}, ML�Ih91_IN9 �.()�1��lPR.R�:�SIV�, �'['G�.F��G'j'H [1F H��F�FI �,ARL� S'I'�L�G-['!�I i.fiES� C1:�153 C�}h�C'�2�:'3'1� �f��li.]_, �3k, 3,��[��M I'S[ ;'1� 7�� �f�3L�T{�. 7. '�'CJ l.'HFa(']� �'�IF ['�1�+r] I'€+i���� V�; `r'"I'�.�:M1lC_�"�'FI {�i��'I-H� �'Cif��'!rN i'l�. �iF L�CT P�.,r1��kiE) (�f��l.-, {'1'L f�l�l)� �,I{ 'i'� } l� F: 'I'I:�'i'�;f� r�'I' � E)A}'S li Y('1'I'Y I i! A1�7��1'f'IC.}[�l 'I`(1'C'l�;i.l. ��.I. .� f?�Yti r1:�'I) ir�i ��)�1��, C. Relat�d Speczfication Sections include, but aze r�oi r�ecessaxily limiied to: I, Divisian 0� Bidding Requirements, Contract Forms, and Condit�ons of the Contract 2. Division 1- General Requirements 3. Section 32 D1 29 - Concrete Paving Repair 4. Section 32 13 73 - Concrete Paving Joint Sealants 32 L2 PRYCE AND PAYMENT PROCED�TRES 33 34 35 36 37 38 39 40 A. Measurement 1. Measurement a. Measurement for tlus Item shall be by the square yard of completed and accepted Concrete Pavement in its �inal position as measured irom back of curb for various: 1) Classes 2) Thicknesses 2. Payment CTI'Y OF FORT WORT�I 202i CONC�'i7.? I2ESTORATION COlV'rRACi' 2 STANDARD CONS'IRUCPION SPECIFICATION DOCUMENTS City Project No. 102861 Revised December 20, 2012 321313-2 CONCRETE PAVING Page 2 of 22 1 a. The work performed and materials iurnished in accordance with thzs It�m will 2 be paid for at tbe u�it pzzce bid per square yard of Concrete Pavement. 3 3. T�e price bid shartl include: 4 a. Shaping and fine grading the placement area 5 b. Furnishing and applying alI water required 6 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 7 ingredients includ'ang all freight and royalty involved 8 d. Miacing, placing, finishing and curing all concrete 9 e, �urnishing and installing all reinforcing steel 10 f. �urnishing all materials and placing longitudinal, warping, expansion, and 11 cantraction joints, including all steel dowels, dowel caps and load transmission 12 units required, wire and devices for placing, holding and supporting the steel 13 bar, laad transmission units, and joint filler material in the proper position; for 14 coating steel bars where required by the Drawings 15 g. Sealing joints 16 h. Monolithically pouxed curb 17 i. Cleanup l.8 j. MAKING MINQR AD7USTMENT OF EX�ST7NG MANHOLE AND 19 WATER VALVE BOX AD7USTMENT 2p k. BACKFlLLY1VG AND FIIVISHING GRADE BEHIND CURB IIVCLUDING 21 FEJRNISHIIVG AND PLACING OF TOP SOIL PER SECTION 32 91 19 22 l. UNCLASSIFIED EXCAVATION (IF NEEDED) FOR CONCRETE PAVING 23 UP TO 7 INCH 24 25 1.3 REFERENCES 26 A. Reference Standards 27 l. Reference standards cited in this specification refer to the current reference standard 28 published at the time of the latest revision date logged at the end of this 29 specificat�on, unless a date is specifically cited. 30 3I 32 33 34 35 36 37 3$ 34 40 4I 42 43 44 45 �6 47 48 Z. ASTM International (ASTM}: a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Coznpressive Stzength of Cylindrical Concrete Specimens e. C42, Standaz'd Test Method for Qbtaining and Testing Drilled Cores and Sa�ed Beams of Concreie f. C94/C94M, Standard Specifications for Ready-Mixed Concrete g. CI50, Portland Cement h. CI56, Water Retention }�y Concrete Curing Materials i. CI72, Standard Fractice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Adn�ixtuz�s foz Concxete k. C309, Liquid Membrane-Foxx�ing Cozxzpo�nds for Cuzing Conczete, Type 2 1. C494� C�i1�171Ci1� ��TT1IX�UI'e5 fOI' CQ71GI'�te� Types ccA»' uD»' u�+v r`1I1C1 c�C7» rn. C618, Coal FIy Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete CT7"Y OF POR1' WOI2'1'I� 2021 CONCRETE REST�RATION CONTRACT 2 STANDAAD CONSTRUCPIOIV SPECIFIC/AT10N DOCUMSNTS City Projecf No. 1028G1 Revised December 20, 2012 321313-3 COIVCRETE PAVING Page 3 of 22 1 2 3 4 S 6 7 8 9 10 I1 12 n. C88I, Stanc�ard Specification for Epoxy-Resin-Base Bonding Systems far Concrete o. C1064, Standard T�st Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C 1602, Standazd Specification for Mixing Water Used in the Produciion of Hydraulic Cement Cpncrete. q. D698, Laboraiory Compaction Characteristzcs of Soil Using Standaz�d Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACI): a. ACI 305. T-06 5pecification for Hot Weather Concreting b. ACI 306.1-90, Standard SpecificatiQn for Cold Weather Concreting c. ACI 318 13 1.4 ADMINISTRATIVE REQLTIREMENTS [NOT USED] 14 1.5 SUBMITTALS [NOT U�ED] IS 1.6 ACTION SUBMITTALS/INFORMAI'IONAL SUBMITTALS 16 A. Mix Design: submit for approvai. See Item 2.4.A. 17 Li CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAiNTENANCE MATERIAL Si7BM�TTALS [N�T USED] 19 19 QUALITY ASSi7RANCE [NOT i7SED] 20 ].l.fl DEL�VERY, STORAGE, AND HANDLING [NOT U�ED] 21 1.11 FIELD C�NDITIONS 22 A. Weather Conditions 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 1. Place concrete when concrete temperature is between 40 and 104 degrees when measured in accordance with ASTM C1064 at point of placement. 2. Hot Weather Concreting a. Take iz�znediate corrective action or cease paving when tk�e az�nbieni temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient ternp in shade is belaw 4� degrees and falling. Concrete may be placecE when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete pavzng operatzons shall be approved by the City wh�n ambient temperatnre is below 4Q degrees. See Standard Speci�cation for Cold Weather Concreting (ACI 306.1-90). B. Time: Place concrete after sunrise and no later than shall pernut the finishing of the pavement in natural light, or as directed by the City. CITX OF FQRT WQRTH 2O21 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTR�LlCT10N SPECIPICATION DOCUMENTS City Project No. 102861 Aevised December 20, 2012 32]313-4 CONCRETE PAVIIVG Page 4 of 22 � �.12 WARRANTY [NOT USED] 2 PART 2 - PRQDUCTS 3 �.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 �.�, MATERIALS S A. Cementitzous Matez�al: ASTM C 1 S0. 6 B. Aggregates: ASTM C33. 7 C. Water: ASTM CI6�2. 8 D. Adrnixtures: When admixtures are used, conform to the appropriate speci�ca�ion: 9 1. Air-EnTraining Admixtures for Concrete: ASTM C260. 10 2. Chemical Admixtures for Concrete: ASTM C434, Types "A", "D", "F" and "G_" 17 3. Fly Ash 12 a. Coal F1y Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 13 ASTM C618. 14 b. Fly ash may be substituted at one pound per pound oi cement up to 25% of the 15 specified cement content when suc� batch design is appz�oved by tkae Engineer. 15 E. Steel Reinfarcement: ASTM A615, 17 F. Steel Wire Reinforcement: Not used for conerete pavement. 18 19 20 21 22 23 24 25 26 27 28 29 G. Dowels and Tie Bars 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps a. Provid� dowel caps with enougk� range of znovez�rzent to aJ.low complete closure of the expansion joint. b. Caps for dowe� bars shall be of ihe length shown on the Drawings and sha]I have an internal diameter suf�cient to permit the cap to freely s�p over the bar. c. In no case shall the internaI diameter exceed the bar diameter by more �/8 inc�, and one end of the cap shall be rightly closed. 3. Epoxy for powel and Tie Bars: ASTM C$81. a. See following table for appraved producers of epoxies and adhesives Pre-Qualiiied Producers of Epaxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E l OQO+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Rarnset-Radhead Pro-Paxy-300 Fast Tube Unitex C1TY OF FORT WORTH 2O21 CONCRETE RSSTDAATION CONTRACT 2 STANDAI2D CONSTI2UCI'ION SPECIf�ICAITON DOCUMENTS City Project No. 1Q2861 Revised December 20, 2U12 32 13 13 - 5 CONCRETE PAVI�TG Page 5 of 22 1 2 3 4 5 6 7 8 9 10 1] ]2 13 14 IS 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 Shep-Paxy TxIII CMC Construction 5ervices Ultrabond 1300 Tubes Adhesives Technology Ultrabone 23pD N.S. A-22-2300 Adhesives Technology slow sat Dynapoxy EP-430 �ecora Cozp. EDOT Simpsan Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Ti� SpecPoxy 3000FS SpecChem b. Epoxy Use, Storage and HandIing 1) Package components in airtighi containers and protect from light and z�ozstuze. 2) Iz�clud� detaiXed instructaons fox� the application oi the material and all safety informatian and warnings regarding contact with the conr�ponents. 3} Epaxy label requirements a) Resrn or hardener components b) Brand name c) Name of manu�acturer d) Lot or batch number e) Temperature range for storage t} Date of manufacture g} Expiration date fi) Quantiiy contained 4) Store epoxy and adhesive components at temperat�res recommended by the manufacturer. S) Do not use damaged or previously open�d containers and any material that shows evidence of crystallization, lumps skinning, extreme [hickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) FoIlow sound environmentaI practices when disposing of epoxy and adhesive wastes. 7) Dispose o� all empty contazners sepazately. $) Dispose of epo�y by coz�r�pleteXy emptying and nr�ixzng the epoxy befoze disposaI H. Reinforcement Bar Chairs 1 2. 3. Reinforcement bar chairs or supports shall be of �.dequate strength ta snpport the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. Bar chairs may be made of inetal (free of rust), precast martar or concrete blocks or pIastic. For approval of plastic chairs, representative samples of the piastic shall show no visible indications of deteriaration aftez immersion in a 5-percent solution of sodium hydra}ride for 120-hours. 4. Bar chaiu-s may be zejected foz failuze to z�r�est any of the requirements of ihis specification. CFTY OP PORT WOA�3 STANDARD CONSTAUCTION SPECIFICAT101V DOCUMENTS Revised December 20, 2012 2021 CO1VC�'� RES`['OR A`I'IOl�i CON'1'RACT' 2 City Project No. 102863 3213i3-fi CONCRETE PAV3NG Yage 6 of 22 L Joint Filler 2 3 4 5 6 7 8 9 10 I1 I2 13 14 15 I6 17 I8 I9 24 21 22 23 24 25 26 2'1 28 29 30 3l 32 33 34 35 36 37 38 39 A0 A1 42 43 �. 7oint �llez is the materiaT placed in concrete pavemenY and concrete structures to allaw for the expansion and contrac�ion of t�ie concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shal] be of the required size, shape and type indicated on the Drawings or required in the specifications. 1) Boards shall be of selected stock o� redwood or cypress. The boards shall be sound heartwood and sk�all be free frozn sapwaod, knots, c�ustered birdseyes, checks and splits. 2) roint fiIler, boards, shall be smooth, flat and s�ra'rght throughout, and shall be suificiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion jaint filler shall be shown on the Drawings; �e width shall be not less than that shown on the Drawings, praviding far the top seal space. 4. Re�ectian. Expansion joint �ller may be rejected for fazl�re to zx�e�t any of the xequireznents of ihis sp�cificatian. J. Joint Sealants. Pra�ride .Toint Sealants in accordance with Section 32 13 73. K. Curing Materials 1. Membrane-Forming Compounds. a. Conform to the requirements of ASTM C304, Type 2, white pigrnented compound and be of such natu.r� that zt shall not produce pezmane�t discoJoraiion of concrete surfaces nor react deleteriously with the concrete. b. "i'he compound shall produce a firm, continuous uniform moisture-imperrneable film free from pinholes and shall ad�ere satisfactorily to the surfaces of damp concrete. c. It shall, when appIied to the damp concrete surface at the specified rate of coverage, dry to touch in I hour and dry through in not more than 4 hours under normal conditions suitable for concrete aperations. d. �t sk�all adhere in a tenaciaus film withaut r�nning off or appreciably sagging. e. Tt sk�aJl �ot disintegrate, check, peel or crack dr�ring tlie required curing period. f. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. g. 'I"he compound shall be delivered to tlie job site in the manufacturer's original containers only, which shall be clearly labeled with the manafact�rer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. h. When t�sted 'zn accordance wath ASTM CJ 56 Water Retention by Concrete Curin.g Materzals, tlae liquid mernbrane�forming compound shall restrici tE�e loss of water present in the test specimen at the time of application of the curing compaund to not more than U.Q1-az.-per-2 inches of surface. A�+ �.3 ACCESSOR.IES [N�T USED] 45 �.4 SOURCE QUALITY CONTROL 46 A. Mix Design C1T'Y Olx F'OIt'T' �Wd12TH 2O27 CpI�CRETE RESTORATION CpNTRACT 2 STANDARD CONSTRLTCTION SPECIFICATION DOCUMEMI`S City Project No. 102861 Revised December 20, 2012 321313-7 CONC1tETE PAVIIVG Page 7 of 22 1 1. Concrete Mix Design and Control 2 a. At �east 10 calendaz days p�r�ioz ia tha start of concrete paving operations, the 3 Contractor shall submit a design of the conczete znax it proposes to use and a 4 fu�ll descriptian of the source o� supply of eacl� nraaierial coznponent. S b. The design of the concrete mix shaIl produce a quality concrete corr�p�ying with 6 these specifications and sha11 i�clude the followin� infazmatian: 7 1} Design Requirements and Design Sutr�rnary S 2} Mate�ial source 9 3) Dry weight of cemenF/cubic yard and type 10 4) Dry weight of fly ash/cubic yard and type, if used I1 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 12 6} Design water/cubic yard 13 7) Quantaties, type, and name of aclrnixtures with manu�acturer's daia sheets 14 8) Cuzreni strengih tests or strength tests in accordance with ACI 318 15 9) Cuz-z-ent Sieve Az�alysis ar�d -200 Decantation of fin� and coaxse aggregates � 6 and date of tests 17 1$ 19 20 21 22 23 24 25 26 27 2$ 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 c. � 1Q) Fineness modulus of fine aggregate 11) Specific Gravity and Absorption Values of �ne and coarse aggregates 12) L.A. Abrasion of coarse aggregates Once mix design approved by City, maintain intent of mix design and maximum water to cement ratio. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality of Co�ncrete a. Consistency 1) Tn general, the consistency of concrete mixiures shall be such that: a) Mortar shall cling to the coarse aggregate b) Aggregate shall not segregate in concrete �hen it is �-ansparted to the place of deposit c) Concrete, when dropped direc�ly from the discharge chute of the mixer, shall flatten out at the cenCer of the pile, but the edges of the pile st�all stand and not flow d} Concrete and mortar shall show no free water when removed from the mixez e) Concrete shalI slide and not flo� into pIace whe� transporied in rnetaI chutes at a� angle of 3Q degrees with the horizontal f) Surface of the finis�ed concrete shall be free from a surface �im or laitance 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shalI be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of t�e stiffest conszstency that can be placed and vzbraied into a homogeneous mass. 4) Excessive bleeding shail be avoided. C1TY OF FORT WORTH 2O2I COIYCRETE RESTORATION CONTRAC'I' 2 S'i'ANDAI2D CONSTRUCTION SP�CiFICA,TION DOCCTMENTS City Frotect No. 102861 Revised December 20, 2D12 321313-5 CONCRETE PAVING Page S of 22 1 5) If the strengEh or consisCency required for the class of concrete being 2 pzoduced is not secured with tk�e minimuzn cement specified or without 3 exceeding the maximum v�rater/cement ratio, the Contractor may use, or the 4 City may require, an approved cement disgersing agent {water reducer); or 5 the Contractor shall furnish additional aggregates, or aggregates with 6 different characteristics, ar the Contractar may use additional cement in 7 order to produce the required results. $ 6} Tk�e additional cement may be pezmitted as a temparary measure, until 4 aggregates aze c�aar�ged a�d deszgns checked with the different a�gregates 10 or cement dis�ersing agent. 1 J. 7) The Contractar is soleIy responsible for the quality of the concrete ]2 produced. 13 S) The City reserves the right to independently verify the quality of the 14 concrete through inspection of the batch plant, testing of the various 15 materials used in the concrete and by casting and testing concrete cylinders 16 or beams on the concrete actually incarporated in the pavement. 7 7 b. Standard Class 18 1) Unless otherwise shown on the Drawings or detailed specifications, the 19 standard class for concr�te paving fox stz��ets and alleys is showz� in the 2� following table; 21 CTT'Y OF �d1ZT"WOI2"fFi 2021 CpNCRETE RESTORATiON CONTRACT 2 STAN➢ARD CONSTRUC'I'ION SPECIFICATION DaCUMENTS City Project No. 1028fi1 Revised �ecember 20, 2D12 sz �3 �a-� CONCRETE PAVl1VG Page 9 of 22 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course ConcreteI Cementitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio 5ize inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 i-1/2 2 3 4 5 6 7 8 9 10 11 J2 13 l4 15 16 1. A[1 exposed horizontal concrete shal[ have entrained-air. 2. IVIinimum Campressi�e 5trength Required. 2) Machine-Laid concrete: Class P 3) Hand-Laid concrete: Class H c. High Early Strength Concrete (HES) 1} When shown on the Drawings or allowed, provide Class HES concrete for very early opening af pavements area or Ieaveouts to txaffzc. 2) Design class HES io zneet the requirements of class speci�ed for concrete pavenaont arzd a nnuniz��z�n coz�pzessiva stre�gth of �flB 3,OOOpsi in �4 72 �, unless other earIy stre�gih and time requirements are shavvn on the Dzawings allowed. 3) Na strength overr�esign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Mzn. Maximnm Caurse Concrete' Cemeniitious Compressive Water/ Aggregate Lb./CY Strengthz Cementitious M�imum psi Ratio Size, inch HES 564 450D D.45 1-112 17 1$ 19 20 21 22 d. Slump i) Slump requirements for pavement and reIated cancrete shall be as specified in the follawi�g table: Conczete �avement Concrete Use Recommended Design and Placement Slump, inch i-1/2 � 4 Maximum Acceptable Piacement S�ump, inch 3 5 5 Slip-Fozm/roxm-Riding Paving Hand Formed Paving Sid�walk, Cuxb and Gutier, Concrete Val1�y Guttaz- and Other Miscellaneous Concrete 23 24 2) No concrete sha11 be permitted with slump in excess of the maximums 25 shown. CTI'Y OR PORT WORTH STANDARD CQN$TRUCTION SPECIFICATION DOCUMENTS Revised I�ecember 20, 2012 2021 COI�iCRETE RESTORATION CONTRACT 2 City Project No. 1028b1 3z13i3-ia CONCAETE PAVING Page 10 of 22 1 2 3 � 3) Any concrete mix failing ta meet the abave consistency zequzreznents, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such �znsatisfactory conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS �NOT U�ED] 7 3.2 EXAMINATION (NOT USED] 8 3.3 PREPARAT�ON [NOT USED] 9 3.4 ZNSTALLATION ia It 12 13 1� 1S 15 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices {augers), internal vibration, tamping, and surface tloating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homageneous pavement. 3. Mack�n�-La�id Concx�te Pavement a. Fixed-k'ozzza Pavex. Fixed-foz-�xa paving equipment shall be provided with farms tE�at are uniformly supported on a very firm subbase ta prevent saggzng und�x the weight of machine. b. Slip-Form Paver 1) Slip-%rm paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete latezally �ar a sufficient length of tanrz� du�rzng piacement. 2) City may reject use of Slip-�'orm Paver if paver requires ovez-digging and impacts trees, �nailboxes ar other impravements. �. Hand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds ar vibrat�ng screeds, shall be considered taols to be used in hand-laid cancrete constructian, as slumps, spreading methods, vibration, and other procedures are mare common to hand �ethods than to z�aachane znethods. 5. Ciry inay rejeci ec�uiprnent and stop operation if equipment does not meet rec�uirements. B. Concrete Mi�ng and Delivery 1. Transit Batching: sl�all not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements oi this specification and ASTM C94/C94M. City shall have access ready mix to get saznples of znatexials. b. City slaall laave access to zeady �x piant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Aliez-ic�ate Procedure 2: 1) As the mixer is being emptied, individual satnples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WOR'I'H 2O21 CONCRETE RESPORATION CONTRACT 2 STANDARD CONSTRUCTIDN $PSCLFICATION DOCUMSNT$ City Project No. 102861 Revised December 20, 2012 32 13 13 - 1 T COIVCRETE PAVING Page I 1 of 22 T 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �0 41 42 43 44 45 46 2) The method of sampling shalI provide tk�ai the saznples az�e representative of widely separated portions, but not from the very ends af the batch. d. T�e mixing of each batch, after aIl materials are in the drurn, shall continue until it produces a thoroughly mixed concrete of uniform mass as determined by established mixer performance rat�ngs and inspecEion, or appropriate uniformity tests as described in ASTM C94. e. The entire contents of the drum shall be discharged before any materials are plac�d therein for �e succeeding batch. f. Retempezing or remuxing shall naC be permitted. 3. Delivery a. De�ive�r concrete at an i�zte�rval not exceeding 30 minutes or as deCermined by City to prevent cold joint. 4. DeIivery Tickets a. �'ar all operations, the ma�ufacturer af the concrete shall, be�oze unloading, furnish to the purchaser with each batch of concrete at the site a deIivery ticket on which is printed, stamped, or written, [he following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier 2) 5erial number of ticket 3) Date 4) Truck number 5} Name of purchas�r 6) Specific designation of job (nazne and location) 7) S�ecific class, design identificaYion and designatipn of the concrete in conformance with that employed in job speciiications 8) Amount of concrete in cubic yards 9) Time loaded or of first mixing of cement and aggregates 10) Water added by receiver of concrete 11) Type and amount of admixtures C. Subgrade ]. W�aen zx�anipulation or treatment o� subgrad� zs requixed on the Dz�awings, the work shall be performed in proper sequenee with the prepazatian of the subgrade for pavement. 2. The roadbed shall be excavated and shaped in conformity with the typical sections and to the lines and grades shown on the Drawings or established by the City. 3. AIl holes, ruts and depressions shall be filled and cornpacted with suitable rnaterial and, if rec�nired, the subgrade shall be thoroughly wetted and reshaped. A. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be corrected. 5. The subgrade shall be uniformly compacted ro ai least 95 percent of the m�imurri densiCy as deierminecE by ASTM D698. 6. Mozsiuz�e co�tez�t shall be witk�in minus 2 pezcerzt to pJus 4 gezcez�t of optiznurn. 7. The px��paz-cd subgzada sk�all be weited down su££ici�ntly zn advance of placing the pavement t0 ensure its being in � firm and mpi3t cOndition. 8. Sufficze�i subg,zade sfiall be prepared in advance to ensure satis�actory prosecution of �e vVork. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Revised December 2D, 2012 2021 CONCRETE RESTORATTON CONTKACT 2 City Project Na. 102561 32 13 13 -12 CONCl�'S"E P.4V�IG Page 12 of 22 1 9. The Contractor shall notify the City at least 2�} hours in advance of its intention to 2 place concrete pa�ement. 3 1fl. After the specified moisture and densiCy are achieved, the ContracCor shall maintain � the subgrade moisture and density in accordance with this Section. 5 1]. In tk�e eva�t that xain ar ather condiizons may have adversely affecied the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 D. Placing and Removing Forms S 1. Placing Forms 9 a. Forms for machine-laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thicI�ess of the concrete section, 12 and a minimum of 10 feet in �engih for each individual farm. 13 2) Foxms sk�all be of az�ple stz�ength and stal�ed wit� adequate x�uz�aber of pi�s 14 capable of r�sistax�g t�a� pxessur� of coz�cret� plac�d against ihenr� and the 15 thrust and the vibratian af the constnictian equipment operatin� upon them 16 vvithout appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 18 �ariation from the true plane for face ar top. 19 4) Forms shall be jointed neatly and tightly and set with exactness ta the 20 established grade and alignment. 21 5) Farms shall be set to line and grade at least 200 feet, where practicable, in 22 advaz�ce of t�ae paving oparatioz�s. 23 6) In x�o case shall t�e base width be less than $ inches for a form 8 inches or 24 more in height. 25 7) Forms must be in i�rm contact with the subgrade throughout their length 26 and base width. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 S) If the subgrade becomes unstable, %rms shall be reset, using heavy s#akes or other additional supports may be necessary Co provide the required stability. b. Farms for hanci-laid cancrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2} For cuzves with a radius of less than 250 freet, acceptable fl�xibl� znetal oz wood forms shall b� used. 3} All fozrns showzng a devia�ian of 1/S inch in 10 feet frorn a straight ]ine sk�all be zejected. 2. Settling. When forms set�le over ll8 inch under finishing operations, paving operations shall be stopped the forms reset ta tine and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Farms shall be thoroughly cleaned after each use. 43 4. Removal. 4� a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of Che pavement when removing forms. 46 c. Repair daz�nage zesulting froz�r� fozzn xemoval and honeycombed areas with a 47 mortar mix within 24 hours after form remova� unless otherwise approved. CTTY 4F FORT WORTH 2O27 CONCRETE RESTORATION CONTRACT 2 STANDARD CONST72UCTION SPECIRICATION DOCUME[�I'I`S City Project No. 102861 Revised December 20, 2012 32 13 13 - 13 CONCRETE PAVING Page 13 of 22 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 16 17 18 t9 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 �[6 47 48 d. e. Ciean joint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are rerrioved before 72 hours after concrete pIacement, promptly apply membrane cur�ng compound Co the edge of the concrete pavement. E. Placing Rein�orcing Steel, Tie, ar�d Dowel Bars 1. General a. When reinforcing steel tie bars, dowets, etc., are �reqwired they shall be placed as shown on the Drawings. b. All reinforcing steel shall be clean, free from rust in the farm of loose or objectionable scale, and of the type, size and dimensions shawn on the Drawings. c. Reinforcing bars shaIl be securely wired together at the alternate intersections and all spIices and shall be securely wired at each intersection dawel and load- transmission unit intersected. d. Afl bars sha11 be installed in their reguired position as shown on the Drawings. e. Th� storing of reinfarci�g or structural steel on completed roadway slabs generally shall be avoided and, where permitted, such storage shall be Limited to quaz�tities ar�d dxstnibution that shall not induce excessive stresses. 2. SpIices �. Provide standard reinforcement splices by lappzng and iying e�ds. b. Comply with ACI 31 S for rninimum Iap of spliced bars where not specified on the Drawings. 3. Installation af Reinforcing Steel a. All reiniorcing bars and bar maCs shall be installed in the slab at the required depth below Che iinished suriace and supported by and securely attached to bar chairs installed on pzescribed lox�gitudinal and transverse ceniers as shown by sectional and deiai�Z�d drawings oxz the Drawings. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the Drawings and shaIl be approved by the City prior to extensive fabrication. c. After the reinforcing steel is securely installed above the subgrade as specified in Drawings and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing or fnishing of the concrete. 4. Installation of Dowel Bars a. Install tbrough tk�e predzilled joix�i fzller and xigidly support in true horizonial and vertical positions by an ass�mbly of bar chairs and dowel baskets. b. Do�el Bas2cets 1) The dowels shall be held in position exactly parallel to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket s�all hold each doweI in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. DoweI Caps 1} Install cap to alIow the bar to move not less than 1-1/4 inch in either direction. 5. Tie Baz and Dowel �laceznent a. Place at zx�id-depth of the pavezr�ent sJ.ab, gaz-allel to the suz�ace. CTI'X OF FOR'I' WORTH STANDAf2D CONSTRUCTION SPECIFICATION DOCUMENTS Revised �ecember 2D, 2012 2D21 CONCRE7'E RESTORA`I'ION CONTAACI` 2 City Project No. 102861 32 13 13 - 14 CONCRETE PAVING Page 14 of 22 1 2 3 4 5 6 7 8 9 l0 ]l l2 13 14 �5 16 17 18 14 20 21 22 23 2A 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. Place as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installatian �) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrouz�di�g apezatzons. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy gxout and bar at least 6 inches embedded into concrete. F. Joints I. .Toints slaall be placed where shown on the Dzawings or w[�ere dizacted by the City. 2. The plane of all joints shalI make a right az�gle v�rit� the suzface of th� pav�z�r�ent. 3. No joints sha11 have �n errar in alignment of more than 1/2 inch at any point. 4. 7aint Dimensions a. The ocridth of the joint shall be shovvn on the Drawings, ereating the joint sealani reservoir. b. The dept�i of the joint shail be shawn on the Drawings. c. Dimensions af the sealant reser�oir shaIl be in accordance with manufacturer's recommendations. d. Aiter curing, the joint sealant shall be 1/8 inch to I/4 inch below the pavement suz�ace at the center of tl�e joint. 5. Transverse Expansion 7oints a. Expansion joints shall be 'rnstalled perpendicularly to the surface and to the centerline of the pavement at the Iocations shown on the Drawings, or as approved by the City. b. Joints shall be of tk�e design width, and spaci�g s�aown on the Drawings, or as appzoved by the Ciry. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels wiih a thin filz�rz of gr�ase or otk�ez appzoved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. l�roximity to E�sting Structures. When the pavement is adjacent to or around ex'rsting structures, expansions joints sY�all be canstructed in accordance with the details shown on the Drawings. 6. Trans�erse Contrac�ion Joints a. Contraction or dummy joints shall be insialled ai the locations and at the intexvals sk�own on ihe Drawings. b. Joints shall be of the design width, and spacing sfiown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shali be installed at the specified spacing. d. Joints shail be sawed into tiie completed pavement surface as soon after ir�itial concrete set as possible so that some raveling of the cancrete is abser�ed in order far the sawing process to prevent uncontrolled shrinkage cracking. Cl'1"it OF P012"T' WORTH STANDARD CONSTItUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2021 CONCI2�'Tf? RESTOI2ATION CON'I'RACT 2 City Project l�Io. 102861 32 i3 13 - 15 CONCRSTE PAVING Page LS of22 l e. The joints shaII be constructed by savv�ng to a I/4 inch width and to a depth of 2 1/3 inch (1/4 inch pemiitCed ii fimestone aggregate used) of the actual 3 pavement thickx�ess, or deepez if so indicated on the Drawings. 4 f. Comp�ete sawing as soon as possible in hot weather conditions and wiChin a 5 znaxizx�uz�n af 24 hours aftez saw cutting begins undez cool wcatlaer conditions. 6 g. If sharp edge joinis are bezng obtained, the sawing process shall be sped up to 7 the point wheze some raveling is obsezved. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. IO i. Any portion of the curing membrane which has been disturbed by sawing ll operations shall be restored by spraying the areas with additional curing 12 compound. i3 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of inetal or wooden bulkhoads c�t txu� to the seciian of the fiz�ish�d 17 pavez�ent and c�eaned. l.8 b. Wooden bul�eads sha11 have a tkaickness af noi J.ess than 2-inch stock matez�al. 19 c. Longitudinal b�rs shall be he�d securely in place in a pIane perpendic�lar io ttie 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to ll4 inch radius. 22 e. Any surptus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 �6 47 48 49 S. Longitudinal Construciion Joints a. Langitudinal constz�uction joix�ts shall be of the type showx� on th� D�rawings. 9. Joint Filler a. loini �illez sha�l be as specified i� 2.2.I of the size and shape shown on the Drawings. b. Redwood Board jaints shall be used for ali pavement joints except for expansion joints that are coincident with a butt joint against e;{isting pavements. c. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted or� the job. d. Green lumber oi much higher moisture content is desirabi� and acceptab�e. e. The joini �llez shall be appropriately dzilled tQ adm�t the dawel bars when requir�d. f. T�e boitom edge af the filler shall extend to or slightly bela�ov the bottom of the slab. The top edge shall be held approximately 1/2 inch below the �nished surface of the pavement in order to allow the finishing operations to be continuous. g. The joint filler may be composed of more than one length of bo�-d in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the Drawings. h. After the removal oi Che side forms, the ends of Che joints aC the edges of Che slab shall be careiully opened %r Che entire depth of the slab. 10. Joint Sealing. Routine paveme�t joints shaIl be fi]Ied con5istent with paving details and as specified in Section 32 13 73. Materials shall generally be handled and applied according to the manufacturer's recommendations as specified in Sec�ion 32 13 73. CITX OF F�I2'I' WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SY�,CT�ICATIdN DOCUMEN'I'S CiCy Project No. 102861 Revised December 20, 2012 32 13 ]3 - 16 CONCRETE PAVING Page 15 of 22 1 G. Flacing Concrete 2 1. Unless oth�zwis� specified zn t.lae Dxawings, tk�e �€nished pavement slaall be 3 constructed monolithically and canstructed by machined laid method unless �- impractical, 5 2. The concrete shall be rapidly depasited on the subgrade in successive batches and 6 sha116e distributed to the required depth and for the entire width of the pavement 7 by sho�eling or other appro�ed methods. 8 3. Any concrete not placed as herein prescribed within the tarr�e liznits in the following 9 tabJ.e wzil be rejected. Tizxae begins when the water is added to the nnixer. �o 1l 12 13 14 15 1� 17 18 19 ZO 2l 22 23 24 25 2fi 27 28 29 30 31 32 33 Tem erature — Time Re uirements Concrete Temperature MaY Time — minutes Max Time — minutes (at oint of lacement) (no retardin a ent) (with retarding agent}z Non-A itated Concrete All temperatures �5 45 Agitated Concrete Abo�e 90°F Time may be reduced by 75 Cit Above 75°F thru 9fl�F 60 90 75°F and Below b0 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruptio� or delay of more than 3Q minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. Speciai care shall be taken in piacing and spading the concrete against �he forms and at ail joints and assexnblies so as ta prevent laoneycoznbing. b. Excessive voids and honeycoz�rzbing in the edge of the pavement, z�evealed by the remaval of the side farms, may be ca�se for rejeetion of the section af sl�tb in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is st��l workable, it shall be tested for irregularities with a 10 foot straightedg� placed parallel to tk�� cer�terline of the pav�zne�t so as to bridge depressions and to touch aJ.l higk� spots. 2) Qrdinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1116 inch-per�foat from the nearest painY of contact. 3) In no case shall the maximum ardinate to a IO foot straightedge be greater than 1/8 inch. C1Tit �F' FOIt"T WORTFi 2Q21 CUNCRETE ELESTORATION COIVTRACT 2 STAN�ARD CONSTRUCTIOIV SPECTFICATTOIV DQCUMEN�'S City Yrojec# Na. 102861 Reviscd Decemher 20, 2D12 32 13 13 - 17 CONC�tETE PAVING Page 17 of 22 1 2 3 4 5 6 7 8 9 10 �1 12 13 14 15 16 17 4) Any surface not �rvithin the tolerance li�ts shalJ. be raworked and refinished. b. Edging 2) The edges of slabs and all jaints rec�uiring edging sfiall be carefully tooled with an edger of the radius required by tY�e Drawings at the time the concrete begins to take its "set" and becomes non-workable. 2) AlI such woric shall be left smooth and true to lines. 2. Hand a. Hand finishing permitted only in intersections and areas inaccessible to a �inushing naack�iz�e. b. When th� hax�d zx��thod of stzil�ng off and consolidating is permitted, the concrete, as soon as placed, shall ba appro�mately leveled and then siruck ofi with screed bar to such elevatio� above gzade ihat, when consolidated and finished, the surface of the pavement shall be at the grad� elevataon shown on the Drawings. c. A siight excess of r�aterial shall be kept in front of the cutting edge at all times. d. The stra�ghtedge and joint f�nishing shall be as prescrrbed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 22 23 2�4 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 �t0 A1 42 43 44 45 2. Failure to provide proper curing as herein prescribed shall be considered as sufficient cause for immediate suspension oi the paving operations. 3. The curing method as herein specified does not preclude the use of any of the other commanIy used methods af curing, and the City may appzove anot�er r�nethod of currng if so requested by the Contractor. 4. If any selected method of curing does not afford the desired results, the City si�all have the right to order that another method of curing be instituted. 5. After removal of the side forms, the sides of the slab shall receive a Like coating befare earth is banked against them. 6. The solution shall be applied, ander pressure with a spray nozzIe, in snch a manner as to cover the entire s�arfaces thoroughly and completely with a uniform film. 7. The rate of application shalI be such as to ensuze cozrzplete coverage a�€d shall not exceed 20-square�yards-per�gallan af curing compou�ad. S. When thoroughly dry, it shall provide a con�inuous and �Iexible membrane, free from cracks or pinholes, and shall not ci�sintegrate, check, peel or crack during rhe curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested an accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained witiun the tesC specimen a percentage oF the maisture present in the specimen when the curing coznpourzd was applied according to the following. 11. Contxactor shall zraaintain and pzoperly repair damage to curing maCerials on exposed surfaces pf concrete pavement cantinuously foz a least 72 hours. J. Monoliihzc Cuzbs C1TY OF FORT WORTH 2O21 CONCRETE RESTORA�TON CONTRACI' 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl IVo. 102861 Revised December 20, 2012 32 13 13 - 18 � CO�TCRF,TE PAV7NG Yage 18 of 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 ]5 16 17 18 l4 20 2I 22 23 l. Concrete for monolithtc curb shail be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be tharoughly warked with a wooden flat. 3. The exposed edges shall be rounded by t.la� use o� an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with the specif cations for concrete paving hereinbefore described, in accardance with the details shown on the Drawings, and with the fallowing additiona� provisions: a. AlIey paving shaIl be constructed to the typical cross sect�ons shown on the Drawings. b. Transverse expansion jaints o� the iype shown on the Drawir�gs sk�all be construcied ai the property line on each ez�d of the alley with a ma�cimum spacing of 600 feet. c. Transverse contractian and dummy joints shall be placed at the spacing si�own on the Drawings. d. Cantraction and durn.i7ry joints shall be formed in such a manner that the required joints shalI be produced to the satisfaction of tYie City. e. AlI joints shall be constructed in accordance with tlus specification and filled in accordance with the requirement of S�ction 32 l3 73. L. Pavement Leaveauts 24 ]. Pavement leaveouts as necessary to maintain and pravide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shali be deternzined in the �eld by ihc 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shaIl be consistent with the Drawings and as 3I speci�i�d in Sectian 32 O1 29. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.'� SITE QUAL�TY CONTROL 34 35 36 37 38 39 40 41 42 43 A. Concrete Placement 1. Place concrete using a fu�ly automated paving macliine. Hand pavzng onl.y permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fuTly automated paeing machine as approved by the Ciry. b. Screeds will nat be allowed except if approved by the City. B. Testa�ag of Materials 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 STANDARD CO1VS'FRIJCPION SPECTFICATION DpCUMENTS City Project No. 102861 Revised December 20, 2012 32 13 13- 19 CONCRLTE PAVAVG Page 19 of 22 1 2. In the event the initial sampling and testing does not comply with the specificatians, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be ai the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shail be in accordance with appIicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 8 9 TO 11 12 13 14 IS 16 17 18 14 za 21 C. Pavement Thickness Test 1. Upox� cozrzpletaan of iiae wozk and b�fore final acceptance and final payment shall be made, pavement thiclrness test shall be made by iiae City. 2. The number of tests and location shall be at the discretian of the City, unless otfierwise specified in the special provisions ar an the Drawings. 3. The cast for the initial pavement thickness Lest shall be the ex}�ense of the City. �1. In the event a deficiency in the thickness of pavement is revealed during narmal testing operations, subsequent tests necessary to isolate the de�ciency shall 6e at the Contractor's expense. 5. The cost for additionaI coring test shall be at the same rate charged by commercial laboratories. 6. Where the average tlucl�ess of pavement in the area found to be deficient in thicl�ess by more than 0.20 inch, but noC more than 0.50 inch, payment shall be z�r�ade at ax� adjusted price as speczfied in tlae followzng table. De�'iciency in '�'hicTcness Proportianal Part Determined by Cores Of Contract Price Inches Allowed 0.00 — 0.20 100 percent 0.21 — 0.30 80 percent p31— a.40 70 percent 0.41— 0.50 60 percent 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 7. Any area of pavement %und deficient in Ehicl�ess by more than 0.5� inch but nQt mare than 0.75 inch or 1/10 oi the thicia�ess specifiec� on the Drawings, whichever is greater, shall be evaluated by the City. S. If, in the judgznent of the Cziy the area of such deficiency sk�ould not be zez�rioved and rep�aced, there shall be no payment far �he area retained. 9. rf, in the judgment of ti�e City, the area of such deficiency warrants removal, the area sha11 be removed and replaced, at the Contractor's entire expense, v�rith concrete of the thickness shown on the Drawings. 1Q. Any area of pavement found de�cient in thickness by more than D.75 inch or more than 1/10 of the plan thickness, whichever is greater, shail be removed and replaced, at the Contracror's eniire expense, wiCh concrete of the thicl�ess shown on the Drawings. 11. No adclitional payment ovez the contract unit pzice shall be made for any pavement of a thickness exceeding thai requzred by the Drawings. D. Pavement Strengih Test CTTY Ol� F012'T' WORTFT 2D21 CONC�� RES'I'ORA�'FON CON7'12ACI' 2 STANDARD CONSTRUCI'ION SPECIFICA`['ION DDCUME]�TS City Project No. ] 02861 Revised December 20, 2012 32 13 i 3- 20 CONCRETE PAVING 1'age 26 of 22 1 1. During the progress of ti�e work the Ciry shall prov+de trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on tl�e job sit� az�d ilaen 5 transpoxted, z�ozst cured, and tested by the City in accardance with ASTM C31 and 6 ASTM C39. 7 3. Tn each set, 1 of the cylinders shall be tested at 2 DAYS/3 DAYS, TWO 8 CYLINDERS SHALL BE TESTED AT 7 days; two cyIinders shall be tested at 2$ 9 days. , ' 10 4. IF 2 DAYS13 DAYS TEST RESULT INDICATE DEFICIENT STRENGTH, THE 11 OPENING OF PAVEMENT TO TI2�FIC SHALL NOT BE PERMIT'�ED AND 12 PROJECT INSPECTOR MAY ASK THE CONTRACTOR TD RESUBMIT THE 13 CONCRETE MIX DESIGN TO MEET THE MINTMUM SPECLFYED lA STRENGTH. If the 2$ day test zesults indzcate deficient strength, the Contractor 15 may, at its aptian and expense, core the pa�ement in question and have the eores 16 tested by an approved laboratory, in accordance with ASTM C42 and ACI 3 I8 17 protocol, except the average of all cores must meet lOQ percent af the minimum 18 specified strength, with no individual core resulting in less than 90 percent of 19 design strength, to override the resuIts af the cylinder tests. 20 5. Cylinders and/or cores must meet mFnimum specif ed strength. If cylinders do not 2] meet minimum specified strength, ac�ditional cores shall be taken to identify the 22 limi.ts of deficient conczete paveznent at the expense of the Contractor. 23 {. Cylindez's and/or cores must meei minimum specified strengLh. Pavement not 24 meeting the minimum specified strength shall be subject to the money penal�ies or 25 removal and placement at the Contractor's expense as show in the followfng #able. 2b Percent Deficient Percent of Contract Price Allowed Greater Than 0 ercent - Not More Than 10 ercent 90- ercant Greater'�'han 1 D ercenl -�Iot Moze `CE�an 15 ercent $0- ercent Greater Than 15 percent 0-percent or remo�ed and replaced at the entize cost and ex ense oF Contractor as directed by City 27 28 29 30 31 32 33 34 35 36 37 T�ae amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defr�y the cast of e�tra maintenanee. The strength requirements for sft�ctures and other concrete work are not altered by the special provision. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. E. Cracked Concrete Acceptance �olicy 1. If cracks e�st in concrete pavexnent upon completion of the project, the Project Ti�spectoz shall make a determination as to the need far ae�ion Yo address the cracking as to its cause and recommended remedial work. 38 2. Tf the recornmended remedial work is routing and sealing of the cracks to protect 39 the s�abgrade, the Inspector shall make the determination as to whether to rout and 40 seal the cracks at the time of final inspection and acceptance or at any time prior to 41 the end of the pro}ect maintenance period. The Contractor shall perform the routir�g 42 and sealing work as directed by the Pro�ect Inspector, at no cos� to the City, 43 regardless of t�e cause of the cracking. CTPY OF FORT WORTH 2U21 CONCRETE RESTORATTOIV COT�T'1'TLAC"I' 2 STANDARD CQNSTRUC."PION SPEC1FiCAT10N DOCUMF,N1'S City Projecl No. 102861 Ttevised Decem6eT 20, 2012 �a i3 i� - zz CONCRETE PAVING Page 21 of 22 l 3. If remedial work beyond rouizng and seaIing is determined to be necessary, t�ae 2 Inspecior and ihe Contractoz will atteznpt to agree on t�Ze cause o£ the cracking. Tf 3 agreezraent xs reached ihat the cracking is due ta deficient materials or workmanship, 4 th� Contractoz shall perfarm the z�erriedial work ai no cast to the City. Remedial 5 work in ihis case shall be Iimited to removing and re�Iacing the deficient work with 6 new zniatexiai and warl�manshi� that meets the requirements of the cantract. '7 4. Lf remedial �x+ork beyond routing and seating is deterrnined to 6e necessary, and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 4 materials or workmanship, the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to ll address the cause of the cracking, and the Contractar will perform that work at the 12 agreed-upon price ii the Ciry elects to do so. 13 5. If remedial work is necessary, and the Iz�spectoz and the Contzactoz cannot agzee on 14 the cause oF the cracking, ihe City may hire an independ�nt geot�c�anical ez�g�neer 15 to perform testing and analyszs to deterznir�e tk�e cause of the cracking. The I6 cox�tz�actoz will escraw 50 percent of the prapased casts of the geatechnical contract 17 with the City. The Contractor and the City shall use the serv'rces of a geotechnical 18 fizzr� acceptable tn both parties. 19 6. � the geotechnical engineer deter�nines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship, the remedial work will be 21 perfarmed at the Contractar's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in ihis case shall be 24 limited Co removing and repiacing t�ae de�icie�t wazk with r�ew material and 25 woxkzr�ansk�i� ihat meets tfie requirements of the contraet. 26 7. Lf t�� geotec�anica� en�ineer determi�es that the primary ca.use of the cracking is not 27 the Contractor's deficient material or workmanship, the City will return t�e 28 escrowed funds to the Contractor. The Contractor, on request, will provide the City 29 an estimate of tl�e costs of the necessary remedial work and/or additionaI work and 30 wrll perform the work at the agreed-upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJ[TSTING [NOT USED] 33 3.10 CLEANING [NOT U�ED] 34 311 CLOSEOUT ACTIVITICS [NOT USED] 35 3.12 PROTECTION [NOT U5ED] 36 3.�3 MAINT�NANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 CTJ'Y pF FORT WpRTH 2O27 CONCRETE ASSTORATIOI�' CONTAACT 2 STAIVDARD CONSTRUCTTON SFEC�ICATiON DpCUMENTS City Project No. 102861 Revised December 20, 2012 32 13 I3 - 22 CONCRETE PAVING Y�ge 22 of 22 END Ok' SFCT�ON Revision Log DAT� NAM� SUMMARY �F CHANG� 12J2012012 1.2.A — Modified items to be include[i in price bid 05/21/20I4 Doug Rademaker 2,2.D — Modified to c[arify acceptable fly ash subst9tution an concxete pa�ing CTI'Y OF FORT WORTH 2d21 CONCRETE RESTORATI4N CONTRACT 2 STANDARD CQNSTRUCTION SPECIFICAT[OIV DpCUMENTS City Project No. 10286I Revised December 20, 2012 321320-1 CONCRETE SIDSWALKS, DBNEWAYS AND BARRIER PREE RAMPS Page 1 of 6 1 2 SECTION 3� 13 �0 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER �'REE RAMPS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Tncludes: 6 1. Cancrete side�rvalks 7 2. Drivevvays 8 3. Barrier free ramps 9 B. Deviations from tilis City of Fort Worth Standard Specification 10 I F�1� Z'I�l� �'R(],TEC'T '��.�,�IFI�ACTURFEt �7P' D�TCC'f,�E3�.L �1JAI�l�L'VG 11 i�ClfV�£'.-`I'].LE: f'{�i2.�3r�f�i�l�;i� F�{REG E�A1���3 �fll�5 i��li� R.F�,VfSE,k�r�l5.4C�A i2 SC�1_l�!'i'T{3f�� l�(', f�i� r1�'I'R��VF�7 F�Ilr�1,1�Y'f'FEN�I'�-Y'. l3 I4 15 16 17 za 19 L2 20 21 22 23 2A� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 C. Related Specification Sections include, but are not necessarily Iimited to: I. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Cantract 2. Divisian 1- General Requirements 3. 5ection 02 41 13 - Selective Site DemoLition 4. Section 32 13 l 3- Concxete �aving 5. Section 32 13 73 - Concrete Paviz�g 7oint Sea�ants PR�CE AND �AYMENT PROCEDURE� A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shalI be by the square foot of completea and accepCed Concreie Sidewalk in its iinal position for various: a) Tlaic�nesses b) Types b. �ayment 1) The �vork performed anc� materials furnished in accordance with this Item and measured as provided under "Measurement" wiIl be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Driveway a. Measurement 1) Measuzez�a��t foz this �tezn s�aall be by the square foot of caz�pleted and accepted Cancrete Driveway in its final position for various: a) Thicknes5es b) Types 2) Dimensions will be taken from the back of the projected curb, mcluding the area of the curb radii and will extend ta the limits specified in the Drawings. CITY OF FORT WOR'1'H 2O21 CQNCRETE RLSTORATION CONTKACT 2 STAIYDAIiD CON3'�iUC'1'ION SPECIFiCATIpN DpCUMENTS City Projecl Na 1 D2861 Revised Apri130, 2013 321320-2 CONCRLTE SIDEWAL3{S, DRIVEWAYS AND BARRIER PREB RAMPS Page 2 of 6 1 2 3 4 5 6 7 $ 9 1Q 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 3) Sidewalk portion of d�rive wiJ.l be included in dz�v�way z�rz�asuzexxaent. 4) Curb an drive will be included in the driveway measurernent, b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foat of Concrete Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing a11 materials 3. Sarrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various: a) Types b. Payment 1) The work performed and materials Furnished in accordance with this Item and measured as provided under "Measureznent" wzll be paid far at the uzut price bid per each `Barrier Free Ramp" installed. c. Tk�e pxice bzd shall zx�clude: I} Excavating and preparing the subgrade 2} Furnishing and glacing all materials 3} Curb Ramp 4} Landing and detectable warning surface as shown on the Drawings 5} Adjacent flares or side curb 25 1.3 REFERENCES 26 A. Abbreviations and Acronyms 27 1. TAS — Texas Accessibility Standards 2$ 29 30 31 32 33 34 35 36 37 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited, 2. American Society for Testing and Materials {ASTM) a. D545, Test Methods for Preformed Expansion Joint Filiers for Concrete Constrr�ction (Non-extrucling and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibflft3) 38 1.4 ADMTNTSTRATIVE REQY]IREMENTS [NOT USED] 39 1.5 SLTBMITTALS [NOT USED] 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 4i 42 43 �44 A. Mix D�sig�: sub�aait for appraval. Section 32 13 l3. B. Product Data: submit product data and sample for pre-cast detectable warning for barrier free ramp. 1.'� CL�SEOUT SUBM�TTALS [NOT USED] cr�•�r o��o�x woz��z zozi co�rc��� R�sTaua,�oN coN�ac�r z STANDARD CONSTAUCPIOIV SPECIFICtlTION DOCUMEIVTS City Project No. 10286] Ravised April 30, 2013 321320-3 COIVCRETE S1rDE1�ALKS, ]]RIV�WAYS AND AA�2IiIEI2 FRB� RAMPS Page 3 of 6 1 T.S MAINTENANCE MATERXAL SUBMITTALS [NOT USED] 2 1.9 QUALITY A�SURANCE �NOT US�D] 3 1.10 DELZVERY, STORAGE, AND HANDLING �NOT USED] 4 l.11 FIELD CONDXTXONS 5 A. Weather Conditions: Placement of concrete shall be as specified in Sect�on 32 13 13. b 1..12 WARRANTY [NOT USED] 7 8 9 10 ll 12 l3 IA 15 16 PART 2 - PRODUCTS 2.1 QWNER-FLTRNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT t1ND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the tlucl�in�ss of the finished work. B. Concrete: see Section 32 13 13. 1. Unless otherwis� show� or� the Drawings oz detazled specifications, tfie standard class foz coz�crete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. M�imum Course Concrete� Cementitious, Compressive Water/ Aggregate Lb./CY StrengthZ Cementitious Ma�rimum psi Ratio Size, inch A 470 300a 0.5$ 1-1/2 i7 C. Rezz�forcement: see Section 32 13 13. 18 ]. Sidewalk, driveway and barrier �ree ramp reinforcing steel shall be #3 deformed 19 bars at 18 inches on-center-both-ways at the center plane of all slabs, unIess 2Q otherwise shawn on the Drawings or detailed specifications. 21 D_ Joint Filler 22 1. Wood Filler: see Section 32 13 13. 23 2. Pre-Molded Asphalt Board Filler 24 a. Use onIy in areas where not practical ior wood boards. 25 b. Pre-moided asphali boaz�d filler: ASTM D545. 26 c. Install the required size and unz�ozm thzckness and as speeified in Drawings. 27 d. Include 2liners oF 0.016 asphalt impregnated kraft paper filled with a mastic 28 mixture of asphalt and vegetab�e fiber andlor mineraI �ller. 24 E. Expansion 7oint Sealant: see Section 32 13 73 where shown on the Drawings. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL�[NOT US�D] 32 33 PART 3 - EXECUTION 3.1 IN�TALLERS [NOT U�ED] CTI'Y QF FOAT WORTH 2O21 CONCRETE RE$TpRATIQN CONTRACT 2 STAN�ARD CONSTRUCTIOIV SPECIFICATION DOCUMENTS Ci[y Project No. 102861 I2evised Apzi130, 2013 32 i3za-4 C�NCRS'i8 S1AF.WALKS, ARIVVP.WAXS A,� BARR�A k�PE RA�+/1PS Page 4 of 6 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION 3 4 5 6 7 8 9 �a I1 z2 13 14 A. Suzface Pirepazatzo� 1. Excavation: Excavation requized foz the construciion of sidewal.ks, dz�iv�ways ax�d barrier free ramps shali be ta the lines and grades as shown on the Drawings or as established by t�e City. 2. Fine Grading a. The Cantractor shalI do all necessary filling, Ieveling and fine grading required Ca bring Ehe subgrade to the exact grades specified and compacted to at least 90 pez-cent of maximum density as determined by ASTM D698. b. Moisture content shall be witlun minus 2 to plus 4 oi optimum. c. Any over-excavation shall be repaized to tk�e satisfactiox� of the City. B. Deznoliiion 1 Rez�r�oval 1. SidewaIk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 15 3,4 INSTALLATION 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thicl�ness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approack�. 3, Dri�eways shall have a minimum thickness af 6 inches. Standard cross-slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the �variable height radius curb in accordance with the Drawings. 4. All pedestrian faciIities shaIl comply with provisions of TAS including location, slope, width, shapes, iexture and coioring. Pedestrian facilities installed by the Contractar and not meeting TAS m�st be removed and replaced to meet TAS (no separate payj. B. Forms: Forms shaIl be securely staked to line and grade and maintained in a true position during the depasiting of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. 33 E. Finishing 34 1. Concrete szdewalks, driv�ways ar�d banri�x free raz�rzps shall be finished to a tz-ue, 35 �ven suzface. 36 2, Trowel and then brush transversely to obtain a smoott► unifarm brush finish. 37 3. Provide exposed aggregate finish if specified_ 38 4. Edge joints and sides shall with suitable tools. 39 F. 7oints 40 l. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 41 using redwood. cr� � o� NoxT r�ro�rx zozi coNcx�TE x�s��oxATroN coNTxacT a STANDARD CONSTRUCTIDN SPECIFICATTON DOCiTMENTS City Praject No. 1d2861 Kevised April 3D, 2013 321320-5 CONCRETE SIDSWALKS, DRIVEWAYS AND IIARRIER FREE RAMPS Page 5 of 6 ]. 2 3 4 5 6 7 8 9 10 I1 12 13 14 1S IG 17 18 19 20 21 22 23 24 25 3.5 2. Expansion joints shall be placed at 4Q foot int��rvaJs fox 4 fooi wzde szdewalk and 50 foot inter�+aIs for 5 foot vvide and greatex sidewalk. 3. Expansion joints shall also be placed at all intersections, sidevvaIks with concrete driveways, curbs, formations, other sir�ewalks and otfier adjacent old cancrete v�+ork. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. AlI expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewatks shatl be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the widih of the walk with a marking Cool. 7. When sidewalk zs against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Fu�-n�isk� and 'znstall br,ick zed color � cast in plac� detectable wa�ing Dozx�e-Tile, manufactured by ADA S�LUTION, INC. or approved equaI by ihe City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direcEion of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp ar landing where the pedestrian access route enters the street. 3. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 5. Insiall d�tectable warx�ir�g surface according to ma�aufactuzez's instructzons. REPAI12/12.ESTORATXON [NOT USED] 26 3.6 RE-INSTALLAT�ON [NOT USED] 27 3.'� FZELD QUALITY CONTROL [NOT U,SED] 28 3.8 SYSTEM STARTUP �NOT U�SED] 29 3.9 ADJU,STING [NOT USED� 30 310 CLEAIVING [NOT IISED] 31 311 CLOSEQUT ACTIVITIES [NOT LTSED] 32 33 34 35 312 PROTECTION [NOT USED] 3.�3 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2412 D. 7ohnson I.2.A.3 — Measurement anci Payment for Sarrier Free Ramps modified to match updated City Delails CTI'Y OF PORT WORTH 2O21 CONCKETE RESTORATiON CONTRACT 2 STANDARD CONSTRUCTION $PECiFICATION DOCUMENTS Cify Yroject No. 102$61 Revised Apri130, 2013 321320-5 CO1�iCT�:TE ST17L4' WALKS, I]RIVEWAYS ANl] Bt112I2T�;lt N12L� RAMPS Page 6 of b 4/30/2f713 F. Griffin Corrected Part I, 1.2, A, 3, b, 1 to read; from _.. squarc foot of Concrete Sidewalk. to . . .each `Bazriez Fzee I2amp" installed. C1TY OF FORT WOATH 2O21 CONCFtETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECI�^ICA'lION DOCUMENTS City Projact Na. 102861 Revised April 3�, 2013 32 13'13 - 1 CONCRETE PAVING 70INT SEALANTS Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 I4 15 �ECTION 3� 13 '�3 CONCRETE PAVING 701NT SEALANTS I. Specification for silicane joint sealing for concrete pavement and curbs. B. Deviations from this City of Fort Worth Standard 5pecr�cation I_ ]��]at -!'�€!�� �'f�[.]1l;C"�' �'{JN['ii,�'1'� i�AVIl�1[� a(]l�'r �E�1.Ll�iTS SE�.TE��! 3? I� 7x ��NriF.l, C�1i J'�1�'131,��: �{JR �F;�1[.,�.f�G C�}�1R'�'N,SY �C�1N'f' C)� F��C�S-�fl�Cf I'�1Vf=,h��FN�[' C)�fI,Y �}�r�l_!'Y{_� 1s_)if�!-C�:� ��FE'L11�'l�:D{'0f�1C'f�L-Yf'E3 €'AV�L>�� �41�Ir�J_�_ �iE�, (.:�}\'�fJ71�?Itil.�;l� �l.liitil.E)!.•1f�1' -�-{]�'��N('RE'��f; €',�1V1����_� ��,C"I'l�)�� 3�' 1 i _ _3, �. SAi�V�NC;, CL�AI�iN� A.ND APPLYf1�C ,l�Oli�f'J' �l��A�r�1V"!'S I,1T'i)N Pl�1�('tiVG �]F' [3(]�lf� �:�i�Js� ROD A1�lD liF�i:AEC��:�'L`AP1:�. �i�r1L_1_ �3� �1i13��1)1.�f2'Y '1'[} J� fr�'T 5 F� ,h�..4NT,�,_ ] 6 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 1S 2. Division i- General Requirements 19 3. Section 32 13 13 - Concrete Paving 20 1.2 PRICE AND PAYMENT PROCEDIIRES 2I A. Measvrement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the linear faat of 7oint Sealaz�t coz�rzpleted 24 and accepted only FOR COURTESY JOINT ON EXISTING PAVEMENT 25 . 26 2. Payment 27 28 29 30 31 32 33 34 35 36 37 38 39 3. The work performed and materials furnished in accordance with this Item WILL BE PAID FOR AT THE UNIT PRICE BID PER LINEAR FOOT OF "70INT SEALANT" COMPLETED � � „�'^;�;��• *^ +t,o t ;�o,,.., w;a ,.ra � ,.twa,- SUBSIDIARY WORK AND MATERTAI,S 1NCLUDE: a. SAWING rOINTS b. CLEANING JOINTS c. APPLYING JO1NT SEALANTS UPON PLACING OF BOND BREAKER ROD AND BREAKER TAPE d. FURNISHING AND INSTALLING ALL MATERIALS e. A.LL MAN]PLTLATIONS, LABOR, EQUIPMENT, APPLIANCES, TOOLS, AND INCIDENTALS NECESSARY TO COMPLETE THE WORK. CiTY OF FORT WORTH 202] CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCIION SPSCIFICATION DOCUMENTS City Frojecl No. 102861 Revised Decemher 20, 2072 32 ]373-2 CONCRETE PAVIIVG 70IlVT SSALt11�TS Pagc 2 af 5 1 1.3 RtiFERENCES 2 3 4 5 6 7 8 9 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D5893, Standa�d Sp�cification foz Cold Applied, Single Cozir�ponent, ChemicalTy Curing Silicone �oint Sealant for Portland Cement Concrete PavemenEs 10 1..4 ADMINISTRATXVE REQUYREMENTS �NOT LTSED] 11 1.5 ACTI4N SUSMITTALS [NOT USED] 12 1.G ACTI4N SUBMITTALS/INFORMATIONAL SiTBMITTAL� 13 14 15 16 17 18 l9 1.� A. Test and Evaluation Reports 1. Priar to installation, furnish certification by an independent testing laboratory that the silicone joint sealant meeis the requirements of this Section. 2. Submit verifiable documentation that ihe manufacturer of ihe silicone joint s�alax�t has a zx�iniznuzz� 2-year demonsCrated, dacumented successful field performance with concrete pa�rement silicone joint sealant systems. CLOSEQUT SUBMrTTALS [NOT IT,SED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED] 21 1.9 QUALITY A�SURANCE [NOT USED] 22 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD CONDITIONS 2�1 A. Do nat apply joint sealant when the air and pavem�nt temperature is less than 35 25 degrees F 2b B. Concrete surface must be clean, dry and frost free. 27 C. Do nat place sealant in an expansion-type joint if surface temperature is below 35 28 degrees F or abo�e 90 degrees F. 29 1.1� WARRANTY [NOT USEDI 3o PART � - PRODUCTS 31 �.1 OWNER FURNISHED PRODUCTS [NOT USED] 32 33 34 35 �.2 MATERIALS & EQU�.PMENT A. Materials 1. Joint Sealant: ASTM D5893. 2. Joint Filler, Backer Rod and Breaker Tape CITY QF FpRT WDRTH 2Q2i CONCRETE RESTORATION COI�lT12ACT 2 STA�lDARD CONSTRUCTiON SPECTFICA'PTON llOCLJMLNTS City Project No. 10286I Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Yage 3 of 5 1 a. The joint filler sop shaIl be of a closed cell expanded polyethylene foazn back�z 2 rod and polyethylene bond brealcer tape of sufficient size to pzflvide a tight seal. 3 b. The back rod and breaker tape shall be installed in the savv-cut jaint to prevent 4 the joint sealant from flowing to the bottom of the jornt_ 5 c. The backer rod and breaker tape shall be compatible with the silicone joint 6 sealant and no bond or reactron shall occur between them. 7 2.3 ACC�SSORiES �NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS �NOT USED] I 1 3.2 EXAMINATION [NOT USED� 12 3.3 PREPARATION [NOT USED� 13 1� 15 16 l7 18 T9 20 21 22 23 2� 25 26 2'1 28 29 30 31 32 33 34 35 36 3'7 38 39 4d 3.4 INSTALLATION A. Generai The silicone sealant shall be cold appized. 2. Allow concrete to cuze foz a zxunixx�uzxa of 7 days to �nsuze it has sufficient strength pzior to sealing joints. 3. Perform jornt reservoir saw cutting, cleaning, bond breaker installat�on, and joint sealant placement in a contin�aous sequence of operations. 4. See Drawings for the various joint details with their respective dimensions. B. Equipment 1. Frovide all necessary equipment and keep equipment in a satisfactory working condition. 2. Equipment shall be znsp�cied by the City prior to the beginning of the work. 3. The r�nznimum requirements for construction equipment sk�all be as follows: a. Concrete Saw. The sawing equipment shall be adequate in size and power io complete the joint sawing to the required dirnenszons. b. Air Compressors. The delivered compressed air shall have a pressure in excess of 9a psi and shaIt be suitable for the removal of alI free water and oil from the compressed air. c. Extrusion Pump. The output shaII be capable of supplying a sufficient volume of sealant to the joint. d. Injection Tool. This mechanical device shall appIy the sealant uniformly into the j oint. e. Sandblaster. Th� design shall be for cozx�zxz�z�cial us� with a�x compressozs as speci�ed in ihis Seciian, f. Bacicer Rod Roller and Tooling Instrurnent. These devices shaIl be clean and free of contamination. They shall be compatible vc+ith the joint depth and vc+idth requirements. C_ Sawing 3oints: see Section 32 13 13. CTPY OF PORT WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 STANAARA C�NSTRUCTIpN SPECIFICATION DOCUMENTS City Prpject No. 30256] Aevised T]ecember 20, 2012 32 ]373-4 CONCRETE PAVING 701i�T SEALAIVTS Pagc 4 of 5 D, CIe�lI11E1�T j01Ri5 2 3 4 5 6 7 8 9 IO 11 12 13 14 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use compressed air to remove the resuIting dust from the joint. 3. 5andbIast joints after complete drying. a. ACtach nozzle to a mechanical aiming device so that the sand blast will be cl�rected at an angle of 45 degzees and at a distance of 1 to 2 inches from the face of the joint. b. Sandblast bath joint faces sandblasted in separate, I direct�onal passes. c. When sandblasting is complete, blow-out using compressed air. d. The blow tube shall fit into the joints. 4. Check the blawn joint for residual dust or other contamination. a. If any dust ar contamination is found, repeat sandblasting and blowing until the joint is cleaned. b. Do not use sol�ents to remove stains and contamination. 15 5. Place the bond breaker and sealant zn the joint immediately upon cleaning. 16 6. Bond Breakex Rod and `i'ape: instaXi in tk�e cleaned joint pr�or to tIae applicaiion of 17 the joint sealant. 18 7. Do not leave open, cleaned joints unsealed overnight, 19 20 2] 22 23 24 25 26 27 28 29 30 31 32 33 E. 7oint Sealant 1. AppIy the joint sea]ant upon placement of the bond breaker rod and tape, using the mechanicaI injectian tool. 2. Do not seal joints unless they are clean and dry. 3. Remove and discard excess sealant laft on the gaveznent surface. a. Da not excess use to seal the joints. 4. The pavement surface shall present a clean final condition as determined by City. 5. Do not allaw traffic on the fresh sealant un�il it becomes tack-free. F. Approval of .Toints 1. The City may request a representative of the sealant manufactEarer to be present at Ehe job site at the beginning of the final cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable methad for sealant instaIlatian. b. The representative shall approve the clean, dry joints befare the sealing operation commences. C1TY OF FORT W4R'TH 2O2I CONCf2ETE REST4RATION CONTRACP 2 S'I'I�N�JAI2D CONSTRtiCTION SPECIFICA,TIOIV DOCUMENTS City Pro�ect Na. 102867 Revised December 2U, 2�12 321373-5 CONCR�'TE PAVING 70INT SEALANTS Page 5 of 5 1 2 3 4 5 b 7 8 9 10 11 12 3.5 REPAIIZ/IZESTORATION [NOT USED] 3,6 RE-TNSTALLATION [NOT USED7 3.q �'XELD QUALxTY CONTROL [NOT USED] 3.8 SY�TEM STARTUP [NOT USED7 3.9 ADJUST�NG [NOT USED] 3.10 CLEAIVING [NOT USED] 3.11 CLOSEDUT ACT�'VYTlES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT IISED] 3.14 ATTACHMENT,S [NOT IISED] END OF SECTION Revision L.og DAT� NAM� SUMMARY OF CIIANGE 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECI�'ICA'1'ION DOCUIVIENTS Revised December 2d, 2012 2D21 CONCRETE RESTORATION CON'�'RACT 2 Cily P�rojecf No. 102861 32)119-1 TOPSbIL PLACENIENT AND F1NiSHING OF PART{WAYS Page 1 of 3 1 2 SECTION 32 91 19 TOPSOTL PLACEMENT AND F]NISHING OF PARKWAYS 3 PART1- GEN�RAL 4 �,1 SUMMARY 5 A. Sectian Includes: 6 1. Furnish and place tapsoil to tne depths and on the az��as shown on the Dzawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 i. I�[��"I'lIC4 �'�{�l,ll:i`�r' I�'L1k:`i1�13�1YG, l�IA�IL.�1�IG. l.i}aT_]II�fC� AI`�U f'�r�C�:hlC� 9 '3'c�i} �t����.���l:�.���I�ll c'kJkE� _S��i�i.l_ i��: C'f��l_�l�:F+���?[� �L�a51��.�Y'I'{� 1Q ('{��{'!2L'`i7:: �'r11��.��(T �l��C'T'���; 32 1� I'3. FlJl�l�l�f [i�{_� A�]T3 P�,r�C.�N�� `�'{�IP; ll ti�f�:�l'c�TF�L=�LF`�'Ej� C� TL[� �F#£A C�E'i�ER i'i��ri� �ri�K [)}={'llk�.L� 15 12 f'_'LYABL� LRxiDCR'i"FElS TT�M, r� 14 15 16 I.2 17 18 19 2a 21 22 23 2� 25 26 27 28 29 30 3I 32 33 34 C. Related Specificaiion Sections include but are not necessarily limited to 1. Division d- Bidding Requirements, Contract Farms, and Conditions o� the Contract 2. Division 1- General Requiremen�s PRICE AND PAYMENT PROCEDURES A. Measureznent and Payznent TOP SOIL S�HIND CURB TS SU�SIDlARY TO CONCR�TE �AVING SECTION 32 13 13. 1. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in pJ.ace. 2. Payment a. The work performed and materials furnislaed in accordance with this Item and measured as provided under "Measuzeznent" wzl] be paid far at the unit price bid p�z cubzc yard of Topsoil. b, All exca�+ation required by this Item in cut sections shall be measured in accordance vc�ith provisions for the various excavation items involved with the provision that excavation will be measured and paid %r once, xegardless of the manipulations invol�ed. 3. The price bid shall inciude: a. Furr�ishi�xzg Topsoil b. Loading c. Hauling d. Placing 35 1.3 REFEAENCES [NOl USED] 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 ACTI�N SUSMITTALS [NOT USED] 38 1.b ACTION SUBMITTALS/INFORMATIONAL �UBMITTALS [NOT USED] 39 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4� 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH 2O21 CONCRETE RESTORATION CONTRACT 2 STANDARD COT�TS'I'TZ1UC'T'TON SPBCIFICA,'I'IO�T DQCUMENTS City Yxoject No. 102861 Re�ised December 20, 2D12 32 Rl 19 - 2 TOPSOIL PLACEMEI+IT' AND FINI$H1TIG OF PARKWAXS Yage 2 of 3 1 19 QUALITY ASSiTRANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [�IT�] CONDITIONS [NOT USED] 4 112 WARRANTY [NOT USED] 5 6 f11 8 9 1p 11 12 I3 14 15 16 17 18 19 2D 21 zz 23 PART �. - PRODUCTS 2.1 OWNER-FURNISHED [or�� OWNER-SUPPLIEDPRODUCTS [NOT U,�ED] �.� MATERIALS A. Tapsoil 1. Use easily cultzvated, feztile topsoil Elaat: a. Ts free from abjectionable maiexial includin� subsozl, weeds, clay luzz�ps, no�- soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosion c. Is able to suppart plant growth 2. Secure topsoil from approved sources. 3. Topsoii is subject to testing by the City. 4, pH: 5.5 to 8.5. 5. Liquid Limit: 50 or Iess 6. Flas�ic�ty Index: 20 ar less 7. Gradation: zniaximuzir� of l0 percer�t passing No. 200 sieve B. Water: Clean aid free of industrial wastes and other substances hazmful to the growth af veget�Yion 2.3 ACCESSORXES [NOT USED] 2.4 SOURCE QUAL�TY CONTROL [NOT USED] 24 PART 3 - �XECIITIQN 25 31 IN,STALLERS [NOT U�ED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATIQN 29 A. Finishing of Farkways 30 1. Sznoothly sk�ape par�ways, sk�oulders, slopes, and ditc�aes. 31 2. Cut pazkways to finish grade pz�or to the placiz�g af a�ay izxiprovements in or 32 adjacent to t11e roadway. 33 3. �n the event that unsuiiable rr�aterial for parkways is encountered, extend the depth 34 of excavation in the parkways 6 inches and backfill with top soil. 35 4. Mal�e standard parkway grade �erpendicular to and draining to the curb line. 36 a. Minirnum: 1/4 inch per foot 37 b. Maximum: �4:1 38 c. City may approve variations from these requirements in special cases. cr� o� �oz�� wo�� zaz� coa�c�E� �Es�rox.a�rzozv cor��acr z STANDARD CONS7RUCT101V SPEC1FiCAT10N DOCUMENTS City Project No. ] 02861 Revesed December 20, 2012 3291 19-3 TOPSOIL PLACEMENT AI�ID RLri1SHII�lG OF PARI4WAYS Page 3 of 3 1 5. Whenever the adjacent property is lower than the design curb grade and runoff 2 drains away froz�rz the street, tk�e par�way gxade x�ust be set level with ilae top of t�ae 3 curb. 4 6. The design grade fram the parkaray e�eteads to the back af the �alk Iine. 5 7. From that point (behind t�e walk), the grade rnay slope up or down at max'r�num 6 siope of 4:1. 7 B. PIacing of Topsoil 8 1. Spread the topsoil to a uniform Ioose cover at the Thicl�ess specified. 9 2. Plac� and shape th� topsoil as dzrected. ] 0 3. Hand rake finish a minimum of 5 feet fram all flatwork, 1 J. 4. Tamp the topsoil with a light rolTer or otl�er suitable equipment. 12 3.5 REPAIR/RE,STORATION] �NOT USED] 13 3.G RE-INSTALLATION [N�T USED] lA 3.'� FIELD QUALITY CONTROL [NOT USED7 15 3.8 SYSTEM �TARTUP [NOT USED] 16 3.9 AD�USTTNG �NOT U�ED] 17 3.10 CLEANING [NOT IISED] 18 3.11 CLO�EOUT ACTIVITIE� [NOT USED� 19 3.1� PROTECTION [NOT USEDI 2� 313 MAINTENANCE [NOT USED] 2i 314 ATTACHMENTS [NOT U�ED] 22 23 END OF SECTION Revision Log DATE NAM� SUMMARY O� CHANGE 24 CiTY OP Pd1ZT WORTH 2fl21 CONCTi�7E i2ESTORA'iTON CO1VT'RAC"I' 2 STANDARD CONSTRi7CITON SPECIFICATION DdCUMENTS City Praject No. 102561 Revised December 20, 2012 33D514-1 ADdUSTiNG MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 af 8 1 2 3 SECTION 33 0� 14 ADrUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GR.ADE 4 PART1- GENERAL ��� li�l il ([�'� 6 7 S 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 A. Section Includes: 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test stations and other misceIIaneous structures to a new grade B. Deviations from thzs City of Fort Worth Standard Specification �, i'i�l� -R'HEti �'T�(?J1�.�[' �Is��i� r�k.f7J['��['�1�1EN'T C�i� U!!1�1-�+JI.E., �1�}�T�;� f57}� f'f;f� f�[]}', r1f��) V.�11.�'I', F�C),�' rl]}.f s��"E�f�]�:?fV�l' 4HA1:1.� J�� �:f��h�tilF�F�li� till�#ti]�xCr�I�Y 'I'(? C'(�)f�J(:KE�,�I���: E',4V1�Ca �l:��l'IC��i 3� 1;, l_�. 2, A3 �.Il �5'I-[�1�-N'��'1�t1zl��l�C i�f• ls�{1S`1'1�{:; �1�Tt�C�,�'I'i-}M1] ]_��;I.�; ��1� :�P�l�i2'�'���iA�JC'f�_S i#Y .� �,ECFs��i�1�.7'�'���s.?C�J� F'1,L�h�1131:�:1� �J�iA�.L. f31�P��l.l] �Lf� ACTEJA�_ Ct=aS':[' ��r' AD7 LfSTl�iF:�'� F'L�� '1-��l YE�[:F?I��` C��J�Ri �.�U, C. Related Specification Sections include, but are not necessarily limited to: I. Division 0— Bidcling Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 01 17 — Permanent Asphalt paving IZepair 4. Section 32 01 29 — Conczete Pav�in� Repair 5. Section 33 OS 10 -- Urility Trench Excavation, Embedment and Bacicfill 6. Sectio� 33 05 13 — Frame, Cover and Grade Rings 7. Section 33 39 10 — Cast-in-Place Concrete Manholes 8. Section 33 39 20 — Precast Concrete Manholes 9. Section 33 12 2Q — Resilient Seated (Wedge) Gate Valve I0. Section 33 I2 21 — AWWA Rubber-Seated Butterfly Valve 1 T. Section 33 04 1 I— Corrosion Control Test Station 12. Section 33 04 12 — Magnesiam Anode Cathodic Proiection System 30 1.2 PRICE AND PAYMENT PROCEDURES 31 32 33 34 35 36 37 A. Measurement and Payment 1. Mank�ole — Minor Adjustment: SUBSID7ARY TO CONCR�T� PAVING A/Y., ..r • t\ Tif.,.,..,,r�„�,,..,,r f..r+l„� Tr.,,-., ..l,..11 1-.., ,�, ..1, ., 1,,,�r,-.,.,,,+., „1., ..r.,.�l., i � CITY OF PORT WORTH 2O21 CONCI2ETE RESTORATION CONTRACT 2 STANDARD CONSTRUCT101�i SPECIFICATION DOCUMENTS Cify Project Na. 102861 Revisec! December 2D, 2012 ss os �a-z AD7USTING MANHOLES, lI�LET5, VALVE BOXES, AND OTHER STRUCTUKES'i'O Gi2Ai)E Page 2 of 8 X 2 3 4 5 6 7 8 9 ia �1 IZ 13 1� zs 16 I7 18 19 Za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4fl �1 42 43 44 45 46 47 48 49 2. 3 Tr.,.,, � ,.11 L,., ,.�..7 F w .,+ rL,�, , ,,,r ,. ., l-.,.7 .. .-.L, ��T�f.,,,h..T� A .];,,��,Y,o,�,t � A�f;,,..«�� .. ,�.loto.7 1T�-�e�e���z�v-�' �}-��� �� „i �� �v„��� „..,.o.:.,i {�—Ci'^s�rsgsv�ci-a`cir�"c'�3c.ircix �a' �zcc �v�� .�l$�.'6� fnnc-ci�-i"�sirrg-li�iriinvi ,��i'itiiric-ccnc E6�t 71 �',,.-.,:�L,;,,.. ,�1., ,�.� .. l.�;..,� �f a,�.Y,ed,v.o,�r �,�.7 L,.,..1TF;1 ] e > i rn r�.�xva�x-�P Manhole � Majar Adjustment a. Measurement 1) Measurement for this Itern shall be per each adjustment requiring structural modi�ications to raise or lower a manhole to a grade as specified on the Drawings. b. Pay�nent 1) The work perforxn.ed and ihe nnaiexials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole AdjustmenY, Major" com�leted. c. The price bid shall include: 1) Favement removal 2) Excavation 3) Hauling 4) Disposal of excess material S) ,Stnictural madifications, grade rings or other adjust�nent de�iee 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permaneni asphalt patc�a or conczete pa�ing repair, as required 10) Clean-up Manhale - Majar Adjustment vvith Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural madifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications �or a manhole requiring a new frame and cover, often for changes to covez diazneter. b. Paymeni 1) The work performed and the materia�s furnished in accordanee with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major ovl Cover" completed. c. The price bic� shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CTfY OF FOR'1' WdRTH S`['ANDARA CONSTRUCTION SPECIFICATIOI+I DpCC3MENTS Revised 1?ecembei 20, 2012 2021 CONCRETE RESTOItAT[ON CONTRACI` 2 City Project No. 102861 33 05 24 - 3 ADlUST1I�iG MATIHQLES, INLETS, VALVE BQXES, AND pTi3ER STRLICTIJRES TO GRAllE Page 3 of & 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 l5 Ib 17 18 19 20 21 22 23 24 25 26 2% 2$ 29 30 31 32 33 34 35 36 37 38 34 40 41 42 43 44 45 46 47 48 49 S) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction oi embedment and backiill 8) Concrete base material 9) Permaneni asphali patch or concrete paving repair, as zequzred ID) Clean-up 4. Inlet a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to inl�t to a grade specified on the Drawings. b. Payment 1} The work performed and the materials furnished in accordance wiCh Chis Item will be paid for at the uniC price bid per each "Inlet Adjusinzent" completed. c. The price bid shall include: 1) Pavement rempv�l 2) E�cavation 3) Hauiing 4) Disposal af excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restaratiUn, permanent asphalt patch or concrete paving repair, as requixed 9) Clean-up 5. Valve Box: SUBSIDTARY TO CONCRETE pAVING a. AiY�. ..r r. fiHri �r � « „ �� '�'— "�~ �e�e�ze��^�' LT�Et`���{iii �� r_r,,,,t,�,,. �� �� n..,,-.,..,.,i „� �..,.,,� ,,,.,�o,-;.,i , �� r�,,,,,..-o«o �..,�o ..,.,.op;�r ,-a,� �n 4� c„��„ o�f,,,-�,;,,n n+_.,�n��t+....*,.�, � �to .. ," , � $�C—� 6. Caihodic Protection Test Station a. Measurement 1) Measurement for this Item shall be per each adjustment to a grade specified on the Drawings. b. Payment CiTY OF FOTtT WORTH STAIYDARD CONSTRUCTION SPECIFICATION DOCTJMENTS Revised December 2D, 2012 2D21 CONCRETE 1tESTORATIOA! CONTRACT 2 Ciry �roject No. ]02861 330514-4 AD7U53'ING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of S ] 2 3 4 5 6 7 8 9 ia ll 12 I3 I4 zs 16 I7 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 �40 �1 42 43 44 45 46 47 48 49 J} T�e woxk pez-formed and the matez�als ,fwrrzzsk�ed in accozdance with this rtem tx�ill be paid for at the unit price bid per each "Cathodic Protectian Test Stat'ron Adjustment" completed. c. The price bid shall include: 1) Pavement remo�al 2) Excavation 3) Hauling 4) Disposal of excess material S) Adjustment dev�ce 6) Furnishing, placing and compaction of embedment and bac�fill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fixe Hyd�rant a. Measurement 1) Measurement for this Ttem shall be per each adjustment rec�uiring sterr� extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with tbis Itern will be paid for at the unit price bid per each "Fire Hydrant Stem Exiension" coznpleted. c. The pnica bid shatl include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustz�neni znaterials 6) Fuz�ishing, placzng and compaction of embedznent and bac�Fill 7} Concrete base material, as required 8} Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous ��Gxa�Fpx� UTILITY ADJUSTMENT a. Measuzement �} Measurement for this Item shall be per eaeh adjusY�nent requiring structural rnodifications to UTILITY/IRRIGATON LINE AND APPURTENANCES WHERE SUCH UTILITYIIRRIGATION LINE ARE THE PROPERTY OWNER'S RESFONSIBILITY TO MAINTAIN �'��a ��r���+,,,.o +,, ., .-.,..,,re b. Fayment 1} Tk�e woxk p�z-fonmed and the znaterials fuz�r�ished in accordance witka ihis Item will be paid 1'ER ACTUAL COST OF THE AD]i7STMENTS PLUS TEN PERCENT TO COVER THE COST OF BOND AND OVERH�AD INCC.JRRED BY THE CONTRACTOR IN HANDLING THE UTIL,TI`Y AD.TUSTMNETS " ' c. The price bid shall include: 1) Pavezxaent zerzaoval crrY oF PoxT woxTx STANDARA COIVS'I'AUCI`IO�T SPECIFiCATiON DOCUMENTS 12e�ised I]ecember 20, 2012 2021 CONC1tF.T� RES`I'ORA1'ION CONTRACT 2 City Pcojecf No. 102861 330514-5 ADNSTIN('x MA]YFIOL�S, INLETS, VAL.VE I30i�S, AND OT�TER S'T�UCTUI2E51'O CrRADF, Page 5 of 8 I 2 3 4 5 6 7 $ 9 1.3 10 12 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 1.4 2) Excavation 3) HauIing 4) Disposal of excess material 5) �r� UTILITY modificatiQns 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concreie paving repair, as required 9) Clean-up REFERENCES A. Definitions L Minor Acljustment a. Refers to a small elevation change performed on an existing manhole where the existing frame and cover are reused. 2. Major Adjustment a. Refers to a significant elevation change performed on an existing manhoie which requires structural modif cation or when a 24-inch ring is changed to a 30-inch ring. B. Ref�rez�ce Standards 1. Reference standard5 cited in ihis Specification refer ta the current reference standard published at the time of the laYest revision d�te logged at the end of this Specification, unless a date is specifically cited. 2. Texas Commission on Environmental Quality (TCEQ}: a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and Related Structures. ADMINISTRATIV� REQUIR�MENTS [NOT USED] 26 1.5 SUBMITTALS [NOT US�D� 27 1.6 ACTION SLTBMITTALS/INFORMATIONAL Si7SMITTALS [NOT USED] 28 1.'� CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.14 DELNERY, STORAG�, AND HANDLING [NOT USED] 32 33 111 FIELD [S�TE] CONDXTxONS [NOT US�D] l 12 WARRANTY f N�T US�D] 34 PART 2 - PRODUCTS 35 2.l OWNER-FLTRIVISHED [oR1 OWNER-SUPPLIED PRODUCTS [N�T USED� 36 37 2.� MATERIALS A. Cast-in-PIace Concrete C1TY DF FOItT WORTI� 2021 CONCRE'I'E R�STORATION CONTRACI' 2 STANDAR.D CONSTRUCTION SPECIPICATION DOCiJMENTS City Praject No. ] 02861 Revised December 20, 2012 330514-6 ADIiJSTING MANHOLES, iNLE.T5, VALVE BOXES, A1�17 OTH�h' S'TTti[TCTCT1t�;S '1'O GT2A17� Page 6 of S r 2 3 4 5 6 7 S 9 10 11 i2 13 I4 15 16 I7 18 I.9 20 21 22 1. See Sectian 03 3Q 00_ B. Modifications to E�sting Concrete Structures 1. See Section Q3 8fl 00. C. Grade Rings 1. See Section 33 OS 13. D. Frame and Cover 1. Se� Section 33 OS 13. E. Backiill material 1. See Section 33 a5 10. F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test 5tation 1. See Section 33 04 11. H. Castan-Place Concrete Manholes 1. See Section 33 39 10. I. Frecast Concrete Manholes 1. Se� Section 33 39 20. �.3 ACCESSORIE� [NOT USED] 2.4 S4URCE QUALITY CONTROL [NOT USED] PART 3 - EXECIITION 3.1 INSTALLERS [NOT USED] 3.� EXAMINATION 23 A, Verification of Canditions 24 1. Examine exisiing structure to be adjusted, for damage or defects that may affect 25 grade adjus�nent. 26 a. Report issue to City for consideration before beginning adjustment. 27 3.3 PREPARATYQN 28 A. Grade Verification 29 1. On major adjustrnents confirm any grade change noted on Drawings is consistenC 30 with field rneasurements. 31 a. Lf not, cooz'din�ate with City to vezify iinal grade before beginning adjustment. 32 3.4 ADJUSTMENT 33 A. Manholes, Inlets, and Miscellaneor�s C�UTIL�TY ADJUSTMENT 34 1, On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 35 30-inch frame and cover assembly per TCEQ requirement. CTTY OF FpRT WORTH S"I'AI�iDAltll CO1V�SiTtLTCTTON SPECLPICA,'I`IO�T ADCUMENTS 32evised December 20, 2072 202I CONCRETF. RESTORATION CON'I'RACT 2 City Project No. 102861 330514-7 ADNS'�'1NG MANHOLES, INLETS, VALVE BOXES, AND OTHLR STRUCTURES TO GRADE Page 7 of 8 1 2 3 4 5 6 7 8 9 10 ll l2 13 14 15 i6 17 zs 19 20 2. On xnanhole major adjustrnents, ixileis and miscellaneous structures protect t�e botto� usix�g wood �ozms slaaped to fit so that no debzzs blocks the invezt ar the inlet or outlet piping in during adjustments. a. Do noi use any more than a 2�piece bqttorn. 3. Do not extend chimney portian of the manhole beyand 24 inches. 4. Use the least number of grade rings necessary to meet required grade. a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. 5. A LICENSED TEXUS PLUMBER SHALL BE RESPONSIBLE FOR REPAIR/ADJUSTMENT OF UTII.ITY/IIZRIGATION LINE AND APPURTENANCES B. VaIve Boxes 1. Utilize typical3 piece adjustable valve box for adjusiing ta final grade as sk�own or� the Drawings. C. Backfill and Grading 1. Backfill area oi excavatio� suzrounding each adjust�ment in accordance to Sectzon �3 OS 10. D. Pavement Repair 1. Tf rec�uired pavernent repair is to be performed in accordance with Section 32 01 17 or Section 32 01 29. z1 3.� REPAXR / RESTORATrON [NOT USED] 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 F1�LD [ou] SITE QUALITY CONTROL [NOT USED] 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 310 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USEDj 28 3.1� PROTECTION [NOT USED� 29 3.13 MAINTENANCE [NOT USED] 30 3.1� ATTACHMENTS [NOT USED] 31 END O�' SECT�ON Re�ision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses Ehe existing frame and cover and a majoz adjustment requiring a new Firame and cavez; A,dded 12/20/2012 D. 7ohnson items to be included in price bids; Bl�e text added for clarificatian for miscellaneo�s structure adjustments 3.4 — Pavement repair requirements were added CITY OR RORT WORTH 2O21 CONCRETE RESTORATfON CdN'['RACT 2 STANDAIZD CONSTRUCTION SPEC�CA'i'ION AOCUMENTS City Project No. 102&61 Revised December 20, 2012 330514-8 AI]7USTAVG NIA.NIIOLES, INI.E'i'S, VALVF k30XES, AI+iD OTFIER STRUC"I'�TRES TO CrRADE Page 8 of 8 CiPY OF FOItT W4RTH 2O21 CQNCRETE RESTORATION CONTRACT 2 STANDARD CQAISTRUC'I'ION SPECIFICA`I'IOI�I DOCUMENI'S City Projec[ I�io. 102561 I2evised I�ecember 20, 2012 34 71 13 - 1 TKAPPIC CONTROL Page 1 of 6 2 3 PART1- GENERAL 4 11 SLTMMARY 5 A. Section Includes: SECTION 34 71 13 TRIIFFIC CONTROL 6 1. Installation of Traffic Control Devzces and pzepazatzon of Traf�Zc ControI PIans 7 B. Deviations frorr� Clus City of Fort Worth Standa�rd Specificatzox� 8 aJ. r�C�Ft"l�l�I1S 1'��C�.Ilii�'1'�l'�tAfTlC COIkI'i'f�{ll. SCC'I'1{_ll�f 3��1 "�l l3 SIiALL 13C 4 ��{l;�'��l��Eil���:���) S[1I35LC�lAi2Y V4'CiI���. I�T� ����1F�ATL PAY_ 10 i_ �€ �?r�€�E��]C' C'c-)fJ'i'Et{�1. L�'1�.]'I..C�:�L1�:�1'.a'1`1C)�, i1�l�'�'AI._3._A'�Ii��, I1 ,1�1.�[�J'I-��_��1r�1��(�'I:_ f�]�J�lS'T'�.�Ni'S, 1��1'[_fiC�sl+fT'N'F�S ANLI Ii.3�1+fC1�l��L� OF 12 'I�t.r1t�TCC�;x�T]�OL��v1.Ci'S �€i�r.�. T���,c�c��vsrn�.F�r.n,Si_IEi�ll)I��i��' 13 VJC]l�I�, ��} SFP}1I�J4']'F P�1Y, i4 �';>' f.��!'h.i��'f�[�� �}FIR�i.F�R�� (.'�,l�'I{�.i. Pa_,11iV �7,�.T111�..4. 11i�Hf�Etl.:�(.'�'I'�3 15 C'�l'�' �1.fVk�'�'}���15 f4?��1hli.l�if_, [��� I_l;�°.iH'�)]ti41'i'.C����'F-![." ['i�.[�`i"F�[.a�_ I).Ea,VI[�_1i� 16 ��I�h�11 I�!'('��). {}li'1'��1f�lI.CVCi �1[��f�A'�'[Ja�}.: rtfvl) 51�:1��_ C]la :� I_,l{'Li,fVS�l:ifl'!'f:{}C�S 17 l�'E2{�1���:�ti[(�lf�lfll_ I±[V(�il��l;l:l: ti}-[�1L_L, r3k: i:{ 1��11)1:12�:I� SUf3511�1�1f21� 18 V4'3���l21{, �I��"1 �L�'A1�A'1'1: PA1'. 19 C. Related Specification Sections include, but are not necessarily lrmited to: 2p Z. Division Q— Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1— General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 24 25 2b 27 �8 29 3p 32 32 33 34 35 36 37 38 39 4p 41 A. Measurement and Payment 1 2. Installation of Traific Control Devices: SUBSIDZ,A.RY NO SEPARATE PAY a, .,.. � �l A ..., ..r4, ;,. .7.,F.,,.,.7 .,.. '1!1 ...,1.,.,.�.,w .7.,�.� � 1 \ T4,.., , .-,wl� ,.v�.-.r,v.o.7 .,,,.i .Y,.,+a,-:�1.. fi.,-.,;..ho.a ; .,,-d.,,,..o , ,;rh rh;� Tro,�„ � ^�R�as�re���Re��e� "�Ize�s�e�e�*„ ��,�3� ,�o .-.,,;a � ,. „t t�-.a E. m�.o e �;a �t.,,it : ,.i„ao: �l _Tif�;-„tan��o ����� Portable Message Signs CTT"Y OP FOIZT WOI2"� 2021 CONCRET� RESTORATIOIY CONTRACT 2 STANDARD CDNSTRUCTION SPECIFTCATTON DOCUMENTS CTTY PRpJECT NO. ] 02561 Revised November 22, 2013 34 7I 13 - 2 TRAFF[C CONT120L Page 2 of 6 1 2 3 4 5 6 7 $ 9 10 11 12 13 14 15 16 17 AO l9 20 21 22 23 24 25 3 26 1.3 REFERENCES 27 A. Reference Standards 28 29 3� 31 32 33 34 A. Coordination 35 1.4 ADMIlVI�TRATIVE REQLTIREMENTS 36 37 38 39 4Q 41 a. Measurement 1) Measuzement for tfiis Item shall be per week for the duration of use. b. Payment 1) The worlc performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shaIl be paid for at the unit price bid per week far "Fortable Message Sign" rental. c. The price bid shall include: 1) Delivery of PortabTe Message Sign ta Site 2) Message updating 3) Sign mavement throughout construction 4) Ret�rn of th� Portable Message Sign post-construction Preparation of Traffic Control Plan DetaiIs: SUBSIDIARY NO SEPARATE PAY �,ro ,.+ � 1 \ T},o ,� ..,-lr „a� r..,oa_�-1,.7_m�+az;_�I� F..r..;.,1,,,.�1 : ..r.d.,.,.,., . ,.rL, rl,.n Tr�,.., -x ca • » �� E. 'T`1,,. ., t., 1 �l,.,ll ; ..1,,.7.,: 1 r in..,,..,,..;,,� t�,,, m,-.,ff;,. r-�,,,,...,,i ni.,r n�+.,,i� f,. ,.i,,.,,,,.o� ..� �� h,,,,,.� „ � �� im� ar�� il\ T.,....,-.,�.r.,t,�.,, .,f f';+�. .. „+.. 1. Reference standards cited in this Specificataon refez io the current reference standard published at the tizne of the J.atest revzsion date logged at the end of this Specificataon, unless a date is specificalTy cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1. Contaci Tzaffic Services Division ($17-392-'7738) a minimum of 48 hours prior to implemen�ing Traffic Contral within 50Q feet of a traf�c signal. B. Sequencing 1. Any deviatians to the Trafiic Controi Plan included in the Drawings must be first appraved by the Ciry and design Engineer before implementatian. 42 1.5 SUBMITTALS 43 A. Frovide the City wziia a cuzxent [ist of qualzfied flaggers before beginning flagging 44 acti�ities. Use only flaggers on tt�e qualified list. CTT'Y OF FORT' VIOR'I'� 2021 CONCRETE RESTORATION CONTRACT 2 STAi�ARD CONSTRUCTION SPECiFTCA'i'ION llOCTJMEIVTS C1TY PRQJECT NO. 1Q286I Revised November 22, 2013 34 71 13 - 3 TRAFFIC CONTROL Page 3 of 6 1 z 3 4 5 6 7 8 9 10 11 12 B. Obtain a Streei Use Permit from t�e Streei Management Section oi the Traffic Enginee�ring Divi�sian, 3I 1 W. l Q"' Str�et. Thc Tzaffic Contzol Plan (TC�) for ihe Project shall be as detailed an the Traffic ControI P1an Detail sheets of the Drawing set. A copy of this Traffic Control Plan slaa�l be subz�r�uitted witk� tt�e Street Use Pezrnit. C. Traffic ControI Pla�s sfiall be signed and sealed by a Iicensed Texas Prafessional Engineer. D. Contractor shali prepare Traffic Control Plans if requirec� by the Drawings or Specifrcations. The Contractor will be responsible far having a licensed Texas Frofessional Engineer sign and seaI the Traffic Control Plan sheets. �. Lane closures 24 hours or ionger shaIl require a site-specific traffic control plan. F. Contractor responsible for having a licensed Texas Frofessional Engineer sign anc� seal changes to the Traffic Control Plan{s) developed by the Design Engineer. 13 G. Design Engine�r will fuznish siandard details for Tzaffic Contz�al. 14 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS �NOT USED] 15 1.7 CLO�EOUT SUBMITTAL5 [NOT U�ED] 16 1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED] 17 1.9 QUALITY ASSUI2ANCE [NOT IISED� 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 l..l.l. FZELD [S�TE] CONDZTZ4NS [NOT US�D] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [ox] OWN�R-SUPPLIED PRODUCTS �NOT USED] 23 2A 25 26 27 28 29 30 31 32 33 �.� ASSEMBLIES AND MATERIALS A. Description 1. Reguiatory Requirem�x�is a. Provi�de Tzaffzc Control Devices ihat conform ta details shown an the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traf�c ControI Device List (CWZTCDL). 2. Materials a. Traffic Cantral Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. C1TY OF FpRT WORTH 2O21 COIYCRETE RESTORATION CONTRACT 2 STANDARD COIVSTRCiCTTON 3PECIFICATIOIV AOCUMENi'S Cl'I'Y PROJECI' NO. 102861 Revised November 22, 2013 347113-4 'TRAE�IC CO1�I'1'�OL Page 4 of 6 1 �.3 ACCESSOR�ES [NOT USED] 2 2.4 �4URCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECLTTION 4 3.1 EXAMINATION [NOT USED] 5 3.� PREPARATION 6 A. Protection of In-Place Conditions 7 1. F,rotect existing Lrafiic signal equipment. 8 3.3 INSTALLATION 9 A. k'oilow the Traffic ControI Plan {TCP) and install Traffic Control Devices as shown on 1p the Dravc+ings and as directed. 1 l B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to t�ie Iocation of any device or implement any other changes to l 3 the Traffic Control Flan without the approval oi the Engineer. ]4 1. Minor adjustments to mee� field constructability and visibiliry are allawed. 15 D. 16 l7 18 14 20 E. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 F G Maintain Traffac Cont�ol Devices by taking correcti�e action as soon as possible. 1. Coxxective action inclades but is not limited ta cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws {by iailing to fumish ihe necessary flagrr�en, warning devices, barnicades, lights, szgns, oz' other precautionary measures far the pratection of persons or property), the Inspectar may order such addi�ional precautionary measures be taken to protect persons and property. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers enieri�g the highway froxxa cizzveways or szde s�reets. H. To faci�Ztate shifting, barricades and siu,ns used in lane elosures or traffic staging may be erected and mounted on portable supports. 1. The su�port design is subject to the approval of the Engineer. I, Lane closures shail be in accardance with the appraved Traf�c Contral Plans. J. Tf at any time the e�sting traf�c signals become inoperable as a result of constructian aperations, the Contractor sha]] provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. C1TY OF FORT WORTH 2O21 CO�TCRETE RESTORATION CONTAACT 2 S"I'ANl]ARD CONSTRUCTION SPFC�FJCATiON DOCUMENTS C1TY PRO]SCT NO. 102861 Re�ised R'ovember 22, 2013 3471 13-5 TRAFFIC CONTROL �age 5 of 6 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 19 20 21 22 23 24 K. Contractor shall make arrangements for police assistance to direct traffic if trafFc signai turn-ons, street light pole installation, or other canstruction will be done during peak traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. Flaggers l. Pro�ide a Contractor z�epresentative who has been ceriified as a flagging znst.ructor through courses oifered by the Texas Engineering Extension Service, the A.�xiearicaz� Tzaffic Saf�iy Sez-vices Association, the National Sa�ety Cauncil, or oEhez approved ozganizations. a. Provide the certificate indicating co�zrse complet�on when requested. b. This representative is responsible for training and assuring that all flaggers are quaiified to perform flagging daties. 2. A qualified flagger must he independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signais and follow the flagging procedures set farth in the TMUTCD. 5. Provide and maintain flaggers ai such poiz�ts and for such periods of Eime as may be required Co provide for the safery and conv�ni�enc� of public tzavel az�d Conizactor's personnel, and as shown an the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the Iane clasure. M. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used far wark-zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT US�D] 26 3.5 RE-INSTALLATION [NOT USED] 27 3.6 FIELD [on] SITE QUALITY CONTROL [NOT IISED] 28 3.i SYSTEM STARTUP [NOT II5ED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT U�ED] 32 3.11 PROTECTION [NOT USED] 33 3.i� MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] � � END OF SECTION Revision Log CTTY OP PORT WOR"� 2021 CONCRETE RESTORATION CONTRACT 2 STANDARD CONSTRUCTION SPECIFICATI01*F 170CUMENTS Cl'I'Y PIiOJ�+CT NO. 102861 Revised November 22, 2013 34 71 13 - 6 TI2AFFIC CONTROL Page 6 of 6 DATE NAME 11/22/13 8. Arnold SUMMARY OF CHANGE Added police assistance, requirement Par when a site specifc TCP is required CT'1"'Y OP PORT WOR'1'H 2O21 CONCI2EI"E 12ES'T'O1tA'�IOI�i CONTRA,C"1' 2 STANDARD CONSTAUCTION SPECIFICATIQN DOCUMENTS C1TY PROTECT NO. ] 02$61 Revised November 22, 2013 SECTYON 99 99 04 SPECIAL SPECIF�CATZON Geogrid, Tensar TriAX140-4'�5 1. Description: Furnisk� and place geo�rid in accordance with the lines and grades shown on the plans or as directed. 2. Materials: Geog�nid, a synthetac plaz�ar structure formecl by a regular network of integralIy connected polymeric tensile elements with triangular apertures designad to interlock with ttre surrounding fill mater�aI. Geogr�d zs used for the reinForcement of roadway base or em6ankment materials. Furnish geogrid that meets the requirements aF Table 1. Use roll widths and Iengths shown on the plans or as approved. D�liver each rolI of geogrid in suitable packaging to protect it fram envzron�,entaI deg�radation; each roll v�rill be one continUous piece withoui discontinuities in the ribs. The Engineer wil] obtain at Ieast one (I) sample of the geogrid per project for testing, as needed, to verify campliance with Table 1. Table I Geogrid Requirements '�Xl �0 Index Properties Longitudinal Diagonal Transverse General Rib pitch, mm (in) 40 (1.b0} 40 (1.60) - Mid-ri6 depth, mm (in) - 1.2 (0.05} 1.2 (O.QS) Mid-rib width, mm (in) - 1.1 (0.04) 1.1 (0.04} NodaI thickness, mrr� (in) 3.1 (0.12} Rib shape rectangutar Aperture shape triangular Rih Aspect Ra�io (depth: width) > 1.0 SEructural InEegriEy Junction efficiency, % 93 Aperture stability,�2? kg- cmldeg @ S.Okg-cm 3.4 Radial stiffness at law strain,�3� kNlaxx @ 0.5% strain 225 Radial stiffness at low strain,�3� (lb/ft @ 0.5% strain) 15,430 Durability Resistance to chemical degradation I00% Resistance to ultra-vialet light and 100% weathe�ng�5� Notes: 1. Load transfer capability datermined in accordance with GRI-GG2-87 and GRI-GGI.-$'7 and expressed as a percentage of ultimate tensile strength. 2. In-plane torsiona] rigidity measured by applying a moment to the central junction of a 225mm x 225mm specimen restrained at its perimeter in accordance with U.S. Army Corps of Engineers Methadology for Measurezrxent of T'orsional Rigidity, {Kinney, T.C. Apert�ue stability Madulus ref 3, 3-1-2Q00). 3. Radial staffness is determined from tensile stiffne,ss measured in any in-plane axis from testing in accordance with the scope of ISO 10319:1996. 4. Resistance to loss of load capacity when subjectad to chemically aggressive environments in accordance with testing ta IS012960 as part of a durability assessnnea�t in accordance with I�013434:1999 7.3 5. Resistance ta ]oss of load capacity when subjected to ultra-violet light and weathering in accordance with testing io EN12224 as part of a durability assessment in accordance with IS013434:1999 7.2 6. Al1 dimensions and values are typical unless otherwise stated. 3. Identification: Identify each roll with a tag ar Iabel seci�rely aFfixed to the outside of the roli on one end. Lisi the follawing inio�ataon on the labeI; o uniqua roIl number, serialiy designated; • Iot number or cantrol number; � name of producer; o style ar catalag designation of product; and o roll width and length. 4. Construction: Prepare tE�e subgrade as indicated on the p7ans ar as directed. Set stzxng Iines for alignment, if directed. Instail geo�id in accordance with lines and �ades as shown or► the plans or as directed. Place base material in lift thicknesses and compact as shown on the plans or as directed. Do not operate tracked constauction equipment an the geogrid without a minimum fill cover of six (6) inches. Rubber tire construction eqaipment m�y operate directIy on the geogrid at speeds less than five (S) mph if the underlying �naterial supports the loads. Where excessi�e substructura deformation is apparent, correct the �rid placement operations as recommended by the manufacturers or as directed. A. Placement: Orient the geogr�d length as unrolled paralIel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed. Use plastic ties at overlap joints or as directed. Placement of geogrid around corners may require cutting and diagonal lapping. Pin geagzxd at the beginning of the backfilI section as directed. Keep g�ogrid taut at the beginning oi the backfilling section but not restrained from stretehing or flatten ing. 1. T.ongitndinal ,�ain��,s: O�erlap longitudinal joints 6y a minimum of 1 ft, Space longitudinal ties 10 ft. to 15 ft, or as directed. 2. T�ransverse Joints: Qverlap transver,se joir►ts by a minimum af 1 ft. Space �ransverse ties A ft. to 5 ft. or as directed. B. Da�mage Repair: As directed, remove and replace contractor damaged or excessively deformed areal without additional compensation. T.ap repair areas a ix�azairn�uzxi of 3 ft. in all directions. Tie each side oi repair grid in at least three (3) locations 6ut do noY exceed noxnnal construction spacing; tie spacing for odd shapas will ba as directed. Repair excessively deformed materials underlying the grid as directed. 5. Measurennent: Geagrid will be measured by the square yard of roadway placament as shown in the plans with no ailowanca for overlapping at transr�erse and iongitudazaal joints. 2 b. Payment: The work performed and materials iurnished in accordance with this item, as mcasured, wiIl be paid for at the unit price bid for "Geogrid, Tensar TraAX 140-475". 'I'�is price is full compensation far furnishing, preparing, hauling and placing materials including Labor, materials, freight, tools, equipment and incidentals. �C�6o06aD 1'Vl[�rnorIl�y �.�n� VVom�a� �wrned ]��s��ess �r���mp��s� ���������e �`Hl[�S 1���]E I.�F� �l\1�E1�7��O�A�L�L� �I1�I�� Z021 CONCRETE RESTORATION CONTRACT 2 City Project Na. 1p2861 ATTACHM�NTIA Page 1 of 4 �'��T �TOI�'r`�i ��ty o� F��� i�VQr'$r, � ti�inori�� �u�in�s� �n�erpri�e ��� �ub�vnfrac�orsl�cap I�p '�rs lJfiiizati�n_ Form OFFEROR COiViPANY NANf�: Check applicahle hlock 4o descrtbe Omec�a Contractfng lnc. off�r°� PROJEC� NAI41�: � M1IN/DQE NQi�-�v1M310R� �0�'I ���JGF�ETE RES�i��R�.TlO� C�Ni��i 2 ��n nA�� � 01'� 5/2020 C[fy's NEB� Project Goal: ofFeror's i1ABE Project Gommitment: �'�OJEGT NI�NEBER 5 ora � . � o�a 102861 [d�n�ifiy all �u�c�ntrac�orsl�uppfiers y�u �ill use �n th�s prca�ec�c ��I�L�TE1 'iU GLlfl�}7�@�Ei ��liS �0(I7i� Jfl i�S {�(1�IrPxjJ h�:ri4h fA'.'�iiE4(EL� C�OCili1�i�`1'l�c�tl[717, i�17;� �2G�IV�'-C� k7'� t�l':? �L::4^.h�cin� L?:,��?.�fl fst] ����C ����7 2;�� p_m. on the seco�� City bu�:;l�ss ri�y ;3tir�r fj:d oraninc�, F3�iG1USiVB t7� �'.:d O��i��1i� C�E3t�� wilf r��s,�[t in tn^ k�lC! b?ln+� cQ1lSiriar�� flO^-F�P.��nnSV�� Fn b:C� SYr��i;Fi�,a#inn�- Th� un�arci�nP(1 �{far�I ��1"�2S �rJ f3!';t�[ ��1�(] ��^rrr�al arar�em�nf �vith thA �Ak�� �i ;m�,x� 1��Ygrl lii t�3a9 U�{jlk��lG'rl �GEIE:�IIl�P., Cpfl�itinnar.�f- Ur�]?� ��ar�i�tlrsrl Of �3 C{i1:t.�G� tilUitff ��?� �II� G'# �C''� �':fC'i;�s7, ��n� �il'�r-u'f't;wnt;! �n�i{G'r �CI'?�;Rfi�l;� rt�tj5r�r�r�:��CtE�fIU�I U� t�:�':S 35 C,]f0L];lLi$ fOi' C4f?cirfryraiinn O{ �!�q�r�lificati�n 'dn•� 4R':�� fEG�CY{ In ��'f� �]I� �7�lll�j co�siderAd ron-res{��17sivr: fr� #��t� sp�ci#icatior�s, MBEs listed toward m�:eting th� project goai mus# he located in the six (6) county rr�arketplace at the time of bid or ih� business has a Signif�can{ Business Presence in the Mar�€etplace. Markef�lace is the geographic ar�a of Tar�ant, Da�la�, Der�ton_,�Jof�nson, Par€rer, and Wise cau�fiies. ��.171� C�i'lifc'7Ct�l'S I1:U5t i��'�h(M�`� �}�/ �Ic,.,ar Gtftirwt �}i ,,;11 4zi��iC[}Y?tCk7Gt�f�J;i[lI7I�l1�FS. ��i�'-r: fi�l��llS {hr� �pc�Ql C�f Sl.lbCat�YF��.t�ny 3:,�low �hE �r!!�7F' COritr�C+�1'1CG};:SU1��llt ��,r;� �{�iF�C[ �'J��/I71wni �rn� �h� �,�;m� cantr�r,tor to � ��ihrney�ra,r#Qr I�L CC]R'Sfi�PfG�C� �i�1 �J?f, 7�2j�ittB�lt ��� c7 .�'11Jt}COn#r�rrtrtT e0 3t£i �ti�5[r7F�lP_.f i5 Gl}�`iS([��1�'� ���c tir,sr�. T�I� �:1rirTt�, cnr�itu:�'#w; �� a�4�:ti;�c�^s��l� tr. ��rs+�i�+a tarra�+f of p�ymAnt of all tis�Rd :.=�b�arifractafs ��n�l��fied a� : h^3E an� countir}g #�as� dull?!'$ ���nfarUS �ll�rvtinr� �fJL l;Dni-r;ar.i �p�m;r1:±:�C� [�p'u-`� a��. ���s �nu�r �� c��zr��'r�� B��o�t� cvn�T��cr aw�Ro. Certification rneans those firms, locatad withit� the Mark�tplace, that ha�� been deter►nined to be a bonefafiicfe minari#y business enterprise by th� North C�ntral TExas Regional C�rtification Agency (NCTRCA) or other ceriifying agencies tl�at the City r�ay deem apprapriate and accepted by the City of Forf VSlor#h. I [f ��u�jnC! ��CUaC�S '�ura �f#ii��n�r�l' [f1L []�fornr �Anll hr� �iIVPn Cf�.rilf �S �O/1Q 35 �Il'� ��� �!c#g� 4VV^S c'{'i�[i nper�t�s a� Ja,ct ��7� ft.tl�y Yi�Pf1Ci�(� �f1� �p���al�o�na! i��.rcic i� b� ��pd on tf�e �U73�rarL, �iltis hJ��� r37av I�w�e tr�ck�- FrUm ��1: i���r P,r".9E ti*':��. i����lx�ir�g iV!,�?� c���r;��:�-�pe��t�c�. �nd r�L��lr� fk�!1 nn¢� cr��ii, The Rn�C r:7��r I ivc'15€? �'fl!!:�Ciu' �I'017i f10Ti-���5, If]C[:fCj''I^ ' C)VVnar �;narata� ��,t Vyiil �,�,�7�} fP.���x'� C:ra�it f�� {}�'� fP.�-?5 �d!� C� r, . ,., , carnrr3issie,r�s e�rrE�d �y �h� CA�3� �s vullir'ied ir� �h:� ���4N ;i�, r{sbrry�rki. 44 Rev. 2110l16 �`�y�� �(}��'j-j RTTACHMENT '] A �—' Pac�e 2 of 4 OfFerors are req€ii�ed to identi#y RLL subcantractorsfsu�piisrs, ragardless nf sta#us: i.� ,�1lnoriky an� nsrn-�C�E�. M�� �rms ars ko be listed first, tis� additional sheets iF necessary. I'lease note t�ai on�y c€,�4�fiecl ful!': ,s ru:ll ue counied to rneei an ��[BE goal. NCFRCA � SiJBGOINI'�'ACTOIi1S[.EPPI.fER ° Corr��any Name � - � betail Detail Aiidress � Subcnntrac.fiing Supplies Dollar Amnunt Tele�hon�IFax � g � ��n Woric �'urchase.cE Email � � � � - Contact Rersan E Macias Specia�ty Contracting Joint Sealing 3502 Hardrock Rd. ��ld S�witlg Grand Prairie, TX 75050 �, � �{ }'� �{,,,,,�. � AJ Macias � � � S`17-368�94a6 aj@�naciasspecialty.com o���u s��v�c�s � �iexbase TRANSi'ORT, L.L.G. ���p��£,� ��� 346Q Garnmc�n INealth De. �01lCrGfe .�' ��� ��� � �`J� Dailas, TX 75247 � ❑ � "�.J � �f - 469-219-9089 KcIU�Off �2on Kisena ranald.€�isen aQdena�ise�ices.co m Sarns�a 5ta�piy �onstruction 5QQ0 Blue Mou�d Rd. iVi�terial an� F'ar� Worth, TX 76�06 ❑ ❑ , concre#� suppf�es �,�������.�� 817�7�0--2�40D Terry �{ngan fhogar�@barnsco.com �owtown Redimix �ancrete P.D Box '� 62327 Su,pplier Fort Wo�th, TX 76'! 69 ❑ � ����1�� 7'� •� A�chie White Awl� i��@cowiown, u s �ross R�ads LP Striping �n� 50'[2 David S�rickland Rd Traffi� M�rkers Fort 11Vor�h, TX 76'� 19 � ❑ � �� �.�"� ��a , �"��' s � �����.-na�� Aaro� Teeter Prntex �nvironmental SWPPP F'.O �3ox 151C� Fort Wor�h, "�X 761 � 9 `����-�, • �'' Tocld Webster � � ,/ $'17-374-�7�42 todd@protexenvironmentaltx. co€n FZev, 2f�lortb Foft� ATTACHlN�€�71A Page 4 of 4 Tatal Dolfar Arrtaunf of �1fIgE Subcan#ractorslSuppliers ��� � i�'�'� ,�� Total Ddllar Amaunt of Non-MB� S�bcontractors/Suppliers ����� !�•�'�"�, �� TBTAL QQR.�,AR f.�fVI�UNT O� ALL �U���N'�f�C�'�RSlSUPPLI�RS ����jj �%��.. •�'.�� The �ffera�' wifl no� make a�l�Jltloi�s, cleletions� �r si��,stii-i�tinns t� fihi� c�:rtifi�c� I�isi wltk�aut #�e nric�r approual af the Minority �n� V`x►�m.�n Buslness �r�����ris� C}fi�ifiE: �rhrn�iUh t�re s�tbt��iittal af a%c`equ�sf For �4�crprovaf' �f Charr�xel�i�[:�itiol� f�i'lrt, A��y t:n��,t-,,iif;�d ch��^s�e c�r �i�l?!'►p�7 �h�f[ he � rr�ateri�al 1;��aci� �rf r,ur�trdct �:�ad ma,r rss;.,!t It7 fiAhafimPnt p[l 3L'CUff� L•YM�rI �i�C. �7fC?t.�C�'i}C?S OLJ�1in�ri If: f�f"�' U'4�irti�n{:�a, '�"�� ,]fFc�l'Ur 5�7r'{�� S�d}?r1'lit �i t1_P.1�iiPCl �x�lar�atic�t� c�f i��;�y {�e FF+�U+�gtpt� r.harSCF�}�[iC�I�IQli iYi �is?tatinrti �ril! afFec•� ll;:� �:a:r!,�,�r�P� MB� r.,�o�l, Ifi tt�� c#�+rai� �SEj3��ite3�inn 15 tiL]'i SU�']fC11�0(i, �i urilf aff€srf f�l� IIfI�M GUI71rll:�rlr;P. {�yta�TTilria#ir�n.— By affixing a signafure tp this for�n, the Offeror further agrees to pr�vid�, direcfiEy to the Cify u�a� reqWest, camplete and accura#e infarrt�ation regarding ac#ual work p�rForrned hy af! subeont�-actors, including MBE(s) anc[ any sp�cial arr�ngements with MBEs. The OfFerar also agre�s fo allow an audit andlor examinafion of any books, records and files held by their compar�y. The Offerar agree� to allow ihe trar�smissian of in�er�iews wit� or�vners, principafsF affic�rs, errtployees and app[icable subcontrsctors/suppEi�rs participating on the c4ntract tl�at wili substa�ttiate the actual work perForrr�ed by �he MBE(s) on this con#ract, by an aufihorfzed officer or emplay�e of the City, Any infentionai a�dlor knowing misrepresentatinn of facts will be grc�uneEs far terminating the contract or debarmer�� from City work for a p�riod of not less than thre� (3) years and �or initiating action under �'�deral, State or �ocal laws concerning false sfafements. Any faElure to camply with ihis �rdinance creates a ma�erial breach nf the cor�tract and may resuli in a determination o# ar� i�rasponsib�e Offerar and dei�arment from parCicipating in City work for a period af time not l�ss fihan one {1) year, � � � Authorized Signature �." � ��� �i Ti#fe ��. Company Name � � � L L�lr� ?�-�t� � • _ Address tl" t�-�-i�.. ���V�t-��.+ + Prinied Signature r �. � �`4 ��•'Yvl✓'•�'Swl� Contact Namel'�ttle (if differenf) 2 �Gi,� ��°I- ��i S." 'Telephona andlar Fax �C��'1-�C,i�� ►�1�`iicL.� — iaivl.��os'.t . � c+v� �-tnail Address a �tit�s �.�� �'�.��.. Cify15 [elZip �i " ��'" ��-�'i ❑ace Rev. 2110f75 - - 1�lin�ri�� Busi��ss En�erpris� ��111BE) - -:� ,�. � �mega C�n�ra�ting, �nc. . ... �. .� �,�. �_: .� �����. ���.%°������ g�c. has ftted with the Agency�an Af�daviE as d�fine� by [�CTRCA Minorify Busin�ss �n#erprise �MBE) Polici�s & Procadur�s and is heraby csrfifed to provida service(s} in tf�� follvrving areas: t�Aics ��sz�a; IIV�USiRlAL BUIE�DING Gah1STRUC�"ldl+i NAIGS 236��0: COMM�#t�iA� AND INSTITliT10NA�. Bl1I�C31NG CONSTRE�CTI4�f NAICS 2373�i0: E�IC�HWAY, SiR�ET, ANd �3Ri�G� CONS7RUCi1C]iV �AICS 237994: OiH�R H�AVY AN�3 C3VEL. �NGEt�EERING C��15�'FtI�CTIQC� t+iA�CS &A�1330: ��]G1I���RING S�RIl�C�S `�his Ceriif�cafion camrn�nces Febr�aary 8, 2019 and su�ersades a�ry registratlan nr 1�sting previousEy issued. 1'�is certi#icailan musi be u�daEed every f�vo years by subrt�ission of an Ann�al EJp�1at� Af#'�cfavit. At a€�y tltne ihere is a changa in ownership, contral o# the frm ar o�eration, n�tificaiion �nusk be m�de irnmediat�iy Eo t�s� �forfh Central Texas Regional C�rtifi�ation Ag�ncy for alig{biliiy e�a[uation. Ceriif:caiion �xpiration: �ebr�aary 28, 2021 Issued Date: �ebruary S, 2�'19 C�RT�F�CA7loN NCi, NMM�1744��1022� ����� ����� -,�r. .� fii�CF' � � �� �� �������� �� . � � C�rt�catian Adrninisirafor ,� . 1 ��' � �� .,.. _ �lii�n�rify Business En�erp�ise �MB�} DE1�ALf SER1i'IC�S & TI�A1�S1'QRT LLC �l�l'��I.�I Sl������5 � '�`�.�.�SI���.T� lL�� has fi�ed with the Agency an Af�da�ii as defined by NCTRCA Mirtority 6uslness �nterprise (M8�) Paiiei�s & Procedures and is Ftere�y certified ta prauide service�s) in the �oflo+uing areas: NAIC5 �484220: 7RllCKING, SPEC�ALIZED �rR�1GH7 (�JfCERT USE� GOODS), LOCAL This Certi�ication commsnces Augusi 22, 2019 ar�d supersedes any reg�st�ation or lis#ing previous[y issu�d. '�his certificaiior� rrfust be updated �very two years by subrnission af an Annual Updafe Affid�vit. At any time there is a ehar�ge in ownarship, control of the f�rm ar operation, rtotificakion musi �e rrrade immediately to ihe North Central Texas Regian�l Certificatiot� Agency for eligiE�ility e�aluati�n. Cer�ification �xpirafion: August 3'!, 2Q21 lss�ed Date: August 22, 2019 C�RTIFIGAT[ON NQ. EiMMF333837NQ829 �� ����'� -��. '� . . _ TiT�P' 4� _ �. �'+ : . � . �'������ ���. • ' �rI . ` Ce�ifcation Administratar � ■4 �� A �� �1/linority �usiness Enterprise (i�BE}, M�CIAS SF'��IALTY C��VTRACTING LLC 1T1����� ��'u ����JLl�� 4✓����� A �`Ui ��� has filet{ wiih the Agency an Affidavit as dEfin�d by NC"�FtGA Minori#y Businass �nker�rise (MB�) Policies & Procedures and is hereby eertified ta pravide ser�ice�s) in the foliowing areas: MAICS 23622�: G�MfVf�RGIAL BUI�ING CONS�R,UCTIUN GEN�R,4L CQNTRACiORS NA[�S 2381'10: CONCR�T� REPAiR NA[CS 541G11: S17'� Lt7CATION Cflt�SUL711�GS�R1!'iC�S NAIGS 56179D: CLEANIN� (E.G., �OW�R 51���PING, WASHWGj 9RNEWAYS ANQ PARKING L�TS NA�CS 56'I790: POW�R 1MASFfING B1J1�91NG EX'1'�RIORS ihis Cer�ification commences September 92, 2019 a�d supersedes any r�gistration or listir�g previausly issued. This certification must be updated every fwo years by submissian of an Annual Update Afi�ida�it, At any tEme there ls a�i�ange in ow�sersf�iP, cantrol of the firm or aperation, notifiaatian rnUst 6a made irrimediateiy t4 the f�ori� Gentral Texas Regiona� Certification Agency fr�r eligibillty evaluatian. Certification �xpiration: September 30, 2021 lss��d �ate: 5epternber �2, 20'�9 C�RTIF[CATI�N NO. NMMB16289N0921 ��� ���j���� � .. °I"E1� � � r� ��.���� �� �.1�.��i�.i.'��..�� Certi�catio� Administrafar