HomeMy WebLinkAboutContract 55428}
)
�
;
,
,
�
)
J
,
;
)
)
)
}
}
)
)
)
)
)
)
}
)
)
i
.
�
l
�
?
;
�
)
i
)
,
.
�
�
�
_ �`�� �����
PROJECT 1VIA1l1UAL
FOR
THE COI�TSTRUCTIOIlT OF
��� ������r��� �
�'�k���e�t"i�.. i`3�. � � _ . _
PAVII�TG, DRAIIlTAGE, UTILITY,
& STREET LYGHTIliTG IMPR4VEIVIE�TT�
F�R
NORTH RIVERSIDE DRIVE PHASE 4
FROM SHIVER RQAD TO NORTH TARR_ANT PARKWAY
V�L. 1
' .��C� �_
�
s
������0�� 1�1117120
.� ��A����• T�:�C`
� *. �. .�o�• � $
� �r : ; �
• P�
� .. :.......................::...�
i CASEY B. STEVENSON �
123387 ���
:'�. �
;G 1 STER�;�•��F'�
'�`a'n � ✓'E���
City Project No. 1.Q0453
File No. K-�657
Betsy Price
Mayor
Da�id Coake
City Manager
William M. ]ohnson
Director, Transportatian and Public Works Department
Richard ZavaIa
Director, Park and Recreation Departrt�ent
p��arQ� �:,,,��T,a� Prepared for
TEXAS FIRM NO 122D7 The City of Fort Worth
Transpor�afion and Public Works Department
�Tovember �0�0
- PREPARED BY
PELOTON LAND SOLUTIONS
9840 HILLWOOD PARKWAY, ,SUITE 2�0
FORT WORTH, TEXAS i61i7 �� �
8i'i-56�-3350 ���I��ffi�. R����i�
-,s�e ������f+lq'60
. ������� r��
,�� �� �� �� � ������
C�� o��o�til����h
�
Stanciard Construction Specification
Documents
Adopted September2Q11
)
�
,
!
)
!
,
}
�
�
)
)
)
1
}
,
1
�
oa o0 0.0
STANDARD CpNS7'RUCTION SP13CI�lCATION BOCUMENTS
Page ] of 7
��C��O� �Q QD �0
TABLE OF CONTENTS
Last Aevised
Division 00 - General Conditions
00 OS I 0 Ma or and Council Communication 07/O l/2Q 1 1
00 OS 15 Addenda 07/01/2011
00 1] 13 Invitation to Bidders 03/09/2020
00 21 l3 Ynstructions to Bidders 03/09/2020
00 31 15 En ineer Pro'ect Schedule 07/20/2018
00 32 15 Consiruciion Pro'ect Schedule 07/20/2018
00 35 13 Conflict of Interest Statement 02/24/2Q2Q
40 41 00 Bid Form 03/09/2020
00 42 43 Pro osal �'orm Unit Price 01/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Com liance to State T.aw Nonresident Bidder 06/27/2011
00 45 i I Bidders Pre ualifications 07/01/201 l
00 45 12 Pre ualifrcation Statement 07/01/201 1
00 45 13 Bidder Pre ualification A Iication 03/09/2020
00 45 26 Contractor Corn liance with Workers' Com ensation Law 07/01/2011
QO 45 40 Minori Business Ente rise Goal 06/09/2015
00 45 41 Small Business Ente rise Goal 06/Q9/2D15
00 52 43 A eemenf U9/Ob/�019
00 61 13 Performance Bond 07/OU2011
00 61 l4 Pa ment Bond 07/01/2011
00 61 19 Maintenance Bond 07/01./2011
00 61 25 Certi�cate of Insurance 07/01/2011
QO 72 00 General Conditions 03/09/2020
04 73 00 S�z lementar Conditions 03/09/2020
Division 01 - Genera! Re uirements Last Revised
01 I 1 00 Summa of Work 12/20/2012
Ol 25 00 Substitution Procedures 47/01/2011
01 31 19 Preconstruction Meetin 08/i 7/20] 2
O1 31 20 Pro�ect Meetin s 07/01/2011
01 32 16 Construction Pro ress Schedule 07/0]/201 I
01 32 33 Preconstructian Video 07/01/2011
O1 33 00 Submittals 12/20/2p 12
01 35 13 S ecial Pro'ect Procedures 12/20/2012
Ol 45 23 Testin and Ins ection Services 03/09/2020
01 54 00 Tem orar �'acilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/20l 1
O1 57 13 Siorm Water Pollution Prevention Plan 07/01/2011
01 S8 13 Tem orar Pro'ect Si na e 07/01/2011
Ol 60 00 Product Re uirements 03/09/2020
01 66 00 Product Stora e and Handlin Re uirernents 07/01/20] 1
O1 70 00 Mobilization and Remobilization 11/22/2016
Ol 71 23 Construction Stakin and Surve 02/14/2018
CITY OF FORT WORTH North Itiverside Drive Phase 4
S7'ANDARL7CpNS'CRUG770N SPECIF[CATIQN DOCUMCNTS ProjectNo. 1OD453
Revised March 9, 2020
oa o0 00
STANDARD CONSTRUCTION SPECIFICATI03V DOCUMENTS
Page 2 of 7
01 74 23 Cleanin 07/01/2011
Ol 77 19 Closeout Re uirements 47/01/2011
03 78 23 O eration and Maintenance Data 12/20/2012
Ol 78 39 Pro'ect Record Documents 07/OI/2011
Technical Speeifications whie� have been modified by the Engineer specitically for this
Project; hard copies are included in the Project's Cantract Documents
None
Technical Speciiications listed below are included for this Pro,�ect by reference and �an be
�iewed/downloaded fram the City's website at:
http: Ufortworthtexas. �ov/tuw/contractors/
or
http,�::.'a�ps.fortworthteaas.gor, Prnie�tReqources/
Di�ision 42 - Egistin Conditions
02 41 13 Selective Site De�nolition
02 41 14 Utilit RemovallAbandonment
�2 41 15 Pavin� Removal
Division 03 - Concrete
Di�ision 26 - Electrical
Last Revised
12/20/2012
12/20/20 ] 2
02/02/2016
26 OS 00 Common Work Results for Electrical 1]/22/2013
26 0� 10 Demolition �or Electrical S stems 1 2/2 012 0 1 2
2b OS 33 Racewa s and Boxes for Electrical S stems ] 2/20/2012
2� OS 43 Under ound Ducts and Racewa s for Electrical S stems 07/01/201 ]
2b OS 50 Communications Multi-Duct Conduit 0212b12016
Division 31 - Earthwork
31 10 00 Site Clearin 12/20/2�t2
31 23 16 Unclassified Excavation 01/28/2013
�,� � al�as�aol3
�e$ � a7�zs�2oi3
31 25 00 Erosion and Sedirnent Control 12/20/2Q12
�'�� � 12/20/2012
31 37 00 Ri ra 1 212 012 0 1 2
Division 32 - Exterior Im
� ��-� �n
�� ni i Q
�o
� � n y � n r�,..,,,,.,,.,, n
�z ��
CITY OF FDRT W�RTH
57'ANQARQ COAISTRUCTION SPECIF[CATlON UOCUMCNTS
Revised March 9, 2D20
12/20/20 I 2
12/20/2012
1212d/2012
North Riverside Drive Phase 4
Projcct No. 10a453
}
)
,.
�
)
i
�
)
�
00 00 OQ
STANi]ARD CONSTItUCT101V SPECIFICATION DOCUMENTS
Pagc 3 of 7
�-x.'z3 �''�v;�'� R�c� �'^„rc�c 12/20/2012
32 ll 29 Lime Treated Base Courses 12/20/2012
���� �o..,e�t �r..e.,+sa n.,�o �,,,,,.�e� 12/20/2012
�'�-'� 08/21 /20l 5
"� 12/20/2012
?''-�� 12/20/2012
32 13 13 Concrete Pa�in 12/20/2012
32 13 20 Concrete Sidewalks, Drivewa s and Barrier Free Ram s 06/05/2018
32 l3 73 Concrete Pavin Joini Sealants 12/20/2012
�''�' ^ '-0 12/20/2012
32 16 13 Concrete Curb and Gutters and Valle Gutters 10/d5/2016
32 17 23 Pavement Markin s 1 i/22/2013
'''�� 11/04/2013
32 31 13 Chain Fences and Gates I2/20/2012
32 3l 26 Wire Fences and Gates 12/20/2012
�g .x,,.,.a c,,..,,,,,. .,..a r�.,�,,,, 12/20/2012
�'�� 06/05/2018
32 91 19 To soil Placeznent and Finishin of Parkwa s 12/20/20]2
32 92 13 H dro-Mulchin , Seedin , and Soddin 12/20/20i2
32 93 43 Trees and Shrubs �2/20/2012
Division 33 - Utilities
,
,
� CI'i'Y OF FQR7' WORTH North Kivcrside Drivc Phase 4
STANDARD CONSTRUCTIOAi SPCCIPICATION DOCiJME%ITS Project No. ] 00453
` Kevised Mareh 9, 2020
Il
0o ao 00
STANDARD CONSTRUCTION SP�CIFICAI'lOAf DOCUM�NTS
Page 4 of 7
� ��T�TT
33 11 12
� z��
� �_�T7'TTT
� ��-'�o
��
33 12 20
� ���
��m��
� �� ,�o
�3 rz 40
� ��a
���
� ��z
� ��r�_�
���
z��
invl Chloride lPVC� Pressure
zxT.,.e.. e,,,,,,;,,,,,, y .,,,�. �,. � ;.,,,U
Resilient Seated Gate Va1ve
Fire
1 z�2o�aa i 2
l I/16/2U18
12/20/2012
12/20/2012
02/14/2017
1 212 4/20 1 2
12/20/20 ] 2
12/20/2012
02/06/2013
i2�2a�2oia
01/03/2014
ia�2a�aola
06/19/2013
i2�za��oiz
i Z�aa2o i a
i Z�Zo�2o i z
06/I 9/2013
iu��
� ����-�
���
���
� ��o
33 39 10
33 39 20
� ��o
33-3�-49
�z �o tin
�
33 41 10
� ��T�TT
��
33 46 00
33 46 01
33 46 02
33 49 10
33 49 20
33 49 40
v,.�„�.:.-.�.i r�t,�,.,.;ae lD\7('`l f`l..�oa n..,,f;t�, r+,.,,.,;+., c....:..,,.., o,,..,,.a
� �.,� . ,�.� � z.m
Cast-in-Alace Concrete Manhoies
Precast Concrete Manholes
Reinforced Concrete Storm Sewer Pine/Culverts
Slotted Storm Drains
Trench Drains
Cast-in-Place Manhales and Junction Baxes
Curb and Drop Inlets
Starm�Draina�e Headwalls and Win�walls
Division 34 - Trans ortation
34 41 10 Traffic Si nals
34 41 l 0.0I Attachment A— Controller Cabinet
34 4l ] 0.02 Attachment B— Controller S ecificatio.
34 41 10.03 Attachment C— So$ware S ecification
34 41 11 Tem orar Traffic Si nals
34 41 13 Removin Traffic Si als
34 �l l 15 Rectan ular Ra id Flashin Beacon
34 41 16 Fedestrian H brid �i nal
34 41 20 Rqadway Illumination Assemblies
i 2�2o�aa � a
iz�2o�aat2
1 a�2o�zo i 2
�4/2512 0 1 3
12/20/2012
12/2�/2012
12/20/2012
12/2�/2012
12/2Q/20l 2
iz�aa�2oia
07/Q 1/2011
i Z�ao�ao i z
11/I 3/201 S
i2�ao�aa�a
47/0 ] /2011
07/01/2011
]2/20/2012
i 2/20/2012
07/01/20] ]
10112/2D15
12/18/20i5
02/2012
41/2012
11/22/20I3
l 2/20/2012
11/22/2013
11/22/2013
12/20/2012
CITY OF TORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTION SPIiCIPICATION DOCUMENTS Project No, 100453
Revised March 9. 202Q
00 OD 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMIi]VTS
Page 5 of 7
34 41 20.01 Arterial LED Roadwa Luminaires 06/15/2015
34 41 20.02 Freewa LED Roadwa Luminaires 061i5/2015
34 41 20.03 Residential LED Roadwa Luminaires 06/15/2015
34 4l 3Q Aluminum Si ns 11/12/2013
34 41 50 Sin le-Mode Fiber O tic Cable 02/26/2016
34 71 13 'Traffic Control I]/22/2013
7
�
)
)
�
�
�
� CITY OP FOKT WOKTII North E2iverside Drive Phase 4
SThNDARD CONSTRUCTION SPECIFICATION DOCUME�lTS Projcct Na. I D0453
S Revised March 9, 2020
1
�
ti
oa o0 00
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Page 6 of 7
Appendix
GC-4.01
GC-4.02
GC-4.04
GC-4.Ob
GC-6.Ob.D
GC-6.07
GC-6.09
GC-6.24
GR-01 60 Oa
Availability of Lands
Subsurface and Physical Conditians
Underground Facilities
Hazardous Environmental Condition at �ite
Minority and Wqmen Owned Business Enterprise Compliance
Wage Rates
Permits and Utilities
Nondiscrimination
Product Requirements
END OF' SECTION
CI7'Y OF PORT WORTH Norlh Itiverside Drive PJtase 4
STANDARD CONS"I'ItUCTION SPECIFICATION DOCUMEN'1'S Projeci Nn. 100453
T2e�iscd Marcl� 9, 2020
)
�
,
�
�
�
}
�
_�
�
)
)
�
�
}
1
�
l
�
2
3
4
5
G
7
8
9
10
ll
12
13
I4
15
16
17
1$
19
20
2l
22
23
24
25
26
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
4]
42
43
44
45
46
47
48
49
SO
sECT�orr oo ao �o
SEALS PAGE
CIVIL ENGINEER
Peloton Land Solutions
9800 Hillwood Pkwy, Suite 250
Fort Worth, Texas 76177
WATER AND SANITARY SEWER IMPROVEMENTS
.�������'�� � 0105/20
.� �'�P��•�• r�'� s���
•'� '• �
���• •.�
s *••' : *¢rt
•+•CASEY• B••STEVENS01�•••�
...:.............................�
i ,�� 123387 ��r
� °r
�aQa�`'F�aG I S"f ��;:��,��� '� �
PELOTOIV LRtdi�50L13T10�
TEXAS FIR�A !�lO. 122D7
PAVING IMPRi)VEMENTS
.� 5� �� °����4a� oia�f2o
� ������������� �
�... .��. �
�,••" -y t
� °`r :"' ¢a
CASEY H. STEVENSON
...........................
.
,:_ 123387 _:�
j���SS;�•..: ...•� � �
f fl3� � ���
� l � ,
PELOTON L7k1 SO Tlb
TEXAS FIRM NO 1220i
DRA�NAGE IMPROVEMENTS
�����a���@� � oia�iza
' �P�� " E aQ�
� 5 ,..••. .... .'Y;S
0 �t .•'� � ' : ff ��
� .� :........................•.,��
� CASEY B. STEV�1�50N �
� . ...........................�.. /
�+' 123387 ' �
.
� =. �: �-�
�� $��'�`�c''AFG! S T��F'd'\��,s'
/�i�ssi�'�"EN�`��
fh4
0
�` P�Lp74N U�M6"SOLUT10�
TEXAS FIRI�R ND. 12207
CITY O� FORT WORTFI
STANDARD CONS`I'RUCTIOA! SPECIFICATION DOCUME�lTS
00 00 10- 1
S�ALSPAGE
Page 1 of 2
t�Iorih Rivcrside Drive Pl�ase 4
Project No. I00453
aa oo �o- a
SEALS PAGE
Page 2 of 2
1
2
3
4
5
6
7
S
4
10
�l
12
13
14
15
1b
17
]8
19
20
21
22
23
24
25
z6
z�
Zs
29
30
3i
32
33
34
35
36
37
38
39
40
41
42
43
44
4S
46
47
48
ELECTRICAL ENGINEER
Baird, Hamptan & Brown, Inc.
b300 Ridglea Place, Suite 700
Fort Worth, Texas 76116
TRAFFIC CONTROL
Burns & MeDonnel!
I3737 Noel Rd., Suite 700
Dallas, TX 75240
� �� A� � 0 f ��� ����
�. ��� .��
� �
..,.a��irrisliiai� �i�i��w....
.�,'...-..97fi21...,..*�.
�����'� fe�"i�l��;��������
� ofa�i2a2a
� � � � `���'�� � �� �w�!
Lr
END OF ,SECTION
CITY OF FORT WORTI l
STAhlllARD CONSTRUCT1pN SPECIrICATION DOCUMENTS
Norih Riverside llrive Phasc 4
Projccl No. 100453
_ � ,���,-,,.,��..
�
,
/
1
�
�
2
3
4
5
6
7
8
9
10
lI
I2
13
14
15
16
17
l8
19
20
2l
22
23
SECTION 00 05 15
ADDENDA
END 4F SECTION
CITY pN FOEt'[' WORTI�I
STANDARD CONS"PRUCTIdN SPECIFICATION DOCUMGNTS
Reeised July I, 2011
000s is-i
ADDENDA
Page 1 of 1
North Riversidc !]rive Phase 4
Projec# No. 100453
- • ��L�1��
--�.
����� i nhla �o�uraoNs
�����r�r����n� r�c�. i
r.�c-ror��� rt.�. ��,���
N(1f�'�'1-# fta��I�,I��11�E: 1�R.
FR�M �r�IYl�;I# I�[�.Ti� I�i�FtTl��'fAI�Ft.�1�7' �'AI�IC��'AV
I�� A 1, I. l 1�.��.'l � hA I.iP1T4 �#!• I{ F:� '()���>�
$�'' f'41srt��n ] ait�i �ralia�i�rq�w
�f23{1i} }��iiJxti,ci�i I'kxr�r. ���il�;�i�
��rrt 1���i�tf�, I-� �f, C 77
I'f�[ �1��`�I' h'{�,; �1-V�J f�i}Il? C'I fl' i'!�()J�:f `�I- hf(}__ 1 ntr��5 �
I�iC COk]U'i!4 C�in' tiC]iill :�ck�tc�u Ict��Z� i]�c r�c�eip� t�f �I�i� a�l�lcaa�[i�m tix7��re 1���Eic����.r1 iaa �fa� $rd �L ���>�7tr��cl
f )to�u��tie�tts,
-fl�i� J1�ialc���ltu�r �s�rr�ir,tw t�l'�Itir fnll�,��in� rcvisira���� 1cr fli4 ;t�"f� I]ni� "� plfu��
�_ l�i��t?; �cc�ia�if GI ��us{rsci�.d;�n I�;alr�rwti;
5trrc�� i(�'• I I�� rcr�ssM�ecl
tilar4�� k 0�- I:� I,�r1cl���i
,'�.. l�nif ��u�.ti,rr� I.'. n�r�s��yde{I r�� 1{�11+>3w+;
�f��cts I �la• G �#r r{�i�1r����.1
#1�lt.l'�ti I �+i• � �1(F 1l4�l��ii
C1Vll �)M' Al�lll'l�ll?[Fh� I�O. E
T�PEfI�M6Jt7 1?7b'J 4r�;•�r�l r.� � i.v.. �,���iF'tin I��.�-�,��.r.. ��.� �� r�l' .. .-.[.
r8P�5FI�hihlCe 16�7T70� 1+f. �.4TC]r,:�Rra�� + �;��
�iirl'IIi F� IV�r�itlC � �I'T��{ F`fi�Ms� �4
\
�
i 1
fi
�
.�
�
. �� ��L�T�N
�+�I� LA N d S�LLF� [Q#+�5
A
f
.�
}
�
. ,�
�
.�
,
,�
,�
�
,�
1
�
}
�
�
.�
�
�
,. .
}�� i1L' � L� �J I t� l w V. �
n�[�1�i�'n�1E3ER G, Z�2�
�i�RT�i ItIV�:li�kill? DR.
M�'!i(]�i 5�lIVF'R Ftl�. "f'Ci I��RiH TARRAh!'I' PARKV4�AY
�"(.s AE_L ��0�'I il�qf�.N�l:� [)F ��;�«�€f�:
1�1�; I'e�cs�crit Lurrd Strintinn�
��t�f;� I�il l�vnod t'l�rv��, Sui�� ?�0
F�rt ��+«�It, 'I�� 7n 177
�"F��).f�i['-�-h!{�.;C'FVJ�bOII� CITYf'R(�J�:CTNC�_: f�i}453
"C��e �r�r��r�c#�+r s��a�ll a�.kr�a�sled�� tkae �•�ceipi �f il�is ar�cle��doam }w���ere indicu�cd ir� fl�� FSid ��'�r�Cracl
Dia�:ui�7�.n��_
E Il�� f�(��[j]��Ill fi�.i1l5L5LS 1lt CI14 �[1I�Ll�L`Gll� ['�i°IS�IL?I1� Lfk III� I fll�'�`u [�ni� I�'fvr�s. 3l�°�0 �.�ni� �f pl�tr�s. rmcf to
xddr��w c�r�eslirrr�s E�ai�ed r�t ttic pr�-l�itl rri�etir�g,
I, �ec��n�� �1Q I I E3 C}I�tI1L' �rr�rj�c[ n��n�EAI nlr�r,i��ed as li��lc�ws
.. „ 3vil� be re��i���d by� Gh� C'ktv t}F-Fcrr� Wc�nl� I'��rcE�ca�n�g OfFce u�tllf � 1;3� P.M. �*�"I-
�fr�r�€�.�y. Nc}v2mi�er C9, �'U?0�--.-
„�3ids �viiC #scrrF����ed �uisliclv �i�� rcac[ a3t}u�l c3r� ]�luv����l�er 14, 20'�U �;{lU f NS._,.,
i�rti
..................................................................:........................��----...:__..._......................--,---.--.----.--.- ._........................y---
--.--. ,--.--..--� ........................�--,_..._........
TBi"+� I'klkM WfJ i���7 ���� �'i .,•r�� i�•.� � .
. �li fl . i ri . . � if •:h: �AI' I RI� °I%. 1�"ri?
TBR�Sflflh�#�#� 101#77GU ��k :.�••+�r� �,r{{3,t-p -
Afi�r�li Etivt;rside l�rivc Ph��e •I
F.�#�] (}�+' �1.k]11�.NT)111�1 ,'+f (]. �
1
. �'� L�T��
�_
I�I�� �hNR 5� L LFTIO�J�
}������� ��. �
►v{�vF,iv�u�u �o, 2Q�Q
�v��Tr� �rv�r��m� n�rv� ��insc �s
��i(}J41 SHfYi:l� E�i]. �'D kV�RT�� TA�A�1r�' Pr1Rh�N�lY
���[]AI,I !}��]{'l�N��.N�I�H�?I,f}�I�ti�
f�Y; I'eln��+r� L��td Salu[ioais
'�Kl1i� H il�x���n� Pkwj�. 4�i�e �S�k
F-on 1�kf+�rtl�, �I'�{ 7bf 77
I'R(_lJ�:{;'f �1�1.: �'F'W I(>OQ� �iTY PRO.f�C'f N(?_: ] 00�153
Th� �anUactor slSa]] acknow#�dge �hc r�c�ip� c�f �li�� a€Idcndum x��k�cr� inrJic�[s:� 3n lhe i��r! Rc (';Sr�Ira�C
i�ncumer�f�, V{rl, I prs}jecl mant�al i� ��ereb}� repl�t�� �w �tli Vo�. 1 rek• 1 C�r�jc�.� o3��r�uul +����d I I l I(lr`�0. Ilt�
�ic# �tlai�s are I�erei��' r�pla�ed vri�l� I��d pia�rs a`�,x►�, 2{rcvise�l I 1ll�l�i}}.
I�I11� A{SCI�IS�LItlrY CUI�5i515 [1{� ��tie �f,��IAkw'in� r�v1S9C��iti 147 IIl� a�I�°�o �.I�S1 E T'I�iAS, �{4°�� �Jas� �� p�ans�. r��td �n
a�t�cin:�s r���e��i��a�x rr�i.�erl ��t tl�e �aR�-hid mee�ing-
I, Quesf�all: "i W0� �!f SItS �+{:Sf�C�Fi�+. I I}CiI�V� �}QI�S i!1'£ S�lil ir� �cxnfli�:t,.,
�Aasvrer. F'r�les arrd it(3W wi31 be s�kc� in [he r�e�r f�tu��. A��y �aotertusl to��flic�s wEl1 bc
idciuif ic�l_
2, Qurs�iai�: "Wha� Fs �he a+���al 1tiri�NB� C;oal'?..
,4nx�-er: '1'i�c pe�ti���;�� ��3�, �zo�� is 14��M1,
3, �urslian: "Are }rC�i� ��tng C� C�+17e�1 Ille CXCeI ��� `]s]�t�� lu Eltt• �1'U,�e�:l Firjt����'i
Aosw� r: ]'h� �xid pr+�p�,�sa I���ork�oak pos�ed zo the pro�ec� t�i��r Itins been r4��i�ccf_
�. ��e�stio�: "Trafi'�c Control l�'-�it I� I 5 1��,i7�1�s. � r�Ffi� ��arur�al Sinir ]!_ !� �n�anlh�. i.'�x��sc���iw��:.
crm�a,rren� t�r ct�ntrrrclors's discrc�iorM''"
Answ�r: I�C_P durr�iirr�� shcs�lcl a��rtch ��+�, nw�c�r�i� c:c�n�r�+:l d�rrax�t�n, I� �s��stima�cd tlya� La�i� I
�ra�r� coiytr�r! u�ill n�tad �o b� �n �rlac� fi�r 9 �nanths, snd IJnil it i�^�tCic cc�ntrc�k �ti'ill i�e��cl tn b�e �n
N�1ucc tirr fi mnnfhs_
7!lP�FIRh1hl� 1'���% '�l4ilL'4ill'.�4"F{S�qSa'rY�r ',S�Ilil :.`.i7 I�IIl�4��1�I�F1 Tf•-'-S!!�1'i' rlk�i{��?3�iQ
7BP1i KaRl41 N4 1�1 ]77U0 I' �� .�' c s IJ i r� ��� Ci r„ {1 hl
�1�ri�� Rive�side �]rr��e I'Itsse �#
��
r,
r
5- �u�A#�cr�: "4�ox4� �i�s yt�u I��R�r� �ettir�g s���rn� I�tes��s scrcr�� wrn�.�e I]MercF iK ���} k�mp pEiwrn� rep�ir
i�eit� and it h�� }•ti� l,�iCdin�; ��Ih �r�ttwic�es I��en �he inside?"
�Aoawe� : l��n€ i#ems for te��purary pave��c��� i����i I�rt i{�n li+r 1 he ���ter�ls ai���, snuti�Uour�d
Ri�er�idr C]r, ���iwe ��^�n add�d t�r �i�e i��tii II bi� iti:fii� ITI �CC�q4� ���} �� �� 0��1@ �}I4�EC� ff}�[1418L
�i. ��estio��: "C'an yot� sd� a l�id it�:�rr f�rre4�n���:c# Ic� e�Tsl�n� 3�J" RC`fk',x''
Answca :� 3ine i�e�n fne "c�e�i�ec� to exis�ing" i�r�� 1���,`� a�ldcd xc> �ecEic�r� i�[N 4� �3 +�f tlie #ra�e��
rrkar����l.
7. ���e�tior�: "�Jc, �ar� i�em f�r l6"x6'�'�'S&.V u�t k�rt€� 11? I]c�es kvaRer �xei�r ��alk�e c��t i� vs.
Y'.5t�. V r+�.
Anxw�r: ltelura��d ��'�. i�y�ira�rl w�a�wkcl cui�i�ec# ��, I b" waier ��nr ��i��g cui rn ic� ��� �]ca �it�
�4�n�Enrd �ci��i�,
8. ��extiorr; .•�l;� hid alCr��+ {'s�r"��;mnve eti. Vxlv� �'aull anc# re[tlu�:c; v�i1h nrx�' ��a�ift {2 F11)'?"
Ans►�-cr: I�itC �len�s havr bee�� �Src��aidEd Gu r�:Er,�:�ie tlt� tw�} !!x" �a�e 1�alvcs out oi't}�e
inlCrSec! Nxfl,
S�, ��rsten�: "�clo�atc ��r��r ii�e�e�•vuult {o�� st�rle] or� �X s�o�,�cl be re#laced $s �v�li? Nae� t�
Cx�E11{� i1C`�' 1�'#iiC� 5�1'4'iCe lr3D',�"
Ausxv��: T'fiE �uater me��r vnuC� �h���ld �e rcptaccd wilJy ihe i��w Ci�}� Stand�rd f�'I�I�e b�u I�_
T'tl�i'� IS t!{1 Iti�E{� �Ol' � IiCV1' �VHtCl` Sti'4'iL'C_
1�I, �u���3cFn: "L��cr�cclee�oi LJ��it !i w�tiflt d�e� J11'R �m�t ,�f ineas�re s����d �irr,' Ile�x�s #A� :�ncl �l�5,
I�adarc�e�ecii��y s�'stctn, 1_ik�1�� E=A',--
Ar��swrr: hl'� si�n�#s for ��apr.,a+�h. nr veltEe�e �pproa�E� �iir�ctinr�, �I-I�e qG�ynrTlies p��ovided
re�le'c,l txt�li (I.:A } ap��ro�c�l (A�'k ),
i I,�ues#io�r: '`"f3�e �xni# n�' ���eas�,re Fur i��ms �!$9 ci� ��0 l�ni� I E�f�e�n�ve �'i�rc;�. F�arbed 1�Ei�e
f�encej �k,ca�fcl be �..�',..
1�Ir��w��r: �c�:tio�� OQ �12 4� s)f �Ix� �rc���ct mlrau��1 lxas �seen re►�Es�ti[i Co io�[I�CaI� E,i� MS � f�� U�f�t c�f
�neasure_
E2- Qu�s#io#�: "Nc� Cr�a�, �x�' �I��tl�xarr��lc� 6terr�s`a
Au�ti��cr: E.i��e itei�ts For ���rs4}il, �a�d I����frc� mul�l� r�dded io Sectic�rr {1(1 �'k 4� s�f�slwe ��r«j�c�
alianufll_
i3, �ueytiu�y, "��ev►' j�liil[w rtia?1 #i�On� ���� Iir�e��� �.itink i�t ihis �F�s3��r ��� nec.es�flry,
�ns►�•�*r; The Joii��ir�g li�� bren re���sc� ��� hc alr�ng GC�e I�n� lir�es
fA. �ues�ittn: "Arr Itrig�liaxn mrkers retlui�[� i�r ccR�t�r islFu�ds?"
I!!Pt �Ih[N1 hi0. 1�2177 ';��s�yl I� k+n[:f� �.�.��,`++ :��G�i _''�7 f C1fl� ��iSJ����+ i{,.�k� .'G{7': Y17 �FdT� ;3:47
r���.s �{�n+� r�� r�1 ���oo i� E�_ c� • c.� i,� 1�ti ��� i.r [:� c�a
N�rkE1 �iV�.��is#e �I'Ive ph��r4
Answer: I�iga�in�� meters �re r3a� r�eedetl in i����r is2ands
E5, Qu�estio�k: "It`Ad}us�i�sg hrll-I to match pro�►nsed �r�de, li�s need t�� kx� 13xa curre�til �arger li�� {30-
3 ! .. }`�„
Ans3rcr: Whcs� �he n�anliol�.� s�c aJju�tcrl Ics pfapcsti�d g�ade. ��ie nr��;s ah€J n�anlr�le s�ou�d bc
replac�d st��h �I�a� [iicy �:a�i �:�;s�tt���tod��f a 3U" �+�c�i��,
I b, �uesli���: "R�tr+v��� �r��J r*�xl��e fi" ��t� �al��c �in lire hy���n� ie�d. �� can rve k��ep �i�d cx�c��d t���
lea� 6" �ipe?
Aus�vei�. 'fhe b'� garc va�vc can r�n�atn and thc 5°' Icaui ��t�c cr�n l��: c�ten�l�d,
I 7, �tcfinn i��k f�� I�� �tddcd fn �he �rnjcca m�u�ufli
I�_ Sc�lz�r�1 �i[1 3� I 5 sdsiccl �o kl�e pr�je+�� m�nua�
I+�. S�ct��n 0[} �#� 9� o�ihe pra�ect iti�a��ual hgs 3��en ����z�d�[i d� lol�nws:
a, �,in� tte�n �or "Nta�f�ole .���usur�en� �i�ur" 3�as bccn cl�s,�fg��t �a� "�1xnl,4sle l�djs�slineni,
1Vlajrlr (tiuiClti €�s�,�, cover. end grade rEngsj„
L1_ QLLBIl�ltl' 4�RCIri{iV� G V4��ItCf �.131C [:�kvdl�Ci.I lU $ L_F=
c. 1.ine il�m ad�e€I �bf -�-nps�il.
d. ! ar�c il�;Rn �dr��e! fof s�es�in�,. I�}��a�n mulc�.
e. ��ite i1en� added �or Unw3s�s��i�:[! `xcav�tiuoti Ix�• l��af�.
I; �l�r�r��i#y o�� f" RCE'. {'�ass IlI fil�flng�d �n F15A i.�.
�. {lusla�i�}� �xfA' [�rr,p I�ile� ch�n�erJ �a � EA,
�1. �.,IIEC I�C117 i4fiti�4'i� �l}f �� rY 1#.IC IiS�7fltlli +� y Ivl i�C�iRlf dSTTET1�11.
i. I,i�tc itcm rtrltle�l ior rte�3occ �=ire J�y�rou� {�'ut i�f Tce�.
j, L_in�; itc�ri udc�ed li�r I,�rw I'rc��il� C's}n l�r�n-ier {�Y d� Rcmo��el,
k. l.irte i��;rn aa,�cd f�r f.nw f'�x>�I� €-'c�n 1�s�r{-i�r {'TY2} I�.��s��v�l.
I. I_,ine i�cro s�id�:� fu► Ctemove Concfe�e Vdater V�ult.
�tt, l.i�� iic�n a[C��i� i��r 16�+ {intt Vnfvc WI V����l,
n_ Qu��tttiiy' uf L��e l.�[;ck�d A�ov�� �:I�+��crl �t� R�,Il,
El�i1 []F ADDF.�j?��Q4� 1V�. 3
T�aE FIRhh NCi 1i7�7 •.���ir�FlFlLw(]lai'�I�,.wv . ;�iirl :",ti ruur U�u�ill+ If �. '. +al;'. $1? :i6?,�.}4Q
THPLSxIR+ust�tp f#1i7T00 i-! �...c.,Wl �1rJl� +.C�i4
Al�rth Rit�ersi�fc Llr��+c 1�1�,��0 �
� � — -- — —r�
�
� f� � �.�T� N
, _.
� ����� �, A MD S��itTi f] N S
�
�
� � � � � �
�
J ,�1���)T,:�i�1���� �!{�, +1
'� N{.}VFMEit�'I� 12.202U
�
� hlORT1� f�l�'I�:ltSII}E ll��l�fl? #'JiAtiF. -!
'! Fii[)141 4HIVI;R l�Il. �`(] N�1RTl�!'�'Af21�A1�"F' f*A�titi�VAlr
� Tf? rYl_l_ Il[l['l �A�11:1���� 1�1��1.11l-1��,
,�
� lil`; I}t�l��t�u� I..��a{.I �saluCic+�is
��Kt1a} I Jillxxc+src� I'k+ti�*. tiu�ie ?5�i
�j �'ur� 1�4•cr�'l l�. C� 7{e l i7
� ����.�i�c��i-r�c�_: c�i�����rxocr� c�r�ry i}��c�.1�:c-��-t�<x.; Eu���s3
}
� �k'hc c��i«r.ictiFr *fi��ll t�cki�{xwlcd�;� �i�e rec-ei�si uf �I�i� �cldc���iutr� x�l��.rc �nclic:�[c•il �n �loe C�icl dC �'�F�ifi��c�
I)c�cui�lc���s. �«I_ 1 ��,-ar,��}�t ���ai�u��l iM I�eref��• �'e��f:�tt�! k��i�J� L'r,l, I rtx� '�r{rj�c�� rr�dliu�l �1�ter.E I k+l "'�'?fl, �I��
ti��E ��l��is nrw Iticr�E,�� re.��luc�tl ��illa l�itl 4�1y<<, �k�, ,3 ��+���iys:c� I i!t �}'�{��,
� 7 I�i� Jl��r��i�r�i�in �a,nxiw�s s}I�tl�4 I4+fI4rXX 111� F�4'Iti141115 1i� �I�� a{}!�°�� l'n�� I 1'I�����. 31M�'r�� � fi3�t �i �,la�}�_ s���c1 ��.s
� 7rEc��r�w t�toc��inFas f'r���� i�� �lo�• �,rc-�+icE ��ie��i�t�.
�
•� I, L�UC;yrlitlt: "A*c:irrSllill.? Icr 1.I34 dltir[�S I I Vl}ll �Sl�l�[i �]�l�l*c �rklc ��� Ili�. Lai�y�. linr ��au� ��i��,iw�u������� i���
� kwirultf c�3�1�� ��aw�� r�r� I�' �cHu� lil�le. l)I� itr�t t���Chis I�C{1115I1'lIL'IC{7 CItl4 ti1JlY kiYLa 1\I�LJII� iliel Iii, �l��E 1{F
,� ��ass �r.��lic i�� �he �V�3 ��i,� rl����F�� �w�er4 ��u��i�i�� �x illa +� ��t:i�.l�iri�. I�Mr kke��Rc�si�,�� r��r Fal},ftic• .; iw��ri����l
� �e��R3.F�E rs still f��s�t�t�,��� �lie c,ri�i���l t�f��aruri��� i��t{�tl�� mi�i�llc r�i��l�c i��It�iiaFi i�{,i�J�l,�,��n,l I.,nr,
��EL`�ISC` I�t IIlC I411L�1Y kI I�llw Iflfl�{�.S ti1�14;��.F--
� 1
f f�fIS55';'1': ��jCC'iti '1�, ry�. lilli� 1� 1�4�'C �}CL'll f�'YItiL'{� �4%�}r'a��'IL�t :�cl�liii�r�i�l �irriel�rii�,ns [47 tl�c ty���ct�l
crs3�� tir�:�i�}a�. ;M�irl �a� �ir�lutlr;�claii�i.Fn:ll t�ill�}ill.�e� �aa�x�t�ri�c�nl
?_ ��cCi��x� [}!I •�' -�:x �rE 1Pi4 i}fi1�L"L"1 111illlLl�1� Il;k� h4'�r� n��ttai�le�� :�� I�rtl;�x�;'
� �. [�Ir,�lflilk �,��(�t�itslntCll�l� 1)��c}ur� clr.ln4�i� i�+ �-�{��} ��'.
� I�IVI� {1F AE.1fl1:?YI}[�!41 �li?. �i
1
1
��
�
, .,, ,,.,...��..__,,.,, , „,,,,,,,,,,,,,,,,,,,,,,,,,,,,,_....--
rBh� F,�� r�o I 1�U� , , , , ., �� � „ . � , � � �� � , , � , , , . . , . .
��. �r. . ={j
T$�'LS F�ftr.S NO I ii' ��T00 I' l_ � t} E Ci N l. it '�� I; l C_� r I
hlssrl�� I�i��rts�dc f�a�f�c i'I�ace �f
�
,�����.������ ���. �
1�1C�VFM6�R 17, 2#}2�
N{��till 1�1Vk:�t�N�,1�: ��FiZl�l? I'�A.4� .1
r�#{1141 SF�ii�ER f�D. TC] N[lIt"I'H `I'AitItAN'I' 1'A�tKWAY
TC} �l.f_ Il[.]C'L1M�NT f3QLD�RS:
�3Y: P�lirit��� �..�ii�t� S�aiullis�tti
�l}�i}0 I ii�lx��,xo� Pku�+r. S�i�c �Si�
��c�t'I 1Ni,rtk,. I�� 7fi i 77
is�c.�.�r�c=� r�c�,; ��r•�v i�ocai c•� t�� i��xc�,��,���r� r,�c�.; �crc����
��Il� C4J1tCflC�il1' $��1:7iI 31;�11{}W{C{��,?L' fh� rcceipt 3,#'ihas,�cider�d�rm wiyere furEica[cd irr �}r� #3id �c ��ntrr�ct
I)ntiumer,R�, l�ok, C ��r�r�e�� �n�nual fy E��r�lsy re}�iac.�ed }�+i�i� V4�1. I re� 3 pr�crje�.[ �i�urivat doted 1!f 171�0. �i�
�+i� �lai�� �E��c fr�r�.f��� f�;pl,��d wi�IM basl �ka�as rev. � (r�vFsed � IIk7l�4), TCi�:1,i,3 {,�aenin�; �,c�t��G� +�t�i11
re�nairt scl�edu C�r� �ar hi4�vc���ber 19. ?tl?fl r,i 2�{1(l PNt.
-I'l�iw rlcid�i3rl��e�� coi�sts�s a�f ilr�. �isllx�xvi�a� r���i�i4s��; tc} the ! UiM°lu lJnii I PEnns, 30°�� iJ�tii� 1� 4�iaitis. ��d �r�
�i�icl�Nn t�t���� 6r}ns ���se�i ��ri�� �hc hid �.�rt�ca�ss,
i, �h�e� 5� {�rr�ffiw C'nrr�rc�l i'��n - N:�m,towc.j ��I' �1�c ca7ns�n,�ti��� �rlr�n� fevi�c�_
2, �f1�c� 5�1 �'I'rttF�Tc C�nnlrol F'1�7n —TyE�i��� Se�.fiui��}c�l ikir c:{r�q�tru[,1ir��� �t�;an� �vased,
� �ec.t�ni� i3[� F�i iG,k crf Il�i �lfi}�C,Ct 311FkT11lJi� IIi1S 1]C�17 Affl{',fiU�CI �is ti�CEow�:
r� ��u�3�ti����#'CaGr�~tr�,ct���� I:?c�4sr�r�claan�;c{! t�� 1,��5 SY.
�rrr� ��r r�r���:n,uun� ,�c�, �
78PE flRhh NO l��OJ � �.. �i , ... � �.��, , i. �
�fl��s F��r� ,�� kfl r ���ffcr
� i I ii. . ..i . � . . .�� 1 '��., sr!I
��� � ���.� 4,�,� J4fJ'.t � t>t�
Pic�rii� I� iveFwiEl{ �.1�'iv�' �'h��t;� 4
ii
-. . PEL��T��f
�j�j� «�� ���.����a���
3111/202i
M&C Review
nfficiai �it� rtF th� Cin, ^F �or� Worth Tex��
�x� ��u�e�� ,A►��r��� F���r����H
, -�'�''�„��
REFER�NCE'��M&C 21- LOG 20NORTH RfVERSIDE DR
DATE: �I1212021 NO.: 0030 �q��; CONSTRUCTION & fMPACT FEE
APPR4PRIAT�ON
COD�; C TYPE: CONSENT PUBLIC NO
HEAFtING:
SUBJECT: (C� 4) Autharize Execution of a Cantract with McMahon Contracting, LP in the Arr�ount of
$6,20$,41 �.20 for Traffic Signaf Improverr�ents ar�d Street Reconstruction of North
Riverside Drive between Shi�er Road and North Tarrant Parkway, Adopt Appropriatior�
Ordinance and Ar�end the FY2021-2025 Capital Improvement Program
RECOMM�PVIDATIOId:
If is recomrnended that ti�e City Council:
i. Autharize the executian of a cantract with McMahan Cc�ntrac�ing, LP in the amoun� af
$6,208,416.20 for tra�Fic s�gnai improvements ar�d street reconstruction of the North
Ri�erside Drive between Shi�er Road and iVorth Tarrant Parkway praject;
2. Adopt the attached approprEation ordinance adjusting the receip�s and appropriations in the
Transportatian Impact Fee Capital Fund by increasing receipts and appropriations in the
I�orth Riverside Drive fram Sh�ver Road to North Tarrant Parkway project (City Praject No.
10Q4�3) in the amount of $2,10p,00p,Op and by decreasing �-eceipts in the Rev�nue �
Service Area D- Transportation Impact Fees project (City Project No, UN9914) by the same
amount; and
3. Amend the FY202�.-202.5 Capita! Improvement Program.
DISCUSSION:
The purpose afi fhis Mayor and Council Communication (M&C} is to autho�ize executior� of a
cantract with McMahon Contracting, LP in the amount af $&,208,416.20 for traffic signai
improvements and street reconsfruction of the North Riverside Drive between Shiver Road and
North Tarranf Parkway project (Gity Project No. '[00453}, and adopt an appropriation ardinance for
the prajecf in the am�unt of $2,100,0OO.OQ fram a�ailable funds in Service Ar�a D within thE
Transportation ]mpac# Fee Capital Fund.
N REverside Drive, within the proj�ct limFts, is approximately 2,200 linear feet in lengt� and is identitied
in the City's Master Thoroughfare Plan (MTP) as a neighbo��ood connecfor with shared use paths.
The proposed project will recons�ruct and add lanes ta the divided raadway af N Riverside Drive south
from the Shiver Rd roundabout to the N Tarrant Pkwy intersection, including street iighting,
drainage and shared use paths and is the last phase in completing the reconstruction of N Riverside
Dri�e. The project also includes reconsfruction of the N Riverside Dr intersection with N Tarrant Pkwy
including full signalization and accessible crosswalks.
This project is located within the Transportafiion Impact F'ee Se�-vice Area D{City Prflject No. UN9914�)
and was identified as impact fee eligibie in the most recent transpor�ation impact fee sfudy. The
addifional impact fee funding will supplemenf existing funding for the projecf �o be comp[eted.
The cost estimate for the N Ri�erside Drive from Shiver Rd to N Tarrant Par�Cway is about
$7,150,OOOAO, wit� de�eloper cont�ibutian funds previously ap�ropriated in the amount of
$6,4QO,QQO.Q� in 2016. Cflst incr�ase requires additiona[ funding due to inflation and greater than
anticipated expenses to date. Funding for this project was not included in the FY2021-2025 Capifal
Improvement Program. Due to a mid-year focus to prograrrt and spend available and e[igible
Transportation Impact F'ees. T'he action in this M&C will amend fhe FY2021-2025 Capita!
Impro�ement Prograrri as approved in connection with Ordinance 24446-09-2020.
The following table demonstrates the funding history for the project:
apps.cfwnet.orglcouncil_packetlmc_review.asp?Ib=28584&cvuncildate=ll� 21202'1 1/2
3I1112021
�- � - _-__ :::..
� ��nd
�30�04 - Deveioper
ICor�tribu�ions Fund
1:
- Transportatian
Impac� Fee
Capital Fur�d
�o.00 � �2, � oo,000.oa ��2, � oo,oao.00
��roject To�ai ��Y� $6 400 000.00 �$2 100 OU0.40 $� �00 OOOAO
s s_ � , � (__; __ ;______.�
The project was atE�ertisetE for bid on October 8, 2020 and October 15, 2020 on the City`s website.
On November 19, �020, the fiallowing bids were received:
__e__ �_._. � ----- _ � _�--
� �idders �►mount j Time of Comple�ion
iMcMahon Gontracting, LP $6,208,416.20 �430 Caler�dar Days
�Jackson Const�uction, Ltd. $6,745,848.50 �� � �W
This praject wil! have no impact on the Transporkation & Public Works annual operation budget w�en
compl�t�d. Consiruction is expected t� start in June, 2021.
McMahfln Contrac#ing, LP is in compfiance with the Ci�y's BDE Ordinance by committing to 141% MB�
participation on this project. T�re City`s MBE goal on this project is 141%.
The project is located in COUNC�L D�STRICT 4.
FISCAi INf'�OR�A i IOPVIC�R i 1FICATION:
The Director of Finance certifies that funds are currer�t�y available in the Revenue- 5A D-Transp imp
Fees project within the Transportatian fmpact �ee Cap Fund a�d upon appro�al of the above
recommendations and adaption of the attached appropriation ordinance, fur�ds will be available in #he
Transportation Impact Fee Cap Fund for th� N Riversid� Dr(Shiver NT Pkwy) proj�ct to support th�
appro�al of the aE�o�e recomrr�endations and execution of the contract, Prior to an expenditure being
incurred, the Transportafion & Public Works Department has the responsibility of �erifying the
avaifabilify of func�s.
Fund Department Account Project
ID ID
Submitfed for City ilr7anager's Office by`
Originating D�parfiment tiead:
Additional Enformation Contact:
�
ATTACHMfENTS
Program I Activ�ty j 6udget j Reference #
� Year � (Chart�ield 2'
Dana Burghdoff ($01$)
Wifliam Johnson {7801 }
Monty Hail (8662)
100453 lmpact Fee Reguest-signed.pg,pdf
2pNORTH RIVERSIDE bR CONS7RUCTION & 1MPAC7 F'E� ApPROPRIATEON 30108 A021(i2).docx
M&C MAP.PDF
M&C Review
_._.. -- _. -� -_ - �- --. -.:� —.W . _� y _ �. W =:-
i... . �
�xl��[r� �ddl$I�r��l proJ�c� T�t�iN
I�I������l��l��s ��p�Ap�I��lA�a
�...._. ���..�. .��...._..�.�.�..._..�..
$6,400,000_00 j $0.00 �$6,4QO,OOO,QO
Amount
apps.cfwnet.orglcouncil�ackeUmc_review.asp? I D=28584&councildate=11121202i 2/2
)
)
DOOS 10- 1
MAYOR AND COUNCIL COMIv1UNICATION (M&C)
Page � of I
1 SECTION UO 0� 10
2 MAYOR AND CQUNCIL C�MMUNICATION {M&C}
3
4
5
6
7
8
9
10
lf
12
]3
14
15
16
17
1$
19
20
21
22
END OF SECTION
C1TY OF FORT WORTH
S"1�ANDARD CONSTRUCTION SPECIFICA"T'lON DOCUMENTS
Revised July 1, 2D11 "
North Riverside Dri�e Phase 4
ProjectNo. ]00453
00 1 1 13
Ti�iVITAT[ON TO BIDDERS
Page 1 of 3
SECTION 00 I1 13
FNVITATION TO BIDDERS
RECEIPT OF BIDS
�:?�e ti� kl�e �(lVl�')I'� I,iTTleF�"�T]L'}` cIi'l=��fi:4i ��+ 1llk � Il]� I1� �'�{1fI �1+�C►T�al 3fiL� Ufi�l� T�l� �til�!"��Il�."�+
�ert:l�r1�� ior�, ps ��r�errct��k, is r��cia�s�e�1. sealed bids for the construction of Pavin�, Drainage Utility
& Street Lighting Improvements for,North Ri�erside Drive Phase 4("Project"} will be received
by the Ci#y of Fort Worth Purchasing Office until � 1:30 P,M, CST, Thursday, November 19,
2020} as further described below:
City of Fqrt Worih
Purchasing Di�ision
200 Texas Street
Fort Worth, Texas 76102
�[3i�s wil] be ac��pted 1�}��
1_ Lf� I��aEI a� �e sd�ress ab�ve.
2. D�' c�tirier. FedGx or ha�r�k dekiv�ry frt}t�� 8:��-� ;�0 of7 `I'i3ursi��y� ��ni� r�i IJ�� 5�,��th �nd
I..{,hhy a�1'i'i1.}� H���J I{�c��eii �E �i��1-Cex�4 �treei. Fo�t War��i, �'ex�t� 76C��. A Purc}tasi��
1:3ep�v`trn���1 s�uF1' �4��'s�n w�ll �S�.w �v,�ilab[e k« ����c�p1 tk�� �od an� }}rctivid� a time �taa��p��i
r��eipi; {�r
3. If �� i+Edder �esire5 t� s�br��r t��e hid �ti� :� cE�y or ti�tte vll�er tl�art �he �I�;si��ted
Tt�firsds}•. x17� €�idaer rn�t cantscR t�e F'vr�l��sing f�epsrlm�Ti� ���ii��, r��rrn�o� w��rking
�a�es a1 S i?-3�7?-�•'�(i� #O 111ii�:� 8f3 3�3�]#lii7till��lt �{l 1��Ci'I a F'UrC�I#151���? I���1:trtm�n�
einplcsy�c n� 1h� Sc��ia1� tn�i i�o�}�y �f�ity 1 fal[ Ea�at�d a� .�,Oi] i-cxas St��� I�or� 1�'a�t17,
TL"]C:14 ��}� I�W. ti4+�}��C k��� lll�{S] 4V�]] �1� f2��E�'�� 8di� L1fIltI��X� 5iallk�lCi� SS �IS[]VC_
Bids will be opened publicl,y and read aloud on November ] 9, 2020, 2:00 PM CST �n tii� Cikv
C t��inci� �1�at�i�ers a�tid L�e,�s�dcsst tEtro��E� 1i��c s�re�t� ao�sl (.'FW �'FLlI]�ii ItIL'��Iti[{FIl 4I�'hic:l� can be
�scee3s�d �I �tllp-�ri'art�ui9.l��cx�s,r�ovri�wty�. Tl��. �+��tu'�I ptri�ii{ w111 IHrI h�: �111�}��tt i� �1re C'itv
(v'illlllClk C"hai��bei�,
la� :i�itl i1 i,���, in 1i4u ��i' �Cc�liv�rin� c,ra�z��lc�cd h�l�� lo�ms �i�e rhe a,G•�jcct t�+ ti�� F'uref3�s�17� i�i�i��e�
���dCrS siG��l �-n;flF� 1f4� Ca:H�1p1e�8C1 IViF3i' ti�!'ms iii iPGe ['itti �'rc+��c! k�1ur��u�er n�r lat�� E]��i ?.f1f}
P-ri�. �n �}�� sc��»�1 Ci[v lk�iit��s� L�l1�' eIICL'I' 111L' 7}jLE S}�7L'f1h��IE1 �FYii, Lw?:�Ill:i��c c3!-klMe bic� u��ne��
d�ie_ -
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) follawing:
23,951 SY 9" Concrete Pavement
2,878 LF of 21" to 48" RCP
51 LF of 6"PVC Water
10 MH Ad'ustrnents to Grade
1Si�nalization Intersection
PREQUALIFICATION
The impro�ements included in this project must be performed by a contractor who is pre-
qualified by the City ai th� time of bid opening. The procedures for qualification and pre-
qualifcation are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS.
CITY OF FORT WDRTH North Ri�erside Drive Phase 4
STANDARp CONSTRUCTIDN SPECIPICA'fION DOCUMENT Project Na. ] 00453
'1'emporarily Revised April 6, 2020 due to COVIQI 9 Emcrgency
OQ ] 1 13
INV1TATiON TO BIDDERS
Page 2 of 3
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained an-line by visiting the City
ofFort Worth's Purchasing Division website at.�np.�,':-•�:. r��+�::�n�thr�ys �4/�-._r� hr;in� and
clicking on the iit�k ta the advertised project folders on the City's electronic document
management and collaboration system site. The Contract Documents rnay be daw�loaded,
viewed, and printed by interested contractors and/or suppliers.
Copies of the Bidding and Contract Documents may be purchased from:
Peloton Land Solutions
9800 Hillwood Parkway, Suite 250
Fort Worth, Texas
The cosi of Bidding and Contract Documents is:
Set of Bidding and Contract Documents with fulI size drawings: $200.00
Set of Bidding and Cantract Documents with half size (if available) drawings: $100.Q0
PREBID CONFERENCE
A prebid conference may be held as discussed in Sectiqn 00 21 i3 - INSTRUCTIONS TO
BIDDERS at the following date, and time °vi�s � w�k� c�e�l�re�c in�,, �p�licfllion;
DATE: October 27, 2020
TIME: 2:00 PM Local
lf`r� �r�hici cnn�ee�nGe w�il I�e E1e1� �a�ili�ti� uia u xvcb �{rr�fcre���:Gai� s���+l��:tlia�. ra�viiatEur�s wi�� �e
�VEs�rkk���teJ rif�'���[y ��a lia���� u�I�cF lTa��e ti�i�+mi�t�d �xpres�ions ei-��it��:s� i�� �ki� �����}j�c� tn 1��4 C'i�r
Prr�jec[ h���ager u��d�ot 1 fr� C]�c�i��� I:{n�a���^�r �-h� preseniation given �� tl�e ��r�.f�id �{���fss�����..k'
ui�d srry ����stio�o� ��J arrsw�rs I�rc�vid�:d �1 tl�epr�bicl tr�nfer�r�ce �vill �ie iss�a�d a, d�i ��,��I�n<f4�m
��+, [he ca�l for bids
if u pre�rid tonFefence �s not b�ing he�a. pr�s�c�tive bi�d�r� c�r� e-maii qeRes�ior�s �r comme�ts tn
��eo�d�n�+� wiil� ��wtic�i� {� oi'tlze ��strkGclio�s �o Bidders ref�r�nccd above to �l�� pa�isjc�t
•1118�kLl��k`{Sj GC CIiC L•m;3il ;�d�resses Cist��E ia�elc+�v. Cl��aiie�i �kues�Eu�ys �ri]] suf��c us "s�«u.�l��r�� ire
w��i�ir�g" snil tl�c r����zi�r�.anca7� ��a tiar�nk�fl}� m�11 �ue�Elor�� Es stispc.nded. II-r��c�,y5�1'Y
.4�fden.�[�i �a�ill !�e i��ued �}iu�st�a�r� �{� tl�c I����r<<wko{�aas ��� C�icl�ler�
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject bids.
AWARD
City will award a contract to the Bidder ptesenting ihe lowest price, qualifications and
competencies considered.
INQUIRIES
All inquiries relative to this procureinent should be addressed to the following:
Atfi: Bradley M Radovich, City of Fort Worth
E�nail: Bradley.radovich@fortworthtexas.gov
Phone: 817-392-7817
AND/OR
Attn: Casey Stevenson, Pelotan Land Soluiions
Email: casey.stevenson@pelotonland.com
CITY OF PORT WORTH North Riverside Drive Phase 4
STANDARD COIYSTRUCTION SPECIFICATION UOCUMENT Yroject No. 100453
Telnporarily Revised April 6, 202D due to COVIDI9 �mergency
00 11 i3
INVjTA'f10N TO BIDDERS
Yage 3 of 3
Phone: $17-Sb2-3350
�XF'��:4�l�11V 1�1+' r�7'l�.lt��:�'�'
-E�;� Clx�t�rr bld�L��ti ar�' k�}�t u� �aa dst�.� t�f�riy n�xv+� �nti�rrnati�,n �ae�#�n��t ��} fhas �ro.Gect �.rr fhe
�.'[�VIL)a� an�erg���cy d�clsf��i��G�. �s ��M�er�d�.�d.:�� it ����v relalc ro ihis F�Xrt�jc�ct. bid����* �►rc
T�quest�d t� em�il C��r�:ssio�s o� I n�eres[ in tl3is }�r�curensc��� t� [Itic �'i�y !'ro.jcc� h�s�ya�er attid
�tl�e D�si�� �.n�ineer_ Tlte eEn�il sl�u�ld Enc�u�ie �Ite bidiler`� �.ur�tpat�� »au�e. �.o«�u�.� ptrscan, kn�l
indivi�u�ls eti��i] �d�re�� ar�iJ pk�c�t�c num�t�r, All AJdr��aa u�ill tya sli�Crof)ule�i sll�'��ly tt� tl���se
wlz�� 1�fl;�e e�tp��s�d an �nEere�� ii� fihe pro�t���mer�t and u�kl� u3so i�e }�sted in #��e �'ity o�-�'ort
V►+or#]i'� }�ur�it;�wir�� wcF�wi�e ,it : _ . � �:E -a _ - _ �,.
PLAN HOLDERS
To ensure you are kept up to date of any new information pertinent to this project such as when
an addenda is issued, download the Plan Holder Registration form to your computer, cornplete
and email it to the City Project Manager or the 813esi� [:i7gti7eer.
The City Project Manager and design Engineer are responsible to upload the Flans Holder
Registration form tfl the Plan Holders folder in BIM360.
Mail your completed Plan Holder Registration form to those listed in INQUIRIES above.
ADVERTISEMENT DATES
October 8, 2020
4ctaber � 5, 202Q
END OF SECTION
C1TY OF FORT WORTH North Riverside Arive Phase 4
STANDARD CONSTRUCTION SPFCITICATION DOCUMENT Project No, 10�453
Temporarily Revised Apri] 6, 2020 due to COV1D19 Emergency
00 21 13
[NSTRUCTIONS TO BIDDERS
SECTIOIV 00 �1 13
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
Page I of 11
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
d0 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to boih the singular and plural thereaf.
1.2.1. Bidder: Any person, firm, parfiership, company, association, or corporation acting
directly through a duiy authorized representative, submitting a bid for performing
the work contemp�ated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporatrtan acting directly through a duly authorized representative, subn�iiting a
bid for performing the work conte�nplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The ]owest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) znakes an award.
�. Copies of Bidding Doeume�nts
2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretaiions
resulting frorri the Bidders use of incomplete sets of Bidding Documents.
2.2. City and Engineer in making copies of Bidding Documer�ts availabie do so only far the
}�urpose of abtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequa[ification of Sidders {Prime Contractors and Subcontractors)
3.1. All Bidders and their subcontractors are required to be prequalified for the work types
requiring prequalification at the time of bidding. Bids received froin contractors who are
not prequalified shall not be opened arid, even if inadv�rienily opened, shal] not be
considered. Prequalification reqUirement work types and documentation are available
by accessing all required #iles through the City's website ai:
htrpc�l/a�ps.fartwortht2xas.�o� 'Pro�ectResource►�
3.1.1. Paving — Requirements docu�nent located at;
)�nps:, � dpps. �ortw�rthtexas.�ov/Proiec�Resources� Resources�'/U2�ioL0-
" � ZOConstruction%20Documents/Cantractor%20Pre ualificationfTPW%20Pavin
� ZOContractor%20Pre ualification%20Pro ram/PRE UALIFICATiON°/a20:RE
UIR�VIENTS° ���FQR%20PAVING°%2000NTRACTORfi��lf
3. l.2. Roadway and Pedestrian Lighting — Require�nents docwnent �ocated at;
CI1�Y DF FORT WORTH North Riversidc Drive Phase 4
STANDAE2D CONSTRUCTTpN SPEC[FICATION DOCUMENT ProjecE No. 100453
'I'emporarily Revised April 24, 202D due to COVlD ] 9 Emcrgcncy
0o zi i�
1NS7'IiUCTIONS TO BIDDERS
Page 2 nf I 1
https_„a[�as.�ortwot-�htexas, o�iectResuurc�sl" �� 'Y/0�
%20Construction%2QDocumentslContractor%20F'' :,atior. '"''' �ORoadwa
y°/a20and%20Pedestrian%20Li�hting%2�Prequali �20Pr � �; �'REET%
201�,i1_rl..`ni'rj�I��LQI '�lL.�"'_�'Ji��.��1'�T���[
3.1.3. Water and Sanitary Sew.er — Requirements document located at;
� �'-- — 11 _- .je„tRe�nu. ���P�-,,,rc,�SF �. ..�
%o20Constructi on%20Doc uments/C ontractor%20Frequalificati or�/VJater%20and°�o2,
QSanitarX%20Sewet%ZOContractor%20Prequai.ification%20Frogram/W SS%20pre �
p u 11 %��TEC� uli�xl�leFlts.�]d�
3.2. Each Bidder, unless currently prequalified,lnust submzt to City at least seven (7) calendar
days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS
PREQUALIFICATIONS.
32.1.Submission of and/or questions related to prequalification shauld be addressed to
the City contact as provided in Paragraph 6.1.
3.2.2.TEMPCoI�R`� f'R�C E',�}Uf�iS DL�r TCr �'�VI�I�+; A f,'id�€er xvl7otic
�xe�c�tk��lili��iti�,r� iMr�� e��ired d�nr��, �hr rime perior] �vhere u v�slld emer�e�cy nrder
is in �rl:�c� {Fedcral, �tnte, fvcali �nd ��i�r };� dr+vs ��s� t�7e �xporafE�n �F-rhe
�oier�;�i�cy �ar�i�r wi4� tf�e ���rtlfus� tr��i�:s�ic�x� r��te - hy �1r�y :�nd rnonlh. wilE na1 be
au�onratically �isq�alif�� #'rn�t� l�avi�3g tf�i l3i�dtr's hid n��e��ed, �1 i3i�ldet i� 1.t��s
sit�s�t.i�n will 13ave its b�d ope�3�d a�d read aCt�ud s�yd. v��ill h� �1lnvvtFrl � a�utii�e�w
��EVS (CIUS� i}� I}L3S337�SS l}Il �IiE ;��� dav� �� s�bmi� a c�3��plc�e prcq��i��ra�iuEE
rer�ew��] prtck��ge_ �'flil��re tn timely su�an�i�, Qr stil}n�iittal crf�i� ii�ca�r,EryEete po�lc�g�.,
4++a1J «;n�fcr kk�e HRdr�ee'w tr��J t��,n�re���,n5ive, li ihe �r�t���ai�.�raiiur� ren�wul
cicr�:u�t����ts si�csw ��fe k�arltitr ��w e���w nia�-+�+i:�l�lae{�. ilie� h�i,i will he rer���cre{� n�n-
r���,x����i�c_ A I�tdiEcr iTrr�v r7r�t t�;�e If7i� �xce�1iton ��� �r:ukt s+ �,r�cCu:�f��iu�kin�f sl���is
�rer�[�tii�ar� th��t �vht�Jr w�ss n� �Sl�ce ni'rlt� r�:��r �.�f expir��si�3n_ �1 I�tcict�r �vl��r ��ci��
to increase i�; prequa]�Fc�tEnr� sta�us r��t�st fs�ll�w tlie tra.ditinna! st�f�rrrit��l�t�tiri��w
prvr�ss_
3.3. The City reserves fhe right to require any pre-qualified contractor wha is the apparent low
bidder(s) for a project to submit such additional �nforrnation as the City, in its soIe
discretion may require, including but not limited to rnanpower and equipir�ent z-ecords,
information about key persannel to be assigned to the project, and construction schedule,
to assist the City in evaluatmg and assessing the ability of the apparent low bidder{s) to
deliver a qual��y product and successfully complete projecis for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made ta the
City Council. Failure to submit the additional inforrriation, if requested, may be grounc�s
for rejecting the apparent low bidder as non-responsi�e. Affected contractors will be
notified in writing of a recommendation to th� City Council.
3.4. In additian ta prequalification, additianal requirements for qualification inay be required
within various sections of the Contract Dacutnents.
CITY OF FORT WdRTH North Riverside Dri�e Phase 4
57'ANI]AItU CQNSTRUC"I'lON SPEC.IFICA'f'[QN DOCUMEI�T Project No. 100453
Temporarily Revised Apri124, 2020 due to CQVID 19 Emergency
00 21 13
INSTRUCTIONS TO BI�p�RS
Page 3 af 1 !
3,�, E�i�r�ccs ��� ��a�ril��xl� �II$I I��� {_I1�1`.:11iJCfili.lfl l�{IC[Ifl3�RE5 ��3{'.C1Ct1�}fIS4 C54�o p�rts as F�lin���s�
i_�nit 1 cpns[sts o�-#13e Nr�i'F1r Eil�er�ldc I}rive �'{:r3a��w.�y ►wicicnin� itncf r�cons�ru�:ti�r� nnd
�_1111 � l;fkCCl311�Y?3.tiSCti CCiL' Ii1Cl;a'�L'illl�ll i1� N�11'��1 I�ivt�e�i�t� []ri++� �+�at�ti �l�+�ili T3i����€�I
I'ark�;�ay. Pis��s �or Uni� "? are �e��eltaF'Ci.I C{} 3 L'C]!]CC`SlLIF1� �CV�� ��{}�f4� :arnl F�r� k�r bid��n�
purp��ses �,�13} , l.l�i� I COII'StrlJ�lt{l!1 �)kHiiS ��t�41 w����cw ;�r� i,� 1 s�F�� !`��rm. U 3s cxpecled [k���
�iE3"l]]�, I�1� R�l�i}I17� �LlC� �iF�11J'�lC� 13�48�'�I �}�rl��rij i��t} ('i�� .i�o{� Rkw E]�F���� �'�r�s�rltar�l v�°il l
�1CI}'4ii]C� the l_�3�i� ?�,la�s rr� fii��i cn����rsic�i�n ��Is����, I�I�e I Ini� ? f7��r�1 s;��n�lraaclir}�� �Itu3_
�4�i1] be r�l�;as�d ac; il�e suc�essF'ul LidJ�r:�� ;ixM�� Fa� ll�cy n1'� �tV�[Er��lc. i�u�Mnii�}
�cti F�lercnr,es �etwecn Gi�e �i�l amounts and tin�l L��it s dqc��r�ertis +Nill k�C rc�iF���i��d us��}!
:tn a#I IC}5�iC11C�' T�S�fl�ed F�e l�►va1�r's use. �fi�r� succ�ssf��l b�d��:r's lJ��il E'�i�es �vi11 he u�ec�
�{, acj���s� ���e �"antr�c� V�1Ue.
3,5_l. In 11Y�� 4�n�ik�ly ev�.�l liti�l �17e �`frtal Cvr��Fe�ctio� P3ans �r�. tint cnir�pfe�e ��aic�n �i��•
1����ilc� 14> F'r«cc�eJ �� ���u��, Ihc fM+�r�rd��l C'oa�rrnclar si�aLl restr�ct c�nstrutitn�n
;�r��vit��� �{� th�c E.�nil 1�r�r�'litsn �}�'�it�x p�'ojecR un��� rhe �.�ni� .''. �'inal Cor�str�octiott
sP3�R�� art rc�ci��`c� :ar�c! �l�c yuana i I[E� r�c�nCl C�c!�.
4. Examination ofBidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder shall:
4. ].]. Examine and carefully study the Contract Docunnents and other related data
ide�tifed in the Bidding Documents (including "technical data" referred to in
Paragra�h 4.2. below). No information given by City or any representaiive of ihe
Ciiy other tl�an thai contained in the Contract Documents and of�cially
promulgated addenda thereto, shall be binding upon tl�e City.
l.2. Vis�t the site to become familiar with and satisfy Bidder as to the generai, local and
site conditions that may affect cost, progress, performance or furnishing of the
Work.
4.1.3. Consider federal, state and IQcal Laws and Regulations that �nay affect cost,
progress, perforniaance or furnishing of the Work.
4.1.4.Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 7S
Stat. 252, 42 U.S.C. 200pd to 2000d-4 and Tit1e 49, CQde of Federal Regulations,
Department of Transportation, SubtitIe A, Office of the Secretary, Part 21,
Nondiscrimination in Federaily-assisted programs ofthe Department of
Transportation issued pursuant to such Act, hereby notifies all bidders that it witl
affirmati�eIy insure that in any contract entered into pursuant ia this advertisement,
minority business enterprises wi�l be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of
race, color, or nationat origin in consideration of award.
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDAIZD CONSTRUCTION SPECIf ICAT30N DOCUMENT Project lVo. 100453
Temporarily Rer+ised April 2�4, 2D20 due to COVI[�19 f•.'ntergency
OD 21 13
IVSTRUCTIONS TO BID{]EI2S
Page 4 of 11
4.1.5. Siudy a1L- (i) reports of exploratians and tests of subsurface conditions at or
contiguous to the Site and al] drawings of physica] conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
ha�e been identified in the Contraci Documents as cor�taining reliable "technicai
data" and (ii) reports and dz'awings of Hazardous Environmental Conditions, if any,
at the Site that have been identifed in tk�e Contract Dacuments as containing
reliable °technical data."
4.1.6. Be advised that the Contract Documents on file with tl�e City shall constitute aIl of
the informatior� which the City will furnish. All additional information and data
which the City will supply after promulgation ofthe formal Contract DocUments
shall be issued in the form of written addenda and shall become part of the Contract
Docurnents just as though such addenda were actuaIly written into t11e originaI
Contract Documents. No information given by the City other #han that contained in
the Caniract Documents and offcially promulgateci addenda thereto, shall be
binding upon the City.
4.1.7. Perform independent research, in�estigations, tests, borings, and such other means
as may be necessary to gain a complete knowledge ofthe conditions which wi1l be
encountered during the construction of the project. On reqUest, City rr�ay provide
each Bidder access to the site to conduct such examinatians, investigatipns,
explorations, tests and studies as each Bidder deems necessary for submission of a
Bid. Bidder must fill all holes and clean up and restore the site to its former
conditions upon completion of such explorations, in�estzgations, tests and studies.
4.1.$, Determine the difficulties of the Work and all attending circumstances affecting tl�e
cnst of doing the Work, �ime requirec� for its completion, and obtain all information
required to make a proposal. Bidders sha11 rely exclusively and solely upan their
own estimates, investigation, research, tests, explorations, and other data which are
necessary for full and complete information upon which the proposa] is to be based.
It is understood that the sabmission af a�roppsal is prima-facie evidence that the
Bidder has made the investigatian, examinations and tests herein required. Claims
for additional compensation due to variations between conditions actually
encountered in construciion and as indicated in the Contract Dacuments will not be
allowed.
4.1.9. Promptly notify Cify of all conflicts, errors, ambiguities or discrepancies in or
between the Cont7-act Documants and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shal] be permitted to make such corrections or inter�retations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.2. Referer�ce is mad� to Section 00 73 04 — 5upplementary Conditions for idetatzfication of:
4.2.1. thase reports of explorations and tests of subsurface conditions at or contiguous to
the site which ha�e been utilized by City in preparation of the Contract DocUments.
The lags of Soil Borings, if any, on the plans are for genera] information anly.
Neither the City nor the Engineer guarantee that tl�e data shown is representative of
conditions which actual]y exist.
CITY OF �OKT WORTH North Riverside Drive Phase 4
STANDA.RD CONSTRUC3'lON SPECIFICATION DOCUMENT Projcct No. 100453
Tcmporarily Revised April 24, 2o20 due to COVID I 9 Eir�ergency
�
D021 13
INSTRUCTIONS TO BIDDERS
Page 5 of ] I
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures {except Underground Facilities) which are at or contiguous to
the site that have been util�zed by City in preparation of the Contract Documents.
4.2.3. copies of such repor�s and drawings will be made available by City to any Bidder
on request. Those reporYs and drawings may not be part of the Contract
Documents, but the "technical data" cantained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conc�itions has been identified
and established in Paragraph SC 4.02 oftne Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technica] c�ata" or
any other data, interpretations, opinions or information.
43. The subnnission of a Bid will constitute an incontrovertible representaiion by Bidder (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii} that without
exceptiion the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applyang tne specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indica#ed or expressly required
by the Contract Documents, (iii) that Bidder has given Ciry written notice of all
conflicts, errors, ambiguities and discrepancies in the Caniract Documents and the
written resolutions thereof by City are acce�atable ta Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv} thai the Contract Docu�nents are generally sufficieni to indicate
and con�ey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions offhis Paragraph 4, inclusive, do not apply ta Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material co�ered by
Paragraph 4.06. of the General Conditions, unless specificalty identified in the Contract
Documents.
�. Availability of Lands for Work, Etc.
5.1. The lands upon wnich the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in perform ing the Work
are identified in the Cor�tract Documents. All additiona] lands and access thereto
required for temporary construction faciIities, canstructian equipment or storage of
inaterials and equipment to be incorporated in the Wqrk are to be obtainecE and paid for
by Contraciar. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acyuired by the City are listed
in Paragraph SC Q.O1 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
CITY OF FOTLT WOKTI I
S`iANDARD CONSTRUCTIOI� SPECIi�ICATiO1V DOCUMENT
7'emporarily Rcvised April 24, 202D due to COVID l9 Emergcncy
iVorth Riverside Drive Phase 4
Project No. I00453
00 2] l3
INS"CRUCTIONS TO BIDDERS
Page 6 of 1 ]
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and sha11 submit a schedule to the City of how
construction will proceed in �he other areas of the project that do not require permits
and/or easements.
fi. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be c�irected to
City in writing on or before 2 p.m., the Manday prior to the Bid opening. Questions
received after this day may not be responded to. Interpretations or clarifications
considered necessary by City in response to such questions will be issued by Addenda
delivered to all parties recorded by City as having received the Bidding Documents.
Only questions answered by formal written Addenda will be binding. Oral and other
interpretations or clariiications will be without legal effect.
Address questions to:
City of Fart Worth
200 Texas Street
Fort Worth, TX 76102
Attt►: Bradley Radovich, Transportation and Public Warks
Email: Bradley.radovich@fortworthtexas.gov
Phone: 817-392-7817
6.2. Addenda may also be issued ta modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications may ba posted via ihe City's electronic document management
and collaboration system.
6.4. A prebid conference may be held at the #ime and place indicated in the Advertisement or
INVITATION TO BIDDERS. Representatives af City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transrnit ta all pz-aspective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Ora1 statements may not be relied
upon and will not be binding or ]egally effective.
7. Bid Security
7.l . Each Bid must be accompanied by Bid Bond made payabte ta City in an annount of ii�e
(5) percent of Bidder's maximuin Bid price on form atfached, issued by a surety meeting
�he requirements of Paragraphs 5.0 ] of the General Canditions.
C1TY OF FORT WO.RTH North Riverside Drive Phase 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Project No. 10U453
Temporarily Iievised Apri] 24, 2020 due lo COVIDI9 Emergency
00 21 13
INSTRUCTION3 TO BIDDERS
Pagc 7 of 11
7.2. The Bid Bond of a] 1 B idders wiil be retained until ihe conditions of the Notice of Award
have been satisfied. If the Successfui Bidder fails to execute and deliver the complete
Agreement within 10 days after the Notice of Award, City may consider Bidder to be in
defat�lt, rescind the Notice of Award, and the Bid Bond of ihai Bidder will be forfeited.
Such %rfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
other Bidders whom City believes to have a reasonable chance of rece��ing the award
will i�e retained by City until tinal contract execution.
8. Contract Times
The number of days within which, or t�e dates by which, Miiestones are to be acl�iaved in
accordance with tl�e Genera� Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Ageement or incorporated therein by reference to the
attached Bid Forrn.
9. Liquidated Damages
Provisians far liquidated damages are set forth in the Agreernent.
10. Substitute and "Or-Equa�" Items
The Contract, if awardecl, will be on ihe basis of materiais and eyuipment described in the
Bidding DQcuments without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specifed in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance wiil not be considered by City until after the Effective
Date of the Agreemer�t. The procedure for submission of any such application by Contractor
and consideration by City is set %rth in Paragraphs 6.OSA., 6.05B, and 6ASC. oithe General
Conditions and is supplemented in Section O1 25 04 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance witli the City's Business Diversity Enterprise Ordinance No. 20020-
12-2011 (as amended), the City has goals for the participation 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 sha�] submit the MBE and
SBE Utilization Farm, Subcontractor/Supplier Utilization Form, Prime Contractor
Waiver Form and/or Good Faith Effort Form with documentation and/or Joint
Venture Form as appropriaie. The Forms including documentation must be received
by the City no Iater than 2:00 t'.M. CST, on fhe second business day after the bid
opening date. The Bidder shall obtain a receipi from the City as evidence the
documentation was received. Failure to comp�y shall render the bid as non-
responsive.
f l.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor has reasonable objectior�.
12. Bid Form
12.1. The Bid Fonn is included with the Bidding Documents; addittonal copies may be
obtained from the City.
CITY OF FOR7' WORTH iVorlh Riverside Drivc Phase 4
STnNDARD CONSTRUCTION SPECII�[CATION DOCUMENT Project No. 1d0453
Temporarily Revised April 24, 2D20 due ro CRVIDI9 6�ncrgency
Od 21 13
INSTRUCTIONS TQ BIDDERS
Page 8 of 11
12.2. All blanlcs on the Bid Form must be completed by printing in ink and the Bid Form
signed in ink. Erasures or aiterations shall be initialed in ink by the person sign�ng
the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit
price item listed therein. In the case of optional 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 nuz�aerals, for which tF�e Bidder proposes to do t11e
work conterraplated or furnish materials required. Al] prices shall be written legibly.
In case of discrepancy beiween price in written words and the price in written
nufnerals, the price in written words shall go�ern.
I23. Bids by carporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by e�idence of authorify to
sign. The corporate seal shal] be affixed. The corporate address and state of
incorporation sha11 be showr� below the signature.
12.4. Bids by partnerships sha11 be executed in the partnership name and signeci by a
partncr, whose title must appear under the signature accainpanied by e�idence of
authority to sign. The official address af the partnership shall be shown below the
signature.
12.5. Bids by ]imited ]iability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and ihe official address af 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 venture shall be shown.
12.8. All nanries shall be typed ar printed in ink below the signature.
12.9. The Bid sha11 contain an acknowled�ement of receipt of ali Addenda,. the numbers of
which shall be filled in on the Bid Form.
12.1Q. Aostal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct bL►siness as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to Sfate Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and pIace indicated in the Advertisement or INVITATION TO BIDDERS,
addressed to Purchasing Manager of the City, and sha11 be enclosed in an opaqUe sealed
envelope, marked with the City Project Number, Project title, the name and address of
Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent
thraugh t11e mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notaiion "BID ENCLOSED" on the face of it.
CITY OF FORT WORTH North Ri�erside Ilrive Phase 4
STAIVDARD COh5"lRUC'CiON SPECTN'ICATION DOCUMENT Project No. 100453
Temporarily Revised April 24, 2026 due to COVIDI9 Emergeucy
00 21 13
INSTRUCTIONS '1'O BIDDERS
14. Modification and Withdrawal o�'Bids
Page 9 of 11
14.1. Bids addressed to the Purchasing Manager and tiled with the Purchasing Offce
cannQt be withdrawn prior to the time set for bid opening. A request for withclrawal
must be made in writing by an appropriate document duly executed in the manner
that a Bid must be executed and delrvered ia tl�e place where Bids are to be submitted
at any time prior to the opening of Bids. After aII Bids not requested for withdrawal
are opened and publicly read aloud, the Bids for which a withdrawa] request has been
proper]y fled may, ai the option ofthe City, be returned unopened.
14.2. Bidders may modify iheir Bid by electronic communication at any tir�ae prior to the
time set for the closing of Bid receipt.
15. Opening of Bids
Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of the amoUnts of the base Bids and major alternates (if any) will be made available
to Bidders after the opening of Bids.
i6. Bids ta Remain Subject to Acceptance
All Bids will re�xaain subject to acceptance for the time period specified far Notice of Award
and execution and delivery of a complete Agreement by Successful Bidder. City may, at
City's sole discretion, release any Bid and nullify fhe Bid security prior to that date.
X7. Evaluation of Sids and Award af Contract
17. I. City reserves ihe right to reject any flr all Bids, mcluding wiihout limifafion tl�e rights
to rej�ct any or a11 nonconforming, nonresponsive, unbalanced or conditional Bids
and to z-eject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder, whether because the Bid is
not responsive or the Bidder is unqualifiied ar of doUbtful financial ability or 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 the
Work with the Successful Bidder. Discrepancies between the multiplicat�on of units
of Work and Unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of �gures and the correct sum thereof will
be r�solved in favor of the correct sum. Discrepancies betwaen words and figures
wiIl be resolved in favor of the words.
17.1.1. Any or all bids will ba rejected if City has reason to believe that coliusion exists
ainong the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted Qn a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment oithe City will prevent or
hinder the prompt completion of additional work if awarded.
CITY OF FORT WORTH No��th Riverside Drive Phase 4
STANDAItD CONSTRUCTION SPECIFICAT701+1 DOCUME�fT 1'roject No. ] 00453
Temporarily Revised Aprif 24, 202Q due to COVIDI9 Emergency
00 21 13
[�lSTRUCT[dN5 T� BIDDERS
Page 1 D of 11
17.2. City may consider the quaIifications and experience of Subcontractars, Suppliers, and
other persons and organizations proposed for those portions of the Work as to which
the identity of Subcantractors, Suppliers, and other persans and organizations must
be submit�ed as provided in the Contract Documents or upon the reyuest of the City.
City also may consider the operating costs, maintenance requirements, performance
data and guarantees of major items of materials and equipmen# proposed for
ineorporation in the Work when such data is req�aired to be submitted prior to the
Notice of Award.
17.3. City tnay conduci such investigations as City deems n�cessary to assist in the
evaluation af any Bid and ta establish the responsibility, qualifications, and iinancial
ability of Bidders, proposed Subcontractars, Suppliers and other persans and
orgar�izations to perform and furnisn the Work in accordance wi� the Cor�tract
Documents to City's satisfaction within the prescribed #ime.
17.4. Contractor shail perform with his own organization, work of a vaiue not less than
35% of the value embraced on the Contract, unless otherwise appro�ed by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluatian by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City wi]] nat award
contract to a Nonresident Bidder unless the Nanresident Bidder's bid is Iower �han
the lowest bid submit�ed by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable confract in the state in which the nonresident's principal place of
business is ]ocated.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unIess extended in writing. No other act of City or athers wi11 constitute
acceptance of a Bid. Upon the contractor award a Notice of Award wil] be issued by
the C'ity.
17.7.1. The contractor is reyuired to fill out and sign the Certificate of Interested
Parties Form 1295 and the farm must be submitted to Ehe Project Manager
before the contract will be presented to tbe City CouneiL Tbe form can be
obtained at bttps:,,www.erhica.state.tx.usrdatalformsr1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bici.
18. Signing of Agreement
1$.1. When City issues a Notice of Award to the Successfial Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement. Within 14 days
thereafter Coniractor shall sign and deliver the required number of counterparts of the
Agreernent to City with the required Bonds, Certificates of Insurance, and a11 other
required dacumentation.
18.2. Failure to execute a duly awarded cantact may subject the Contractor to penalties.
C1TY OF POAT WOATH Noctih Riversidc Drive Phase 4
STAhIDARD CONSTRUC7']01� SP�.CfH'ICA"CIDN DOCUMFNT Project No. I04453
Temporarily Revised Apnl 24, 2020 due to COVIDI9 Emergency
aazi E3
INSTRUCT[ONS TO fi1DDER5
Page 1 l of I I
] 83. City shall thereafter deHver one fully signed counterpart to Contractor.
END OF SECTION
)
)
}
}
}
)
)
7 CITY OF N012'f WORTI [
STANDARD CONSTRUCTTON SPECIFICA"1'IpN DOCUM�NT
� Temporarily Revised Apri124, 2020 due to COVIDl9 Emergency
�
1
North Riverside Drive Phase 4
Project No. 100453
Q03215-0
CONSTRUCTION PROGRE55 SCHEDT.ILE
Page 1 of ] 0
SECTION 00 3� 15
CONSTRUCTION FROJECT SCHEDULE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Generai requirements �'or the preparation, submittal, updating, status reporting and
management of the Constructian Project Schedule
B. De�iations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are nof necessarily limited to:
1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract
2. DivEsion l— General Requirements
D. Purpose
The City of Fort Worth (City) is committed to delivering quality, cost-effective
infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
properly structured schedule with accurate updates. This supparts effective rnonitoring
of progxess and is input ta critical decis�on making by the project manager throughout
the life of the prpject. Data from tl�e updated project schedule is utilized in status
reporting to �arious ]eve�s of the City organization and the citizenry.
This Document complements the City's Standard Agreement to guide the construction
contractor (Cnntractor} in preparing and subrnitting acceptable schecEules for use by the
City in project delivery. The expectation is the performance of the wark follows the
accepted schedule and adhere to the contractual timeiine.
The Contractar wi�l designate a qualified reptesentative (Project Scheduler) responsible
for de�eloping and updating the schedule and preparing status reporting as required by
the Cify.
1.2 PRICE AND PAYMENT PROCEDURES
A, Measurezneni and Payment
1. Wark associated with this Item is considered subsidiary to the various items bid.
Na separate payment will be allowed for this I#em.
2. Non-compliance with this specification is grounds for City to withhold payment of
#he Contractor's invoices until Contractor achieves said compliance.
1.3 REFERENCES
A. Froject Schedules
Each project is represented by City's inaster project schedule that encompasses the
entire scope of activities envisianed by the City to properly deliver the work. When the
City contracts with a Contractor to perforin construction of the Wark, the Contractor
CITY OF FORT WOIz'I'H Norfh Riverside Drive Phase 4
STANDARD 5PECIFICATION Project No. 100453
Revised JULY 20, 201 &
oo3z�s-a
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of ] 0
will develop and maintain a schedule far their scope of work in alignment with the
City's standard schedule requirements as de�ned herein. The data and information of
each such schedule will be Ieveraged and become integra� in the master project
schedule as deemed appropriate by the Ci#y's Projeci Control Specialist and approved
by the City's Project Manager.
1. Master Project Schedule
The master project schedule is a holistic representation of the scheduled activities
and nnilesiones for the total praject and be Critical Path Method (CPM) based. The
City's Project Manager is accountable for oversight of the development and
maintaining a mastet projeci schedule for each project. When the City contracts for
the design and/ar construction ofthe project, the master project schedule will
incorporate elements of the Design and Construction schedules as deemed
appropriate by the City's Project Cpntro] Specialist. The assigned City Project
Control Specialist creates and maintains the master project schedule in F6 (City's
scheduling software).
Construction Schedule
The Contractor is respansible far developing and maintaining a schedule far the
scope of the Contractor's conttactual requirements. The Contractar will issue an
initial schedule for review and acceptance by the City's Project Control 5pecialist
and the City's Froject Manager as a baseline schedule for Contractor's scope of
work. Contractor will issue current, accurate updates of their schedule (Progress
Schedule) to the City at the end of each month throughout the �ife of their work.
B. Schedute Tiers
The City has a portfolio of projects that vary widely in size, complexity and content
requiring differen# scheduling to effectively deliver each project. The City uses a
"tiered" approach to align the proper schedule with the criteria for each project. The
City's Project Manager determines the appropriate schedule tier for each pro�ect, and
includes ihat designation and the associated requirements in the Contractor's scope of
work. The following is a summary of the "tiers".
1. Tier 1: Small Size and Short Duration Project (design not required)
The City develops and maintains a Master Project Schec�ule far the project. No
schedule submittal is required from Contractor. City's Project Contro] Specialist
acquires any necessary schedule status data or infarmation through discussions with
the respective party on an as-needed basis.
2. Tier 2: Small Size and Short to Medium Dl�ration Project
The City develops and maintains a Mas#er Project Schedule for ihe project. The
Contractor identifies "start" and "finish" milestone dates on key elements of their
work as agreed with the City's Project Manager at the kickoff of their worlc eifort.
The Contractor issues io the City, updates to the "start" and "finish" dates for such
milestones at the end of each rnqnth throughout the life of their work on the project.
3. Tier 3: Medium and Large Size ancUar Complex Projects Regardless of Duration
The City develops and maintains a Master Project Schedule for the project. The
Contractor develops a Baseline Schedule and maintains the schedule of their
respecti�e scope of work on the project at a level of detail (generally Leve13) and in
CITY OF FORT WORTH North Riverside Drive Phase 4
STAI+]DARD SPCCI�'ICATION P�o���c �vo. i ao4s3
Kevised NLY 20, 20 E 8
003215-0
CONSi'RUCTION FR�GRESS SCI I�DULE
Page 3 of ] 0
alignment with the WBS structure in Sectian 1.4.H as agreed by the Project Manager.
The Contractor issues to the City, updates af their respective schedule (Progress
Schedule) at the end of each month throughout the life af their work on the project.
C. Schedule Types
Project delivery for the Ciiy uti�izes two types of schedules as noted below. The City
de�elaps and maintains a Master Project Schedule as a"baseline" schedule and issue
monthly updates to the City Project Manager (end of each manth) as a"progress"
schedule. The Contractor prepares and submits each schedule type to fuifill their
contractual requirements.
1. Baseline Schedule
The Contractor develops and submits to the City, an initial schedule for their scope
of work in alignment with this specification. Once reviewed and accepted by the
City, it becomes the `Baseline" schedule and is the basis against which all progress
is measured. The base�ine schedule will be updated when there is a change or
add�tion ta the scape of work imgacting the duration of the work, and only after
receipt of a duly authorized change qrder issued by ihe City. In the event progress is
significantly behind schedule, the C�ty's Project Manager may authorize an update
to the baseline schedule to facilitate a more practical evaluation of pragress. An
example of a Baseline Schedule is provided in 5pecifcation 00 32 15.1
Canstruction Project Schedule Baseline Example.
2. Progress Schedule
The Contractor updates their schedule at tha end af each month to represent the
progress achieved in the work which includes any impact from authorized changes
in the work. The updated schedule must accurately reflect the current status of the
work at that point in time and is referred to as the "Arogress Schedule". The City's
Project Manager and Ptoject Control Specialist reviews and accepts each progress
schedule. In the event a progress schedule is deemed not acceptable, the
unacceptable issues are �dentified by the City within 5 working days and the
Contractnr must provide an acceptable progress schedule within 5 working days
after receipt of non-acceptance notification. An example of a Progress Schedule is
provided in Specification 00 32 15.2 Construction Project Schedule Progress
Example.
1..4 CITY STANDARD SCHEDULE REQUIREMENTS
The following is an o�erview of fhe rnethodoiogy for de�eloping and maintaining a
schedule for deli�ery af a project.
A. Schedule Fratnework
The schedule will be based on the defined scope of work and foilow the {Critical Path
Methodology) CFM methoci. Tne Contractor's schedule will ai�gn with the requirements
of this specification and will be cost loaded to reflect their plan for execution. Overall
schedule duratian will align with the contractual requirements for the respecti�e scope of
work and be reflected in City's Master Project SchedUle. The Project Number and Name
of the Praject is required on each schedule and must matcl� the Ciiy's project data.
B. Scheduie File Name
CITY OF FORT WORTH North Ri�erside Dri�ve Phase 4
STANDARD SPECIFICAI'ION Project No. 1 U0453
Revised 1ULY 2{l, 2018
}
)
)
1
�
�
)
?
)
}
�
}
�
)
)
)
)
)
)
)
)
�
}
)
)
)
3
)
}
)
i
a
)
}
ao3z is-a
CQNSTRUCTIpN PROGI2CSS SCHEDULE
Page 4 of 10
All schedules subtnitted to the City for a project wiIl have a file name that begins with the
City's projeef number followed by the na►ne of tlae project followed by baseline (if a
baseline schedule) or the year and �nonth (if a progress schedule), as shown below.
d Baseline Schedule File Name
Format: City Project N�ynber Project Name_Baseline
Example: 101376 Norih Montgorz�ery Street HMAC_Baseline
� Progress Sched�ale File Name
Format: City Project Number Project Name YYYY-MM
Example: 101376 North Mon#gomery Street HMAC_2018_Ol
o Project Schedule Progress Narrative File Name
Fotmat: City Project Number Froject Name_PN YYYY-MM
Example: 101376 North Montgomery Street HMAC_PN 2018_01
C. Schedule Templates
The Con#ractor will utilize the relevant sections frozx� the City's templates provided in the
City's document management system as the basis for creating ti�eir respective project
schedule. 5pecifical]y, the Con#ractor's schedule will align with the layout ofthe
Canstruction seciion. The iemplates are identified by type of project as noted below.
• Arterials
• Aviation
� Neighborhood Streets
� Sidewalks (later}
e Quiet Zones (Iater)
s Street Lights (Iater}
� In#ersection Improvements (later)
� Parks
0 Storm water
� Street Maintenance
e Traffic
� Water
D. ScheduIe Calendar
The City's s#andard calendar for schedule development purposes is based on a 5-day
workweek and accounts for the City's eight standard l�olidays (New Years, Martin Luther
King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
Christmas). The Contractor will estabIish a sched�le calendar as part oithe schedule
development process and provide to the Project Control Specialist as part of the basis for
their scheduie. Variations between the City's calendar and ti�e Goratracior's calendar
must be resolved prior to the City's acceptance of their Baseline praject schedule.
E. W8S & Milestone Standards for Schedule Development
The scope of work to be accomplished by the Contractor is represented in the schedule in
the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
development of the schedule activiti�s and shall be imbedded and depicted in the
schedule.
CI7'Y OF FORT WdRTH
STANDARD SPECIFICATION
Revised JULY 20, 2018
North Riverside Drive Phase 4
Project No. ] 00453
�
ti
003215-0
CONSTRUCTI�N PROGRESS SCHEDULE
Page 5 of ] 0
The following is a suXnmary of the standards to be followed in preparing and maintaining
a schedule for project delivery.
Contractor is required to utilize the City's WBS structure and respective project type
template for "Construction" as shown in Section 1.4.H below. Additional activities
may be added to Levels i- 4 to accommodate the needs of the o;rganization executing
the work. Specifically the Contractor will add actir�ities under WBS XXXXXX.80.83
"Construction Execution" that delineates the activities associated with the various
components of fhe wark.
2. Contractor is required to adhere to the City's Standard Milestanes as shown in
Section 1.4.I below. Contractor wi3l include additional milestones representing
intermediate deliverables as required to accurately reflect their scope of work.
F. Schedule Ac#ivities
Activities are the discrete elements of work that make �p the schedule. They wilI be
organized under the umbrella of tne WBS. Activity descriptions should adeyuately
describe the activity, and in some cases the extent of the activity. All acti�ities are
logicaliy tied with a predecessor and a successor. The only exception to this rule is far
"praject start" and "project finish" milestones.
The activity duration is based on the physical amount of wark to be performed for the
staied activity, with a maximum duration of 20 working days. If the wotk fot any one
activity exceeds 20 days, break that activity down incrementally to achieve this duration
constraint. Any exception to ihis requires review and acceptance by the City's Projeci
Control Specialist.
G. Change Orders
When a Change Order is issued by the City, the impact is incorporated into the previously
accept�d baseline schedule as an update, to clearly show impact to the project timeline.
The Contractar submits this �pdated baseline schedule to the City for review and
acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the
following:
1. Time extensions assoc�ated with approved contract modifications are limited to the
actual amount of time the prflject activities are anticipated ta be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the impact
af the change and is included in the Change Order. The coding for a new activity(s)
added to #he schedule far the Change Order includes the Change Order number in the
Activity ID. Use as many activities as needed to accurately show the wor�C of the
Change Order. Re�isions to the baseline schedule are not effective ur�til accepted by
the City.
H. City's Work Breakdown Structure
CITY 4F FORT WORTH North Ri�erside Drive Phase 4
STANDARD SPECIFICATION Project No. 100453
Re�ised 7LJLY 20, 2018
00 32 15 - 0
COTlSTRUCTION PROGR�SS SCHEDULE
Page 6 of l0
)
�
}
)
)
?
�
}
)
}
)
}
�
)
/
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX.30.10 Design Contractar Agreement
XXXXXX.34.20 Conceptual Design (30%)
XXXXXX.30.30 Prelirninary Design (60%)
XXXXXX30.40 Fina1 Design
XXXXXX30.50 Environmental
XXXXXX.30.60 Permits
XXXXXX.30.6q.]0 Pe:nmits - Identification
XXXXXX.30.60.20 Permits - Review/Apprave
�i:XXXXX.4U ROW & Easements
XXXXXX.40.10 ROW Negotiations
XXXXXX.40.20 Candemnaiion
XXXXXX.�O Uti�ity Relocation
XXXXXX.70.10 Utility Relocation Co-ordination
�i:XXXXX.80 Construction
XXXXXX.80.81 Bid and Award
XXXXXX.$0.83 Construction Execution
XXXXXX. S 0. 85 Inspection
XXXXXX.80.$6 Landscaping
7�:XXXXX.90 Closeout
XXXXXX.90.1Q Constructian Contract Close-out
XXXXXX.90.40 Design Contract Closure
I. City's Standaxd Milestones
The following milestone activities (i.e., important events on a project that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule fqr a11 phases qf work.
Ac�ivitv ID
Design
3020
3�40
3100
3120
3150
3160
3170
3220
3250
3260
CITY OF FOR7' W012`CH
STANDARD SPECIFiCATIOI�i
Revised JULY 20, 2D18
Activitv Name
Award Design Agreement
Issue Nofice Ta Proceed - Design Engineer
Design Kick-off Mee#ing
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
Feer Review Mee#ing/Design Review meeting (technical}
Conduct Design Public Meeting #1 (required)
Canceptual Design Complete
Submit Preli�ninary Plans and Speciiications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Sewer
Conduct Design Puhlic Meeting #2 (required)
Preliminary Design Complete
North Riverside Drive Phase 4
Project No. 100453
00 32 15 - 0
CONSTRUCTION PROGRESS SCHEaULE
Page 7 of 10
3310
3330
33�0
Submit Final Design fo Uti]ities, ROW, Traffic, Parks, Storm Water,
Water & Sew�r
Conduct Design Fub]ic Meeting #3 (if required)
Final Design Complete
ROW & Easements
40d0 Right of Way Start
4230 Right of Way Complete
Utility Relocation
7040 Utilities Start
7120 Utilities Cleared/Complete
Construction
Bid and Award
8110
8150
8240
Start Advertisement
Conduct Bid 4pening
Award Construction Contract
Construction Executian
8330 Conduci Construction Public Meeting #4 Pre-Construction
835�
8370
854U
9134
9150
9420
l.5 SUBMITTALS
Cons#ruction Start
�ubstantial Comp�etion
Construction Completion
Notice of Coinpletion/Green Sheet
Canstruction Contract Closed
Design Contract Closed
A. Schedule Submit�al & Review
The City's Project Manager is responsible for reviews and acceptance af the Contractor's
schedule. The City's groject Control Specialist is responsible for ensuring alignment of
the Contractor's baseline and progress schedules with the Master Project Schedule as
suppori to the City's Project Manager. The City reviews and accepts or rejects tl�e
schedule within ten workdays of Contractor's submittal.
Schedule Farmat
The Contractor will submit each schedule in two electronic forms, one in native file
format (.xer, .xml, .mpx) and the second an a pdf format, in the City's document
management system in the �oca#ion dedicated for this purpose and identiiied by the
Project Manager. In the event the Contractor does not Use Primavera P6 or MS
Project for scheduling purpases, the schedule information must be submitted in .xls or
.xlsx format in compliance with the sample layaUt (See Specificatian 00 32 115.1
Construction Project Schedule Baseline Example), including acti�ity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their schedule far their scape af work and submit their
initial schedule in electronic form (in the file formats nated abo�e), in the City's
document management system in the ]ocation dedicated for this purpose within ten
workduys of the Notice ofAward.
CI'['Y QF FpRT WORTH i�Iorth Riverside Drive PE�ase 4
STANDARD SP�CIFICAT[ON Project No. 100453
Revised lULY 20, 201 S
i
}
003215-0
CONSTRUCTION PROG,l2�5S SCHEDULE
Page S of 10
) The City's Project Manager and Froject Control Specialist review this initial sched�ale
� to determine alignmen# with the City's Master Froject Schedule, including format &
WBS structure. Following the City's review, feedback is provided to the Contractor
� for their use in iinalizing their initial schedule and issuing (within five workdays) their
� Baseline Schedule for iinal review and acceptance by the City.
} 3. Progress Schedule
f The Contractor wii] updaie atad issue their praject schedule (Progress Schedule) by the
last day of each month throughqut the life of their work on the project. The Progress
� Schedule is submitted in electronic form as noted above, in the City's document
j management system in #he location dedicated for this purpose.
� The City's Project Control team reviews each Progress 5chedule for data and
; information that support the assessment of the update to the sehedule. In the event
� data or information is missing or incomplete, the Fraject Controls Specialist
communicates directly with the Contractor's scheduler for providing same. The
) Contractor re-submiis the corrected Progress Schedule within 5 workdays, following
, the submittal process noted above. The City's Project Manager and Project Contro�
' �pecialist review the Contractar's progess schedule for acceptance and tq monitar
� performance and progress.
)
}
}
}
�
)
}
)
)
�
`I'he following list of items are required to ensure proper status information is
contained in ihe Progress Schedule.
� Baseline Start date
� Baseline Finish Date
� % Complete
� Float
• Activity Lagic (dependencies}
• Critical Aath
s Activities added or deleted
� Expected Baseline Finish date
o Variance to the Base�ine Finish Date
B, ManthIy Construction Status Report
The Contractor submits a written status report (referred to as a progress narrative) at the
end of each month to accompany the Progress Schedule submittal, using the standard
format provided in Specification 00 32 15.3 Construction Project Schedule Progress
Narrative. The content of tl�e Construction Project Schedule Progress Narrative shoufd
be concise and complete to:
s Reflect the current status of the work for the reporting period (including actuaI
activities started and/or completed during the reporting period)
� Explain variances from the baseline on critical path activities
� Explain any potential schedule confiicts or delays
� Describe recovery plans where appropriate
a Provide a summary forecast of the work #o be achieved in the next reporting period.
C. Submittal Process
CITY QF FpR1' WpRTH
STATIDARD SPECIF[CATION
Revised IULY 20, 201$
North Ri�erside Drive Phase 4
Project No. 100453
003215-0
CONSTRUCT[ON PROGRESS SCHEDULE
Page 9 of 10
� Schedu�es and Month�y Construction Status Reports are submitted in Buzzsaw
following the steps outlined in Specification 00 32 15.4 Construction Project
Schedule Submittal Process.
� Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules or construction status reports are required fram
the Contractor.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
l.7 CLOSEOUT SUSMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSUI2ANCE
A. The person preparing and revising the Contractor's Project Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification sha11 be prepared,
updated and revised to accurately reflect the performance of the Contractor's scope of
work.
C. The Contractor is responsibTe far the quality of all submittals in this secfion rneeting the
standard of care for the construction industry for similar projects.
1.10 DELIVERY, STORAG�, AND HANDLING [NOT LTSED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
1.13 ATTACHMENTS
Spec d0 32 15.1 Constructian Project Schedule Baseline Exarnple
Spec 00 32 15.2 Consfruction Praject Schedule Progress Example
Spec 00 32 15.3 Construction Project Schedule Progress Narrative
Spec 04 32 15.4 Construction Project Schedule Suhmit�a� Pracess
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION �NOT USED]
END OF SECTION
CTTY OF FQRT WORTH Narth Riverside Drive Phase 4
STANDARD 3PECIFICATTON Project 1Vo. 100453
Re�ised NLY 2�, 201 S
�
)
J
/
I
i
)
�
}
�
)
j
�
�
�
,
i
}
)
1
}
�
�
�
�
�
)
�
)
�
}
�
�
)
�
}
�
�
)
�
1
)
i
�
�
�
003215-0
CONSTRUCTION PROGIL�SS SCI�IGDULE
Page 10 of 10
Revision Log
DATE NAME SUMMARY OF CHANGE
July 26, 2018 M. JarreIl Initial issue
CITY OF FORT WORTH
STANDARD SPECIPICATION
Revised NLY 20, 2018
North Riverside Drive Phase 4
Project No. 1 DD453
00 35 13
CONPLICT Ol� iN'I'EREST AFFiDAVIT
Page � of 1
SECTION 00 3� 13
CONFLIGT OF INTERLST STATEMENT
Each bidder, offe�•or or respondent to a Ciiy of Fpr� Worth procurement is ��equi�•ed to compiete a
Co��flicf of Interest Questiannaire or certi�y that one is cur�•ent and on file with the C�ty
Secretary's �t�tce pursuant to state law.
If a memher of fhe Fo►�t Woi�th City Cauncil, any ane or rr�a�•e of the Ciiy Manager or Assistant
City Managers, or an agent of the City who exe�'cises discretion in ihe planning, �'ecomsnending,
selecting or eontracting with a bidde�•, offeror or respondent is aff liated wifh y�ur company, then
a Local Government Officet• Canflicts Disclosure Statemen# (CIS) may be required.
You a�•e urged to consul� with eaunsel regarding the applicability of th�se forms and Local
Gavernment Gode Chapter 176 to your campany.
The reFerenced �orms may be c�ownloaded from 4he links pro�ided below.
.. ... °�, i_ . �i, ,� � � , ��� . . .
. ,i . � � . _�� i . . . . _i�. . . , , �� , � � , .. �
[�' CIQ Form is on file with City Secre�ary
Q CIQ Form is being provided to ihe City Secretary
�
u
CIS Form daes not apply
CIS �orm is on File with City 5ecretaty
Q CIS �'ar�n is being provided to the City Secretary
BIDDER;
1l�cIvTAHON COi`�`�RAC:TING, L.P.
By; ; �r' - . .
Company (Please Print)
. : _ _ � �,.. Si�atu�•e: � /��� `
Address •
� , ' { A ��1$� � r.
•LF'K.� 1 YLti.lYf� i �.f -.�'� �- r�.�i .L�a�is�ir�. ��� _ _
City/StatelZip {Ptease Print)
END OF S�CTION
C1TY dF FOA7` WORTH Narth River�ide Dri�e Phase 4
STANDARDCQN577tUCTtON SPECIFECATION dOCITMENTS City Project Np. 100453
Revised Fe6ruary 24, 2020
)
�
00 41 00
BI� FORM
Page 1 of 3
SECTIO�d 00 4i 00
Blb FORM
)
)
)
)
�
)
1
)
)
TO: The Ciry Manager
do: The Purchasing Division
200 iexas Street
Ciry of �ort Wortt�, Texas 76102
FOR:
City Project No.:
UnitslSections:
Paving, Drainage Utiliry & 5treet Lighting Improvements for North Riverside Drive Phase 4
�.�y .
Unit 1- PavinA, DrainaQe. & Utilitv Improvements for Roadwav
Unit 2- Pavinq, Drainaqe, & Utilitv fmprovements for Intersection
1. En#er Irrto Agneemenf
The undersigned Bidder praposes and agrees, if this Bid 's accepted, to enter into an Agreement with Ciry n�e form
included 'n the Bidding bocuments to perform and fumish all Work as specified or indicated 'n the Contract Documents for
the Bid Price and within the Contract Time indicated 'n this 8id and 'n accardanca with the other terms and oonditions of the
Cantract Documents.
2 BIDQEI2 Acknowledgements and Certlfication
2.1. h suE�mitting this Bid, 8idder accepts all of the terms and conditions of the INVITATIOIV TO BIDDERS and
INSTRUCTIONS TO BID�EfiS, including without lim�tation thpse dealing with the dispasition of Bid Bond.
2.2. Bicider is aware of all costs to provide the required insurance, will cb so pending contract award, and will provide
a valid insurance certificate meeting a!I requirements within 94 days of notification of awarrl.
2.3. 8idder certifies that this Bid is genuine and not made n ihe interest of or an behalf of any undisclosed individual
or entity and � not submftted h conformity with any collusive agTeement or rules of any group, association,
organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induoed any individual or entiiy to refrain from bidding.
2.6. Bidder has not engaged 'n corrupt, fraudulent, collusive, or coercive practices i� competing for the Contract. For
the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receEving, or soliciting of any #hing of value likely to
influence the actian of a public official n the biclding process.
)
}
)
�
)
)
�
}
)
,
B
kx "fraudulent practice" means an intentional misrepr�sentation of facts made (a} to influence the bidding
process to the detriment of Ciiy (b) to establish Bid prices at artiiicial non-competitive levels, or (c) to
deprive City of the benefifs of free and open competition.
c"colfusive practice" means a scheme or arrangemant beiween iwo or more Bidders, with or withouf the
knowledge of Ciiy, a purpose ofwhich 6 to establish Bid prices af artificiaf, non-competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or �ndirect�y, persons or the�r
property to influence #heir participation n the bidding process or affect the execution of the Contrac#.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Fortn Revised 14�rch 9, 202Q
North Ri�erside Drive Phase 4
Praject No. 100453
�
0o a� o0
eio For��
Page 2 pf 3
3 �'�ual�fication
lYie Bidder acEcnowledges that the following work types rnust he p�formed ordy b,� prequalified oorrtractors arid
subcor�tradars:
a Concrete Paving Construdion/Recnnstrucpon (gr�ater than 10,000 square yards}
t� Water Distribution: 8-inch diameter and smal[er
c Se�wer: 8-inch diameter arid smaller
d 5treet �ights
4� Time aF Canpletion
4.1. The Woric will be complete for Frial Aooeptance within 430 days after the date when the
the Cor�tract Time commences to n.n a5 provided in Paragraph 2.03 of tl-�e General Conditions.
4.2. B�dder aocepts the pro�isions of the Agreement as to liquidated damages n the e�errt of failure � complete the
Work {and/or ac�ie�emerrt of Milestones} wi#hin flle times specified 'n ihe Agreemer�t.
a �ttached � ti��s �ci
The following documents �e attad�ed to aid made a part of this Bid:
a This Bid Fam, SecUon fl0 41 QO
fa Required Bid Bond, 5e�on 00 43 13 issued I� a surely meeting the requir�ments af Paragraph �01
of the General Condidons.
c Proposaf Form, Section OD 42 43
d Vendor Compliance m State L_aw Non Resident Bidder, Section 00 43 3/
e �fiV1IB� Forms (optional at time of bic�
f. Prequalfic;ation Statement, Sedion 00 45 12
g Conflict of Irrterest statemertt, Sectian 00 � 13
*!f necessary, CIQ a' CIS forms are k� be pro�ided directly tia Ciry Secretary
h ArEy additional documents that rr� be required b,r Section 12 of the Instructions � Bidders
f Total Bid �+mount
6.1. Bidder will complete the Woric n aooardance w�h the Contract Doarmer�ts for 1he fallowing bid amourrt. h the
spaoe pr-o�ided L�elow, plaase enter the total �id amount for this pro�ect, Only this figure will be r�d publidy I�+
the Gtiry � the bid opening.
62. It is understood ancl agreecl b,� the Bidder in signing this proposal that the total b�d amount entered below is
subject 1n verificabon and/or madificatian E� multiplying d-ie unit hid prioes for each pey item I� the respecti�e
estimated quar�tities sho�mm � this propasal and thert totaling all of the extend�ed amourrts.
6.3. Total B8d
$6,208,416.20
arr oF Foar waa�
STANDAR47 CONSTRl.1CTION SP�CIFICATION DQCUMENTS
Fomi Revised March 9, 202[7
North Riverside Drive Phase 4
Project No. 1D0453
00 �11 OD
BID FORM
Page 3 of 3
7. �id Submittaf
This Bid is submitted on
Res��c�fully subrni� .
�y. '� � , _. � . . -
, (Signature) �
Shawn McMahon
(Printed Name)
by the entity named below.
Receipt is acknowledged of the Initial
foflowin Adcfenda:
Addendum No. 1:
Addendum No. 2:
Addendurn Na. 3:
Addendum Na 4: �
Addendum No. �
Title: Manager
Company: IVIcMahon Contracting LP.
Address: 3019 Roy Orr Blvd
Grand Prairie Texas 75050
Siate of fncorporation:
�mail: �
Phone: 972-263-6947
END O'F SECTION
CfTY CF FORT WORTH
STAN�ARD CONSTRUCTION SPEGIRCATION DOCUMENTS
Form Revised N�rch 9, 2020
Corporaie Seal:
North Riverside Drive Phase 4
Project No. 100453
m ffi m -ui&x
616 PROPOSAL
P+ge 1 af5
SE.CTIOM 00 42 43
PROPOSAL EDRM
LJNii PI31�E �!�
Projec[ I#em Infonnation
�Np..�--.I Qescription
I �Remavc Concrete OrWe
2 IRemove Asphalt Uive
3 � RefIqY6 C�a�+d Aiue
4 €Srte Clearing ��
5 _ I Hydrated Imie
� 6 � 6` Lire Trr,atmerrt
7 I9° Q'l18 PVrlr
S I4" Cone Sidewalk
.9. �8°�nae� �rSvexray
IO �Bacrfcr Free RamP, TYpe P-I �.'-
I l Ma�Fhole Adjustment, Major (wLth frame, cover &
12 jSa�vage Aire Hydmnt
13 �VatveB�cAdjustment ��
14 f 6' PuC W ater Pipe
ts . .��e s"water liie �
� l6 Ra�o�e Fa[�
17 �Relocate Mailbox
IS IBarhed Wirc Fence, Me{a] PostS
l9 +Erosion Caniral
20 �Topsoil ..."--
21 SeC(�ingo Hydromulch_
22 � llnclassified Pxcavalion by Plan
23 � Ren'n� F"51pm Lne ^�_
24 �Rarn�e 31"Slorrn Lie
ZS �Fda7tn�re 27" S1ortn line
2fi I21" Storm A6andonmentPlug
27 IReinove }ieadwall/587'
28 �large Stone Riprap, grouled
29 Connect ta Existing 30" I�P
30 2l" R4', Cl�s ID
31 24" FLP, Clays W
32 30" RCP, Clasc W
33 36" RCP, Clus Ol
34 48° RC�, Class N
�5 48" T�0"f SE':IP{:p Headwall
36 4'Sham J�rKppn Bpc
37 5�Stam Juictim Bmc
3S ](Y Recessed Inlet
39 ]S' Recessed lnlet
49 4' Dro� ]nlet
41 5' Drop ]nlet
42 Rr.�nwc and Reinslall Sign Panel and Posl
M13 Remove S[reet Si�
44 Install Alum 5Y� Ground Mount
45 4" �D Pvmt Marking Ei'iS �W�
45 8" 9.D Pvmt Mazking H1S �W)
47 24" 99 Yvmt Markmg }WE �W}
48 I�, Raisad Marker 1Y ]C
49 RHi. Raised Marker 1Y 11�-R
50 Remove Li�t Po]e
�idder'� Applic��ion
13idder5 Prpposal
Speciiication Section Umt of
No. Measure ��dQuantity ilnitPnce
Unit 1- Roadway
fozaii3 f �' [ s,�ss I $o.s�
f024113 � g' � 5,149 � $I25
�qZ4319 � � 7� $2.98
�31 I Q00 � 1S � 3 $257 081 60
�321129 � "ihI � 275 �zor,.aa
�327129 � � � l7,470 $3.49
�325313 � �' � 1Q992 $58_47
�3213 2[1 � 3� � 35,OG1 � $GA4
�3213 20 �` g � 10.,03A � $5.58
�321320 f � � $2251,67
�330514 � 5 $2,076.55
�024514 � � 2 $751.10
�33pS14 � � Z $936.88
331112 � IF 20 $235.82
024114 � 8 $29.92
�024113 IF 984 $3.60
�024 i 13 � � 1 $714.00
�323I2b Il' I 984 $]0_74
3125 0� � � $44 382.00
32 91 I9 �' � 2,700 $43.54
32 9213 �' � 9,000 $1.56
329213 � � S,ODO $z�.�p
[024114 � � 37 $I5,81
F024714 IF I 40 $1862
�024114 IF 242 $16J1
f9?4114 1s'A l $874_5S
�024114 � 6 $157328
�313700 6Y 3I $150.78
�334110 � � $2.407.48
334110 ¢ 45R $9037
33 4I10 g 3a4 $9133
33 4110 IF 55 $gq 72
33 4110 IF 88 $I20]9
334110 L� 1,061 $230.29
334940 B�1 3 $S 06Q_00
3449I0 � 1 $470Q00
33 49I0 61 3 $6 860 OD
33q92.0 � 7 $5 300.Ofl
334926 �+ 4 $7340.00
3349 20 � Z $4 880.00
3349 2a � 1 $659z-00
33 4 ] 30 � 4 $474.06
334130 B1 2 $I14.00
34 413 0 61 12 $570 00
3217 23 l� 1,D20 $126
3217 23 [F 282 $2.40
321723 �' 33 $220
�2177i rr1 15 $4.60
3217 Zi F31 I01 $4.80
344122 B� 2 �Aannn
6id Value
792 64
20
CITY OF FORT WORTH
STAN�AR� CONSTAl1CTION SPECIFlCqTIDN OOLUMENTS
r�a xe,;s� soizmzo Nortit Riverside Drive Phase 4
Project Na. 100453
), .
}
}
.
i
.
)
)
)
)
)
)
�
;
�
a
7
,
s
1
�
1
3
ti
�
}
)
}
)
}�
,
�
m��.�
�ro �ovo6a�
� zos
sEcnov ao �x a�
�oPas� �n
��n���
S�MIWAA� COILLSTRUCf10N SPEdF1CATION DOCUhAkT1fS
�� North Riverside Drive phase 4
Project No. 100453
IJMIY �RIC� �I� �idder's e4pplica�ion
m 42 � -UI&2
Bm PROPQSAl.
P� af5
SECTION OD 42 4i
PROPOSALFORM
���� ����� ���
�idder's Applica�ion
PmjecY [�m infotmation Bidders Propasal
Bidlistltem SpeciBcadon Section Unit of
No. �P���pkon Na Measure $id Quantlry UnitPrioe Bid V�ilue
�i 24" SLD Wmt Marlting HAE (U4fj 3217 73 � 132 $7.20 950.40
�i REF�L Raised Ma�kerlY lt 3217 S � $8
$4.80 $422.40
CITY OF FDR'C WOR7H
STAN�ARD CONS7RIILT[ah' SPECIFICAT[ON P�CUMEh*1'S
��� �� Norih Riverside Drive Phase 9
Project No. 1OQ453
>
�
a
f
\
J
�
� L1R11� ��I�� �1�
}
}
5
�
/�
f
/
�
�
�
1
i
J
�
1
i
;
)
)
�
)
�
}
!
�
1
w �z aa - ui&z
BiD PROPOSAL
Page4 of5
SECTION 0� 42 43
PROPOSAL FOEtM
�iddeP's Applicaiion
I Praject 16�n Information 1 Bidders Proposal
1
�Bidlistltem� f Specification5ection [ lJnitof � j f
� Uescription I No � M�s�ue Bid Quantdy I lJnit P�ite I Bid Value
37 REFL Raised Marker T' 11t-R �3217 73 � � � 300 $0..6� � $480.00
� � � �8�d %u�+ 32f7 Zi � � � $ 156.00 ] 1248.D0
� z' CONOT PM1lC SCH ffi{IM z6 �� I +� I � 5�.so i S�z.aa
40 �' coNor wc scH m�rl a6 �� I � s3s �a.zn Slo �s3.sa
41 3-Sect Sgnal Head Assmbly 3AA110 � E4 Y � $7.,109.00 � 17,664.0�
42 P2d Signal Head Assm6ly 344110 � $ � $2,97(1.00 � 23760.00
43 Audible Pedestr7an Push6uttnn Station 34 4110 � S $1,692.0� $13 536.00
44 Fumish/inrtall B6U Systern IXT Mounted 340.110 64 1
$7,950.00 $7 950.00
45 Fumish/Install Maolel 711 Preemption Detector 34411p EA 4 � $2,370.00 $9,4$O.pp
46 Fumish/Install Preemption Cah1e 344110 � 1.�70 � $2.34 $2,SD3.80
47 Furnish/lnstall Radar Detection System 344110 �R a $8,760.00 $35 040.00
A8 Furnish/Inskafl Radar Advance Detection System 344110 APR 2 $8,760.00 17 520.00
� Fumish/Install Hadar [able 34411p IF 1,590
$219 $3,234.00
� 4/C 14 AUVG Multi-Conductor cable 344110 � � $2.04 163.20
SL 5/C 14A4NG Muld-Conductorcahle 344110 u � $2.34 $1 9.08
S 10/C 14 AVLG Muki-fnnductor cable 344110 � 1,750
$4.98 $8 715.00
=d 20/C 14 AIA�C'i Multi{onductor cable 344110 � �
� $6.78 6 34.20
Sf 3/C 14 AWG MuRi-Canductor Ca61e 344110 � �
Y M1O 6lrosulated €let Condr 3AA110 � � $Z"04 $81•60
$1.98 $182.16
56 IsA S lnsulated Elec Condr 344110 IF 1,228 � $1.92 $2 39.76
57 N7 b Bare Ele� Cnndr SLD 344110 � �
$1.$6 $65.56
� NO 8 9are Elec Condr 344110 � � 1.80 $1,251.00
� Graund Bw� Type � w/Apron 344110 � 1 $12fi0.00 1260.00
� Graund BmcType q w/Apran 344110 � 5 $1,326.00 6600.00
Q Furnish/Install Type 42 Signal Pole 34 4110 � � 1 $7,3Z0.00 $7 320.00
62 Furnish/Install Type 43 Signal Pble aaailo - � 2 $s �oo.00 .���aoo.op
B Fumish/InstallType445ignalPt�le 344110 � 1 $7,920.00 920.W
67 Fumish/Instafl MaStArm 16' -36' 34411D � 1 $4,350.00 $4,350.00
� Fumish/Install MaskArm 40' -48' (344i10 � � 3 $q,794.Op ' $1q g2,�0
� N35ignal Foundafion �344110 E4 1
$6 20.00 $6120.�0
67 TY 9 Sfgnal Foundation � 344110 � � 3 $7 970.00 S22 410.OD
68 Signal Ca6inet Foundation - 352i & BBU � 344110 �+ � 1 $4,320.0(I $4,320.[I�
� Fumish/fnstall ATC Signal Controller/2�70 '344110 � Z 7 �$O.pp $7,080.00
A7 Fumish/ Install 352i Controller CabinetAsse+nhly �344110 � � 1 $29940.� $29,94p,pp
7! Fumish/Ins[all 12�240 VokSingle Phase Metered Pedestal �344120 � � 1 $7,410.00 $7410.00
72 SahageTrafficSignal �344113 E4 � 4 $2,$${I.Op $11,520.00
� 73 Furnish/Install LED Lighting FMure (137wattATB2 Co6ra Headj �3Q4120 � � z $672.00 $1,344.00
� �M1 Furnish/Install Alum S�gn MastArm Mount f344130 � � S $984.00 � $7,872.00
� Con5tnrdion0etours �7XppT-5pg.6pp1 SY � 7896 $45.96 � $87,140.16
76 Low Prafile Cane Barrier [TY � Fumish & Install �lXDDT -0512,6009 � f 12p $60.53 � $7,263.fi0
7! Low P�le Crme Barrier (TY 2j Fumish $e Install �'17{ppT- p51L6p10 � � 40 $44.46 � $1 78.40
7B Irnv Profile Cane Barrier (fY ]} Remove �TXOOT- 0512.6057 � 77D
$22.04 2.fi44.80
CITY OF FOIiT WORTH
STAN�AH� CONSTRUCfION SpEqFlCATION �OCUMENTS
eonn ecv�sca.xa�zo�za 1Vorlh Riverside Drive Phase 4
ProjectNo. i0Q4S3
m az aa - ui�z
SI� PROP{lSAL
P� S of5
sEcnoN ao as a3
PROPOSAL FORN
11�ll �RI�� �!�
�idder's �►pplica�ion
Project ttem Information Bidder's Proposal I
Bidlistltem Specification Section Unitof I
No. Description No. Measure $id Quantiry Unit Price Bid Value
79 Ww Profrle Cone Barrier (IY 7 R�nove TX�OT - 0522.6058 � � $19.89 $795.fi0
ffi WiC aV Pav M�k Remwe � 4°�SLD] T)fDQ7-0662.6063 � Z,�6 $1.20 $Z 5152�
ffi WK 7N Pav Mric Rerrwve (Y} 4"(SLD) l�(DDT-0662.6p95 � 14732 $3.20 $17,678.40
82 WK 7N Pa�+ M�3c Rcrtwve {Wj 24"(s�o] ncoor - a�z.eo�s � zao �.zo Sl �zs.ao
ffi Tra�c Contral 3471.f1pa1 � fi 2 917.61
10 $17 505.66
B4 TempTreffic Signal (NI Phases) 344110 � 1 $94,32b.00 94320.00
�i 5` Wide Aspha4t WMT Repair, Arterial 32 0117 � 225 $69.53 15,6q4.25
86 Remwe Fence a24113 � � 586 $3.IX1 $1,758.00
87 Barbec! wre Fence, Mep1 posts 32 3126 � � � $10.74 6 293.64
� Eiasion Corrtrol 3125 W LS 1
$56,278.80 $56278.80
8B TopSoil 32 g119 � � 3,1p0 $43.47 $134,757.00
90 Seeding, Hydrpmukh � g213 S' � 15.100 $1.56 $23,556.00
91 Unclassified Excavation hy Plan � 9213 6' 5,500 $22.14 $12177D.pD
92 Construction Allowanca 344130 E4 � 700,OD0 $7.,06 $7DO,ODa.00
B'id Unit 2 - I�roersection $3,220,11tl.78
F1VD OF SF(.TION
C f! Y OF FORT WORTH
STANflARD CONS'fROCTlONSPF.CIFICATI6N I]OCIIMENTS
FomiAevised201Z0120 North Riverside Drive Phase 4
Project No. 100453
)
1
�
1
i
i
�
1
�
r
)
�
)
%
)
�
I
/
)
I
?
.�
)
1
�
IX14393
BIDI30Nb
Page 1 or 2
SECTIDN 00 43 13
BIR E.�fVD
KNOW ALL BY TFfESE PRESENTS:
That we, McMahan Contracting, LP , kno�nm �
"Bidde�" herein �d Fidelity arid Deposit Campany ofiMa1yland acorporate sureiy
duly authorized to da business n the State of Texas, knanrn �"Sur�iy" herein, ane heki and firmly bound urita ihe City
of Fort Worlh, a muniapal corporatipn created pursuant � tt1e k�ws of Texas, krzawr� �"City" herein, n Ihe penal sum
of five percent (5%) of Bidder's maximum bid price, n lawful mor�ey af the United States, to 6e paid n Fort Worth,
Tarrant Courdy, Texas for tlze paymer7t of wi�idi am well arid truiy t� be made, v�e bind ourse�ves, our heirs,
execufors, administrators, successars arid assigns, jointly and severally, firrnly t� these preser�s.
WHEREAS, the Prinapa! has submitted a bid or proposal ta perForm Work iar the following project
designated as Paving, Drainage E.Jtilify & Street Ligh#ing Improvements for Norfh Riverside brive
NOW, THEREFORE, the condition of this obligation s such that if the City shall award
the Contract for the foregoing project � the Prinapaf, and ihe Principal shafl satisfy all requirements a�d conditions
required for the execution of the Contract arjd shall enter into i�e Corrtr-ac� n writing with the Cily n accordance with
the terrns oF such same, ihen this obligation shall be and becarne null and vaid. ff, however, the Prindpal faiEs t�
execute such Contraet h acoordance w+th fhe terrns of sarrre or falls � safisiy all r�quirements and conditions required
for the execution of the Contrac�, this borxi shall beoome tlie properly of the Cily, without recourse of the Principal
and/or Surety, nof to exceed ihe penally hereof, arid shall l� used � compensate Cily for the difference beiween
PrincipaPs total bid amount and the ne� selected bidder's fotal bid amour�t.
PROVI�ED FURTHER, #hat if �y �egal action be filec! on this Bond, venue shall lie n Tarrant Courriy,
Te�s or ihe United States Distrrct Court for the Noiihem District of Texas, Fort Worth Division.
� N WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALE� #his instrument by
duly aufhorized agents and officers m fhis tf�e �Oth day aF Ockober�, 2020.
� �
� PRWCIPAL:
.
1 McMahov Contracti���
} ^ _,,. �,_____,.�:......
. '� f6� . •
� BY: ''� ri'. . _ � . . _
S at�re
� ATT�Si'; .
. . . } �� .
�� � - � r���'.:- �
i Wtness �� Princ�pal ........ __. iVame and 7i#1e _,
� •
t
�
a
i
}
�
�
�
)
)
� CITY OF FORT WORTH
STANQARO CONSTRUCTION SPECIFICATION �pCUMEFVTS
Farm Revised 2017i109
7
}
North Riverside Drive Phase 4
Project No. 160453
�
OD 4313
BIO 9QN€}
pays 2 of 2
�
tness as #o Sureiy
AttaCh Power vf Af#orney {Surety) for AEtarney-in-FBct
Address: 3Q19 Roy Orr Blvd,
SU#ZEN:
Fidelity and Depasit Company of Maryland
�Y: �� �--�`��. � . �- ivt �-��.-¢�
Signature
Robbi Morales, Attarney-in-fact
Name and 7ilEe
Address: SOaS LB7 F��eeway, Suite ] 500
- - — --
Dallas, TX 75244
Telepi�ona Nurnber, _ 214/989-0004_ _..
*Note: If signed dy an oiflcer af t�� Surety Co�npany, ther4 must be on fl1e a cerlif�ed axtract from the by iaws
showing #hat ki�is person has authority to sign such obiigation. If Surety's physfcal �ddr�ss is diiferenf from
Ets mailing address, bolh ►nust be provided. 'The date of Eha bnnd shall not be prior to the date the �oniract
Is sys�grded.
i3ND O� SEC'1'TQI�i
c�rro� roRrwoR�� North RiverSide Drive Phase 4
S7ANDARD C6MS7RUCTibN BPECIFICATION DOCUM�N7S
r•om,aeviseazo�r��os CityProjectNo, 100453
ZIJRICH Ai1I�RICAIV [�Sl1RA�R'CE COMPA1Vl'
CnL�i�'IAL A{ViER[CAN CA.BIJALTY AND SifRETY COMPAN�'
['lD�L,ITY AND DGPpSiT CQMI'AN1' Or MARYLAI\D
POW�R bl�'ATTOR]Y�Y
KNOW ALL M�N EY THESE PRESE3VTS: That fhe ZURICH AMERICAN INSIJRAA]CE CpMPANY, a corppratian of the StAte of New
York, tlle CO1.ONIAL AMERICAN CA3UAL'I'Y ANi7 S(JRETY CDivfPAN�Y, a corporAtion of the State of ]pinois, and ihe FI}�ELTTY
AND DEPpSI'I' COMPANY OF MARYLAND a corporation of tltie 51ate oF 111inois {herein collectiveJy ct�lted tha "Companies"), by
itobert �7. Nlurray, Vice P�•esi@ettt, in p�rsaance ofauthority grantad hy Article V, Seciion 8, ofthe By-Laws ofsaic] Companies, svhich a��e
set fotth on the reverse side hereof and are hereby ce�tif ed to be in fui! force and effect on #ha dale hereof, da hereby nominate, cansiitute.
and appoint Ricnrdo J. RCl'Tt�, "1'ina MC�WAN, Don C. CQRN�LL, Jasfiu� 3A.LfI�r�ERS, Ruhbi MOIiAL�S, Son�iinie I-IITIVT�R,
liclly A. W�STBROOIt and `I`oi�ie P�TRA1V�i�, ail af DRl[as, Texas, �ACH, its true and iawful age�it and Attorney-in-FacY, tn ntake,
execute, seaE �td deliver, foe, and on iis 6elialf as sarety, and as its act a��d deed: an� ancl ali 6onds and undertalcings, a�id the execution
of such ho�tcfs o�' undeetakiitgs in pursuance oP these presenYs, shali Ue as �inding upon said Compariies, as Fully and a�nply, Eo a1i ir�tents and
puiposes, as ifthey �lad been duly executed and aclmowledgecE by the regeElarly elecCed o�i�ers ofthe ZEiR[CEf AIvIERICAI�! INSLiRAAlC�;
CONEPANY at its office in New York, New York., the regularly e[ectcd a�icers of the COL.QNIA[, AMERiCAN CAS[iALTY AND
SURG'I'Y COMPANY at its office i�� Owings Milts, Ma��yland., a��d the E•egulFu•!y etected afficers of tlie FIDELi"i'Y Al�[D dEPaSI'f'
COMPAI�Y QE MA[�YLAI�f� at its office in Owings Mi[ls, Ma�yland., i�i tl�air own proper persons.
The said Vice President c�aes hereby certify that the extrAc# set fbrth on tl�e reverse side liereof is a true copy of A�rticle V, Section 8, of
the f3y-Laws of saici Conipanies, anci is now in farce.
iN WI"INE55 WH�R�OF, the said Vice-t'resident has hereun#a subscribed his/her names and affixed the Corporate Seats af fhe said
ZUItICH AM�RICAN iNSL1nAl�C� COMPANY, C�LONIAL AM�RICAN CASirAL7�Y AND Si1R�TY COMPANI�, �r�d
I�IDGLIT7'ANA D�PUSI'F CnMPA,NY OF MARYLA�'A, this 8'�' day afNovember. A.D. 20i9.
���irnlryi1
:r' «I$ �i �rt�Aa�,.
�G6�.....�., p?E�Oii "--�i
: �,Q;��o.poryrQ�Pm3 „�.� 4 r NN`
:�i �._ _�� _ �F"°"; g ��AL�
,
y d , S� �1��3 �� ]� �+ � ��
s,�t��,.......a�,�,. a� �+
, .*..,
AT'FCST:
ZiJR[CH Aii4�RICA� I11f$UEZANC� COi4IPAi�il'
COLpN1AL Al4il:l2fCA1V CASUALTY ANp SUR�TY COl4IPAN5'
Ri�3CLITY AtYD DEPOSIT Cpi41PANY Oi' MARYLA]!'p
13j�; Robert D. �hrrrav
J'ice Presiden!
�. ,
. 1-`;c�.r'�, �� ;��Ll-li7�,. -
8}�• Daw�a E. Broiv�z
Secreta+y
State nf Ma��yland
County af 6�Itimoi•c
On this 8ih day 4f November A.D. 20i9, before tl�e subscriber, a Notaq� Piibiie oF [lte Sl�te ot Matyland, dLily cominissioned and qualifed,
Robert D. i4iurray, Vice Prcaidenf anci ���vn �. I3rativn, SccreEary of llie Coinpanies, to ine persona{Ey k��own to he IIIC IRCI[Vkdllfll5 817� officers
described iii snd wizo executed tl�e precedi��g insirmneni, a��d acknowledged t[tc exeCution of saine, a��d beiitg by me duiy s+vona, deposetii and saitl�, diat
helshe is t�ie said officer of the Coinpany aforesaid, aE�d ti�al [he seals a#iixed to lhe precediitg iustruinc�it are lhe Corporate Seals of ssid Cnmpunies, and
Ihat the said Cor��ocale Seals a�td the signaNre as such oifiicer �vere duly affixed aizd subscribed to tfie said insfruinent by the auchority a��d direction of the
s�1d Corporatia�3s.
!h' TGST1iv103�Y WI-iEREOF, 1 havc hereanto set my hend pnd a�xed my DfFicial Scal tlie da�� and year �rst abova ���rittan.
,,�+�'1[tk�l„�; J',� F'
`.`�' � 4, �1 I ' , .' ' �'.JL-. � ' �.TJ�rIl✓Ftii
� �i: : � �: i ;
/ b:� �
i.���3_., �,5r_p�._.�.;i Constance A. Duitn, Nalary Public
'°,,;�>i�{;;;;;�•"''* 1VIy Commission Expires: July 9, 2023
�jI1�1111i5'\,`
North RiverSide Drive Phase 4
City Project No. ] 00453
��
��JRl�l�
T���� tmp�rt�n� �lo�ice
IMPORiAN1' NOT1C�
To obtain information or make a complaint:
You may call Zurich �Jorth America's tall-free telephon�
number for information or to make a carr��lainf at:
9-800-382-2950
You may contact tF�e Texas Departrnent of Ir�surance #o
obtain information on companies, co�erages, rights, ar
compiaints a#:
9-800-252-3439
You may write fhe Texas Deparfinenf of
�nsurance:
P.O. Box 949104
Austin, 7X 787'i4-9�04
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.go�
PRI�MIUM OR CLAIM D�SRU'T�S:
AV1S0 IMPORTANT�
Para ofotener informacidn o para presentar una queja:
Usted puede Ilamar ai numero de telefano graiuito de
Zurich North America's para ofatener ir�formaci6n o para
presentar una queja al:
1-800-382-2150
Usted puede corr�unicarse con el Departamen�o d� 5e-
guros de 7exas para obfener inforrnacion sobre com-
panias, coberturas, der�chos, a quejas a!:
1-�QO-2'�2-3439
Usted puec�e escribir al Departame€�to
de Seguros de iexas a:
P.O. Bax 149'104
Austin, TX 78794-91�4
Fax: (512) 49D-1007
Sitio web: www.tdi.texas.go�
�-mail: Co�sumerProtection a�tdi.#exas.gov
Shoufd you ha�e a dispute concerning your prerniurn or
about a claim, you should contac# the company firsE. If
the dispute is rtot resol�ed, you may contact the iexas
Department of lnsurance.
ATTACH iF�IS NOifCE TO YOtlFt POL.iCY:
This notice is for in#ormafion only and does not become
a part or condition of the aftac�ed cfocument.
DISF'UTAS POR PRIMAS �E S�GUROS D
RECLAMACIONES:
Si tiene una disputa celacionada can su prima de seguro
o con una reclamacion, usted debe comunicarse can la
compania primero. 5i la disputa no es resuelta, usted
puede comunicarse con el Deparfamen#o de Seguros de
Texas.
AC}JUI�T� EST� AVIS� A SU POLIZA: Este aviso es
solamente para pro�ositos informativos y no se con-
vierte en parfe o en candicibn del documer�to adjunto.
North RiverSide Drive Phase 4
City Project No. I00453
�
�
�
�
�
�
}
00 43 37
VENpOR CQMPLIANCE TO STATE LAW
Page'E af 1
S�CTIOi� 00 �3 37
V�NDOR COMPL[ANC� i0 STATE LAW iVON RESIQENT BIDD��
� Texas Governrnent Code Chapter 2252 was adopted for the award of contraets to nonresident bidders. This iaw
pro�ides t�at, in orcier to be awarded a contract as low bidder, nanresident bidders (out-of-stake contractors
} w�ose corporaie offices or principal piace of business are outsicEe #he State of Texas) bid projects for
� cansfruction, improvements, supplies or services in iexas at an amount lower than the lowesf Texas resident
bidder by the same amount that a'Texas resfdent bidder wou�d be required to underbid a nonresident bidder in
� order to obtain a eomparable cor�tract in the S#ate which the nonresident's principal place �f business is loc.a��d.
)
}
)
i
1
1
:
)
}
)
�
�
)
}
�
,
}
3
)
�
,
)
)
)
)
)
�
The appropriate blanks ir� Secfion A must be filled out by a[I nonr�sident bidders in order for your bid #o meet
specifications. The failure of nonresident bidders to da so will automatically disquaiify that bidder. Resitl�r�t
bidders must check the box in Section B.
A. IVonresident bidders in the Sta#e of , our principa! place of business,
are required to he percen# lower than resident bidders by Stake Law. A copy nf the
statute is attached.
Nanresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of busines f aur company ar our parent campany or rnajority owner is
in the State af Texas.
�I���R:
McMahon Con#raciing L.P.
3019 Roy Orr �Ivd
Grand Prairie Texas 75a50
0
By: Shawn McMahon
, �. . _
' � � �Signature)
Tifle: Manager
bate: � � � F �: — _ _
END OF SECTION
CITY OF FORT WORTH
STA3U�ARD CONSTRUCTION SPECIFICATfON DOGUMENTS
Form Revised 20110627
00 41 0o eid ProposalNorth RiverSide Deive Phase 4
City Project No. 100453
00 45 1 ] - 1
BIDDERS PREQUALIF[CA'I'1ON5
Page 1 of 3
SECTION 00 45 11
BIDDERS PREQUALI�'ICATTONS
1. Summary. All contractors are required to be prequalified by the City prior to submitting
bids. To be eligible to bid the contractor must submit Sectian 00 �5 12, Prequalification
Statement for the work type(s) listed with fheir Bid. Any cantractor or subcontractor who is
not preq�alified for the work type(s} 3isted must submit Section 00 45 13, Bidder
Prequaliiication Application in accordance with the requirements below.
The prequaiification process will establish a bid ]imit based on a technical evaluation and
financial analysis of the contractor. The infarmation must be submitted seven (7) days prior
to the date of the opening of bids. For example, a contractor wishing to submit bids on
projects to be opened on the 7th of April must file the information by the 31st cfay of March
in order to bid nn these projects. In order to expedite and facilitate the appraval of a Bidder's
Prequalification Application, the follawing must accompany the submission.
a. A campletc s�t of aud�ted or reviewed financial statements.
(1) Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flows
(4) Statement of Retained Eaxnings
(5) Notes to ihe Financiai Statements, if any
b. A certified copy af t11e firm's organizational documents (Corporate Charter, Articles
of Incorporation, Artic]es of 4rganizaiion, Certificate oi Formation, LLC
Regulations, Certificate of Limited 1'artnership Agreement).
c. A completed Bidder Prequalificatian App�ication.
(] ) The firm's Texas T�payer ldentification Number as issued by tt�e Texas
ComptrolIer of Public Accounts. To obtain a Texas T�payer Icientification
number visit the Texas Comptroller of Pub1�c Accounts online at the
following web address www.window.staie.tx.us/taxpermit/ and iill out the
application to appiy for your Texas tax ID.
(2) The firm's e-mai] address and faat number.
(3) The firm's DUNS number as issued by Dun & Bradstreet. This nu�nber
is used by the City for required reporting on Federal Aid projects. The DLTNS
number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for f rms
submifting their initial prequalification, These tesun�es should include the size and
scope of the work performed.
e. Other information as requested by the City.
�. Prequalification Requiremnents
a. Financfal Statements. Financial statement submission must be provided in
accordance with the following:
{1) T11e City reyuires that the original Financial Statement or a certified copy
be submitted far consideration.
CITY OF PORT WOATH T�larth Ri�erside Drive Phase 4
STANDARD CO�5TRUCTION SPI;CIFICATION QOCUMENTS Projccl Na. 100453
RevisedJuly 1, 2Q[1
0045 �1 -2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
i (2) To be satisfactory, the financial statements must be audited or reviewed
� by an independent, certified public accounting firm registered and in
good standing in any state. Current Texas statu�s also require that
� accounting firms perfarming audits or reviews on business entities within
i the State of Texas be properly licensed or regisiered with the Texas State
Board of Public Accountancy.
� (3) The accounting firm should state in the audit repart or review whether
} the contractor is an individual, corporation, or limited liability coanpany.
(4) Financial Statements must be presented in U.S. dollars at the current rate
� of exchange of the Balance Sheet date.
) (5} The City will not recognize any certified public accountant as
� independe�nt who is not, in fact, independent.
(6) The accouniant's opinion on the financial statements of the contracting
) company should state that the audit or review has been condUcted in
, accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm's opinion.
} It should: (1} ex�ress an unqualified opinion, or (2) express a qualified
� opinion on the statements taken as a whole.
(7) The Ciiy reserves the right to require a new statement at any time.
) (8) The �nancial statement musi be prepared as of the last day of any month,
� nat more than one year old and must be on file with the City 16 months
thereafter, in accordance with Paragraph 1.
� (9} The City will determin� a contracior's bidding capacity far the purposes
� of awarding contracts. Bidding capacity is determined by multiplying the
positive net warking capital (working capital = current asseis — current
) liabilities) by a factor of 10. Only those statements reflecting a positive
} net working capital position wiIl be considered satisfactory for
prequalification purposes.
) (10) In the case that a bidding date falls within the time a new financia�
� statement is being prepared, tk�e previous statement shaIl be updated with
proper verification.
� b. Bidcler Prequalification Applicataon. A Bidder Prequalification Application must be
� submitted aIong with audited or reviewed frnancial statements by iirms wishing to be
eligible to bid on ali classes of construction and maintenance projects. Incomplete
} Applications will be rejected.
� (1) In those schedules where there is nothing to report, the notation af
"None" or "N/A" should be inserted.
� (2) A miniznum of five (5) references of related work must be provided.
) {3) Submission of an equipment schedule which indicates eyuipment under
� the control of the Contractar and which is related to the type of work for
which the Cantactor is seeking prequalification. The schedule must
� include the manufacturer, model and genera) common description of
� each piece of equiprnent. Abbreviations or means of describing
equipment other than provided above will not be accepied.
3. Eligibelity to Bid
a. The City shall be the sole judge as to a contractor's prequalification.
b. T�e City may reject, suspend, or modify any prequalification fqr fai�ure by the
contractor io demonstrate acceptable financial ability or performance.
c. The City will issue a letter as to the status of the preyualification approval.
CITY OF FORT WORTH North R�verside Drive Phasc 4
STANDARD CONSTRUCTION SPECIFICA'ffON DpCUMENTS Praject Na. 100453
Revised 7uly I, 2011
OD4511-3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
d. If a contractor has a valid prequalifcatian letter, the contractor wi11 be eligible to bid
the prequalified worlc types until the expiration date stated in the letter.
END OF SECTION
CITY OF FORT WORTH Norih Ai�erside Drive Phase 4
STANDARD CONSTRUCTION SPECIFICA'1'IQN DOGUMGNTS Projcct No. 100453
Revised 7uly l, 201 I
00 45 12
BI� FORM
Page 1 pf 1
SECTION 00 45 12
PREQUALIFICAiION STATEMENT
1
)
1
)
�
}
}
1
}
,
)
h
�
Each Bidder for a City procurement � required to complete the information below by identifying the prequalifiec!
cantractors and/or subconiractors whom they intend fo utili�e fvr the major work type(s) listed.
Major Work Type Confractor/Subcontractor Corrfpany Name Prequalification
Expiration Date
Concrete Pa�ing
ConstructionlReconstruction MCMAHON CONTRACTING 7/1/2022
(greater than 10,000 square
yards)
Water Distribution: 8-irtch MCMAHON CONTRACTING 113'�/2021
diameter and smaller
Sewer: 8-inch cliameter ancE MCMAHON CONTRACTfNG 1/31/2021
smaller
Street Lights MELS ELECTRIC 6/18/2021
The und�rsigned hereby certifies if�at the contractors andlor subcontrac#ors described in the table above are
currently prequalified for the work types iisted.
BIDDER:
McMahon Contracting L.P.
3019 Roy Orr Blvd
Grand Prairie Texas 75050
fl
Title: Manager
By: S}�wy� McMahO
: _ s -'-
�: -�_
_ ` f (Signature)
Date: - r
}
}
�
1
CEN OF FORT WORTH
STANDARI? CONSTRUCTlON SPECfFICATION DOCUMEIVTS
Form Revised 20i20120
END (�F SECTION
North Riverside Drive Phase 4
Project No. 100453
'�� �� �� �� �
Date of Balance Sheet
SECTION 0� 45 13
BIDDER PREQUALIFICATION APPLICATION
Name under which you wish to qualify
Post Office Box
City
Mark only one:
Individual
Limited Fartnership
General Partnership
Corporation
Limited Liability Company
State Zip Code
Street Address (required} City State Zip Code
� } � ) ._
Telephone Fax Email
Texas Taxpayer ldentification No.
Federa] Employers Identification No.
DUNS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS T4:
CITY OF FORT WORTH TEXAS
200 TEXAS 5'I'REET
FORT WORTH, TEXAS 761 02-63 1 1
AND MARK THE ENVELOPE: `BID�ER PREQUALIFICATION APPLICATION"
North Riverside Drive Phase 4
Project No. 100453
�
)
�
!
/
,
)
)
)
.
)
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 2 of S
BUSINESS CLASS��ICATION
The following should be completed in order that we may properly classify your frm:
{Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
� Has fewer than 100 empioyees
and/or
� Has Iess than $6,000,0OO.OQ in annual gross receipts
OR
� Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small ar large business is not a factar in determining eligibility to
become prequaliiied.
MAJOR WORK CATEGORIES
�
}
}
)
j
)
)
}
}
)
�
1
i
�
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling — 36-Inches — SU —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greater than 3S0 LF
Tunne]ing — 66" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diam�ter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Wa#er Transmission, Urban/Renewal, 24-inches and sma]Ier
Water Transmission, Developrnent, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, De�elopment, A1� Sizes
Water Transmission, Urban/Renewal, Al� Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches — 36-inches
Sewer Bypass Pumping 42-inches and �arger
CCTV, S-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
ciTv or roxT woRTx
S7'ANDARD CONSTRUCTION SPECIPICATiON DOCUMENTS
Revised March 9, 2020
Norlh Riverside Drive Phase 4
Project No. 100453
00 45 l3
BIDDER PREQUALIFlCATION APPLICATION
Page 3 of 8
MA.�OR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection Systern, Develogment, 8-inches and smaller
Sewer Co]lection System, Urban/Renewal, 8-inches and smaller
Sewer Collection 5ystem, Devetopment, �2-inches and smaller
Sewer Callection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewet Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewaj, 42-inches and srr�aller
Sewer Interceptars, Development, 4$-inches and smaIler
Sewer Interceptors, Urban/Renewal, 4$-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
�ewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-�nches and smaller
Sewer Cleaning , A11 Sizes
Sewer Cleaning, S-inches and smaller
5ewer Cleaning, 12-inches and smatler
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Size,s
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Constructian/Recons#ruction (15,OD0 square yards and GREATER)
Asphalt Pa�ing Heavy Maintenance {UNDER $ I,�OO,Q00}
Aspllalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)
Roadway and Pedestrian Lighting
C1TY ON FORT WQRTI i North Riverside Drive Phase 4
STANDARD COAIS'CRUC'1'ION SPECIC'ICATION DOCUMENTS Projcct No. ]00453
Re�ised March 9, 2020
00 45 13
BIDDER PREQUALIFICATION APPLICATIdN
Page �4 of 8
1. List ec�uipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has yaur prganization been in business as a generai contractor under yoUr present
name?
List previous business names:
3. How many years of experience in
had:
constructian work has your organization
(a} As a General Contractor: (b} As a Sub-Contractor:
)
)
}
)
�
1
}
4. *What projects has your qrganization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAiLED
CONTRACT OF DATE C[TY-COUNTY- ADDRESS OF O�'FICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If requalifying only show work performed since last statement.
S.Have you ever failed to complete any work awarded to you?4
If so, where and why?
6.Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7.Has any officer or owner of your organization ever failed to complete a contracf executed in his/her
name?
If so, state the name of the individual, narne of owner and reasan.
CITY OF FORT WORTH
STANDARD CONSTRUCTIOTS SPECIFICATION DOCUMENTS
Revised March 9_ 202D
North Riverside Dri�e Phase 4
PrajectNo. ]00453
00 45 13
BIDDER PREQUALIFICATION APPLICATION
Page 5 vf S
8. In what other lines of business are you financially interested?,
9. Have you ever performed any wark for the City?
If so, when ar�d to whom do you refer?
10. State names and detailed addresses of all producers from whom you have putchased principal
materials during ihe last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
l 2. What is the construction experience of the principa] individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WIIAT
NAME OFFICE EXPERIENCE W4RK CAPACITY
13. If any owner, officer, director, or s#ockholder of your firm is at� employee of the City, or shares the
same household with a City employee, please list the name of fhe City employee and the relationsnip. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who recei�es care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
CITY OF FORT WORTH North Riverside Dri�e Phase 4
STANDARD CONSTRUCTION SPECIF[CATIpN DQC[JMrNTS Project No. I Oa453
Revised March 9, 2020
00 45 13
81DDCR PREQUALIFICAT70N APPLICATION
Page 6 of 8
)
)
)
�
}
)
J
)
}
CORPORATION BLOCK PARTNERSffiP BLOCK
If a corporation: If a partnership:
Date of Incorporatian State of Organization
Charter/File No. Date oiorganization
President Is partnership general, limited, or registered limited
liability partnership?
Vice Presidents
File Na. (if I.imited
Partnership)
General Fartners/Officers
Secretary Limited Partners (if applicable}
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers or Managers (with titles, if any)
�:xcept tar limited partners, the individuals listed in the blacks above are presumed to have full
signature anthority for your firm unless otherwise advised. Should you vvish to grant signa�ure
authority for additional individaals, please attach a certified copy of the corporate resplution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTIj
STANDARI7 CONS7'RUCTIOI+l SPGCIFICATION DOCUMENTS
Revised March 9, 2020
North Riverside Drive Phase 4
I'roject [�fo. 100453
�
00 45 13
BIDDr R PR�QUALIFICATION APPLICATIQN
Pagc 7 of 8
14. Equipment
�
TOTAL
BALANCESHEET
ITEM QUANTITY ITEM DESCAIPTION VALUE
1
2
3
4
5
6
7
$
9
10
Il
12
I3
14
15
16
17
18
19
zo
z�
Zz
z�
24
25
26
27
28
29
30
Various-
TOTAL
5iinilar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves #he rigl-►t to request a complete, detailed list of a!l your equipment.
Ti�e equipment ]ist is a representation of equipment under the control of the firm and which is related to
the type of work far which the firm is seeking qual ification. In the description inclUde, the manufacturer,
model, and general common description of each.
CI3'Y OF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCT101�I SPEC[FICA'I'IpN DOCUMEi�lTS ProjectNo. 100453
Rcviscd March 9. 2020
00 45 13
BIDDER PREQUALIF'ICATION APPLECATION
Page S of 8
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
CO[.1NTY OF
The undersigned hereby dec]ares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party ta who�-n it is submitted to award the submitter a contract; and that the accoun#ant who
prepared the balance sheet accornpanying this teport as well as any depository, vendor or any other
agency herein named is hereby autharized to suppiy each party with any information, while this statement
is in farce, necessary to verify said statement.
, , being duly sworn, deposes and says that
� he/she is the of , the entity
) described in and which executed the foregoing statement that he/she is familiar with the books of the said
} entiTy shawing its financial condition; that ihe foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
) Prequalification Application are correct and true as of the date of this af�davit.
}
)
)
Fir�n Name:
)
)
}
)
)
)
)
Signature:
Sworn to before me this
day of ,
Notary PubIic
)
)
1
�
}
Notary Public must not be an ofiicer, director, or stockholder or relative thereof.
C]TY OF FOR"i W012TH
STANDAI2D COMSTRUC'1'ION SPECIPICA`C[QN DOCUMENTS
Reviscd March 9, 2020
North R�verside Drive Phasc 4
Project No. ] 00453
D04526-1
CpNTRACTOR CDMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 2
1
2
SECTION 00 4� 2fi
CONTRACTOR COMPLIANCE WITH WORKER'S COMP�NSATIOiV LAW
3 Pursuant to Texas Labor Code Section 4p5.095(a), as amended, Cor�tractor certifies that it
4 pro�ides worker's compensation insurance co�erage for all of its employees employed on City
5 Prajett No. 1Q0453. Contractorfurther certifies that, pursuant to Texas Labo� Code, Section
Fi �06.096(bj, as amended, it will pro�ide to City its subcontractor's certificates of comp�iance with
7 worker's compensatian coverage.
�
9 CONTRACTOR:
10
11
12
13
14
15
16
1;:v.r7��., � !�_+.�; .l.r� i.r g �:�R,�,�/I�-�k����,,... .
�.� ....,� ...� � t.,, i � ��,. ..��r � .��� y• w�rX r t�� w r av� ��..�.
Compar�y w se Pri � �
�� - � �,. � - �
� - � Signat�re: � � cP�
Address � ��
� �" � Title: �G ��_
17 fl .. 'i%� ._.� .,
18 City/State/Zip 4�lease Print)
19
za
21 THE STATE OF TEXAS §
22
23 COUNTY QF TARRAlVT §
2A�
25
26
27
ZS
29
30
BEFORE f�l , the undersigned authority, on thEs day personaEly appeared
�
Liiil �/f,—`��,j�,(� i� , known to me to be th� person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the
same a� the act and d�ed of �' = J'
��1VW6�► Ca Kc-�ni� v!� forthe purposes and
consideration therein expressed and in the capacityth�re�in stated.
, :,
31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of
32 � �� �^ 24��. -
3�
34 ,��r a B 5HELI,EY MCNiAHOiV �
x��n NoEdry PuhliC ��
3� * * StateoFTexas '
36 wr�'°Ft�p�MyComm Exp es08 04-2022 Natary Pubi n and �orthe 5tate of iexas
CITY OF FORT WQRTH North Riverside I]rive Phase 4
STANDARU CONSTRUCTION SPECIFICATION DOCUM�NTS Prajeet No. 140453
Re�ised July i, 2011
)
.
1
�
i
}
)
)
}
}
}
)
)
)
}
)
)
�
1
)
)
�
3
1
)
�
�
i
�
�
�
�
aons2�-2
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATIDN LAW
Page 2 af 2
ENQ OF SECTfON
CITY OF FORT WORTH
STANdARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
North Riverside Drive Phase 4
Project No. 100453
�
�
004540-1
7v�inority Business Enterprise Specifications
Page 1 of 2
1 sEcT�oN ao as ao
2 TEMPQRARY REVISION 4/6/20�0 (COVID-19)
3 Minority Business Enterprise Specifications
4 APPi,iC'ATiON OF POT,ICY
5 If the total dollar value of the cantract is greater than $50,000, then a MBE subcontracting goal is
G applicable.
8
9 POL.ICY STATFMENT
IO It is tl�e policy of the City of Fart Wot�I� to ensure the full and eyuitable participation by Minarity
11 Business Enterprises {MBE) in the procUrement of all goods and services. All requirements and
l2 reguIations sYated in tlae City's current Business Diversity Enterprise Ordinance apply to thisbid.
13
14
15
]6
17
18
19
20
21
22
23
�4
�5
26
27
28
MRF. PRO.TECT GOAL.S
The City's MBE goal on this project is 14% of the total bid valt�e of the
cor�tract (Base bid applies to Parks cand Community,Services).
Note: If both MSE �SBE subcontracting goals are established for this project, then an Offeror
mnst submit bofh a MBE Utitizatian Form and a SBE Utilization Form Eo bc deemed resgonsive.
C'[IMPLT NCE TO BIi) �PE IFI ATjONC
On City contracts $SO,OOQ or mare where a MBE subcontracting goal is applied, Offerors are required to
coznply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MSE subcontracting participation, or
�,. Meet or exceed the above stated MSE goal through MBE Joint Venture participation, or
3. Goad Faith Effort documentation, or;
4. Pri�ne Waiver documentation.
29 SUEMITTAL OF_REQUIRED DOCUMENTATION
30 The app�icable clocuments must be receivec� by the assigned City of Fort Worth Project Manager or
31 Departir�ent Designee, within the fallowing tirnes allocated, in order for the entire bid to be considered
32 responsi�e to the specifications. The Offerar shall EMAIL the MBE doc�unentation to the assigned City
33 of Fort Worth Project Manager or Department Designee. A faxed conv will not be aceepted.
34
35
i. Subcontractor Utilization Formi, if received no later than 2:40 p.m., on the second City business
goal is met or exceeded: day after the bid opening daie, exclusive of the bid opening
date.
2. Good Faith Effort and received no later than 2:00 p.m., on the second City business
Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening
artici ation is less than stated oal: date.
3. Good Faith Effort and received no ]ater than 2:00 p.m., on the second City business
Subcontractor Utilization Form, if no day after the bid opening c�ate, exclusi�e of the bid opening
MBE artici ation: date.
4. Prime Contrac#or Waiver Form, received no later than 2:00 p.m., on tl�e second City business
if you wi1I perfarin alI day after the bid opening date, exclusive of the bid opening
contractin /su ]ier work: date.
CITY Or FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTId1�i SPEClF1L'ATION DOCUMENTS Project IVa. 100453
Temporarily Itevised April 6, 2020 due ta CQV ID 19 Emergency
00454p-2
Minority Business Enierprise Specifications
Page 2 of 2
1
2
3
4
5
6
5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business
or exceeded. day after the bid opening date, excIusive of the bid opening
date.
FAILUR� TO COMPLY WTTN '1"H�E C1TY'S BUS�N�SS DIV�RSITY ENTERFRISE ORDINANCE
WILL RESULT 1N THE BID SEING CONSIDERED NON-R�ESONSIVE TO SPECIFICA�TIONS.
FAILURE TO SUBMIT THE REQUIRED MS� DOCUMENTATION WILL RESULT IN THE BID
BE1NG CONSIDERED NON-RESPONSIVE. A SECOND FAILURE W1LL RESULT 1N THE OFFEROR
BEiNC DISQUAi.iFIED FOR A PERIOD OF ONE YEAR. THREE FAiT.URES il� A�'IV� Y�AR
PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS.
7 Any Questions, Please Contact The SDE Office at {Sl�) 392-26i4.
8 END OF SECTION
9
10
11
CT'fY pF FOR"[' WORTH North 12iverside Drive Phase 4
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS Project No. ] 00453
Temporarily Revised April 6, 2U20 due co COV1D19 Emergency
0o as ai - �
SMALL BU5IN�SS ENTERPRISE GOAL
1'age 1 of 2
1 SECTION Op 45 41
2 TEMPORARY REVISI4N d/b/2020 (COVID-19)
3 SMALL BUSINESS ENTERPRISE GOAL
4 APPLICATYON OF POLICY
5 If the total dollar vaiue of the contract is $50,000 or more, then a SBE subcontract3ng gaal is
6 applicable.
8
9 POLICY STATEMENT
IO It is ti�e policy of the City of Fort Worth to ensure the fu11 and equitable participation by Small
1] Business Enterprises (SBE) in the procurement of all gaods and services. All requirements and
12 regulations stated in the City's current B�asiness Diversity Enterprise Ordinance apply to this bid.
13
j7
]S
19
ZO
21
�2
23
24
25
26
27
28
�9
30
Nnte: If both MBE ai SBE subcon�racting goals are established for tk►is project, then an
Offeror must submit both a MBE Uti[ization Form and a SBE Uti[ization Form to be deemed
responsi�e.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $54,000 or more where a SBE subcontracting goal is applied Offetors are required
to comply with the intent of the City's Business Diver,sity Enterprise Ordinance by one of the
following:
1. Meet or exceed the above stated SBE gaal through SBE subcontracting participation, or
2. MeeE or exceed the above stated SBE goa! through ,SBE Joint Venture participatian, or
3. Good FaiYh Effort documentation, or;
4. Prime Waiver dacumentation.
3I SUBMITTAL OF REOUIRED DOCUMENTATION
32 The applicable documents must be received by the assigned City of Fort Worth Project Manager or
33 Department Designee, within the following times allocated, in order for the entire bid ta be considered
34 responsive to the specifications. The Offeror shall EMAIL the MBE documentatian to the assigned City
35 of Fort Worth Project Manager or Department Designee. A faxed copv wiil not be aeceuted.
36
1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business
goal is rnet or �xceeded: day after the bid apening date, exclusive of the bid opening
date.
2. Good Faith Effort and received no iater than 2:00 p.m., on the second City business
Subcontractor Utilization Rorm, if day after the bjd opening date, exc�usive of the bid opening
artici atian is less than stated oa1: date.
3. Good Faith Effort and recei�ed no lafer than 2:00 p.m., on the second City business
Subeantractar Util'ezation Form, if no day after the bid ap�ning date, exclusive of the bid opening
MBE artici ation: date.
4. Prime Contractor Waiver Forrn, received no later than 2:Q0 p.m., on the second City business
if you will perform a11 day after the bid opening date, exclusi�e af the bid opening
contractin su lier work: date.
CITY OF FOAT WORTI[
$TAAlDARD CONSTRUCTION SPECIFICATION DOCUMENTS North Riverside Drive Phase 4
Temporarily Revised Aprii 5, 2020 due to COVIDI9 Fanergency Project No. 100453
!
1
�
�
�
1
%
i
)
�
)
}
i
)
�
1
1
}
�
/
1
�
�
3
?
�
,
)
l
,
l
�
)
�
1
2
3
4
5
6
7
S
9
10
]1
1�
13
12
]3
004541-2
SMALL BUSINESS ENTERPRISE GOAL
Page 2 of 2
5. .�oint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business
or exceeded. day after the bid opening date, exclusive of the bid opening
date.
FAILURE TO COMPLY W1TH THE CITY'S BUSYNESS DIVERSITY ENTERPRISE
ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSNETO
SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN
THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL
RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.
THREE FAILURES IN A F�IVE YEAR PERIOD WILL RESULT IN A
DISQUALIFICATION PERIOD OF THREE YEARS.
Any questions, please contact the BDE Office at (817) 392-2674
END O�' SECTION
cirY or FORT woxTx
STANiIARD CONSTRUCTION SPECIFICATION DOCUMEI+lTS
Temporarily Aevised April 6, 202p due to COVIDI9 Emergency
North Riverside Drive Phase 4
Praject No. I00453
ooszaa-1
SECTIOfV 00 r2 43
AgreemenY
Page 1 of 8
AGREEMENT
TbIS AGREEMEfVT, authorized an . ��� ;s made by and between the City of Forth
Worth, a Texas home ruie municipality, acting by and through its duly authorized City Manager,
c- �,l� � t
("City»}, and L-l��r��� �f �11fad•,��1-r k.l� - ._.
authorized to do husiness in Texas, acting by and thr'�ugh its duly au#horized representati�e,
("Contractor").
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follaws:
Ar#icle 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PRQJ�CT
The project for whith thE Work under the Contract Do�uments may be the whole or only a part
is generally described as follows:
Narth Ri�erside Dri�e Phase 4
Proiect No. 10a453
Article 3. CONTRACT PRICE
City agrees to pay Contractar for performance of the Work in accordance with the Contrat#
Qocuments an amount, in current funds, o# six-million two-hundred eight thousand four-
hundred sixteen and twenty Doilars ($_6,208,416.20j.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work will be complete for Final Acceptante within 430 days after the date when the
Contract Time commences to run, as pro�ided in Paragraph 2.03 of the General
Conditions, plus any extension thereof allowed in accordante 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 achie�e Final Acceptance of the Work and City will suffer financial lo5s if the
CITY OF FOftT WQRTM North Riverside Dri�e Phase 4
STqN�AR� CONSTRUCTION SPECIFICATION DOCUMENT$ Project Np.�.p0453
Revisec! Q9/06/2014
oosz43-z
qgreement
Page z of 8
Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties invol�ed in proving in a
legal proceeding, the actual loss suffered by t�e City if the Work 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 one=
thousand three-hundred and no Dollars ($ 1,3.0.O.00J for each day that expires after the
time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter
af Acceptance.
Article 5. CONTRACT DOCUM�N7'S
5.� CONTENTS:
A. 7he Contract Documents which comprise fhe entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to #his Agreement:
a. Bid Forrn
1) Praposal Form
2j Vendor Compliance to State Law fVon-Resident Bidder
3j Prequalification Statement
4) State and Federal documents (projectspecfficJ
h. Current Pre�ailing Wage Ftate Tabie
c. Insurance ACORD Form(s)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attarney for the Bonds
h. Worker's Campensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
CITY OF FpRT WORTH North Riverside Drive Phase 4
STANfJARP CpNSTHUCTIQN SPECIFICA71pN DOCl1MENT5 Project No.100453
Revised 09/06/2079
005243-3
Agreement
Page 3 of 8
5. Specifications specifically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described in the Tab1e of
Contents of the Project's Contrac� Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor priorto Notice afAward.
9. The following which may be deli�ered or issued after the EfFecti�e Date of the
Agreement and, if issued, become an incorporated part of the Contract
Documents:
a. Notice to Prp�eed.
b. Field Orders.
c. Change Orders.
d. Letter of �ina! Acceptance.
Article 6. INDEi1/�fVIFICATION
G.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its o#icers, servants and employees, from and againSt any and all
claims arising out of, or alleged to arise ou# of, the wark and services to be performed by
the contractor, its officers, agents, employees, sub�ontractors, licenses or in�itees under
this contract. This indemnification ro�ision is s ecifica�l intended to o erate and be
effecti�e e�en if it is alle ed or ro�en that all or some of the dama es bein sou ht
were caused in whole or in art b an act omission or ne li ence of the cit . This
indemnity pro�ision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by tf�e city in defending against such claims and causes
of actions.
6.2 Contractor cavenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, ser�ants and employees, from and against any and all loSs, damage
or destruction of property of the city, arising out of, or aileged to arise aut of, the w.ork
and services to be performed by the contractor, its offic2rs, agents, employees,
subcontra�tors, licensees or invitees under this coniratt. This indemnification ro�ision
is specifica_Ily intended to operate and he effecti�e,P�en if it is alle�ed or qro►►en that all„
CITY OF FORT WOR7H North Riverside Drive Phase A
STANDARD CONSTRIJCT10N SPECIFICATION DQCtJMENTS Project Na.IQ0453
Revised 09/05/2019
\
1
�
l
005243-4
Agreement
Page 4 of 8
or some of the dama es bein sou ht were taused in whole or in art b an act
omission or negligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions wiil
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Docutr�ents may not be assigned by the
Contractor without the advanced express writien ton5ent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
abfigations contained in the Contract Documents.
7.4 Se�erability.
Any pro�isian or part of the Contract Documents held to he unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and afl
remaining provisions Shall continue to be �alid and binding upon CITY and CONTRACTOR.
7.5 Governing Law and Venue.
This Agreernent, including all of the Con�ract Documents is perFormable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United Stat�s Distric� Court for the
Northern District of Texas, Fort Worth Di�ision.
7.6 Authority to Sign.
Contractor shal! attach evidence of authority to sign Agreement if signed by someone
otherthan the duly authorixed signatory of the Contractor.
4
!
)
)
)
?
�
7.7 Prohibition �n Contracts With Companies Boycottir�g Israel.
CITY OF FORT WORTH
STANDARD CONSTRUCTtON SPECIFlCATION �OCUMENTS
Revised 09/06/2024
North Riverside Drive Phase 4
Project No.1pp453
1
!
005243-5
Agreement
Page 5 0� 8
Contraetor acknow4edges that in accordance with Chapter 2274 of the Texas Go�ernment
Code, the City is prohibited from entering into a contract with a company for gaods or
ser�ices unless the contract contains a written �erification from the company that it: (1J
daes not boycott Israel; and (2) will not I�oycott Israel cfuring the term ofi the contract.
The term5 "boycott Israel" and "campar�y" shall ha�e the meanings as�ribed to those
terms in Section 808.001 of the Texas Go�ernment Code. 8y signing this contract,
Contractar rertifies thai Contrartar's sig»ature provides written verificatian to the City
thot Conrr�rctpr: (1J does nat baycott lsrael; and (2J wi!! not baytott fsrael during the
term af the contract.
7.8 Immigra#ion Nationality Act.
Contractor shall �erify the identity and employment eligibility of its employees who
perform work under this Agreement, includi�g completing the Employrr�ent Eligil�ility
Verification Farm (I-9). Upon request by City, Contractor sha[I pro�ide City with copies of
a41 I-9 forrrts and supporting eligibility documentation for each employee who perForms
work under this Agreement. Contractor shall adhere to alf Federal and 5tate laws as well
as establish appropriate procedures and cantrols so that no ser�ices will be performed by
any Contractor employee who is not legally eligible to perform such services.
COl1lTRACTOR SbALL IIVREIVINIFY CiTY AND HO�D CITY HARMLESS FROM ANY
PENALTIES, LIABILITIES, OR LOSSES DU� 70 VIOf.ATIOfVS OF TH15 PARAGRAPH BY
CONTRACTOR, CON7RACTOR`S EIVIPLOYEES, 5UBCONTRACTORS, AGEfVTS, OR LICEN5EES.
City, upon written notice to Contractor, sha11 ha�e the right to immediately terminate this
Agreement for violations of this pro�ision by Contractor.
7.9 No Third-Par�y Beneficiaries.
This Agreement gi�es no rights or benefits to anyone other than the City and the Contractor
and there are no �hird-party beneficiaries.
7.10 No Cause of Action Against Engineer.
Cantractor, its subcontractors and equipment and materials suppliers on the PROJECT or
their sureties, shall maintain no direct action against the Engineer, its officer5, employees,
and subtontractors, for any claim arising out of, in connection with, or resulting from the
engineering services perfarmed. �nly the City will be t�e beneficiary af any undertaking by
CITY OF FORT WOR7H North Ri�erside Drive Phase 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENFS Project No.�00453
Revisecf 09/D6/2p14
)
}
�
I
�
�
!
}
J
�
i
�
3
}
�
)
�
)
)
)
)
)
}
�
,
�
I
�
�
�
�
_
E
,
�
�
005243-6
P�reeme�t
Page 6 af 8
the Engineer. The presence or duties of the Engineer's personnel at a construttion site,
whether as on-site representatives or otherwise, do not make the Engineer or its
personnel in any way responsible for those duties that belong to the City and/or the City`s
construction contractors or other entities, and do not rel�eve the tonstruction contractors
or any other entity of tF�eir obligations, duties, and resporosibilities, including, but not
limited to, all construction methocfs, means, techniques, sequences, and protedures
necessary for coordinating and completing all por`tions of the construction work in
accordance with the Contract Documents and any health or safety precautions required
by such construction work. The Engineer and its personnel have no authority to exercise
any control o�er any ConStruction tontrattor or other entity or their ernployees in
conneciion with their work or any health or safety precautions.
SIGI�ATURE PAGE TO FOLLOW
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS
Revised 09/06/2014
North Riverside �rive Phase 4
Project No.100453
OQ5243-7
Agreement
Page 7 of 8
IN WITNE55 WHfREQ�, City and Contractor ha�e each executed this Agreement to be effecti�e
as of the date subscribed by the City's designated Assistant City Manager ("Effecti�e Date").
Contractar:
�v: 1�I�I`IIaI�[D� Ca��L�N�� ��`.
� %
r , --- (�— —
t re �
S�WYI �i�=ti��';En �
(Printed Name) ^
� u
' �� '��+{�',+ ... _..
7itle '
City of Fort Worth
�y:
�` I�_
Qana Burghda j �
Assistant City Manager
-- ;.��'���2-;'
Date
Attest:
� • �� ��,.��-�r"�;,:�;urt�i�
Adclress
,� . � �� �.
. t 1•F,. � � �� � ;
Ci /State/Zip
�, � �;
.
Date
CITY DF FORT WORTH
STANDARD CONSTRIiCTION SPECIFICATION D�CUMENTS
Reyised 09/06/2D19
/
� � i
Secr�
(Seal)
� � �� _ _�
,�j�.����f'�w��] ��.��; � !'�l�
� �` ' jrF I WP . r:�� �i
� � � p:- �' � - - � • .a' f {' .
d�� '� '
'�� + � ; r
�� �, : • ,� �;.,
•�4�
�,e�s��. . .��4�.
M&C: Z� � t)V�_
Date: ���
Form 1295 No.: ���� �ag�i
Contract Compliance Manager:
Bradley Rado�ich
By signing, I acknowledge that I am the person
�F����� ��� Drive Phase 4
Pr ect No.1�0453
�� �� . _..
���++s� �
�,y�lF e''�. �
005243-8
qgreement
Aage 8 of 8
cm� a� FORr woR-rN
s7ANaARD coNSTftucTIOiV sP�ciFicA71oN UacuMENTs
Revlsed 04/06/�OA9
responsibfe for the rnon3tori�g and
aclministration of this contract, inciudir�g
ensuring al! perFormance and re�orting
requirements.
� ��.�.-l�
Bradley IVI, Racfovich
Seniar Praject Manager
Appraved as to Form and legaiity:
�I
; . . ... _ ...._ . .. -lT'.
Douglas W. BFack
Assistant City Attorney
APPROVAL RECOMM�ND�D:
_ _ ��
� �� , .
, � . .y...,�
�
William Johnson, Dire�tor
Transportatfon & Pu�lic Worl<s Depar�ment
Nartft�ilv�csirle nrfve Phase 4
Project f�o.100�5�`
� ! -�- _�. �
� -- ����� �
� � „ u _ � n �„��..� ��
ons3is-�
�ERF�RNiANCE 80Np
Page 1 af 4
Bond No 9369973
1
�
�
�
�
6
7
8
9
�Q
3.Z
1�
13
S4
15
1b
�7
i��� S?�,�r� A� �����
�#]Ui��V 0� TARi��NT
S��il��l �0 �a�. ��
�ER�O�EMANCE B(lN�
�
�
� �s��v� �►�` e�� �a�s� ���s��,s:
That we, .���ahon Contw�c�in�P LP-- --- - , knawn as
Co�oniat A�nerican Casualty and Surety Company and
,•#�rincipal" herein a;�d Fidel9 �.� �e�c��� C'Sz�� ofMar; tan�------- —. a corparafe
surety(sureties, i� rnore �han ane} duly authnrized ta do business in the State of 7'exas, tcnawr� as
"Su�'ety„ her�in �whet#�er ane or more), ar� h�ld and firmiy �aund untcr the City rsf For� Warti�, a
�tunicipal corporaiian cre�ted pursuant ta the faws o# Texas, known as "City" herein, in the
pena! surrs nf, _ 51�-MIELiOhI TVItO-HUNbitEC7 EIG�E'�THQUSANp FOiIR-HUI�DRED �!K'f��1V AIVE7
TW�1�TY Do3lars {$6.zU8.416,20), lawful �oneyo� the t�niied States, to be paic� �n Fort 1North,
Tarrant Cotanty, Texas for t3�e p�yr�ent of which sum v�+cfl and truly to be mad�, �nre bin�
c�urs�lv�s, oUr heirs, executors, adminis#ratars, SiICC�554t'S 8lid �55�gl15, j�intly and sev�ralEy,
firmiy hy tirese preseni�.
18 1111F#G�i��S, the Princfpal has entered inte a cer�ain vsrritten cantratt with the City
19 awarde� the ��^day of �0�� wA.r 2p�,, which Cc�r�tract is here�y referred to and
20 made a part hEreni for al� purpases as if fufly set forth hereir�, to �urr�ish all materials,
21 equipmer�t iabor and ather accessories defined by laur, in the prcasecution af t#�e Wor#c, inc�udir�g
22 any Change Orders, a� provided fnr in said Cnntract designated as }�avin�, t�raina�e. iJtility� &
g - --- - , Y.,.,. ro�ect f�o. ��)0453.
t�eet f�i_ ting l�provemer�ts fc�r �i_o_rth_�iv_erside Drive Phas� 4, Cit P.._ ......_...,_
z4 1���!►, i�€�R�f�F��, the candi�ton of �his obii�ation is such thai if the sai� Frincipai sha{I
25 faithfuily pet�orm it obli�ations underthe Con�ract and shaf) in all res�ects du�y and faithfu#ly
26 �oerfarm ti�e Wprk, �n�ludfng Change Orders, underthe Cantract, according to the plans,
27 specifications, and eontrsct documenis therein referrad fo, and as vuell during any perind of
CIYY OF FOiiT WpRiH North RiversEde Drive Phase =
5iA�1pARD CONSTRUCTiQN SP£CIFkCATl0�1 pOGUNEATS Pro�eu No. �Up453
Revissd JuEy 1, 2011
OOSi13-2
p�RFORMAEVCE BON¢
Page 2 ofA
1 extension of the Con�ract that may be granted on the �aart af the �ity, tften �hfs s�hl�gat�on shall
2 be and becorrie nuli an� vd��l, atiherwpse to remain in fult farce ar�d effect.
� �RAUI�k� ��3�i}���#, �hat if any l��a1 a�tion be fifed un this �and, venue sha�i I�� ir�
A� Tarran� Cuunty, Texas nr�}�e Un�iad 5�ates Dis�rict Court fnrt�re I�arihern �istri�Y ofTexas, �ort
5 Wa►#h Division.
6 ThiS bond is rrtade and executed in campfiance wiih the provisions of Ch�pier �253 0�
7 �i�e Texas Government Cotfe, as amended, and all iia�iliti�s an #his band shall be cietermfned in
S accordance with the proVisions of saici statu�.
� IN 4�11 i f��SS �l�i���p�, th� Prir�cipal and ihe Surety hav� SIGN�D and S�A�.ED this
10 instrume�t by duly authnrized ag�r�ts and officers on th9s the �',�day of ,� �
1 �. , 2{l `�.
12
��
�.4
15
�.6
l�
�O
1S
2ii
2� ,4Tf'ES�:
i�
�� � - -� '
24 -
25 (Rrir�cipaf) Secr�tary
25
PRINCIPAE.:
McMahon Contracting, L�'
`i•If� R �
�
�� /
. f y�_9�� � _�
�Y: � � ,�
�
5i�nature
-��1� IY�:,-�V`�1��.���--a}�e�e�[�r.� - �
-- .
Narr�e 8nd Tt1e
CIIY OF FqRT WORTii
STRiUpAHD GdVSFRflC't'fON SP�CiFiCA'PI4N DOCUMEN3S
RevlsedJufyl, Z011
North It�versfde �r�re Pha5e 4
PrOJect No. lUQ4S3
OQ6113-3
PERFORMANGE 80ND
Page 3 of 4
i �z
3
4
5
fi
7 ��
S �lll�tness as ta principa!
9
1[i
i�.
12 -
13
14
15
16
17
1�
1J
20
21
zz
a_�
Z4
�5
2S
27
Z$
29 �
Addre�s:
30 i 9 Roy Der Blvd.
Grand Prairie, TX 75050
SURETY:
CoIonial Amerioan �asualty ar�d Siirety Campany
and Fidelity and Depasit Company of Maryland
�Y: ,����-�-t-� ��'! �z.,��l�
5ignature
Robbi Mora�es, Attor»ey-in-fact
IVame and Tifle
Address:
SOOS L8J Freeway, Suite I500
---_._--Y—�---
Dallas, 'I'X 75244
crry of FVRr woR7�
STATdDARp LpS�SiR[7CTiDMf SPECfFICAT10Np UQCUME[diS
Revised July 1, i017,
North Rtv�rsids l3rive Phase 4
PraJec[ Np.1p�453
00 6113 - 4
PERFQRMANGE BQNp
Page 4 of 4.
1
3
Witness a5 to Surety
Telephone
Number:
4
Zl4/989-q000
� '��1o#e: If signed by an o�Ficer af the Surety Cornpar�y� there musi be on file a certi�ie�[ extr�ct
� ��'a►'� t#�� by-Iatr�s Showing tf�at this p�rson has authoriiy to sign such obiigativn. If
S 5ur�ty's physicai address is d�fFerer�� firorr� its rr�ailir�g address, 6oth must be pr¢vided.
� The tlate of the bond shai( nat be prior �o the date th� Cantract is awartfed.
7.0
ClTY Q� FORT WORTM
STAN�ARi7 CONSTREIC7'fON SRECEFIGl7fON pOCUNIENiS ���h alverslde Orive Phase 4
Revlsed Jufy 1, 2q1Y Pr4�ect Nn.100453
Bond No. 9364973
r��i�a-�.
PAYl1A ENT 80ND
Page 3. of 4
�
2
3
4
�
6
�
�
9
3�0
11
i�
13
1.4
i�
z6
��� ( ��� QQ �� i�r
PAYMEi�T BQI��
T�� SYA"�� [�� i�XAS
g���°n+ �� �a���n�r
�rt�at w�, �
$
�
�
Kitf��lal o4EE �Y TH��� b�flt�S�Nii�:
known as
"Principal" herei�, and _and Fide3ity+ art�3 Deposit Company of MaryiandJ
,�
carporate surety �surefles), duly authorized to c#o business in #he State of Texas, �cnown as
,•5uretq,. ��tein (wh�tE��r an� or mare), are held anr� firrnly �ound unt� the City cf Fort Wot-th, a
munic�pa! cor�aration creaied pursuant to the laws o� tl�e Sfate o� Texas, �nown as "C1ty„
hergin, In the penaE sum of SIX-MIlLlOIV TWp-HUNDRED EIGNi THOUSAND �0 �t-HiJN�RED
SExTEEN AI_VD TWE#V'FY �ollars ($6.20$,416.2Q), iawfui �nor��y of the United 5#ates, to �e pdid i�
For� Wowth, Tarrant Gounty, Texas, fnr fihe �ayrnent of whic�► sur't� we!! and tru�y b� rnad�, we
bind ourselves, our heirs, er�ecutors, administratnrs, successors and ass�gns, joi�tEy anr#
severaliy, firmly by #hese presents:
17 �r!lH���AS, Principai has entered into a certain written Contraet vuit� City, �ward�cf th�
18 i2}�` clay of �b�p��'�, .,_.._....._� 20 �r� , whici� Contrac# is her�by referred tn �nd
19 made a�art hereof fr�r al! purposes as if fully set fo�fh her�in, to furn#sh a!t materials,
20 ec�uipr�ent, labor and other acc�ssories as defined by law, in the prasecution of the Work as
21 pravided for in said Confiract and designated as Pavin�. Draina�e. !!�ilitv, & 5treet i.� hti»s
�2 Im rauem,ents #or,lUorYh Riversid� qr)ve Phase 4, Citv �ro)�c� No. �flp453
2� �E�W, i�f��t�4����, THE CONpIiION Q� THlS OBLI�ATIDN Is such ihat if Principat shalt
��4 pay a!i mpnies ovuing to ar�V (and allj paymer�t hond beneficiary �as defir�ed in Chapier 2253 of
25 the "Cexas Government Code, as ame►�ded) in the prosecutian of the War�C unct�r the Contract,
�6 then this abfigation shal# be anc# becnme nuli and �old; q�}�erwisa to remain In fuil force and
27 e{�'ecf.
CfTY Df FQRT 1NpNTH NarEh Riverside Qrive Phase A
STAiVDqqA Cb�fST2UCTlDN SPFCIFICp710N pOCUiUIfNiS Project Na.1aQ4S3
RevlsedJufy 1, apli
00 �s z4 - a
PAYMENTBQND
Page 2 of 4
� �his bor�d is made and executed in co�nplianc� w[��h the provisf�ns of Chapter 2253 af
2 tl�e Texas Government Code, as amende�, �nd aif liabEiities nn this band sha�! be d@t�rmine� in
3 accordartce w�th t�e prnvfsia�ts nf said statute,
4
CIFY QF F�RT WqRTH Nor#h Rivers€de Ori�e phase A
STANDkitb COfVSTRUC7ipN SPECIFICp1'ION DOCUM�Nt5 Prpject �€o. �pp453
Revf3ea3u�yz, zolx
UO 67. 7,4 - 3
QAYI1�fENT 8pi�p
Page 3 of 4
� IN 1l�ffl�'N��� l�l�l�#C�p�, the Principal and Surety ha�e each S1Gf��� and SEAL�D this
2 instrum�n� by duly autharized agents �nd offic�rs on #his tf�e �,^ day of
� _ 20�.
4
A7i'EST:
„
`���-_"'___.
n �
�Principalj Secretary
. �
t
Wi$nLSS �5 tU PCi11Ci}���
ATT�ST:
RRI�]CfPAL:
McMahon Contracting, LP
^�' t�1.� ► ��`
� — - ,._.
� �' .,'�
BY� �
E
5i�nature
--�nC[ki� �1i1-;��/lol�lr� �z.�-hr�r,F�(1'�i►�
- �
Narne and Ti�le
Address: 3019 Ro�Orr Btvd.
Grar►ci Arairie, TX 75050
SUR�TY:
Coioniat Americar� Cas�iafiy and Surety Company
ai�d FideI� a�id Depasit Company af Maryland
— ,_,.,,.�......�
BY: � � `� ��_- _ �..f,�
�ignature
CiTV �F FQFt7 Wi7RTM North Rlversfde �riva flhase 4
5'fAtUbAAp COnfS7ftuCTlpN 5PECIFiCA'FfOfV DOtklMEN75 Project fVo.100453
Revised 1LIy 1, ZD1�
006I14•4
PAYMENiBpNp
Fage 4 of 4
IA �
-�.�._..
(5ure�ty} Secretary
����
Witness as to Surety
1
Robbi Mara�es, Attorney-in-fact
f�ame anri Titie
Address: 50D5 LBJ Freer�vay, s���e � saa
Da�las 'f7� 75244
Telepi�one Nurnber: 214l989-QODO
Z �lote: i� signed by �n o�Ficer of the 5ur�ty, there rnust be on file a certified extract �ram the
� bylaws showing that ihis person has autE�pt�ity to sign such abiigaiio�. If Surety's physica!
4 adr�ress is dlff'er�n# frdm iis maifing address, both mus� be pr�vided.
S
6
ihe date af the bond s�ali not be prior ta the date the Contract is �vuarded.
7
�ilf� [�� S��"r [OR!
8
ciTv o� FVRr wo�Tr�
S7ANDARD CONS'fRUCi'I�N SPECfF1CAT10N DOCElMEIV'f5 �4rth RiVerside Drlve Phase 4
Revlsed fuiy 1, apli E'rolect [�a.1d0A53
Bond No. 9369973
0�6119•�.
NiAIl1'�ENANCE BQNp
Page i aF 4
1
2
3
4
5
6
7
$
9
10
11
��
i3
14
15
16
17
18
ii#� ��'r4�� DF ��X�S
�Otli�itl �� iAR�A�lT
�
�
��
5��'Ip� 6� 6�, ��
MAIN7'ENA�I�E �ON�
� �{I��l�i �1�,�. �Y i�l��� �R�S��lT�:
Th�t we McMahon Contractin�, LP Icnawn ds
Co�onial American Casua ty an Surety ompany
•,Prir�cipai" herein and ��idelity and Denosit Co�npan nf Maryland ,....� a eorporate surety
(st�reties, if more than onej du�y author#zed ta do �usiness En the 5t�te of'Texas, kr�own as
"Surety„ i�erein (whether one or rnore}, are held at�d firrr�ly bo�and un�a the City af �c�rt Worth, a
mt�rricipal �nrpnraitan created pt�rsuan� to the laws af i��e State of Texa�, known as "City"
herein, in the sum of 5�x-NilLUON TWO-FfUND��� E�GHi i�f0E15AND FOiJR-HLlNDR�q SiX'��'�N
AN9 TWE'iV'�Y DoAars ($ 6�fl�41fi,2p}, #awfut maney of ihe United Staies, tc� be paicf in For-t
Wor#h, iarrant County, Texas, for payrnent of which sutn weU a�rd truty be made unta the City
anci i�s succes�t�rs, we bind o�rs�lves, our i�eirs, executprs, administra�ors, successors a��i
assigr�s, jointly and s�verally, �irrnly by tf�ese presen#s,
19 tl�i����A�, the Principa! h�s entered In#o a ceriain wrritte�t ea�tratt wifh th� City avirarded
20 the� day of �l Yl � �0��, whlch Contract is hereby
Z1 re�Ferred to and a made part her�of for a1! pur�oses as if fu11y set forth herein, to furnish aN
2� materials, squipment labor end ather aecessories as defin�d by law, in the prosec��inn of ��e
23 Worlc, including any Work resulting #rorrr a duly aut�torizeat Cha�ge 0�'dr�r (coliectively iterein,
24 the "Work") as pro�ided for in sa€ci contract �nd designa�ed as �avin Qr�tna e Utilit & S#ree�
25 iightin� Irnpro�ements for I�ar�h �tivers3de DrEwe Pi�ase,4, C1tv Proi�et No. i0045�; ar�d
zr
��
z8
4,'+1��R��S, PrincRpai binds i�sei#t€� use such t�aterfais �nd to so cons�ruct �he Worfc in
a�card�nce vsriti� the plans, specifications and Contract �oe�rnents that ihe Work is and wiN
CtiY OF F4RT WpitTH
STANDARD COluSYRUCTION SPECIFlCATiON �OC4Jh/��N'�S North R�vers�de Dr�ve Ph�se 4
Revised]u!y �, 20i1 PrnJect Nn, iQ!l453
oo s� aa. �
M+4INTENAM1ICE BpND
Pag� Z of rt
�, rerrrain free frorn clefects in materials or warkmanship fd� and during the perpoc! of ty�a (�j y����
2 after #he �ate of Final Acce�ptance of the War�C �y the City ("Mafntenance Periad"}; and
3
4 Vlf�#�R��5, Principa! �inds itself to repair ar reconstruct �he Wortc irt whole or in part u�nr�
5 rece�v3ng notfre from the Ci�y af the need therefor a� any time within the Maintenartce Perfvd.
&
7 ��V�! iFf�R����t�, �#�� �o���tivn afthis obligatian is such �hat if Principai s�all remedy
� any defective INark, fior wi�ich tim�ly notice was �ravfded by �ity, to a corrEpletian satisfactory
9 ta the Ciiy, t#�en #his fl�ligation shali b�come nuil and ►�oi�; vther�w3se to remain in fuli force and
lU effect.
11
�Z ��������, �i�U9i�lt��, ii Principal sha�! fait so ta repa�r or reconstruct any timely
�.3 noticed de�ective Work, it {s agreed ti�at the City may cause any and a�E suc�r defect�ve Worlc to
�4 �O� repaired and/or reconstructed with at! associated costs thereof beRng �orr�e by the princlpal
15 anci fhe Surety underth9s Maintenance hond; and
E�:.
17 Pi���IlD�i9 �U�d�'�lEA, that ifany iegai actfo�r be ��ied an this Bond, venue shaiE li� in
1$ Tarrant County, Texas vrthe United Siaiss Ristr�ct Co�art for ihe �larihern Il�strict af�'exas. �'ort
19 Worth Di�isior�; �nc!
�0
2� P�E�VIDE� FU�T�#�R, tha� ihis obligation shall he continuaus in na#ure and successive
22 recaveries rnay be had hareon for s�cc�ssive breaches,
Z3
24
25
CI7Y DF FORT WqR17�!
STANDARU C�iVSfRlJCTlDN SPECI�ICA�idN bUCiJMENTS
Revised July 3, 203.1
NorEh Riversf de Brive Phase 4
ProJect No.10D453
00 6119 - 3
N1AINiEiVANCE BDN�
Page 3 of4
1 #PV �1?i��SS 4�t�E��1�d3F, the Prine#pal anc� t�e 5urety have each SIG€V�� and S�AL�� this
2 €nstru�ment by du(y autharize�I agents and nfficers or� this the �_— d�y oi __�i/1GI.t�f��_.,...
3 _ . 2t3 !�i :
4
�
6
7
�
9
10
11
12
�.3
14
15
a.s
��
��
�.9
�o
21
2Z
23
24
25
26
�7
28
PRiNC1PA�:
McMal�an Coni�ractin�, L,P
� -,
� ,�
�ti�/ A
�iy • �;'� _
/
� � Signa�ure
A°i#'EST:
��,1
��'��
(PrincR�Oaij 5ecretary
--- �rle�it I� � �,r�� � ��� ,�,�4.�,,�,, ��1.
�ame and Tit�e
�
j� � '
! /,r``>:� I. ./>��
i
' --�f
� �'
Witttess as to wrincipai
Address:
3flI9 Roy Qrr Blvd.
Grar►d Prairie, TX 75050
SURE�Y:
CIYY pF FQRi W4RTH
5TANpARD CONSTRUCTION SPECIF1CqTE�N �OCUMENTS t�orth R4verslde Drive Phase 4
Revlsed July 1, 2011
Pro)ect Na. 3.Q8453
�- vT�i
.�
F �
��
ZJ
'�
�7
7$
19
20
2�.
zz
23
29
2�
26
27
�8
CoIanial American Cast�alty and Surety Company
and F'idelity and Deposit Company of Maryland
BY:L_.��,�.._� � ��;�. ./
Signa#u re
A77ESi:
����� �
Robbi Mqrales, Attorney-in-fact
I�ame ant! iitle
��CIt'e55:
(5Urety} 5ecre�ary
1Rlttness as to Sure�y
SQQS LB! �reeway, ,�uite t500
Daiias, TX 75244
Telephnne
Num��r:
2 ! 4/989-OD00
*Note: #i signed by arr nfficer di the Surety Campany, th�re must be on �ile a c�r�ifted esrtract
fram ihe by-iaws showing that this person has authority to s�gn such obEiga#ivn. tf
SuretY'S phYsical address is different from its rnaifirrg address, 6oth musi �e prouided.
�he daie of the I�ond s�rall noi be privr to the date the Contract is awarded.
�I�f Y OF FOR"T woRTH
STRINDAAD CbNSTiiUCT C', t== --^•- �.
NeviSed ]uly 1, �p11 " ` ti DpCUMENTs
.� .- e...=� .a-^�se4
,—.. a....::'-i53
'LURICI-I fiM�RICAN I1V3URAIYCC COMPAIVY
COL�N[AL AM�RICA� CASUAL7'Y AND SCI��TY COMPANY
TID�I,i'�'Y A1�D DEP�,51T COMPAI�Y OF MAI2YLAND
POWER OF ATTORNGY
KNOW ALL MEN �3Y TI-IESE PRESENTS: That the ZURICH AMERtC,4N INSURf4NCE COMPANY, a carporAtion of the State of New
York, #he COL03VIAL AMERICAN CASU/�LTY AND SURETY CDMPATiY, a corporation of the State af Iltinois, and ihe FIDELITY
A]�ID DEP05IT COMPh1NY OF MARYLANA tt co�•poration af the State of Illinois {herein col�ective�y called the "Companies"), by
Robert �. Murray, Viee P�•esideni, �n pursuance af �utharity granted by Article V, Section 8, oithe By-Laws of said Companies, which are
set forth on tk�e reverse side hereof And fu�e herel�y certified ta be in full tqrce and ef�eat on the date �ereof, do l�ereby nomina#e, constitute,
v�d ap�oint Ricardo J. R�YNA, Tina MCEWAI�, Don �. CORN�LL„ Joshua SACfI�'D�RS, Rabbi MORALEB, Sophinie H�JNTCR,
Keily A,. WLS1'BROOK and '�'onie 1'�TIiAN�I�, all of Dallas, Texas, GAC[f, its tr�Ee and lawful age�t a�id Attorney-in-Fact, to make,
execute, seaE and deliver, fo�•, and on its behalf as surety, and as its aet and deecf: any ancl a�l bonds and un[lerfa[cings, anc! ihe exeeutian
of suc[i bonds or �ndei�takings in pursuancti o�'these pR•�sents, slxall be as bindir�g upon said Conlpanies, as fia[ly and a��3piy, to a!I intents a�3d
purposes, as if tiiey had been du[y execuEeci and acicnowledged 6y the regularly efecteti oPEicers of'the Z[JRIC[-� AMERICAN iNSCIRANC�
COMPANY at tts office in New Yarlc, 1Vew Yo►•lc., the regularEy alect�d officers af' the CpL�NIAL AMEft[ChN CASUI�,I,'t'Y t1.ND
SURETY COMPANY �fi its n�ice in Owings MilEs, MaiyEand., a�id the c�g�l�u•ly elected o�icers o� the FIp��,[TY ANI] D�FOS[T
COMPANY OF MARI'LAND at its nfFce in Owings Miiis, Maryland., in their oEvn prope�• peE•sa�is.
i'he saic( Vice President c�oes hereby certify that the eatract set forth on #he reverse side heranf is a true copy of �lrcicle V, Sectiot� 8, of
the By-Laws of said Companies, and is now in forcc.
IN WI'fNESS W}-I�REOF, the said Vice-Presicient has hereunto subscribed hislher naanes and affixed t��e Gorpor�ta Seals af tl3e sttid
Z�1RIC1� AM�RICAIV I�iSifRA1VC� COMPANY, COLONIAL AMERICAN CA51fAL7'Y A1�D SIIRETY COMPANX, ant)
k'IA�LI`i'Y ANll D�POSIT COVIPANY O.F MARYLANI), this 8'�` day ofNovember, A,D. 2�19.
`Pty SHS,HyYir
34,0 * °'��, a ticros,� a�y
:�'� ���e �4�d� � = � �T 4. $ � �"� �
r .,._ ��± � � ��9��, ��,�
it+Ce �" Eifii
' U F '�
n.ib`�., ��y e r �g � ��7
y� ,.� �,M1^�a' awn. ��5.
r �w3s��s
ATTGST:
Zi3RiCFI AM�L2ICAIY INSUC2Al�FCC C(3MPA\fY
COLpI�'IAL AMCRtCA,N CASUALTY AtVD SURETY COATPEiNY
1�'IllELITY ANll llEPOSC't` C(}I�IPANY DI+ II�ARYI..A.ND
�
-- ----�--_..
13y: Roberl D. Mzrrray
I ice Pr•ssfde�tl
, ��..�i[.��-1 rL � t-�4_�i.l.`L(�t_ _..
1°}�: �L71YY7 �. BI'O]YY!
�2G'EiCl7y
St�te af MRryiand
Couniy af �t�l#imm•e
Ot1 this 8Eh day of Noveinber A.D. 2019, Nefore ihe subscriber, a 3�Iotary Pubtic ot Ei�e SCafe of Marylat�d, duly com�ttissioned and qsealified,
I2obert �. Marrqy, Vice Presidrnt and bxFrn �. Brown, Secretary of the Cn�npa�3ies, to me persanaily ]cno�vn to he the individuals and oiiicers
described i�� and wl�o executed the preceding instrumei�t, and ack�tiowiedged the exect�tia�a of same, a3�d �eing by tne dttly swor�3, deposetlt ar�d saith, tUat
he/she is ti�e said officer af tiie Campa�3y atoresaid, a��d ilixt the seals affixed to the precediE�� instruEuene are ll�e Carporate Seals of said CainpaE�ies, and
tliat tl3e said Corporate Seals aaid the signature as sucti otiicer timeee duly aftixed aE�d subscribed to the saict instra�ine��t by the authori[y aizd directiou of tl�e
said Carporaiions.
IN "I`ESTfMONY WI-T�R�OF, 3 have hereunto set my hand and a�xed my Officiat 5ea] the day �nd year iirst nbpve �vri#Yen,
y�ti;�ill`E1��� , �
�'�'.,' S, ;i7!'�� � �����A� �i . , •�..-+d�.+�/d="?'��
:�; � y :' �•:
••7;'' 1 ri'.
•. % ti� �..;
�:";,. ,15:,5•,�� _; Consiance A. Dunn, NotaryPublic
'%�1:;,..:..;��.', ; 1vEy Commission Expires: July 9, 2023
,�����Zi�s«��l'
�X i �tACi ��pM �Y-LAWS O�' T[�E COMPA�lI�S
"Art[cle V, Sectiai� 8, !-�tforne s-i�t-Fact. The Ci�ief Exeeutive 0['Ccer, the PE'eside€it, oa• any �;�ecutive Vice Presideitt or Vice President
tn2y, by rvritteu insi�'untent under tlie attested co��porate seal, appoii3t atco�•neys-in-fact Lvitt� a�ttlln:'ity to execute bonds, policies,
recognizances, stip�iIations, uadeetalcings, ar other like insts•uments an behatiof't(►e Co�t�pany, aaci tnay atfihor's•r.e any o�fcea� or any suc[7
attartley-in-fact ca ai'(ix, the c,orpnrate sea[ t[aeeeto, atZd uaay �riil�, or tivitlwut cause jnodify af revoke a�ly s��ch appninti��eni or autho�•ity �t any
time. °
C��'i'iIFfCAi�
f, the andet5tg��ed, Secretary of the ZURICI-I AME1tICAN tNSURANCG COM�AI�IY, the COl�C)NIAL AMERICAN CASEJAi.TY
E1NT] SIJi�ETY CQMPANY, and the FIDEE,ITY AND DFP05I1' COMPANY OF MARYT ANQ, do hercby certify that ihc Foregoing
Pa�ver of Attorney is still in f�all force rand effeci on the dt�#e af tt�is certifcalc; �cr€d I do fiirther cerrify that ,�t�fcle 'l�, Sectio�t S, oi'ihe �3y-
L�r,vs of the Companies is still in %rce.
7'his Parver af Attorney ancl CErtificafe �77ay be signed by facsimile u�der �n�i b5� a�lfhority ol'tll.e follawin� resoltttinn of the Board of
IJireeto�•s of the ZURICH AM�RiCAN 7NSt7ItANL:B COMPANY at � mecting Ciuly caUec! and �elc3 on the l 5th c[ay of Decenaber 19�8,
1Z�SOLVED: ° J'hat #he signahirc a�the President or a Vice Presic�eni and fhe �itesting ssgnatu��: of a Secretacy os• tu� Assistant Secretary
and tl�e Seal of the Con�pai�y may be aft7xed by facsin�ile an any Power o#' Attorney...Ai�y such Power or any eertiflcate therec�f heai•ing sucl�
facsimilc signa�ure and s�al shalf be valid �nd binding c�n the Cainpaiiy."
This Aowe�� of Attorney and CerCiticaCe may �e signed l�y facsin�il� u�ider a�td Uy authority of the fol[otiving i�so3ution oP tl�e Iioard of
3]irectors of the COLONIAL AMERICAN CASUALTY A1rID SUCtETY COMPANY at a meetii�g duly called tu3d held o�� the Sih day of
May, [994, and the #ollowing reso[�atio�i o�'the T3a�rci af 33i�•eotnrs of tiie I'ID�C.ITY AND I3EPOSIT COMPANY OI' MARYLA�ID ai a
meeting d�aly cal�ect and �eld on t[�e l0ih day of May, 1990.
RESOLVEI?; "That the f�csirtaile or mechani�.qlty reproduced seal nf the co�zzpany and facsiinile qE• mechtu�icalEy r+cprpducecl signature
of'any Vice-Presideuf, Secretary, or Assistant Seoeetary of the Cam�any, r�hethcr made herctofore ot' heieafter, wherever appeasing ttpon �t
certi{�ied co�y of a�iy powec• of aitorney issiied by tha Con�pany, shal! b� valid and hinding upoi� t13e Cni��patsy with tE�e same force anc� effe�t
as tl�ough �anualiy affixed.
IN'TEST[MONY WI-]ERI;O�', I have hereui�tc� suUscribed 3ny ntune and affxeti fhc corpor�te seals af t3�e said Companies,
this �___ day oF_2/[�__��, �{ ,
o narRy. a*�!��,e�� s�iir,�
�ti',��a'�.�'�' ���''�«.. `�o�R� �
.,.,. s sg x�s� as � 6111.
': E!!1 �e T'26i,? 1@°8"r�� t �(��
..' ti. . . �
� .6��'ari yn uova+
r ��`i'.��� %i" ,! " _.�J
rr
rr
�3y: 8a•ian M. Hodges
Vsce Pt•esidcnt
TO �2�P�RT A CLAIM V'V1TI� R�GARD TO A�URET'Y BOND, PL.�ASE ,�UBMIT A CUiVlFLET� DESCRI.P�'IOlOi
OF THE CLAI107 I1�ICLUDING Tfd.� PRiNC�PAL ON TH� �OND, THE �QND NIUMBER, AIYD YO�1R CONTACT'
�i�F'QRMATI.O.N 7'�:
Zurich Surety Claims
5299 �urich Way
Scl�aumburg, IL, 6QI96-I055
www.re�o�°tsf�lairras aurich���.cor,�
800-626-4577
�
���.���
i�X�S Im��r'��n� N�tic�
IM�ORTANT NOTIC�
AVkS� IMPORTAN7�
To obtain infarmation or make a eomplaint:
You may call Zur�ch North America's tolf-free telephor�e
number for information or to make a compiaint at:
'I-800-38�-�15q
You may contact the Texas Department of Insurance to
obtair� information on companies, coverages, rights, or
complaints at:
1-800-�6�-3�39
YQu may write fhe Texas Department of
Ensurance:
P. O. Box 149 � 04
Austin, TX 78714-9104
Fax: (512) 490-� OD7
Web: www.tdi.texas.gov
E-mail: ConsumerProtection a[,7tdi.texas.gav
�R�MIUPIfi OFt CLA�M DISPU7IES:
5hould you ha�e a dispute concerning your premium ar
about a claim, you should confact the company firsf. If
the dispute is not resol�ed, yo�a may contact the Texas
Department of Insurance.
ATi.�CF� TI�IS NDiICE i0 YOUR PO�ICY:
This notice is for ir�formation or�ly and daes not become
a part ar condition of t�e attached document.
Para obtener informacion o para preser�tar una queja:
Usted puede Ilamar al numero de telefono gratuito de
Zurich EVorth America`s para obtener infiormacion o para
pres�niar una queja al:
1-�DU-382-2150
Usted puede comunicarse con el Departamento de 5e-
guros de Texas para ob#ener informaeion sobre com-
panias, coberturas, derechas, o quejas al:
1-�00-252-3439
Usted �uecfe escribir al pepartamento
de Seguros e!e Texas a:
P.O. Box 149104
Ausfin, iX 78714-91 q4
Fax: (512) 490-1 Q07
Sitio web: www.tdi.#exas.go�
E-mail: ConsumerProtection@tcEi.texas.gov
�ISPUTAS POFi PRIMAS D� S�GUFt05 �
RECLAMACIONES:
Si tiene una dispu#a relacionada con su prirna de seguro
o cor� una reciarnacion, usted debe comunicarse con la
campania primero. Si la disputa no es resuelta, usted
puede comunicarse co� el Depariamenta de Seguros de
Texas.
ADJUNT� �SiE AVIS4 A SU PbLiZA: Es#e aviso es
solamente para propasitos informativos y na se con-
�ierte en parte o en condicion del documento adjunto.
u-�u-zss-� fos��s�
Page 9 pf 9
\
TH1S ENDQRS�M�NT CFiANGE� THE POLICY. pLEASE REA� IT CARFFUL�Y.
,�
J
7he Cornmercial Ge�eral Lfa�ility Limits of fnsurance apply ta the insurance provided by this endorse-
ment, excepi as provided below: �
7. �mplayee BeReflt L.iahiii�y Coverag�
Each �mployee E.�mFt: $9,000,040
ASgregate �imit: $3,00�,000
Deductible Amount: $ 1,OOD
3. Darnage to Premises Rented iv You
The lesser of:
T�K�� � CC)��'RA�i��t�' C��'i�i[��.�C,,�,� ��N��.AL �,N.�1.�31��°T'Y
��OAD��ED �IVD�R���I1�i�T
T�is endorsement modifies insurance pro�ided under the faflawing:
COMM�F:CiAI. GENERAL. LIAB1�iTY COVERAGE pAFtT
A, �ndorsement - Ta�ie of Contents:
Cov�raqe;
7.
2.
3.
.4.
5.
6.
7.
8.
9.
'J 0.
'1'I .
't2.
'13.
74.
'i5.
'16.
'17,
78.
Be ins on Pa e:
�rnpfayee �enefif Liabilify Caverage ..................................,...........................,............
............3
Un9ntentional Faiiure to Disclase Hazarcts ......................................... ...9
................................ ..
Damage to Pramises Rented tn You ............................................................. ....,.............9
........,
Suppiementary Paymenis ...................................................................................................... 70
MedieaEFayments ................................................................................................................... '10
'18Q Day Coverage for Newly Farrr�ed or Acquirec! organizations ............................ ... 't0
......
Wa�►rer of Subrogatian ....................................................................................
........................ '17
Automatic Addifiional Insured - 5pecified Re[a#ions�ips : ............................................... 1-�
• Mar�agers or �essors af premises;
• L,essor of Leased Eq�uiprn�nf;
• Vendnrs;
• State or Governmental Agency or Subdi�rrsion ar Pnlitfcai Sui�di�r�sian - Permits
orAu#horizations Relat�ng to Premises; and
• Mortgagse, Assignee ar Receiver
�roperfy Damage ta Borrowed �qaipmenf ................................................... .. �4
.....................
�mp oyees as Insureds - Specified hleaft� Care Services and Good Samaritan
Services......................................................................................... 7�
...................................... •...
Broadened Notfce of Occurrence .......................................................................................... 75
NonawnedAircraft.-••• ..............,........................................................,.............. .... .... 15
........ .......
Bodily �rtjury Redefined .....................................................................................•••...
....<......_... 75
�xpecteci or IntencEed Injury Redefined ................................................................................ '15
Forrr�er �mployees as lnsureds .......................................................................... ..... '�5
Voluntary Property Damage Co�erage and Care, Custndy or Control L,Pa�ility
Coverage.................................................................................................................... .... '16
.....,:...
Broadened ContractUal l.fability - WorEc Wi#hin 5D' of Railroad ProperEy ......................... 77
Afisnated�remises ................................................................................................................. '17
B. f..imits of Insurance:
a. The �ach Occurrenc� Lirnit shown in the �eclarations; or
h. �SOa,�QO unless otherwise stated $
A�. Supplementary Payments
a. �ail �onds: $ 2,50Q
GA 233 TX 09 77
includes copyrighted matarial of Insurance
5ervices Office, Inc., with its permission.
Page '! of '17
�
b. Loss af Earnings: $ 5D0
5. Medical Payments
Medical Expanse Limit: $'lO,OOD
9. Property Damage #o �orrowed Equipzr�ent
Eac� Occ�rrence Limit: $'10,000
Deduck[ble Arrtount: $ 250
'�6. Voluntary Praperty Damage Coverage (Co�erage a.) And Care, Custody ar Control Liability
Coverage (Coverage b.j '
i,imits of lnsurance .
Coverage a.
��,aoo �acn oc�urren��
$5,OD0 Aggregate
Coverage b. $5,04Q �ach Oecurrence unfess otherwise stated $
Deduciibfe Amoun� (�acf� Occurrence) .
Covel'age a. �z50
Coverage b. $25� unless otherwise stated $
COVERAGE
h. Care, Custody or
Controf
PR�MiUM SAS1S
(a) Area
(b) Payrol!
(G) Gross Sales
(d) Uniis
( el Oth et'
RA'i�
(For Limits in �xcess of
$5,oao)
TO�AL ANNUAL
ADVANC� I'R�MIUM
{Far l.imifs in �xcess of
$5,040)
$
Includes copyrighted material af Insurance
GA 233 TX 09 'I7 Services OfFica, Inc., with its permission. Page z of 17
, Co�rerages
'I. �mployee B�ne#it Liabilif�r Coverage
a. 7f�e folfawing is add�d ta Section i-
Go�erages:
Emplayee Bene�Flt Liabil9#y Cover-
age
(7) l�suring Agreemeht
(a) We wi[I pay those sums thaf
the Ensurec! bacomes legally
obligated to pay as dainag-
es caused by ar�y act, errar
ar omissinn af the insured,
or of any other person for
�nrhose acts the insured is
legaily liabie, to w�ich tF�is
insurance applies. 1Ne wil!
have the right and duty to
defend the insured against
' ar�y "suit" seeking those
damages. Howe�er, we wiff
have no duty to defend
against any "suit" seaking
damages to which this ir�-
surance does not ap�aly. We
may, at our discretion, in-
�estigate any repoti of an
act, error or omission and
settfe any claim ar °suit" that
may result. But:
'1) The amount �ve wi�f pay
for damages is lirnited
as described in 5ection
Il] - [.imiis of Insur-
ance; and
2} Our right and duty to
defend ends w�en we
have used up the appli�
cab�e Eimit of insurance
in the payment of judg-
ments or settlerrle�ts.
No other o6ligation or liabil-
ity to pay sums or petfiorr�
acts or ser�ices is ca�ered
unless explicitly providecE for
under 5upplemen#ary
Payments.
(b) This insurance applies to
damages only if the act, er-
ror or omission, is neglig�ni-
iy committed in the "admin-
istration" of your "employee
benefit program"; and
7) Occurs cluring tY�e policy
period; or
z) Occurred prior to the
"first ef#ective date" of
GA Z33 7X 09 'i7
this ertc�ors�ment pro-
videc! you did nat have
Ecno+n�ledge af a claim or
"s�aif" p� or before the
°first efFective date" af
this endorsernent.
You vvilf be deerrted to
have knavvledge at a
claim or "su[t° w�en any
"au#hnrized representa-
tive' ;
a) F2eporis all, or any
�ar�, of the �ct, er-
ror ar amission ta
us or any other [r�-
surer;
bj Receives a writt�n
ot verbal dernand
nr c(aim for dam-
ages because of
the act, errar or
OE711551p�l.
(.Z) Exclusions
7his insurartce does not apply to:
(a) �odily Injury, Prope�y
pamage or Personal and
Advertising inj�ry
,Bodily injury°, ��praparty
c�amage" or "p�rsohal and
ad�er�ising injury".
(h} Dishanest, �rauduJeni,
Criminat or Maliciaus Act
Damages arising aut of any
intentional, dishonest,
frauciulent, crimina! or rnalf-
ciaus act, error or omission,
comrnitted by any insured,
including the wiilf�al or recie
less violation of any statute.
(c) �'ailure to F'erform a Con-
#ract
Damages arising out of faif-
� ure of performance of con-
tract by any insurer.
(d? Insufflciency of Funds
Datnages arising out of an
insufficiency nf funds to
meet any obligations under
any plan included in ti�e
"emplayee benefit program°,
Includes copyrighted mater[al of Insurar�ce
Services OfFice, Inc., with its perrr�ission.
Page 3 of't7
(e) Inadequa�y of P�rfolr�
mance of Invest-
mentlAduice Giusn W9th
Respect io Participation
Any claim based upon:
1) Faflure of any invest-
ma�t ta perform;
2) Errors in pravidang in�-
formation an past �er-
formance of investment
vehicles; or
3} Ad�ice given ia any
person with res�ect to
that person's decision to
participate nr not to �ar-
ticipate in any pfan in-
cluded in the "employee
benefit program".
(fy Warkers` Gompensation
and Simila� Laws
Any claim arisi�g out of your
failure to comply with the
rnandatory pro�isions of any
workers' comper�sation, un-
err�ployment compensation
insurance, social securiry or
disability benefifs !aw or any
sirr�ilar law.
(g) �RiSA
Damages far which any in-
sured is liabie because nf !i-
ability imposed on a fiduci-
ary by the Emplayee Re-
tirement fncome 5ecurjty
Act of i 974, as now or
hereafter amended, or by
any similar federal, state or
local laws.
(h) Availahte Benefits
Any claim for benefits ta the
ext�nt fhat such benefits are
avaiial�le, w�th reasonable
effor� and cooperation of the
insured, fram the applicable
funds accrued or other cal-
lectible �nsurance.
(i} Taxes, Fines or Penalties
7axes, fines or penalties, in-
cluding those imposed un-
der the Interna] Re�enue
Code ar any simifar state or
local law.
(j) Employmer�t-Related Prac-
tices
Any liaf�iliiy arising out of
any:
(�) Refusal to employ;
(2) Terminatian ofi er�tploy-
rnent,
(3) Coercion, ciemotion,
evaluation, reassign-
ment, cEiscipline, defa-
mation, harassrrtent,
humiliation, discrimina-
tion or other employ-
ment - relatec� practices,
acts or omissions; nr
(4) Consequential liabiliry
as a res�lt of (1), (2) or
(3) above.
This exclusion applies
whether the insured may be
held liable as an employer
or in any other capacity and
to any ohligation to share
damages with or repay
someone else who must pay
damages because of the in-
�ury.
(3) 5upple�rtentaty f�ayrnenis
Section I - Cowerages, 5up-
plemantary Payments - Cover-
ages A anc[ B alsa aQply to this
Coverage,
b, Wt�o Is An insured
As respects Emp�oyee Benefit Lia-
bility Cauerage, Section II - Who is
ar� Insured is replaeed by the fallow-
ing:
('1) If ynu are designated in the Dec-
{arations as:
(a} An individual, you arrd your
spouse are insurads, but on-
fy with resp�ct to the �on-
duct of a business of which
you are the sale owneC.
(b) A partnership or joint ven-
ture, you are an insured.
Your members, yaur part-
ners, and their s}aouses are
a[so ins�reds but only with
respect to the conduct of
yaur business.
(c) A limited liability company,
you are an insured. Your
lr�cludes copyrighted �naterial of Insurance
GA 233 TX U9 '17 Services OfFice, Inc., wiih its permission. Pa9e �4 ot"E7
members are alsa insUrecls,
but only with respect to t�e
conduct of your business.
Your managers are in-
sureds, but or�Iy with respect
to their duties as your man--
agers.
(d) An organization other tF�an a
partnership, joint venture or C•
iirt�ited liabili#y cflmpany, you
are an insurecl. Your "execu-
iive ofFicers" and direefors
are insureds, but only with
respect to their dutie5 as
yot�r ofFicers or directvrs,
Your stocicholders are also
insureds, but only with re-
spect ta their IiabiGty as
stocl�hofders.
{e) A trust, yo� are an instared.
Your trustees are also in-
sureds, but anly with respect
ta their duties as tr�stees.
(2) Each of the foiEowing is also an
i�s�red: .
(a) �ach of ynur "employees"
who is or was autMot'ized to
administ�r your "employee
benefit program' ;
(b} Any Persons, organizations
or "emp[oyees" Y�a�ing prop-
er tem�orary authorization
to administer your "empEoy-
ee benefit program" if you
die, b�t only �ntil your iegal
representative is appointed;
ar
(c) Your �egal re�resentative if
you die, but aNy with re-
spect to duties as such. That
representative will have alf
yaur rights and dutias under
this Coverage Part.
(3) Any organization you n�wly ac-
quire Qr farm, other than a parE-
nership, jQint venture or lirnited
liability company, ar�d over whic[�
you maintain owners�i� ar majar-
ity ir�terest, wili qualify as a
Narnsd Insured if no o#her sirnifar
insurance applies ta fhaf organi-
zation. Hovvever, caverage under
this provision:
(a) Is afFarded only untEf the
780th day after you acquire
or form th� organizatian or
#i�e end of the po[icy periocE,
w�ichever is earlier; artd
(b) Does r�ot apply to any act,
error or omiss�on that was
commitied befor� you ac-
quired or forrned the organi-
zatian.
Limits of Insurance
As respects �mployee Beneiit �ia-
i�ifity Coverage, Section III � Limi#s
of Insurance is repfaced by �h� fol-
lowing:
(7) The Lirnits of insurance shown in
Sectior� B. �.imiis of Insurance,
't. Employee Benefit Liab�lity
Caverage and the rules below �x
the most we wiff pay regardless
of the nurnber of:
(a) insureds;
(b) Claims made or "suits"
braugf�#; .
(c) Persons ar organizations
making clairns or bringing�
"suiis' ;
{d) Acts, errors ar omissions; or
(e) 8enef[ts included in your
"ernp�o.yee b�nefit prograrrt",
(2) �he Aggregate Limit shown in
Section B. Lirnits of lnsurance,
�!. �rrzployee Benefit �.iabi]ity
Cn�erage nf #�Es endorsement is
the most we will pay far afl dam-
ages because af aets, errars or
nmissions negliger�tEy comrr�itted
in the "administration" of your
"employee benefit program ",
(3) Suiaject to the �imit described in
(2) above, the �'ach Employee
Limit shown in Section B. Limits
of Insurance, 7. �mployee
�anefit Liah9lity Coverage of
this endors�ment is the rr�osk w�
rrvilf pay tor afl damages sus-
tained by any one "employee",
including damages sustained by
such "empfoyee's" de�e�dents
and 6eneficiaries, as a resuft af:
(a) An act, error or vmission; or
(b) A series of related acts, er-
rars or orr��ssions, regard-
less of the amaunt of time
that lapses between sUch
acts, errors or omissions;
I�cfudes capyrightecf ma#eria! of Insurance
GA 233 7X �9 77 Seruices Off�ce, lnc., wit� its perrnissinrt, p��� g❑f q�
negligently committed in the
"administration" of your "employ-
e� benefit prngram".
However, the amount paid under
this endorsem�nt shalf not ex-
ceecl, and wiil t�e s�hject to fhe
limits and restrictions ihat apply
to the pay�nent of benefits in ar�y
plan inciuded in Yhe "emplpyee
bene�it program."
(�) peductible Amount
(a) OUr obligation to pay dam-
ages on behalf Qf the in-
s�red aPplies aniy to th�
arnount af damages in ex-
cess of tha Deductible
Amount stated in the Decla-
rations as applicable ta
�ach Employee. The limits
of insurance shai] not be re-
duced by the amount of this
deductible.
(b) T1�e Daductible Amount
siated in the �edaratians
applies to aN damages sus-
tained 6y any one "empfay-
ee", including s�ch "emplay-
ee`s" dependents a�d bene-
ficiaries, because of all acfis,
errors or ornissions to whEeh
this insurance applies.
(c) The terms of this insurance,
including t�ose with respect
to:
�t) Our right and duty to
defend tha insured
against any °suits"
seelcing thase damag-
es; and
z) Yo�r duties, and the du-
ties of any other in-
�nlved insured, in the
event of an act, error or
omissfon, or claim;
apply irresPecti�e of the ap-
plication of the �eductible
Amount.
(d) We may pay any park or all
of the �]eductibla Amounf to
efFeck settlement of any
�laim or "suit" and, lipnn na-
tifca�ian of the actinn taken,
you shali promptly r�irn-
burse us for such �art of the
�ecEuctible Amount as we
have paid.
d. Atiditiona! Conditians
As respects Emp[oyee Benefit �.ia•
bility Cauerage, Section N- Com•
rnercial General L.ia6ility Condi•
tions is amended as follows:
('i) item 2. Duties in the �uent of
QccurYence, Offense, Claim n�
5uit is replaced by the fallowing:
2. puties in ihe Even# of An
Act, Error or Omissian, ar
Claim or 5uit
a. Yo�t must see to it ihat
we are natifiied as saon
as practicable of an act,
errar or amission which
may result in a claim.
To the extent possible,
notice should i�dude:
(�[) Wh�t th� act, error
or omiss[on w�s
and whan it oc-
curred; and
(2) The narnes and
addrasses of any
one who may suf-
far damages as a
result of the act,
error or omissian.
b. lf a claim is made or
"suit" is brought against
any insurec�, you must:
(9} Immediately record
the specifics of the
claim or "suit" and
tihe date received;
and
(2) f�oti'fy us as soon
as pracfleable.
Yau must see to it that
we receive wri�ten no-
tice of the claim or "suit°
as soon as practicable.
c. You and any ot�►er in�
volved insured must:
(1) Immediately send
�as copies of any
demands, notices,
summonses or le-
gal papers re-
ceived in connec�
tion with fhe claim
or "suit";
Incfudes copyrightecE material of �nsurance
GA 233 'TX 09 't7 Serriices Of�ice, lnc., with iks permission. page 6 af 'li
.
(3) CaopeYate with us
in the investigation
or settlement of the
claim or defense
a�ainst t�� "s�it°;
and
(2) Authorize us to 06-
tain records and
other information;
contribufes equal
amounts �ntil it has
paid i#s appficable fimit
of insurance Qr none of
the lass remains,
whichevar comes first.
!f any of the other in-
surance does noE permit
CbY1�YtI]U�iOfi by ec�ual
shares, we wiA contrib-
ute by Eimits. Uncler this
metf�ad, each insurer's
share is based on the
ratio of its appGcable
fimit of insurance to t�e
tota! appficable lirrtits of
insurance of ali insur-
ers.
(4) Assist us, upon our
request, in tne en-
forcement af any
right against any
person or organi�
zation which may
be 1ia61e to the in�
sur�d beca�s� of
an act, error or
omissian ta which
this insurance may
also ap�ly.
d. No insur�c! rNill, except
at that insured's own
cost, voluntarily maEce a
payment, assume any
obiigatior�, ot- incur any
�xpanse without our
ca�sent.
(2) �tem 5. Other Nnsurance Es re-
placea by the fo�lowing:
5. �ther Insurance
If ather valid ancE collectibfe
insurance is avaiiabie �o the
insurad for a loss we caver
under this Co�erage Par�,
our obiigatians are firnited as
foElows:
a. Primary lnsurance
ihis insurance is grima-
ry except when c, belav�r
applies. If khis ins��-ance
is primary, our nbliga-
tions are not affect�d
unless any of the other
insurance is alsa prima-
ry. iFten, we tvill share
with aff that ather insur
ance by the methad de-
scribed in �, belov�r,
b. Method of Sharing
If afl of the other insur
ance permits confribu-
tion i�y equal shares,
we wi�! fnllow this meth-
od also. Under this ap-
proach each insurer
GA 233 7X �9 97
c. �xcess lnsurance
This insurance is ex-
cess aver any of the
other insurance, wi�eih-
er primary, excess, con�
t�ngent or on any other
basis that is insurance
�urchased [�y you to
coverage damages #or
acts, errnrs ar otnis-
sions ti�at occurred �riar
to the "first e�fective
date".
e. Additionai 1]efiniiinns
As respeets Employee Benefit Lia-
biliiy Coverage, 5ec#9an V- Defini-
tions is amended as fofla�nrs:
('1) T�e following definitions are
adder�:
Includes copyrighted material of lnsurance
Setvices Office, lnc., With its permission.
'i. "Administration" means:
a. Pro�iding inforrnation to
"�:mployaes", ineluding
their depender�ts and
i�aneficiaries, with re-
s�ect to efigfbility for or
scape of "emplayee
(�enefit programs";
t�. fnterpreting fhe "em-
ployee benefit pro-
grams' ;
c. Fiandfing records in
cannection with the
��employee baneft {�Ca-
grams`; o�-
d. Effectir�g, cant�nuing ar
terminating any "em-
ployee's" participation in
Page 7 of'!i
any benefit inc{uded iro
the "employee benefit
�rogram".
�lowe�er, "administratiort"
daes not incfude:
a. Nandfing payrall deduc--
tians; ar
b. Tf�e failure to effect or
maintain any insurance
ar adequate limits af
coverage of insurance,
including but not limited
to unemployment insur-
ance, social security
benefits, workers' com�
Pensation a�d disabifiry
benefits.
2, "Cafeteria p[ans" means
plans authorized by applica-
ble law to a[law "employees"
to elect to pay for certain
benef�ts with pre-tax dallars.
3. "�mployee ber�Efit pro-
grams" means a program
providing snme of all of th�
followi�g benefits to "em-
ployees", whet�er pro�ided
through a "cafeteria plan" or
otherw�se:
a. Graup life Insurance;
group acciden# or heafth
insurance; dental, vision
and hearing pla�s; and
flexil�le spend'fng ac-
caunts; provided that no
o�e other than an "ern-
ployee" may subscrilae
to such benefiis and
such benefits are made
generally available to
those "employees" wha
satisfy the plan's eligibif-
ity requirements;
f�. Profit sharing plans,
employee sa�ings
plans, ernployee stock
ownership plans, pan-
sion plans and stock
subscription plans, pro-
vided thai no one other
than an "employee"
may subscribe to such
benefits and such bene-
fits are made genera!!y
availab�e to all °employ-
ees" who are eligibka
under the plan for such
benefits;
c. Unarnploymen# insur-
ance, social security
ber►efits, workers' cam-
pensat�on and disabiliEy
benefits; and
d. Vacation plans, includ-
ing buy and sefl pro-
grams; leave of ab-
sence pragrams, includ-
ing mi�itary, materniiy,
#amiiy, and civil leave;
tuition assistance plans;
transportatian and
health c{�b subsidies,
�. "�'irst effective date" mear�s
the date upon which cover-
age vvas first efFecked in a
series of �ninterrupted re-
newals of insurance cover-
age.
(z) The following definitions are de-
leted in their entirety ar�d re-
placed by the following:
8. "Emplayee" rneans a person
actively employed, formerfy
employed, an leave of ab-
sence ar disabled, or retired.
"Employee" inc]ucles a
"leased worker". "�mployee"
do�s not includa a °tempo-
rary worker".
z-I. "SuiY' means a civil p�'oceed-
ing in which maney riamag-
es because of an act, errar
or omissian to which this in-
surance a�plies are alleged.
"Suit" includes:
a. An arbitration proceed-
ing in which such dam-
ages are c�aimed and to
which rhe insured rnust
submit or does submit
with aur cansent;
�. Any qther alterna#iv�
dispute rasolution pro-
ceeding in which such
darnages are claimed
and to +n+hich the in-
sured submits with our
consent; or
c. An appea! of a c[vil prn-
c�eding.
lncludes copyright�d rnaterial of lnsurance
GA 233 TX D917 Services Office, Inc„ with its per�ission. Page $ nF h'�
;.
,
�
Z. Unintentional Failure ta Disclose Haz-
ards
Section N� Cammercial General Liabif-
iiy Candit�nns, 7. Representaiions is
arrtended by tf�e addition of the fallowing:
8aseci on our dapendence �pon your rep�
resenkations as to existing hazards, if uh-
intenYionaffy you shou3d faif to disclose al�
such hazards at tf�e ince�tion data of your
po�icy, we will not rejecE co�erag� under
this Coverage Part based solely on such
failure.
3. Darnage to Premises R�nted io You
a. �'he ]ast Paragraph ofi 2. Exdusions
under Secfian I� Caverage A- Bod�
ify Injury and property Darr��ge [.i-
ahility 3s rep�aced by the following:
�xclusions c. through q. do not apply
ta "property damage" by fire, explo-
sian, Eightning, smoEce �r soQt to
prerr�ises whife rentec! to you or tem--
porarily occ�pied by you with parmis-
siot� af the awner, for wi�ich the
arnounf we wili pay is limited to the
Damage to Premises Rented #o
You Limit as described in Sectlon lfl
� Limits of lnsurance.
b. Tha insuranee provided under Sec-
tion 1- Co�erage A- F3odily Injury
and Property �lamage Liahifity ap-
plies ia °property darr�age" arising out
of water cfarr►age to premises that are
boil� rented to anc! nccupied by you_
(1} As respects Water Damage Le-
gal Liabiiity, as pro�id�a in Para-
graph 3.E�. above:
The excfusions undar S�ction t-
Cnverage A� Bodily tnjury and
� �Propar�y T7amage Lia6i�ity, 2.
�xc�usians, othet' than i. War
and the I�uclear Energy Liabi�-
ity Excl�sion {Broad Form), are
deletecf and the foflavving are
added:
`ihis insurance does not apply to:
(a) "Property damage":
(i) Assumed in any con-
tract or agraement; or
(if) Caused by or resulfing
froitr any of fhe follow
ir�g:
'I) Wear and tear;
GA 233 TX 09 'i7
fncludes copyrighted material af Insurance
Services Office, inc., with iks permission.
2) Rust ar ather cot--
rnsion, d�cay, de�
terioratian, hidden
or latent defect or
ar�y quaEity in
property that caus-
as it to damage or
destroy itself;
�) Smog;
9�) Mechanical break-
down, including
r�pture or bursting
caused by centrif-
u�al force;
5) Settfing, cracking,
shrinking ar ex-
��115lO�1;
S) fVesting or inf�sta-
tion, or discharge
or Yelease of Nlaste
products or secre-
tions, by insects,
birds, rad�nts or
ather ar►imals; or
7) Prese�ce, growEh,
proliferation,
spread or any ac-
tivity of fungt�s, in-
cluding mold or
rniidew, and ar�y
mycotoxins,
spares, scents or
byproducts pro-
dUcec! or released
by f�tngi.
(f�) "Property damage" caused�
directiy or indiractly by a�y
of the foElotiving:
ti} Earthquake, �alca�ic
eruptinn, fancislide or
any other earth move-
meni;
(iij V�later that bacics lip or
o�erflows or is other-
wise discharged frorrt a
sewer, drain, suri�p,
sump purrip or reiated
equipmenf;
(iii) Water Under the ground
surFace pressing on, or
flowing or seep9ng
through:
'i) Fo�ndatians, wafls,
fioors or paved
surFaces;
Rage 9 of '17
Z) Sasements,
wheth�r paved or
not; ar
3) Doors, wincfaws or
oth�r apenings.
c.
(cj "Property damage" caused
by or resulting from water
that leaks or flows from
plumbing, heating, air condi-
tioning, fire protection sys--
tems, ar other equipment,
caused by ar resulting from
freezing, unless:
(i} You did your bes# to
mainEain heat in the
building or structure; or
(ii) You drained the �quip-
ment and shut afi€ ihe
water supply if the heat
Was not maintained.
(c�) "Proper�y damage" ta:
(i) Plumbing, heating, air
Ganditioning, fire protec-
#ion syst�ms, or nther
eqvipm�r�t or applianc-
es; ar
(ii} The inkerior - of any
building or structure, or
ta personal property in
the building or structure,
caused by or resufting
fram rain, snow, sleet or
ice, whether driven by
wind or not.
Limi# of Insuranc�
With respect to the insurance afi�ord-
ed in Paragraphs 3.a. and 3.b. abo�e,
the Damage to Prernises Rented to
You Limit as shown in the Declara�
tions is arr�ended as fo3lovus:
(1} Paragraph 6, nf Section III -
Limits of Insurance is replaced
by the fallowing:
G, Subject to Paragraph 5.
above, the i7amage to
Premises Rented #o You
Limit is the mast v+re will pay
under Coverage A - Badily
Injury and Property Dam-
age L€abiiity for damages
beca�se of "property dam-
age° to any one premises:
a. Whfle rent�d to you, or
temporarily acc�pied �y
A�.
you with permission of
the awner;
h. 1n the case of damage
by fire, �xplosion, fight-
ning, smoKe or soot,
w�ile ranted ko you; or
c, in the case of damage
by water, while rented
to and occupied byyau.
(2) The mostwewill pay is liinitedas
described in Section B. L.imitsa�
Insurance, 3. Damage ta Prem-
lses Rented to Yau ofi ihis en-
dorsernent.
S�pplementary Payments
Under Section � - 5up�leimentary Pay-
met�ts - Coverages A and B:
a. f'aragraph 2. is rep�aced by the fol-
law�ng:
Up to the limit shown ir� Section B.
Limits af Insurance, 4.a. �ail Bonds
nf this endorsement for cost ofi bail
bonds required b�cause of acc�dents
or t�affic law violations arising out of
the use of any vehicle to which khe
Bodily Injury Liability Co�erage ap-
plies. Wa da nat have to furnish these
bonds.
b, paragraph 4. is replaced by the fol-
low9ng:
All r�asonable expenses incurred �y
fhe insured at ou� reqt�est to ass�st us
in the investigation or defense af the
claim or "suit", including actual loss of
earnings up to the limit shown in 5ec-
tian B. Limits of Insurance, A.b.
L.oss Of Earnings of this endot'sement
per day because af tima ofF from
work.
S. Medica! Payments
The Medical Expense L'tmit of Any One
Persan as stated in the Deelarations is
amended to th� fimit show� in Section B.
I.imits of ]nscrrance, S. Medical pay-
mer�#s of khis endorsement.
6, '180 Day Coverage for Newly �ormed or
AcqUired Organizations
SectEon II - Who is an Ensured `rs
amended as follows:
Subparagraph a. of I'aragraph 3. is re-
pla�ed by tha follawing:
Encludes copyright�d material of Insurance
GA 233 iX 09 '17 Setvices Office, Inc., with its permissian. Page 10 ef '17
Ins�rance unc[er this provision is af-
forded only Untif the 180th day after
you acquire or form the organizafian
or tha encE nf ihe policy period,
wl�iche�er is earfier;
'7. Wai�rer ofSubrngation
S�ctian IV - Commercial Genera[ Liabil-
ity Conditions, 3. Transfer o# Rights nf
Recovery Against Others to us is
amended by ti�e additior� of the following:
We wai�e any right at recovery we may
have against any persan or organizatior�
against whom you have agreecf ta waive
s�ch right of recovery in a wriiten contract
or agreem�nt because afi payments we
make for injury or damage aris9ng out of
your onga[ng operations ar "your work"
done under a written contract or agrse-
mer�t with tha# �aerson or organization ancf
included ir� the "products-completed oper-
ations [�azard". However, o�r rights may
oniy be waived prior to the "occurrer�ce"
gi�ing rise to the injury ar damage for
which we make payment under this Cov-
erage Part. The insured rrtust do nothing
af�er a lass to impair our rights. At our re-
quest, the insurad wil! brin� "suit" ar trans-
, fer those rights ta us and help us enforce
those rights.
S. Autvmaiic Addiiional Insured - Speci-
fiec€ Relationships
a. The f�llowing is added to Sec#9on II -
Who is an Insured:
(7j Any persan(s) or arganizatian(s)
described in I'aragraph 8.a.(2) of
this endorsernent (hereina�ter re-
ferred ta as additional insured)
whom you are required to add as
an additional insured under t�is
Coverage Part by reason of a
written cor�tract, wriften agree-
ment, written pPr�nit ar written
authorizafion.
(2) Only the following pe�rsans ar ar-
ganizatinns are additiar�al in-
st�reds undar this endorsemenf,
and irrsurance coverage provided
to such additional insureds is iim�
ited as provided herein:
(a) Managers or �.essors of
Prem ises
The manager or lessor of a
premEses leased to yau with
whom you have agreed per
Paragraph 8.a.(�) of this en-
dorsernent to pro�ide insur-
ance, but only with respect
ko kial�i�ity arising out of the
�wnership, maint�nance or
Use af that part of the prem�
ises leas�d to you, subject
tn the following additianaf
exclusians:
This insurance does not ap-
ply #o:
�I�
E��)
Any "�ccurrence" v�rhich
takes piace af�er yau
cease to be a tenant En
that prernjses;
Structural � alterations,
new cansfruction or
demalition o�erations
pe�Formed by or on be-
half of such additional
insured.
(b) Lessor of l.eased �quip-
ment
Any person dr orgar�ization
from +n+hom you iease
equipment when you and
such person(s) or arganfza-
tion(s) have agreed per Par-
agraph 8.a.(�i) of this er�-
dorsement to pravide insur-
ance. Sueh person(s) ar or-
ganization(s) are insureds
aniy with respect �a liability
for "bodily injury", "property
damage" or "personal and
advertising injury" caused, in
whale or in part, by you�'
maintenanca, oparation or
use of equipmant leased to
you by such person(s) or or-
ganization{s). A person`s or
organizatian's status as an
additionai insured u�cfer fhis
endorsament ends �+srhen
their cantract or agreement
with you for such leased
equipment ends, However,
this insurance dnes nat ap-
ply tn any "occurrence"
which takes plac� after the
equipment �ease expires.
(c) Vendars
Any �erson or organizatian
(referred to �elow as ven-
dar) with whom yau have
agreed per Paragraph
8,a,('I) nf this endarsement
ta pro�ide insurance, but an-
[y with respect to "bodily in-
jury" ar "praperty damage"
lncludes co�yrighted material of lnsurance
GA 233 TJC 09 '17' Se►vices Office, 1nc., with its permissian. Page 11 of '17
arising out of "your prodUcts"
which are disiribuEed or sold
in the regular course of the
vendar's business, subject
to the following additional
exdusions:
(i} The insurance afforded
the vendar does not
apply ka:
�) "Bodily injury" or
��properiy damag���
fior which t�e �en-
dor is obligated to
pay damages by
reason of the as-
surr�ptior� of iiability
in a contract or
agreer�ent, This
ex�lusion does nnt
apply to liability for
damages that the
vendor would have
in the absence of
ihe contract or
agreement;
2) Any express war�
ranty unauthorized
by you;
3) Any physical or
chemical change in
the product made
intentfar�ally by the
vendor;
�1.) Repackaging, ex�
cept wF�en un�
packed so�ely for
the piarpose of in-
spection, demor�-
stratior�, tes#ing, ar
t�e substitutian of
parts under in-
structions from the
manufacturer, and
then repackaged in
tne origit�af CQR--
tainer;
5} Any faif�re to maKe
such inspections,
acEjustments, tests
or serrricing as the
ver�dor has agreed
to make or norma[-
iy undertak�s to
make in the usual
caurse of busi-
ness, in connectian
with the distribution
ar sale o� tF�e
products;
6) Demonstratior�, in-
stallatian, servicing
ar repair opera-
tions, except such
operations per-
formed at the ��n-
dor's premises in
connectian with ti�e
s�ie of the produck;
7) Products which, af-
ter distribution or
sale by you, have
be�n labelec! or re-
labeled or used as
a container, part or
ingredient of any
other t�ing ar sub-
sfance by ar for the
vendor; or
8) "Bodily injury" or
°property damage"
arising out af the
sole negligence of
th� �endor for irs
own acts or omis-
sians or khase of
Its ernplayees ar
anyone else aeting
or1 'lts behalf. How-
ever, this exclusian
dQes not appfy to:
a) The excep�
fions contained
in Paragraphs
(c) (i) A.) or G)
of t�is en-
dorsement; or
b) SUch inspec
tions, adjust-
ments, tG5t5 OC
servicing as
the vendor has
agreed to
make or noY�
mally ur�der
fakes to make
in the usual
cours� af
business, in
conneGtion
with the distri-
bution or sale
of ihe prod-
ucts.
Includes copyrightad materiaf of Insurance
GA �33 TX 09 'i7 Services OfFice, lnc., with its p�rrnission. page 72 of '!7
(ii) This insurance does not
a�pfy to any insured
person or organizatian:
'I) Frarn whom yau
f�ave acquired
such products, or
any ingredienfi, part
or containar, �nter-
ing into, accompa-
nyin� or containing
such products; or
�) When liabifity in-
eluded within t�e
"products-
completed opera-
tions hazarcE" has
been exduded un-
der ti�is Co�erage
Parf w[th respect io
suc� products.
(d) State or �avernmental
Ag�ncy ar Subdivision or
Poliiic�l Subdivision „
permits �r Authorizations
Re[ating to Premises
Any state or governmenta[ .
agency or subdivisian ar �o-
litical subdivisian with which
you have agreecf per Para-
graph S.a.('1) of this en-
dorsement to pro�ide insur-
ance, su6ject to the follow-
ing additional provision:
7'his insurance applies only
with respect to the following
hazarcis for which the s#ate
or governmental agency or
subdivision or politieal s�b-
divis�on has issuad a permit
or aufhorizatian in connec-
tion with premises yau own,
rent ar control and to which
thFs insurance appiies:
(ij The existence, malnte-
nance, repair, cnnstruc-
fion, erec#ion or removaf
af ad�ertising signs,
awnings, tanopies, cel-
lar entrances, coal
hales, driveways, man-
holes, marqueas, hoist
away apenings, side--
walk vaults, street ban-
r�ers or decorations and
similar axposures; or
[iii) T"he awnership, mainie-
nance or use of any el-
evators covered by this
inst�rance.
(e) Martgag�e, Assignee or
F�ecefver
Any persan or organization
with vvhom you have agreed
par Paragraph 8.a.('i) of th�s
endarsement ta pra�ida in-
surance, 6ut only with re-
spect to their liabiliry as
martgagee, assignse, ar re-
ceiver ancE arising out of the
ownership, rrtainter�an�e, ar
use of the premises i�y you.
No+nre�er, thl's insuYan�e
does not a�ply ta structural
afteratians, new cortstruction
and demoiition operations
perFormed by or for that per-
son or arganixation.
(3) The insurance affarded to addi�
fianal ins�reds descrif�ed in Par-
agraph S.a.('I) of this endorse-
ment:
(a) Oniy applies �o the extent
permitted by Eaw; and
(b) Wifl not be broader t�an �hat
which you are required by
the written contract, writien
agreement, written permit or
written authorization to pro-
vide for such �dditionaE fn-
sured; and
(c) poes not apply ta any per-
son, organizatian, vendar,
state, go�ernm�ntaf agency
or subdivisian ar palitical
s�bdivisian, specifically
named as an add�tional in-
sured under any other pro�i-
sion of, or endorsement
added to, this Coverage
Part, provided such other
provEsion or endorsement
covers the inj�ry ar damage
for wt�icf� this insurance ap-
pfies.
b. With respect to the insurance afford-
�d to the additional insureds de-
scri��d in Paragra�ah 8.a.(1} of fhis
endarsement, #he following is aclded
to Sectipn IIl � Limits of lnsurance:
(il) 'The cor�struction, erec-- The rnost we wili pay o� behalf of the
tinn or removai of eleva- additionai insured is the arnount of in-
tnrs; or surance:
[ncludes capyrighted material of Insurance
GA .Z33 77C 09 '17 Services Off[ce, Inc., uv9ti� its parmissian, �'age 13 of '[7
('t) Required by t�e written corttract,
written agreement, wriiten permit
ar written authorizaf[on described
in Paragraph 8.a.(7) of this �n-
darsement; or
(2) Availab�e under the ap�licable
Limits of lnsurance shown in tFr�
D�claratians;
wf�ic�ever is less,
This endorsement shall nat increase
the applica6le Limits of Insuranca
shown in the Declarations.
c. Sectian IV - Camm�rciaf General
Lia�ility Condi#ions [s amendec! to
include the foliowing;
Auiomatic Addi#ional Insured Pro-
vision
This fnsurance applies only if the
"bodify injury" or "property damage"
occurs, or khe "persona! and advertis-
ing injury" ofFensa is cammiited:
(-i) f]uring #h� p�licy periocl; and
(�j 5ubsequent to ynur execution of
the written cantract ar written
agreement, or the issuar�ce of a
written permit or vvritken authori-
zaiion, described �n F'aragraph
B, a. ('f }.
d. Sec#ion IV - Commercial General
Liabifity Conditions is amended as
foliows:
Condition 5. Ot�er lnsurance is
amended to include:
Primary and �ionconiributary Jn-
surance
This insurance is primary to and wiEf
not seeEc contribuiion from any other
insurance a�aiiable to an additiona]
insured �er Paragraph 8,a.('t) af this
endarsem�nt pravided that:
(7) Tha additional insured is a
Narned Insurad under such other
insuranc�; and
{2) You ha�e agreed in writing in a
contract, agreement, permit or
authorization described in 8.a.(2}
af this endarsement that this in,
surance would be primary and
would not seek contribufion from
any other insurance available to
the additianal insured.
9. Properly Dsmage to Borrowed EqUip-
ment
a. The following is added to �xclusion
2.j. 17amage to Property Undel' Sec-
tion I- Cnvera�e A- Bodily Injury
and Praperty Damage Liability:
Paragraphs (3j and (4) of this excfu-
sian do not apply to tools or equip-
ment loaned to you, pro�ided they are
nat being used to }�erform aperations
at the time of loss.
b. �Vith respect to the insurance provid-
ed t�y this sectian of the endorse-
ment, fhe following additianal provi-
sions apply:
(1) The Limits of fnsurance showt� in
the �eclaratians ara replaced by
the limits designated in Section
B. Li�nits af lnsurance, 9.
Proparty bamage ta Borrowed
Equipment of this endorsemen#
with respect to coverage pro�id-
ed by tFris endarsement. These
Iirnits are inclusive af and not in
addition to the II[71E�5 being r�-
placed. The Limits of Insuranc�
shown in 5ectinn B. L.imits of
Insurance, 9. Property �amage
to Borrowed �q�ipment af ihis
endorsement fix the innse vve will
pay in any ane "occurr�nce" re-
gardless of the number af:
(a) ]nsureds;
(b) Claims made or "suits"
bro�ght; or
(c) Persons ar organizations
making elaims or bringing
"suits".
(2) Deductible Clause
(a) Dur obligaiion to pay dam-
ages on your behalf applies
onfy to tha amount nf dam-
ages fvr each "occurrence"
which are in excess of tha
Deductible Amount stated in
Section B, l.imits of tnsur-
ance, 9, property Damage
to Borromred �quipment of
this endorsement. 7i�e limits
of insurance will not be re-
duced 6y the application of
such deductible arnaunt.
(b) Section IV - Commercial
Cenera[ Liabiliiy Candi-
tions, z. puties in �he
�vent of Occurrence, of-
Includes capyrig�ted materiaf af Insurance
GA 233 'iX 09 '17 Setvices Office, Inc., with its perrr�ission. Page 'f4 af 'i7
',
`
fens�, Cfaim or 5uit, ap-
pli�s to each claim or "s�it"
irres�ecti�e af the amount,
(c) W� may pay any parf nr aff
of t�e deducfibfa amount ta
effect settiement of any
claim or "suit" and, upan no-
tificatior� o�F the action taken,
yau shall prarnptly reir�-
�urse us for such par� of the
deductib�e amount as has
been paid by us.
40. Emplayees as Insur�ds - Spee�ffed
Health Care Sercr�ces and Gaod Samar
itan 5ervices
Paragrapi7 Z.a.('1)(a) under Sectian I� -
Who is an tnsured cEoes not apply to:
a. Yo�r "employees" who provide pro-
fessional health care services on your
6ehalf as a dufy f[censed nurse,
emerge�cy medical technician or
parameclic in the jurisdietion rn�here an
"occurrence" ar offense to whic#� this
insurance applies taEces place; or
b. Your °ernployees" or "�olUntaer wark-
ers", ather than an employed or vol�
untear doctor, providing first aid nr
goad samaritan services cfuring theEr
wark hours far you will be deemea io
be acting within ti�e sco�e of their
employment by you or perForming du-
ties related to the conduct of yaur
busi�ess.
'1'l. Sraadened Nvfi�e af Occurrence
Paragraph a, of Candiiior� 2. Duties in tf�e
�uent' o�F Occurrence, Offense, Claim nr
Suit u�der Sect�on !V - Cp�merciai
Ganaral Liabilityr Candi�ions is replaced
by the falfowing:
a. Yo� must see to it if�at we are not�fied
as saan as �racticable af an "occur-
rence" or an ofFense whEch may resuft
in a clairn. Ta the exient possi6le, na-
tice sho�fd include;
(1} How, when ancE where the "oc-
c�arr�nce" or offense took pface;
(2} 7he names and addresses afi
any injured persons and wit-
nessas; and
(3) The nature and locatinn of any
injury or damage arising out of
the "occurrence" or afFense.
GA 233 "f'X 09 77
This r�quirement applies only when
the "occurrence" pr affense is known
to an "authorized re�resentatE�e".
'i2. Nonowned A�rcraff
7'he follawing is added to Exciusion 2.g.
Aircraft, Auta or Water'craft under Sec-
tion 1 R Cavarage A- Bodi�y Inj�ry and
Properfy Damage l.iabifity:
This exclusion doas not appiy to art air-
craft you c!o not awn, providecf that:
a. �'he pilot in command holds a current
effecti�e cer�9flcate, issued f�y a duiy
wnstituted a�thority of tha Uniied
States nf America ar Canada, desig-
nating t�at person as a commercial or
airline transpori pilot;
b. The aircrafi �s rented with a trainecl,
paid crew; and
c. The aircraft does not transport per-
sans or cargo far a charge.
'13, Bodi�y Injury Redefined
S�c�ian V- Definitions, 4. "Bodify injury"
Is re�laced by the following:
4. "Bodily injury" mear�s bodily harm or
injury, sickness, disease, dis�bility,
humiliation, shock, fright, menta� an-
guish or rrte�tal injury, �ncfuding care,
loss of setvices nr deatn res��ting
from any ofi these at any #ime.
'14. Expacted or Intended lnjury Redefined
The last seritence of Excl�siar� 2.a. Ex-
pected or lnfended lnjury under Section
f- Coverage A- Badify Injury and
Properry Damage �iability is r�placed by
the foflowing:
This exclusion does not apply to "�odiiy
injury" or "prop�rty damage" resulting from
the use o� reasonable �nrce #o protect per-
sans or prape�ty.
75. Former Employ�es as �nsureds
The following is acfded to Paragraph z.
under Sectian II - Wha €s an lnsured:
Z. �ach of the fo�lowing is afso an in-
sured:
Any of your former "employees°, di-
re�#ors, managers, members, part�
ners or "�xecuti�e officers", including
but not limited to retired, disablad nr
ti�ose an leave of absence, but only
for acts v�ithEn the scope of their ern-
pEoymant by you or far duties related
to the conduct afyour business.
Ir�cludes copyrigF�ted materiaf of Insurance
Services Office, ]nc., with Its permission. Page '15 nf '�7
�6. Voluntary Property Damage Couerage
a. Ca�erage D- Valuntary Property
Damage Coverage
5eciion 1- Goverages is arr�ended ta
inclucle the fallowing:
GA 233 TX 09 '17
('i) lnsvring Agreement
{�) We wil] pay the cost to re-
pair or replace "p�`operty
damage" to praperty nf oth-
ers arising aut of operations
incidental to your business
when.
Z) f�amage is ca�sed by
you; or
Z) pamaga occurs whife in
yaur passession.
At your writk�n requesE, we
will make this payrnent re-
gardless af whether you ara
at fault for the "property
damage".
If you, at our request, re-
piace, or mak� any repairs
to, damaged property of
others, the amount we wi�l
pay und�r Voiuntary Prop-
ert.y pamage Ca�erage will
be determined by your act�-
al cost to replace or repair
the darnaged property, ex-
cluding any profiit ar o�er-
head.
Any (�aymeni we make un-
der Voiuntary Pra�erty
Damage Correrage shall nat
be interpretad as an admis-
sion of liability by you or by
Us.
It shall be your duty, not our
duty, to defend any daim or
"suit" to �nrhich this insurance
appfies.
No ofher obfigation or liabil-
ity ta pay sums or �erForm
acks or services is covered,
{E�) This insurance applies to
"praperty damage" only if:
�) Tha "prop�rty damage"
takes plac� in the "ca�-
erage ferritory"; and
(Zj Exclusions
This insuranc� does nnt app{y to
"property damage" t�at vvould be
excludecf by Coverage A w Sodi-
ly Injury and Prapetty' Damage
Ltab�lity, 2. Exclusians, except
for j. Damage ta Property, par-
agraphs (3), (4), (5) and (6), k.
bamage to Your Product, and I.
Dar�age fio Your Work.
(3) i7efinitions
For purposes of Voluntary
Prflperiy Damage Co�erage
only, tF�e fol[owing definitions un-
der 5ectian V- Definitions are
replaced by the fioflow+ng:
16, "Occurrence" means an in-
cjdent, inc�uding continuous
or re�eated exposure to
substantiaHy the same gen-
era[ harmful conditions that
r�suit in "property cfamage".
zq. °Praperty damage" rneans
physicaf injury to tangible
property. "Elec[ronic data" is
r�ot tangibEa property, and
"property damage" does not
include disappearance, ab-
straction or theft.
b. Care, Custody or Contrai Liability
Co�erage
For purpases af the caverage provid-
ed by Care, Cusiociy or Controf L.E-
abi�ity Co�eraga in this endorsemenf
anly:
('!) Section I� Co�erage A- Bodily
Injury and Property Damage
Liahi�ity, 2. �xciusinns, j.
parnage to Property, Subpara-
graphs (3), (4) and (5} do not ap-
ply to "property datnage" to the
praperty of others descrihed
therein.
(z) It sl�all be your duty, not our duty,
to de�end any claim or "suit" to
which this insurance app{ies.
No other obligation or liability to
pay sums or perform acts or ser-
vices is covered.
This Paragra�ah (�) suparsedes
any pravision in th� Co�erage
par� Co the contrary.
2) The "property damage° f3) "property damage° for which
occurs during the poficy Care, C�stody or Co�tro! E�ia-
period.
lnclucEes copyrigF�ted material of Insurance
Services (�fFice. Inc., wik� its permissian. Page '16 of '17
bility Co�erage �ravides ca�er-
age shall be deemed to t�e
caused by an "occurrenc�" but
shall r�ot serve tn limit or restrict
the a�plieabi[ity of any excf�sion
far "proper�y damage" under t�is
Coverage Par�.
c. Limits of [nsurance and Deducti-
bles
For purposes af the co�er�ge prov�d-
ed by VolUntary Property Uamage
Correrage and Care, Custody or
Control l�iability Coverage, Section
IIC - LimY#s af Insuranee is amended
to inclucEe ihe following:
(1) The Limits af lnsurance shown in
the �eclaratians are replaced �y
the Ili'�it� designafed in Section
. B. Limits ofi Insurance, 'Ifi.
Voluniary Property Dama�e
Coverage and Care, Custody
ar Contro! Liability Co�erage,
in tE��s endorsement. 7hes� limits
are inciusi�e of, and not in addi-
tion to, the [i�nits being replaced.
The Limits of Insurance shown in
the Schedule fix the most we t++rill
� pay regardless of the number af:
(a) InsUreds;
(b) Clairris made or "suits"
brought; ar
(c) PersQns or organizations
making claims or bringing
"suits".
(2) �a) Su6ject to (3) beloru, the
Volun�ary Property Dam-
age Co�erage, Each Occur-
rence l�imit Of ]nsurance is
tha most we wiif pay for the
sum af darnages undar Vol-
untary Pro�er�y Damage
Coverage;
(b) 7he Care, Custody or Cvn-
trol Lia�ility Coverage,
Each Occurrence Limit Of
�nsurance is the most v,re vaiEl
�aay for the sum of damages
under Care, Custody or
Control Liability Co�erag�:;
I�acause of afl "property damage"
arising vut of any one "occur
rence".
(3) 7'he Voluntary Property Dam-
ege Gouerage, Aggregate L'[mit
of Insurance is the m�st we will
pay #or t�e sum of all damages
under Voluntary Proper�y
Darnage Cnverage. '�his limit
applies separately ta each °co�-
erage term".
(�l) Deductibl� Cia�se
(a) Our ob[igatior� to pay dam-
ages on your E�ehalf appGes
only io the amaUnt of dam-
ages for eaeh "occurrence"
which are in excess of th�
DedUct�ble Amaunt stated
far fhe applicable coverage
in the Scf�eciule. T�e fimits
of insurance will not be r�-
dueed by t�e application af
such Deductible Amount.
(b) Section N - CprnmeYcial
General Liability Candi-
tions, 2. pu#ies in the
Event of U�currence, of
fense, Glaim or Suit, ap-
plies to each clairn or "suit"
irrespective of the amount.
(c) We may pay any pari or all
nP the Deductible Amount to
effect settlement of any
claim or "suit" and, upon no-
tification o# the action taken,
you shall promptiy reim-
burse us for s�ch part of th�
Deductible Amount as has
been paid [�y us.
17. Broadened Contractual �.iabi[i#y - Wvrk
Within 50' of Raifroad Property
Section V- pefinitions, 'i 2. "lns�red can-
track" is amended as fallaws;
a. Paragraph c. is replaced by the fol-
lowing:
c. Any easem�nt ar license agree-
mellt;
b. Paragraph f.('E) is deleted in its entire-
ty.
98. Alienated Premises
�XGIUSfOR 2 j. Damage ta Praparty,
Paragraph (2) under 5ection I- Cover-
age A- 6odi[y Injury and Property
painage L.iability dnes not appfy if the
prcmises ara "your woric".
Includes copyrighted material of Insurance
GA233 TX p9 77 S�nrices �ffice, Inc., wiih its perrnission. Page 17 of 'f7
This page has been left blanlc intentionally.
�O��Vi���lA,� ���I��� ��,�B�1.1� ���/����E F�RY�
Vario�s pra�isions in this Caverage Par� resirict SL1P�i.EMEN3`AI�Y PAYMENTS - COV-
this insurance. �tead the entire Coverage Part �RAGES A ANb �.
carefully to deiermi�e rights, dutie� and what is b, This insurance applies to "bodily injury"
and is not covered.
and "property damage" only if:
Throughout this Coverage �'art #ha worcis "you"
and "your" refer t� the �lamed Insured shnwn in
fhe Dedarallans, and any other persoh or organi-
zation qualifying as a Named InsUred under this
Coverage F'art. The words "we", °us` and "our"
referta #he Company prouiding this insurance.
The ward "insured" means any persott ar organiz�-
tlon qualifying as such und�r SECTION il � WHO
IS AN iNSURED.
�ther wards and phrases that appear in quotaiion
rnarks have special meaning. Refer ta SECT[ON V
A fl�FlN17�ONS.
SEC�'IDN 1- CDVERAG�S
COV�RA.G� A. BODILY iNJl1RY AND I'RaP-
ERTY DANIAGE LIABILlTY
{1) The "bodify injury" or "properky dam-
age" is caused by an "occUrrence"
that takes place in th� "coverage ier-
ritory";
(Z} The °bodily �njury" ar "pro�erty dam�
age" occurs during the pof�cy period;
and
t3) F'rior #o th� "cnverage term° in which
"bod€ly injury" or "proper�y darnage"
occurs, yata did nnt know, per �ara�
graph �l,c{. below, that the °badify in-
Jury" or "property damage" had oc-
curred o]- had begun to oocur, in
who[e or in part,
c. 'Bocilly injury" or "property damage"
which:
'I. Insuring Agreement
a. We wEil pay thase sums tnat the �nsured
becomes le�ally abligated to pay as dam�
ages because �f "6acii[y injury" or "prop-
erEy damage° to which this 9nsurance ap-
plies, We will have the right and duty to
defend the insured againsf any "suit"
seeking those damages. However, we will
have no duty to defend the insur�d
against any "suit" seeldng damages far
"bodiiy injury" or "proper�y damage" #d
which this insurance dnes not app�y. We
may, at aur discretinn, invastigate any
"accurrence" and setUe any daim or °s�it"
that may res�lt. But:
{'� } The amount u�re wiif pay for damages
is limifed as descri�ed in SECTION
Kl� - LIM[T5 OF INSIiRAIVC�; and
{2} Our right and cluty to defend ends
when we have useci up the app![ca�
b1e limit of insurance in the paymeni
of judgments or settlements under
S�C7lON I A C(1V�RAGES, COV-
�RAG� A. BODILY W.Ii1RY AND
PRQ?ERTY DAMAGE �.fABIL[TY;
SEC7'ION I - COV�E�AGES, COV-
�RAGE B, 1'EF�SO�iAL AND AD-
VERT1SIf�G NNJllRY LIABILITI(; or
rr��dical expenses �nder S�CTI�N l
A COVE�AG�S, COV�RAG� C.
�EarcA�. �a�rmE�Ts.
(1) Occurs during tne "ca�erag� tsrrn";
and
(2} Was not, prior to #hte "caverage
term", known by you, per F'aragraph
'1.d, beiow, ta ha�e occurred;
inclucfes any oontinuatitin, change or re-
sumpfion af that "bodily injury" or T'prop-
erly da�nage" after the end of the "cover-
age term" in which it first became known
by you.
d. You will be deemed tn icnow that "l�odily
injury" ot' "properEy damage" Ftas occurred
at the earliest time when any °authorized
representative":
('I) l�eports all, or any part, of khe "bodily
injury" ar "property damage" ta us or
any other insurer;
�2} Receives a written or ver�af demand
or �dairr► for damages because of fhe
"faodily iryury" or "property damage";
(3) Fi�st observes, or �irst obserued, tF�e
"bodily injury" or "property damage' ;
(4) Becomes aware, or becam� aware,
by any means other than as de-
scribed in (3) �bove, fhat "bodily in-
jury° or "properEy dama�e" had ac-
curred o�- h�d begt�n to occur; or
5 eecom�s aware, or becom� aware,
No other ob[igatian ar liaf�ili#y to pay sums �� o-� a cand9fion from which "bodliy in�
or perform acts or setvices is oouered
unless expressly pravided for under 1ury" ar "properiy ciamage" is sub-
stan#ially cer�ain to accur.
' fnclud�s copyrighted material af Insurance
GA 'i D'I TX D9 '�0 Services Of€ic�;, fnc., with its permissian. Page 'I of 22
e. Damages because af "bodl�y inJury" in�
clude damages daimed by any person or
arganizatian #or care, �oss of ser►rir�s or
dea,th resuffi�tg at any time from the "'E�od-
Ely injury"_
2. Exc�usior�s
This insurance does not apply to:
a. �xpected or lntended Injury
„8odi�y injury° ar "property damage"
whir� results from the intentionaf or
criminal acts of the insured or which is in
fact e�ected or intended by fh� insured,
eveh if #he injury or clamage is of a ciiffer�
ent degree ar type f�an a�uafly expeded
or intenc�ed. This exclusinn cEoes not ap-
}�iy to "6odily injury" resultir�q frorn fhe use
of reasonable farc� to protect persons or
prnperty.
b. Con�ract�af Liability
"Bodily injury" or "property d�inage" for
whid� the insured is abligatecE to pay
darr�ages by reason of ihe assumpbon of
Iiability �n a oontrac# ar agreement. This
exclusion does not apply to [iability for
dama�es:
(�) 7hat the insured wat�Ed have in the
a�senca oF the �ntract or agree�
m�nt; or
{2) Assumecf in a contracE ar agreement
that is an "insured contracf", pro�ided
the "bodily injury" or "proper�y dain-
age" occurs subsequenf to fhe exe--
cution of the cantract or agreemenf.
When a cfaPm for such "bodily injury"
ar "property ctamage" is rnade, we
w[li defend that claim providec! the
insured Y�as ass�mec! fihe obfigation
to defend such daim in the "insured
coniract`. 5uch defense payments
wili not reduc� the [imits of Ensur-
ance.
c. Liquor Liability
"�odiEy injury" or "properEy damage" for
whid� any insured may be held lia�[e by
reason of:
('i) Causing or canfribut9ng fio ihe into�-
cation of any pet�son;
(2) The fumishing of alcoholic beverages
fo a person under fhe legal drinEcin�
age or under the in�3uence of a[coho�;
or
(3) Any statute, ordinance or regulation
refating to f}�e sale, gifE, distribution
or use of aloaholic beuerages.
This exdusion appfies only if yau are in
#he business af manufac#urir�g, distribuk-
ing, selling, serving or furnishing afcohofic
beverages.
d. Workers` Compensatian ar�d Simi[ar
�.aws
Any of�ligation of t�e insured under a
u�oricers' c�mpensation, disabilify beneFts
or unerr�pfayment compensation law or
any similar law.
e. Employer's �.fabilN#y
"Bodily injury" ta:
('I) An "emplayee" of the insured sus-
tain�d in the 'bvarkplace` ;
(2) An "employee" of the insured �rising
out of t�te performance of'du#ies re-
lated to the cond�ct of tf�e insured's
busPness; or
(3) The spouse, child, parenf, brother ar
sister of that "ernployee° as a conse-
quenae af Paragraphs (1) ar (2j
above.
This exduslon appliss:
(1) Whether tha insured may be liable as
an employer ar in any other capacity;
and
(2) To any o6ligation to share damages
with �r repay sor�eone else who
must pay damages because af the
injUry.
This exclusion does not apply to liabiEity
assumed by the insured under an "in-
s�red contract".
f PaI[utant
('!) "Bodily injury" or "properEy damage"
arising out nf fhe acival, alleged or
fhreatened discY�arge, dispersa[,
seepage, migratian, re�ease, esc�pe
or emission of "pollutants":
(a) At or from any �remises, site ar
lacation wY�ich is or was a# any
time owned ar occupied by, or
rented or loaned to, any insured.
However, Paragraph (a) does
not apply to:
'I j"BodiEy injury" fa any persnn
inJured while on any prem-
ises, site or iocation awned
or occupied by, or rented ar
loaned to, you provided:
�} The injury is causecl �y
the inadequa#e venti�a-
tion of �apors;
InclUdes copyrighted materia[ of lnsurance
GA '10�[ TX 09 10 Senrices Offic�, inc., with its perrnission. Page 2 of 22
b) The �aerso� injured is
first exposed to such
vapors cEuring fhe paiicy
peri�d; and
cj 1Ni�hin 3� days of s�ch
f�st e�osure, the per
san injured is c�inioal[y
diagnosed or trea#ed by
a physician for the
medEcaf conditian
caused by the e�o�
sure to such vapors.
However, Paragraph aj
does not apply if the
"bodily injury" is caused
by vapars prad�cecE by
or originating from
equRpment fhat is used
ta haaf, 0001 or dehu�
midify '�E�e 6uilcfing, or
�quipmenfi fhaf is used
to heat water for per-
sana! use, by the build- �
ing's occupanfs or their
guests.
This exception 1) shaEf ap--
p1y only to Named [nsureds;
we shall harre no duty ta de-
fend or pay damages far
any person or organEzation
t�at is nat a Named ]ns�rad.
Howaver, this paragrapY�
does not apply if the "badify
injury" is caused by vapors
praciuced by or originat�r�g
from equipment that is �sed
to heat, 000l or dehumidify
the building, or equipment
that is Used to heaf water
for personal use, 6y the
building's occupants or t�eir
guests_
Fnr the purpose of the ex
ception granted in Para-
grapF� '�} anly, �apars
means any gasec�us or air-
borne irritant or airborne
contaminant, including
smoke, fumes, va�or or
soot, but exduding ask�s-
tos, whic� is disd�arged,
dispersed, emifted, released
or escapes from materials,
machinery ar eq�ipment
used fn the service ar main-
ienanoe of ihe prernises,
Vapors cEoes not mean any
gaseous or airborne irritants
or coniaminants used irt a
manuFacturing process or
whicl-i is the �roduct ar f��-
procEuct of any manufactur-
ing proce'ss;
2) "Badily inj�ry" or "propetty
damage" %r which you may
k�e held lia�le, if you are a
contractnr, and the owner or
lessee of such premises,
site or lacation has been
added tn this Coverage ParE
as an adciitional insureci
wiiF� respect to your ongofng
operations or "your woric"
per�ormed forthat additional
insured at that premises,
site or location and sucY�
premfses, site or location is
not and neveC was ov�rned or
nccupied by, or rented or
loan�d ta, any insured,
other than that additional in�
s[ared; or
3) "BocliEy injury" or "properEy
damage" arising out of �eat,
smoke or fumes frQm a
"hastile fire";
(b) A# or from any premises, site or
fncation which is or was at any
iime used by or for any insured
or others #or the handling, star-
age, d'Esposal, processing or
freatrr►ent nf waste;
(c) Which are or were at any. time
franspol�ed, handied, stored,
treated, disposed of, ar proc
essed as wast� by ar far:
9 ) {Iny insured; ar
2) Any person or organization
for whom you may be le-
gally r�sponsib]e;
(d} At or frorn any premises, site or
location on w�ic� any insured or
any contracfors or suboontrac�
tors woricing directiy or indirectiy
on any insured's b�half ara pe�
form�ng operaiions if the "pollut
ants" are brougnt an or ta #he
premises, site or [acatian in con-
nection wit� such operatians ay
such insured, oontrac#ar or sub-
contractor. Nawe�er, Paragraph
{dj does nat apply to:
1) "Bodily in�ury" or "p�'nperty
damage" arising out of the
discharge, dispersal, seep-
age, migration, release, es-
cape or emissian of fuels,
lubricants or other operating
fluicis, or exhaust gases,
which are neec[ec[ to p�r
]ncludes copyrighted material of Insuranc�
GA '�a'f 7X U9 9� Senrices OfFice, Inc„ with its permission_ Page 3 of 22
fam't, or are the resu[t of,
ths normal e�ectrical, hy-
dra�lic or mechanica! funa�
tions necessary far the op-
eratian of "mabile equip-
menY" nr its parks, if such
�'uels, I�bricanfs or other
operating fEuicfs, or �:xhaust
gasss, escape, seep or mi-
gra#e, or are discFiarged,
dispersed, releasecf or emik
ted from a vehicle parE de-
signed #o ho�d, s#are ar re-
ceEve tF�em. This exoeptian
does n❑t apply if the fuels,
lubricants or oti�er aperating
fl�ids, ar exhaust gases,
escapa, seep or migr�te, or
are discharged, dispersed,
released ar err�iffed with f�e
intent fa cause "badily in-
jury" or "property damage"
or wif� the krtowiedge that
"badily injury" or "property
damage" is subsfaniially
certa3n to occur, �or if suc.h
fuels, �ubricants or ofh�r
operaiing fluids, �r exhaust
gases, are brought nn ar to
i�e premises, site or loca-
#ion wit� such intent to es�
cape, sesp or rriigrat�, or be
discharged, dispersed, re-
feased or emitted as pari af
the operations being �er
forrned by such insured,
contractor or subcontractar;
2) "Bodily injury" or "property
dama�e" s�rstained within a
building and caus�d by fhe
release of gases, fum�s or
vapors frnm materials
brought into that building in
connec#[on r�ith aperafions
being perfarmed by you Qr
on your b�haif hy a confirac�
tor or subconfractor, or
3) "Bodily injury" or "property
dainage" arising nuf of�eat,
smoke or fumes from a
'°hosti[e fire"; ar
(e) At or fro� any premises, site ar
lacation on which any insured or
any confractors or suboontrac-
fors warking directly or indiractly
an any ins�ar�d's behaEf are per
forminy o�erations if the apera-
iions are ta test for, moni#or,
clean up, remQve, cantain, treat,
detaxiFy or neutrafiz�, or in any
way respond to, ar assess the
effects of, "poflutan#s".
{2j Any loss, cflst or �xpense arising out
af any:
(aj Request, dernand, orcler or
statutnry or regula#ary require-
ment that any insured or others
test for, monitoT, clean up, re-
move, contain, treaf, defaxify or
neutralize, or in any way re-
spc�nd to, or assess the effects
of, "palEutants"; or
(b) Claim or suif by or on behalf of a
governmental authority for dam-
ages because of tes#ing for,
monitoring, cleaning up, remov-
ing, oon#aining, #reat�ng, deto�a�
fying or neutra]izing, or in any
way responding to, or assessing
ihe efFects of, "paflutants".
However, Paragraphs (2)(�) and (b)
do not apply �o liaE�i�ity for damages
because of "property damage" t�af
the insured would �ave in fhe ab-
sence of such request, demand, or�
der or sEatutory or regufatary re--
quirement, or sud� claim or "suit" by
ar an behalf of a governmental au-
#horify.
g. Aircraft, Auto or 1lVatercraft
"6odily injury" or "property damage" aris�
ing out af the ownersf�ip, r�ainter�ance,
use or entrustment to others of any air-
crat� "au#o" or watercraft owned or oper-
ated by or rented or ioaned to any in-
s[ared. Use mc[udes operation and "ioad-
ing or unfoading°.
This exdusion appl[es e�en if the cfaims
against any insured allege negiigence or
ofh�r wrongdoing i� the supervision, hir-
ing, empfoytnent, frainiRg ar rrionitor+ng of
others by that insured, if th� "occurrenoe"
whid� caused iY�e "6odily injury" or "prop-
eriy damage" involved the awnership,
rr�aintenance, �se or entr�stment ta ofh-
ers of any aircraf#, "aufo" or watercrait
#hat is awned or operafed by or ren#ed or
laaned fio any insured.
This exdusion does nnt a�ply to:
�"�) A wat�rcraft while ashore on prerrt-
ises yau own ar ren#;
(2) A watercraft you cio not own that is:
{a) L�ss fhan S1 fee# long; and
(h) Not bein� used to carry persnns
ar property for a charge;
(3) ParE�ing an "aufo" on, or on the ways
next ta, premises you awn or rent,
provlded the "auto" is not ou�ned by
incl�des eopyrighted material af Insurance '
GA 9D'I TX 0910 5er�ices Office, fnc., wifh its p�rmission. Page 4 af 22
�r rented or ioaned to you or the in-
sured; .
{4.) Liabili#y assumed under any "insured
contract" far the ownership, mainte-
nanoe or use of aircraft or wafercraft;
or
(5) "Badily injury" or "praperty damage"
arising out oF:
ta) The ap�rat�or� of machinery or
equipment that is on, atfac�ed
to, oY part oF a[and vehicle tha#
wauld quaii#yunder tha definitian
of "mobile equipment" if i# were
� not subject to a compulsory or
financial responsibility ]aw or
other motar vehicle insurance
law in the stafe where it is !i-
censed or principalfy garaged; or
{h) The operatinn oF any of fhe ma-
chinery nr eq�ipment fisted in
Paragraph f,(2j ar f(3) of the
detini�on Qf "mobile equiprr�en#".
h. Mobile Equipmer�t
"Sodily injury" ar "�rn�erty damage" aris-
2ng caut of:
(1) The fransportafiion of "mobife equip-
ment" by an "auto" owned ar opet�
ated �y ar ren�ed or laaned to any in-
sured; nr
�2) The use of "mok�lle equipment" in, or
w�lfe in practice for, or while �eing
p€�epared for, any prearranged rac-
ing, speecl, demolit�on, or stunting
acEivity,
i. War
"Bodily inJury" or "propertydamage", how-
ever ca�seci, arising, direc#ly ar indirectly,
o� of:
�'lj War, indUding �ndedared or ci�il
war;
�2) Warlike action 6y a military force, in-
cluding action in hindering or defend-
ing againsf an actual or expected a#�
tack, by any go�ernment, sovereign
or other authority using mili#ary per
sonnel ar other a�ents; or
(3} ]nsurrecfion, rebellion, ra�oEution,
usurped power, ar action taken by
gaverntnental authorify in hindering
or defending agains# any of these.
,j. �amage ta }'roper�y
"Property c�amage" to.
(1) Property you own, rent or occupy, i�-
cl�ding any costs or expenses In-
curred by yau, or any o�her person,
organizatfon or entity, for repair, re-
placement, �nhancement, restorat9on
or maintenanc,� of such property for
any reason, indudir�g prevention of
injury to a person ar cfamage to an-
other's property;
{2) l�remises you sell, give away ar
�bancian, if the "property darnage"
arises out of any part of those prem-
ises;
{3} Proper�y laaned ta yo�;
(�4} Personal �roperly in tF�e oare, cus-
tody or �ontrol of an insured; �
(5) That par�icular part of r�al prope�ky
on which you or a�y contracEoYs or
subcon#ractors worEcing dfrectly or in-
directly on yaur hehalf are perforrning
operatians, if the "property damage"
arises out of tF�ose operations; or
(6) That par�icular pari of any property
tha# must be restored, repaired or re�
pfaced because "your v�ork" was in-
correctly perfarmed on if.
Paragraphs ('t), (3) and (4) af fihis exclu�
sion do not apply fo "property damage"
(nther than damage by tire or explosion}
to �rerrtises, inclucfing fihe conients of
such premises, renfed to you for a per[od
of 7 or fewer consecufive cfays, for whict�
the amaunt we wil[ pay is limiEed to the
�larnage To Premises R�nted To You
Limit as descriE�ed in S�CTfOM III H LIMA
lTS OF INSl3RANC�.
Paragraph 42) of this exclusian does not
apply if tf�e premises are 'your worlc" and
wer� never occupied, renfed or held for
renial by you.
Paragrapl�s (3), �4), (�) and (G) oifhis ex
clusion do nof apply to liability assurned
under a sic�etrack agreement.
Paragraph (6) of this exdus9an does not
ap�ly io "property darnag�:" incl�acied in
the "producis�-completed operations haz-
ard".
k, l]amage fia Your Praduc�
"Property damage" �o "yaur praduct" aris-
ing out af it or ar�y part af ii.
i. Damage #o Your Work
. "Properfy damage" to "your work" arising
out of it or any �aart of �t and included �n
the "productsrcorn�leted operabdns haz-
ai-d".
lnclud�s capyrigE�ted material of ]nsurance
GA 10'I TX 09 '�0 Se�vices affice, inc., with its permission. Page � af 22
This exclusinn does not apply if fhe dam-
aged warEc or the wark out of which th�
damage arises was perforrned on your
behalf by a suboontracior.
m, Damage fio Impair�d Property or Prop�-
erty I�ot Pnysically Cnjurett
"F'roperty damage" to "impaired properly"
nr proper�y tha# has not been physically
injured, arising aut of
(7) A de�fect, c{e�iciency, inadequacy ar
dangeraus condltlon [n "your pr4d--
uct" ar "yaur wark' ; ar
(2) A delay or failure by ya� ar anyone
acEing on your behaff to perForm a
confract or agreerr�snt in accorcfar�ce
wfth its terms,
This exdus�on does not apply to the Ioss
of use of other , property arising nut nf
sudden and accidental phys9cal injury to
"j�aur producY' or "yaur work" afi�r it has
been pUt ta ifs intended �[se.
n. RBC�[I p'� P�`ptIE1GtS, Work or lmpaired
F'ro�erty
Any liabifity or damages claimed far any
fass, cost ar expense incurred by yau ar
oihers for the Eass of use, vsrifhdrawaf, re-
call, ins�ectian, repair, repfacemenY, ad-
justment, removal or disposal of:
(7) "Your product";
(2) "Yaur worEc"; or
(3) "impaired property°;
if such praduct, work or property is with�
drawn or recalled from the market or from
tise by any person or arganization 6e-
ca�se of a known or suspectecf defect,
deficiency, inadequacy or dangerous con-
clition in it_
a. Personal and Adverkising Injury
"Bodily injury" aris(ng out of "personal and
adverEisir�g injury".
p. Asbestos
"Badily injury" or "properEy damage" aris-
ing aU� af, at#ributaE�le to, or any way re-
fated to asbestos in any form or transmit-
ted En any mannsr.
q. �mployrnent-Re[atect Practices
"Badify injury" to_
(1) A person arising outi af any:
{c) Other employment rela#ed prac-
tices, polides, acfis or omissions
inc�uding but not Iimited to ooer-
cfon, criticism, demotlon, evafua-
tian, failure to promate, reas�
signment, disc�ipline, 'd�farrtation,
harassmenf, h�mifa#ion ar dis-
crimination direcfed at t�af per-
son; ar
(Z) The spouse, cF�ild, paren�, iarother or
sist�r of that person as a c:ans�-
quence of °bndify injury" to that per
son at whom any of the empfoyment
relateci pracfices desaribed in Para-
graphs {a}, (b) or �c) above is di�
rected.
This exc�usion ap�[ies:
(1) Whether the insured may be liabls as
an employer ar in ar�y ofher capaafy;
and
(2) To any obfigafion to share d�mages
with or repay someone else who
must pay damages because of ��e
ir�ury.
r, Add�tional Insured Priar Know�edge
An actclitional insured added by aftach-
ment of an endorsement to this Coverage
Part that is see�ang coverage for a claim
or "suit", if #hat additiona! insured �ew,
per the faliowing paragraph, that "bodify
injury" or"propertydamage" had occurred
or F�ad begun to occur, in whofe or in part,
prior to the "coverage term" in which such
"t�adlly Injury" or "properiy damage" oc-
curs or k�egins ta occuC.
An addifional insurecE added by attac�-
ment of an endorserr�ent to this Co�erage
�ark will be deemed to have Imown fhat
"bodily injury" or "property damage° has
occurred or has begun tn aocur at the
eariies# time when that addi�anal ins�red,
or any one of its owners, mem6ers, part�
ners, managers, execut�rre afFicers, "em-
ployees" assigned ta manage that addi-
tiona� insurecE's insurance program, or
"�mployees" assigned to give or recei�e
notic� of an 'occurrence", "parsanal and
adwertising in�ury" offense, claim ar "suit":
('1) Reports a![, or any part, of the °bodily
injury" or "property darnage" to us �r
any ot�er insurer;
42) Receives a written or verba] demand
or daim for darr�ages Because of fhe
"bodily injury" ar "proper#y darnage";
(a) Refusal to empinythat person, (3) First obs�rves, ar frst ol�served, the
(b) Termination of that Person's em-
"bodily injury" or "property damage' ;
ploytr�enf; or
]nc�udes copyrighted maferial af Insurance
GA 101 �'X 09 90 Setvices Offioe, Inc., with its perinission. p�ge g df 2�
(4) Becom�s awar�, or beco�e a�++rare,
E�y any means other than as dey
scribed in (3) above, that "hodily in-
jury" ar"property cEamage" had oo-
curred arhad begur� to occt�r; or
(�) Becomes aware, or become aware,
of a c�nditlon from which "bodily in-
jury" or "properky damage" is sub�
s#antialfy cer�aln to occur.
s, �Isa�runic Data
Damages arlsing aut of the ]oss of, ioss of
use of, cfamage #o, corrupfion of, inability
ta acoess, or inabili#y #o manipu[ate "elec�-
fronic data".
t. [l�str�bt�tion of Materia[ in Violat�on of
statutes
"Bodily injury" ar "property darnage" aris�
ing c�irectly or inclirectiy out of a�y action
ar nrrl9ssion #hat viola#es or is al[eged fio
violate:
a. The Telephone Consurrier �ratection
Act (TCPA), including any amendment
of or addition to suc� law; or
b. The CAN-SPAM Act of 2003, inciud-
ing any amencEment of or addition to
such law; ar
�. Any sfatute, ordinartca or regufation,
other ihan the TC!'A or CAN-SPAM
Act of2003, that prahihits nr limifs the
ser�ding, transmiktin�, corri[nunicating
or distributioh of material or inforrrta-
tion.
�xcfusions c, through q, cin not ap�ly �Yo "prap-
erly damage" by �ire or expldsion tfl premises
while rented to you or femporarily occup�ed by
yau with permission of the owner, �For which
the amount we will pay is limiied to th� i�arrt-
age to Premis�s Rented To You Limit as de-
scribed in SECTiON Iti - LlMITS OF INS�JR-
AIVC�.
C011�RAG� 6. PERSONAL ANU A�V�R71S[�tG
INJURY LfAB1L17Y
'I. Insuring Agreement
a. We wil� pay thase sums that the insured
becnmes legalfy abligafed fo pay as dam-
ages becaus� of "persona! _ar�d advertis�
ing injury" to whir.� this in5urance app[ies.
We will have the right ancl duty to defand
the insured againsf any "sui#" seekin�
thas� dainages. Ffowe�er, we wiEi have
no duty to defend the insured agalnsf any
"suEt° seeking damages far "persona[ and
advertis3ng 9njury" to which this insurat�ce
does not a�ply. We rnay, at our d'!sa-e-
tian, investlgate any a�fense a�d settle
any claim nr "suit` that may result B�t:
(�I � The amount we wi�l pay for damages
is limited as described in S�C7iON
III � �.IMI7S OF IiVSURA�iC�; and
{2} Our right and duty fo defend encls
when we have �sed up the applica�
b!e Eirr�it af i�surar�ce fn ti�a payment
of judgments nr settlements under
S�CilON I A COV�RAG�5, COV-
�RAG� A. BODi1.Y INJURY AI�D
PROPERTY bAMAG� �IABILI7Y;
S�C7ION I - COV�RAGES, COV�
EFtAGE B. P�RSONAL. AND AD-
VERTISII�G IMJURY LIABILETY; or
medicaf expenscs under SECTION 1
� COVER.AG�S, COVERAGE C.
MEDlCAL PAYME�ITS-
No ott��r obfigatian or iiabiliiy to pay sums
or perform acts or serviaes is covered
unless expressEy provided for under
SUF'PLEMENTARY pAYMENT5 - COV-
�RAGES A ANb B.
b. �his insurance applies to "personal and
advertis3ng injury" only if:
(1) The "persana[ and advertising inju€ry"
is caused by an offense arising ouf of
y4ur business; �nd
(2) The "personai ar�d ad�er�ising injury"
offense was committed in the °co�er
age territary" durir�g the po[icy perioc[;
artd
(3} 1�rior to the "oo�erage term" in whicY�
the "personal and advertising inj�ry"
offense is comrnitted, yau did not
know, per Paragraph 1.d, below, #hat
the of�ense had l�een cammitted or
had iaegun to be camrnit�ed, in whole
or in part.
c, "Personai and advertis9ng injury" caused
by an offense whicE�_
�9) Was commitfed during the "coverage
term' ; and
(2) Was not, prior �o #�e "co�erage
term", [mawn by you, per Paragraph
1.d. beiow, to have been committed;
[ncludes any continuation, change or re-
sumptiot� of that ofFense aftet- the end of
the "coverage term" in which it firsf be-
came kr�own by yau.
cI, You will be deemeci to Emow that a"�er-
sonal and acivertising injury° offense has
been rammitted at the earfiesf time when
any "a�thorizecl representative";
�1) Reports al[, or any pa�k, of the "per
sonal and advert�sing Enjury" to us or
any other insurer;
Includes capyrighted material o�F Insurance
GA '10'i TX 09 't0 5ervices Offic�, [nc., with i#s permission. Page 7 rsf 22
�2} Rece�ves a written or �er6aE demand
nr claim for da�riages because af the
"personaf and ad�er#ising injury' ;
{3} Firsf ob�erves, or first observed, the
ofFense thaf caused the "personal
and adver#ising injury"; .
(4) Secdmes aware, or become aware,
by any means, other than as de-
scribed in (3) abov�, that the offense
had been oommit#ed ar had begun to
b� comtnitfed; or
(5} 6ecomes aware, or E�acome aware,
of a condition frorri which "personal
and advertising injury" is substan#ially
certain to occur.
2. Exclusions
This insurance does not applyto:
a. Knowing Vialation of Rights o� Ar�-
ofiher
"Personal and ad�ertising injury" caused
by or at fhe direcEion of the insur�d with
the Imowledge that fhe act woufcE violate
fihe rights of another and would inffict
"personal and adv�rti�ing ir�ury".
b. Material Puhlished 1N'it� Knowledge of
Falsi#y
"Pers�nai and adverkising injury" arising
out of oral or writker� publicatfon of ma#e-
rial, i� c[ona by or a# tf�e direetion of the in-
sured with knowledge of ifs falsity,
c, Material Puf�(isHed Prior to Caverage
Terim
"F'erson�l ancf adver#ising injury" arising
out of oral or written pu6lication of mate-
rial whose firsf publication took place be-
fore ihe later of tF�e fdlowing:
(9 j T�e inception of this Goverage Part;
or
(2) The "coverage ierm" in which insur
ance cnverage is sough#.
d. Criminal Acts
"Personal and advertfsing Enjury" arising
out of a criminal act commit#ed by nr �t
the direct�on of#F�e insuTed.
e. Contraatual Liabi[ity
('i} That tl�e insured would have in the
absenoe of the oonfr�act or agree-
menf; ar
(2} Assumed in a oantract or agreer�ent
that is an "insured contract", prarridec[
the "personal and advertising injury"
is caUsed by or arises out of an of-
fens� committed subseq�ent to the
exeaakian of fhe oontract or agre�-
men#. When a ciaim for such "per-
sonal anc! adver�ising injury" is made,
we will defend that claim, provided
the insured has assumed the abliga-
tion to defend such claim in #he "in-
surecE oorttract"_ Such defense pay-
ments wilf nat reduce the limits of in-
suranoe.
f 8reach nf Contract
"Personai and adver#ising injury" arising
out of a breach of wr�tract, exa�p# a� im-
plied aantract to use another's �dvertising
idea in your "advertisement".
g, Quali#y ar PerFarmanee af Goods -
Failure to Cnnfarm to 5fatements
"Personaf and adver�ising injury" arising
ou# of th� failure of goods, producEs or
services to conform with any sEatement of
c�uality or performance made in your "ad-
vertisemenf'.
h. Wron� Descr�piion of pr'rces
"Persanal anci advertlsing injury" aris9ng
out of tne wrong description nf fhe prir,e
af goads, producfs or services stated in
your "ac{vertiserr►ent".
�
2-
lnfringement of Gopynght, �aient,
7raciemark nr'Trat�e Secret
"Personal and advertisfng injury" arising
out of the infringement of aopyright, pat�
ent, tradernark, trade secret ar other inte�-
]ecfua! properiy ri�hts_
However, this excl�rsion does noi apply to
infringem�nt, in your "ad�erkisement", of
oa�ayright, trade c�ress nr slogan.
Insureds in Media and Intemet `fype
Busin�ss�s
°�ersonal and adverfising injury" oommit-
ted by an insured wt�ose b�siness is:
"�ersonal and advertising injur}r' for ('�� Advertising, E�roadcasting, publishing
which the insured is obliga#ed #o pay
or telacas#ing;
damages by reason of tE�e assurrtptian of (2) p�signing or deterrr�ining content nf
iiabifity in a contract or agreernent. 7his web-sites for ofhers; or
exdusion does nnt apply Yb liability for
damages: �3� An Jniernet search, access, content
or senrice provider.
Indudes copyrighfed material of �nsurance
GA 1D7 TX 091i� Services OfFce, Cnc., with its permission_ page g of22
However, #his exclusion does noi apply to
Paragraphs 17. a., 6. and c, af "p�rsonal
and ad�ertising injury" under S�C7lON V
- �L�1NIT10NS.
Fflr the purposes of fhis exdusion, tF�e
placing af frames, barders or links, or ad-
v�rtising, %r you or others anywhere on
iha Intsrne# is naf, by itself, cansidered
the business aF advertising, broadcasting,
publishing or telecasting.
k. �,lectronic Chatroams ar Bulfetin
�aards
"Personal and adver�ising Injury" aris3�g
out of an e[�ctranic ci�atroorn or bull�tin
board any insured hosts, awns, or over
which any insured exercises contral.
L Unaut�arNzed Use o# Anaf�r�r`s I�ame
ar Pnaduct
"Pcrsdnal and advertising injury" arising
aut of the unauthor�zed use of anotner's
name or praduc# in ynur e-rr�ail address,
domain name ar met�i�ag, ar any other
simi[ar tac#ics to mis[ead artother's pof�n-
tial ciastomers.
m. Employrnenf Re�afed Practia�s
"Personal and advertising injury" to:
S'i} A person arising out of any:
(a) Refusal to employtF�at person;
(h) Termination afthat person's em--
playrrtent; or
(c). Other empioymen#-related prac-
tioes, polic��s, acts or omissions
including but no� fimited to coer-
CI011, c�-Etiasm, demotion, e�aiva-
tion, failure to promote, reas-
signment, disapline, defiarriation,
harass�nent, humiliation ar dis�
crirninaiion directeci at that per�
son; or
{2) The spouse, chiEd, parent, brother or
sis�er of tha# person as a conse-
quence of "personal anc[ advertising
injury" ta t�at person at whom any of
fhe emplaymenf-related practices
described in I�aragra�hs (a), (b) ar
{c) above is d'trected.
TF�is exdus9on ap�lies:
t�) Whetherthe insured may be �iaf�le as
an empioyer or in any other capacity;
and
n. paliutant
"Personaf and advertis9ng injury" arising
out of the acival, alleged or tF�rsa#ened
disdiarge, dispersal, seep�r e, migration,
rglease, escape or emissian of "pa[fut�
ants" a# any time.
o. Pollutant-Related
Any foss, oast or expense arising ou� of
any:
(1} Req�est, demand, order or stafiutory
or reguiatary requiremenf fhat any
insured or oth�rs test far, monitor,
�lean up, r�rr�ove, cantain, tr�at, de-
#oxify ar neukra�ize, or fn any way re-
spond to, or assess the efFects of,
"pollu#ants"; or
{2) Claim or suit by or on behaif of a
go�er�nmental a�t�ority for ctamages
becaus� of testing for, monitaring,
cleaning up, remo�ing, con#aining,
treatfng, detaxifying or nEutrallz[ng,
or in any way responding to, or as-
s�ssing fhe effects of, "pollutants".
p. Asb�stos
"Personal and advertising injury" arising
a�t af, attribufable ta, or any way rela#ed
to asb�stos in any forrn or transmit#ed in
any manner.
q. Additionai Insured Pr�ar Knouvleci�e
An additionai insured added by aitac.�-
ment of an endorsement to this Couerage
Park fhat is seeldng co�erag� far a c[aim
or "suif", if that additional insur�d knew,
per the foilowing paragraph, t�at a"per�
sanal and advertising injuty° offer�se had
�ean committed or had begun to be
commit�ed, in whole or in part, prior in the
'Tcnverage term" in whic� such offense
was committed ar began to be cnmmitted.
An addifiona� insurecE added by aftac�-
rr-�ent of an endorssme�t to this Cnverage
Partwill be deemed #o have knnwn that a
"personaf and aduertising injury" offensa
has been oammiited or has beg€an to he
committed at #he ear[iest fime when thai
add[tional insured, ar any one of its o+n+n-
ers, rr3embers, partners, managers, ex�
ecutive officers, "�mployees" assignad ta
rnanag� that adc�itional insur�d`s insur
anc.� program, ar "emplayees" assigned
ta give or receive notice af an "occur
rence", "personal and ad�ertising injury"
offense, claim or "sui�`:
�2) To any obliga#ion to share damages (�� Re�orts all, or any part, af #he "per�
with or repay someone else v,rha sona] and advertising injury" #o �s or
• musi pay damages E�ecause of the any ott�er insurer;
injury.
includes capyrighted ma�erial of fnsuranoe
GA 701 TX D9 '€0 Services Offic�, fnc., wifh its permisston. Page 9 of 22
{2) Receives a wr�tten or verbal demand
or daim for cEarrtages beca�se of the
"persanal and advertisin� injuty';
{3) F'irst observes, ar firsf abserved, #i�e
o�Fense ihat caused the "personal
and ad�ertising injury';
(4) Becomes aware, or become aware,
by any means ather fhan as de-
scribed in (3) abo�e, thai the "per-
sonaf and advertising injury" dffense
had been committed ar had 6egun to
he committed; or
{�) Becomes aware, ar bacome aware,
of a concEition frorn which "�ersonal
and acfvertising injury" is subsiantlally
certain ta occur.
r, War
s.
"Personal and advertis3ng injury", how-
�var eaused, al-ising, ciir�ctly or incEirectfy,
out of:
"Personaf and advertlsing injury" arisir�g
directly or indirec#ty out of any actio� or
omission that vioEates or is alleged fo via-
late:
('1) War, indudiRg uncieclar�d or civil
war;
(2) Warlike acEion by a mili#ary fQrce, in-
cluding action in f�indering or defend-
ing against an actual nr e�ec#ed at�
tack, by any ga�er�tmeni, sovereign
or other authority using military per
sonnel or other agents; or
(33 Insurrectfan, rebeflion, revo[uiian,
usurped �awer, ar aation taken by
governrnental authority in hindering
or defendi�tg against any of thes�.
pistrib�tiion of Materia! in Viafatian of
Sta��tes
a. The Telephone Consumer Protection
Act (TCPA), ir�ducEing any amendmeni
of or addition ta such [aw; or
b, The CAt�-SPAM Act of 2003, includ,
ing any arr�endment of or addi#ion to
s�ach law; or
c. Any stafufe, ordinanoe or regulation,
ot�er than the TCPA or CAN--SPAM
Act of 2003, tha# pro�ibi�s nr limits the
sending, �ransmifting, comrnunicating
or disfribution of materiaf or informa�
tion,
a. We will �ay rrtedicaf e�cpenses as de-
sa'ibed belaw for "bodi[y injury" caused
by an acdde�t:
(�i ) On premises yau own or rent,
{2) On ways next fo premises you own
or re�t; or
(3) B��ause of your operatians,
pravicEed that:
('� ) The accident takes �lace in the "cav-
�rage territory" anc4 d�ring the poficy
period;
(2} The expenses are incurrec� and re-
por#�c! to us within three years Qf the
date of the accident; and
(3) The injured persor� submits ta ex-
amination, at aur e�ense, by physi-
cians af our chnice as often as we
reasonabfy require.
b. We will mak� these payments regardiass
of faulf. Th�s� �aymertts will t�ot exc�ed
the applicable �iTnit of insUrance. We wilf
pay reasonable expenses fnr:
�'I) First a1d adminisfered at the time of
an acade�t;
(2) Necessary rnedicaC, surgieal, x ray
and denfaf senrices, ind�tding pros-
thetic devices; and
(3) �lecessary arnbulano�, hospital, pro-
fessional nursing ailci funera! ser-
vices.
2. Exc�usions
We wi�l not pay expenses for "bodily injury":
a. Any [nsured
To any insured, excspt "volunteer woric-
ers".
b. Hired Person
c
CeA
To a persan hired ta do work for or an
behalf of any insured or a tenant of any
insured.
lnjury on Nor�rtally Occu}�ied Prer�ises
To a person injured nn that part of prem-
ises you own ar rent that the person nor
ma![y occupies.
Wo�-kers' Compensat�on and Sirr�ilar
Laws
COV�RAG� C. MEDICAL PAYM�NTS To a person, whether or na# an "em-
ployee" of any insured, if henefits fior the
1. [Ilsu�ing �,qt'eement "bodily injury" are payaf�l� or must be pro-
�ided under a warkers' com�aensation or
disability benefits law or a similar iaw.
[ncludes co�yrighted material af lnsurance
CA '[07 TX �9 '(0 Setvices Office, Inc., wifh its peri-niss9on. Page 40 of 22
�. Athl�tic Activi�ies
To any person injured while officiating,
cnaching, prac#icing for, instructing or
partiapating in any physical exercises or
gam�s, sports, or athletic cantests ar ex�
hi�ifions af an a1hEetic or sparis nature_
f. Products�-Com�leted Operatiohs Haz-
arr[
Incl�ded with9n the "praducfs-completed
operat�ons hazard"_
g. Go�er�qe A �xclusions
�xduded under COV�RAGE A. BOD€LY
INJURY ANp PROPERTY DAMAGE L.l-
AB1LlTY.
SUPP��IUI�NTARY PAYM�NTS � COV�RAGES
A AiVD B
We wi11 pay, with respeci to any claim we investi-
gate ar settie, or any "suifi° against an insured we
defend:
1, All expenseswe ir�cur.
2. Up ta $250 tor cast of bail bonds required be-
cause of acadents or traffic law violations
arisfng out of the use of any vehicfe ta which
the �odily Injury Liabifity Covera�e applies.
;lVe do not have tn fumish these bonds.
3. The cost of �onds ta release atkachm�nfs, but
only for band amounts witl�in tha appficable
limit of insurance. We do noi have fo f�rnish
fhese bot�ds. .
A�, All reasonable expenses incx.�rred by the in-
sured ak our r�quest to assist us in f�e in�es�-
gation or deFense of the claim or "suit", includ-
ing au�ua! loss af earnings up to $2�0 a day
because of iirr�e off�rom work_
5, AIi costs taxed against kh� insur'ed in the
"suit".
6, Prejudgment interest awarded against the in-
sured on thaf �arE of the judgment we 6ecome
obliga#ed to pay anci which faUs within the ap-
plicable �imit of insurancs. If we rt'�ake an afFer
#o pay the applicab[e [im�� of insurance, we will
nofi pay any prejuc[gmant interest based an
ff�at �eriod oftime aft�rthe offer.
7. All intarest on t�e full amount of any judgnnent
that aocrues afEer entry of the j�dgment and
before we have �aid, offered to pay, ordepos-
ited 9n court fhe pa�E of the jucigment fhat is
within the applicable limit of insurance.
Thes� payrnenfis will nat reduce tf�e [imits of i�sur-
a. An �r�dividuai, you and your spause are
insureds, but only with respect to t�e con�-
duct of a�usiness of which you are tha
soie owner.
b. A partnership or �oini venture, yau are an
insured. Your merr�bers, your partners,
and their spauses are also insurecis, but
only wi#F� respsct fo the conduct of yaur
business.
c, A 19mi#ed liab9lity company, you are ar� in-
sured, Yaur members are also insureds,
but only with resp�ct to the c�onduc# of
your business. Your managers are insur-
eds, but only with Yespeci to their duties
as your managers.
d. An organization other #han a parinership,
jafnt venture or lirnited lia6ility campany,
you are an �nsured. Yaur "executEve ofii-
cers" and c��recfars are insurecls, but only
�viEh respect to their dut�as as your offi�
cers or director.s. Your stockhalders are
also Ins�areds, bu# oniy wifh respect to
their liability as stocki�olders.
e. A frust, you are an insured, Your trustees
are also insureds, I�u# only with res}aect to
their duties as trustees.
2. Each of the fa{lowing is also an insurecE:
a. Your "�o[unteer workers" on[y while per-
forming du#ies refated to the conduci of
your business, or your °employees", other
than either your "executi�e officers" (if
yau are an organization afher than a
pa�tnershlp, jnint venture or limited [ia6iEity
compa�y) or your.managers (if yau are a
iimited liabil9ty company), �ut onlyfor acts
within the scape of #heir employment by
you or while per�orming duties related to
tY�e conduct of your business. Howe�er,
nar►e nf fhes� °ernployees" ar "�olunt�ar
woricers" are insureds far:
��I) "Badily injury" or "personaE and ad�
vertising injury":
(a) Ta yau, to your partners ar
merr►bers (if you are a partner
shi� ar joint ven#ure), ta your
members (if you are a 2imited Ii-
abili�y company), to a co-
"employ�e" whi�e in the course
of his or her employment or per-
forrning duties relafed fo th�
conduck of your bus9ness, or io
ya�r nther "volunteer workers"
wE�ile performing duties related
#o the conduct af yo�r business;
ance.
S�CTION Il s WHO tS AN IkVSi1RED (�) �o fhe spouse, child, parent,
bratE�er or sister of that co-
�. If you are designated in the Dec[arations as: "�mployee" or '1ro[�anfeer
Includes copyrighted material of [nsura�ce
GA '�0'I 7X OS 10 5ervices OfFics, Inc., with its �aermission. 1'age 1'1 of 22
woricer" as a oonsequenoe of
Paragraph (�I j(a] abo�e,
��) For which there is any obligation
to share ciamages with or repay
someone eEse who m�st pay
damages because of the Enjury
described in Paragraphs ��1)(a)
or (b) above; or
(dj Arising out of his or her provid-
Ing or faifing to provEde profes-
sional hea�lh c.��e services.
(2} "Property damage" to properiy:
(a} OvunecE, occupied or �sed 6y, ar
�b} Rentad ta, in the care, custody
or control of, nr over which
physica[ control is being exer
cised far any purpnse hy,
you, any o€ your "employees", °vofun�
teer workers", any partner or member
(iF yau are a partnership or joinf r�en-
t�re), or ar�y member (ifi you are a
[imited liabilify oompany).
b. Any parson (o#her than your "employee"
or 'Yolunteer wnrker"), or any organiza-
fion whife acfing as your reaf estata man-
ager.
c. Any psrson ar organizat�an havin� praper
�emporary custody of yo�r properEy if you
die, bu# on1y:
(9} With respect to fiabili#y arising aut of
ti�e maintet�ance or use of ihat prop-
erty; and
42� Un�l your fegal representative has
been appointed.
d. Your legal repr�sentative if you die, but
only with resp�:ct #o duties as such. That
representative will have all your rights
and de�ties under this Goverag� �art.
3_ Any argar�ization you newly acquire nr f�rm,
other than a par�nership, joint �enfure or lim-
ited liabiliry cornpany, and o��r which yota
maintain awnership or majority interest, will
qualif}I as a Named Insured if fi�ere is no other
similar insurance availab[e fa #hat organi�a-
tlon. Howe�er:
c. COVL�RAG� B. P�RSONAf. ANQ A[l-
VERTlS1NG INJ�RY l,lA�iLN€Y daes not
apply fo "personal and advertisEng injury"
arising out of ar� offense committed be-
fora you aoquired or formed the orga�iza-
tion,
No person or org�nization is an insured w�th re-
spect to th� conducf of any curren# or past partner
ship, joint �enture or limiied 1ia61iliy company that
is not shown as a Narr3ecE Insured in the Dedara-
tians.
SECTIOM EIl - L�MI7`5 OF CNSURANCE
'�. 7he Limits of Insurance shown in #he D�clara-
f;ons and the rules [�elow fx the most we will
pay regarciless af the number of:
a. fnsureds;
b. Ciaims made or "suits" braughf; ar
c. Persons or organizations making daims
or bringing "suits".
2. a. The Generaf Aggregate l.imit is the mosf
we will �ray for tY�e sum of:
�'I) Medical expenses under COV�Rs
AG� G. MEDICAL i'AYM�Tl75;
(2j [lamages uhder COV�RAG� A.
BOqIL.Y INJl1RY ANi] PROP�R7Y
DAMAG� �.IABi�,lTY, excep# dam-
ages because af "bodily injury" or
"pro�erky damage" included in the
• "products�completed operations haz�
ard"; and
(3} ❑amages u�der COVERAGE B.
PERSONAL AND ADV�RiISING
[NJURY LIA8ILITY.
This Genera! A�gregat�: i.imit wiI] not ap,
ply if eifher the Loca#ion GeneraE Aggre-
gafe Limif of Insuranc�, ParagrapF� 2.b„
ar the Construction Project Genaraf Ptig-
grega#e Limit of lnsurance, Paragraph
2.c. applies.
b. A se�arate Location Generaf ,�qgregate
L.imEt af Insurance, equal #o the arrtount of
ihe General Aggregate Limit shown in the
❑eclarations, shall apply ta ead-i [ocation
owned hy, or rented or leased to you and
is the most we w�f] pay for fhe sum of:
a. Insuranc� under this provision is afforded (�i) Damages under COVERAG� A.
only until the 94th day afier yo� acquire or �ODELY IA1�UI�Y ANti PROPERTY
form the organization ar the end af the l3AMAG� LfA81LlTY, �xc�pt dam-
paEicy period, whichever is �arliar; ages because of "bodily injury" or
"property damage" included in the
f�, COV�RAGE A. BODI�.Y 1NJlIRY AND "producks-completed operations haz--
PROPERTY �AMAG� LIABII.L�TY does ard'; and
nof apply fo 6od'tEy injury or properiy
darnage" that occurred befare you ao- (2) MedicaE expenses �nder COVER�
quirecf orformeci the organi�at�on; and AG� C. MEDIGAI, PAYMENTS,
• Includes copyrighted material oF insuranoe
GA 104 iX 09 1 D Services OfFic�, inc., w�th its permissian. Page 92 of 22
which can be attributed to operations ai
nnly a si�g[e locat�on dwr�ed by, or rented
ar [eas�d to you.
c. -A separate Ganstr�action �'roject General
Aggregate Lirr'tit of lnsuranoe, ec�ual to the
amount af the GeneraE Aggregate Limit
shown in the dedarafions, shalf a�ply ta
each oons#ruction project and is fh� most
we will pay for the sum af:
('f ) Damages under GOV�RAG� A.
BODiLY INJIJRY ANU PROp�RI'1f
dAMAG� LiABCL.ITY, exc�pt darn-
ages because of "bodily injury" or
"property darnage" incEuded in #he
"�roducts-compfeted aperat[ons haz-
ard'; and
42) Medical expenses , under COVER-
A�aE C. MED[CAL PAYM�NTS;
whic;h can be afiributed only to ongaing
operations and �r�{y af a single consf�uc-
tfan project,
d, Only far the purpose of c�etermining which
Genera! Aggregate Limit of Insurance,
2.a., 2.b., or 2.c., ap�lies:
4� ) Location means premises invalving
the sam� or oonnecting lots, or prem-
ises, whose oonnection 9s interrupted
only by a sfreet, raadway, waferway
or right of-way of a railroad_
t2) Canstr�cElon project means a ioca-
tian you do not own, ren# or iease
where ongoing improvements, aitera-
tions, instalfation, demolifion nr main-
#enance work is perFormed by you or
on your behalf. AIf connected ongo-
ing impro�ements, alterations, inskal�
lation, demolition or maintenano�
wark performed by you or on your
belialf a# the sarne location for #i�e
sama persons nr arganizations, no
►naiter how often or under how many
difFerent contracts, wif[ ba deemed fo
be a sing[e constructian project.
3. The Praducts-CqmpletecE Opera#ions Aggre-
gate Lirr�it is the most we wilf pay under COV=
ERAG� A_ BODIE.Y INJURY ANO RR�P-
ERTY bAMAGE LlABlL1TY for clamages be-
cause �f "'baciily ir�jury" anc{ "property darnage"
included in the "products-completed opera-
tio�s hazard".
5, Subject to 2. or 3. above, whicf�ever appfies,
the �ach Occurrence �.imit is the most we wiq
pay for the sum of:
a, Damages �nder COVEF2AGE A, BODI�.Y
CNJURY AN❑ PROPERTY DANIAG� [.1-
ABIL.I7Y; and
io. Medicaf ex�enses under COV�RAG� C,
MEpIGAL PAYM�NTS;
because of ai� "bodily injury" and "property
damag�" aris9ng aut ofany ons "occurrencs".
6. Subjeit to 5, abaae, the Dama�e to Prernises
Rented to You �imit is the most we w[I! pay
under COV�RAG� A. BODILY [NJLtRY AND
PROPER7Y DAMAGE LIAB[LITY for dam-
ages because of "proper�y c[amage" to any
one premises, whila rented to you, or in tihe
case of damage by fre or explosian, wi�ile
rented to you or iemporarily occupied by you
with permissio� of the awner.
7. Subject fa '�, al�ove, the Medical Ex�ense
�.im9i is t�-ie most we wi11 �ay under COV�R-
AG� C. MEpIGAl. PAYM�11175 for all medica!
exp�nses because of "1�adiEy injury" sustained
I�y any one person.
The �.irriits of lnsurance af this Co�erage Pa�t ap-
ply separately fio each "ca�erage term".
S�CTiON IV � COMM�RCIAL. GENERAI. I.IABII.-
ITY CONDI710NS
1. Bankt�ptcy
Banfvuptcy or insalvency of th� insurecE or of
ihe insured's estafe will not relie�e us of our
ob[igations �nder this Caverage Part.
2. []uties in the E�ent of Occurrence; Offense,
Claim or Suit
a. Yau must see to it that we are noti�ied as
soon as practicable of an "oca.frrenc�" or
a"parsonal and advertising In�ury" af
fense which may resUCt in a daim. To the
e�ent pnssihle, notice should inalude:
{'ij Ho�sr, w�en and wnere #he "occur-
rence" or affense taolc plac�e;
{2) The �ames ar�d addresses af any �n-
jured persons and wltnesses, and
(3) The nature and location of any i�jury
or darnage arlsing aut of the "accur
renc,e" or offense.
4, Subject to 2.a. above, the PersonaE and Ad- b, I� a daim is made or "sulf' ls brought
vertising [njury Limit is the mast we will pay against any ins�rred, yov rpust:
under COV�RAGE B. P�RSONAL AND AD- � Imrrtec{iateE record f�e s c��w af
VER71S1NG IN.1€JRY R.IAHIL[7Y for the sum �} the daim ar "su9�" and the date re-
of all damages Eaecause af all "personal and
advertising ir�jury" sustained by any one per- ceived; and
san or ar�anizatian. �2) Nofify �s as soon as pracficable.
Includes copyrighted material of Insurance
GA 101 TX �9 i0 Serr�ices OFfic�, inc., wi#h its permission. �age 73 of 22
You must see to it that we rec�ive writ�er�
notice of the daim or "suit" as saon as
practi cable.
c. You and any ofher invofved ins�red musf:
('1) Immecliate[y send us cc��aEes of any
demands, notices, s�rrimonses or le-
gal papers recei�ed in canneckion
with #h� claim or "suit";
{2) Authorize us to ob�air� records and
other �nformafion;
(3) Coo�erate with us in the inves#iga-
tion or set��ement of t�e ciaim or de-
fense against the "suit"; and
(4) Assist us, upan our request, in the
enforcement of any rig�t againsf any
p�rson or organizaYion which may be
Iiab[e fo #he insured because of injury
or damage ta which this ir�suranoe
may also apply.
d. No Ensured will, ex�pt af that insured's
own cast, vofuntariiy make a payment,
assume any abligation, ar incur any ex--
pense, other than for frs# aid, vvithout aur
consen#.
3, Legal Action Agairtst Us
No person or arganization has a right under
fhis Coverage Part:
a. To join Us as a party or ofherwise bring us
into a"suiY' aslang for damages from an
insured; ar
b. To sue us on this Coverage part unless
ali of its terms harre been fu�fy complied
with.
A person or organization may sue us to re-
cover on an agreed sett(ement or on a final
judgment against an insured; but we wi[[ not
be [iabie for ciamages that are not payable u�-
derthe terms ofthis Coverage Parf arthat are
�n �xcess af the applicable limit of insurance_
An agreed settlement means a seittement and
release of [iabilify si�ned by us, fhe insured
and t}�e claimant or the ciaimant`s legaf repre-
sentafi�e.
4. Libera[ization
If, wiihin 60 cEays prior to the beginning of this
Coverage �'art or during #he poficy period, we
make any changes to any forms ar endorse-
ments of ihis Coverag� Part for which there is
currenfiy no sepa�a#e premium charge, and
that change �rn�ides more cavarage #f�an this
Coverage Par�, fhe change wiii automafically
�pply fo this Coverage part as of the latter o�
a. The date we implemenf�d the change in
your state; or
b. The da#e this Coverage Par� becarne ef�
feative; and
wi[i be considered as mc�uded untif the end of
the current policy period_ We wil] maKe no ad-
ditionaf prerniutn cYtarge for this adclitfonal
coverage during the irrterirr�,
5. Other Cnsurance
If otner valid and_ool�ectibl� insurance is avail�--
abl� to fhe insured far a]oss w� cover under
CQV�RAG� A. BODILY INJURY AND
PROP�F2TY �AMAG� �EABILITY ar CUV�-
�RAGE B. P�RSONAL AND ADVERT1S�AfG
INJURY L�ABIL�TYof thls Caverage Part, our
oE�ligaiians ars lirn[ted as follows:
a. Pr'trr�ary Ins�rance
This insuranae is primary except when Fa.
below applies. Ifthis insurance is primary,
our ob{igatians are not affecfed unless
�ny of the ather insurance is also primary.
Then, we will share with all that other in-
suranr.a #�y #he me#had descrlbed Pn c.
kaelow.
b. �xc�ss [nsurance
i"his insurar�oe €s excess o�er:
�'I) Any of the other insurance, whefher
primary, exoess, ccmtingent or ott
any other basis:
(a} Thaf is l�ire, Extended Caver-
age, BUifdet-'s Risk, fns�allation
Risk nr similar insurance far
'jrour work' ;
{h) That is �ire or �xplosion insur-
ance for premises rented to you
or temporarily nccupied by you
with permission of the owner;
(c) T�at is insura�c� p�rchased by
you ko oover your fiability as a
#enant far °property damage" to
premises rented to you.nr tem-
porarily occu�aied by you with
permission af fhe owner, or
(d) If the loss arises out of the ma in-
tenance or use of aircrafE,
"auEas° ar watercraft fo the ex-
tent nat su6jeek to S�CTION I-
CDVERAGES, CO`lERAG� A.
BOb1�.Y WJllRY AND pRaP-
ERiY i)AMAG� 1�lABIL17YT 2.
Exdusions, g. Aircraft, Auto
or Watercraft.
{2) Any atf�er primary ins�rance avail�
ab[e to the insured covering 19ability
for damages arising ou� nf fhe pretn-
ises or operations, ar the procfuds
and completed operations, for which
[ncludes copyrighfed mat�rial of Ensurance
GA 9U1 �'X 49 'i0 5enrices �ffice, Inc_, with its perrnission. Page 14 of22
the insur�cE has f�een added as an
additionaE insured by attachmeni of
an endorsement.
c.
�3) Any ofher insurance:
(a) Whether primary, excess, can-
tingent ar on any other basis,
excep� wi��n such insura�ce is
writ�en spec3fically to be exaess
over fhis ins�rance; and
(bj That is a oonsolidated (wrap-up}
insuranc� program which has
been provic[ed i�y the prime con-
fractarlpro�eck manager or owner
of #he cansolidated �prq�ck in
whlch yo� are inval�e�d.
When this insurance is excess, we will
ha�e no duty under COV�RAG� A.
BODIL.Y NNJi1R�1' A�I[] PFtO�ERTY
DAMAG� �.fAE31L,1�'Y or COV�RAGE B.
P�RSONA� AND ADV�RTISI�IG 1N4
Jl]RY LIABILITY to defend t�e ins�red
agafnst a�y "suif" iF any othar ir�surer has
a duty to defend the insured against that
"suit". if nn ather insurer defend5, we will
�nclertake to do sor but we wi!! t�e entitle�f
to the insured s rights against all those
a#herinsurers.
When this insurano� is excess over other
insurance, we wif[ pay only o�r share of
fhe amount of the foss, if any, that ex-
ceeds the sum of:
��) TE�e ta#al amounf iF�at aI[ such other
insuranc� wauld pay fnr the fass in
the abser�ce af this insurance; and
(2) The total of all deducti6�e and self-
insured amaunts vncfer al1 that ot�er
insurar�c.e.
Vlle w+ll share the remaining loss, if any,
with any other insurance t�at is na# de-
scribed in this �xcess Ins�rance pravisian
and �as nat bought specifically to a�ply
in excess af the � Limits of Insuranoe
s�own in fhe ❑ecEarations of #his Cover-
age Par�.
Method of Shar`tng
lf al[ of the ot�er insuranae permits con�
tribution by equal shares, we will fallow
this method also. Under tF�is approach
eac� insurer contr�hutes equa[ amounts
unfil it has �aid its applicable limi# of
insurancs or nane nf the loss remains,
whichever comes first.
]fi any of the other insurance daes no#
perrriit contributian by equal shares, we
will contribUte by limits. Under this
rnefhod, �ach insurer's share is based an
the raiia af its appflca6le {imit af insuranoe
to the tofal applicable lirnits of insurance
of all [nsurers.
8. premiurn Audit
a. We will oompute al[ premiums for this
Coverage Part in aaaardance with our
rules and rates.
b. �'remiurr� shown in this Coverage �art as
advance premium is a depasit premi�m
only. At the dase of �act, audit periac� we
wl�l oampute the earned premium for that
period and send r�otiae #o the first Named
Insured. The due dat� for audit and retro-
spective �remiums fs the c{ate sl�awn as
the due date on the bil�. lf:
�'I} �'he earned prsmium is less than the
deposit premium, we wili refurn #he
exoess to ihe firs# Named Insured; or
�2) The earned premiUm is greater than
the deposif }�remium, •the difference
will E�e d�ae and payab[e to Us by the
�rsi iVarr�ed lnsured upon notice from
us.
�. The firs# fVamed Insured must keep re-
cords of the infarmation we need far pr�-
mium computation, and send �as copies at
such times as we may reques#.
7. R�presentatians
�y aocepting this Caverage F'aYt, yau agree:
a. The sfatements in th� beclarations are
ac�ra#e and carr�plete;
b. Those s#a�ements are based upan repre,
senta#ions you macle to us; and
c. We have is�.red this Coverag� Part in re-
liar�c� upan your repressntatians.
8. S�paratian nf lns�reds
�xce�f with respect ta the Limits af Insurance,
and any righfs ar dutfes specifically assigned
in this Coverage Park to the first Named In--
sured, ihis insurance applies:
a. As if eac� Narned Insured vrrere the only
Named Insured; and
i�. Separately ta each insured against whom
cfaim is made ar "suit" is brought.
Transfer of Rights of Recovery Against
Okhers io Us
lf the insured has righ#s to reco��r a11 ar �ar�
of any payment we Ytave inade under thls
Co�erage Part, those rights are transferred to
us. The insurecE musk do nof�ing after loss to
impair them. At our request, the insurecE wil!
foring "suit" ar transfer those rlghfs to us and
he[p us enfnrce them.
Includes copyr+ghted material of Insurance
GA 1��i TX �9 'IQ 5ervices Office, ]nc., with ifs p�rmiss9on. Page� 75 af 22
�0. Two or More Correrage Forms or Polic�es
Issu�t� by �Js
Ef ihis Co�eraga Park and any other Coverage
Form or Coverage Part forming a part of this
palicy a�p[y to #he same "accurrenc�" Qr "per
sonaf and aci�ertising injury" ofFense, the ag-
gr�gaf� maximum LimEt of Insurance under efl
tF�e Coverage Forms ar Coverage �arts shali
not exceed the highest appiica�le L• imit of ln-
surano� under any one Coverage Form or
Cn�erage Part. This cnndiYinrr cloes not apply
to any Coverage Forrrt ar Coverage Part is-
sued by us specifical[y to apply as excess in�
suranne over tE�is Covarage Part.
�1 �i. When We Do Not Renew
if we decide nat to renew tF�is Coverage Part,
we wiU mail or d�liver to t�e first Named In-
sured shown in the pedarafions v�rrit�en natica
of the nonrenewai not less than 30 cEays be-
�ore ft�e expiration dafe_
If notice is mailed, proof af mail€ng will be suf-
ficient pr'oof �' notice.
S�CTCON V = DEF�NI�'fONS
pu�licly traded arganization, your
stockholders are also "a�thorized
representatives".
(5} A trust, your frustees are "authorized
represer�tatives".
b. Yaur "emplayees":
('i) Assigned to manage your insurance
program; or
{2j Responsible for giving or receiving
notioe of an "occurr�nr,�", "persona! '
and ad�ertising injury" offense, cEalm
or "swit' ;
are alsa "authorized repres�nta#ives",
3. "Auta" means:
a. A land motor vehicle, trailer ar semi�railer
des€gned for travel on pu6�ic raads, in-
cluding any a#tached macF�inery or
equipment; or
b, � Any other fand vehic�e t�at is sui�jecf to a
campu[sory ar fiinancial res}�onsihi�ity law
or other motor vehicle insuranc� law in
ihe state whare it is licer�sed or prinapally
garaged.
7. "Advertisemeni" means a nofice t�at is broacE�
cast, telecast or published #a the gerieral pub-
lic or speclfic r�arket segments abnut your
gaods, products or serv�ces �arthe purpose of
attracting aas#omers or suppo�#ers. "Adver-
tisement° indudes a puE�licity article, F'or pur- 4-
poses of #his definition:
a. Nofices that are publis�ted include mate-
ria! placed an the In�rnet or on similar
electranic means af communication; and
b. Regarding web-sifes, only that part af a
web-site Ehat is abaut your goods, prod-
ucis or services far the purposes of a#-
fracting custamers or su�porters is can-
sidered an "advertisernenf".
2. "AUthorized representa6ve" means:
a. If you are designated in t�e Dedarations
as:
('!) An individual, you and your spause
are "aUthorized representatives",
(Z} A par-tn�rship or joint venture, yaur
rr►emi�ers, your partners, and •f�eir
spouses are "aukhorized representa-
tives".
(3) A limited IRabilfty company, your
members and your managers are
°authorized representatives".
a. The year comt-nencing on ihe �fFecfive
dat� of this Caverage part at '12:09 AM
standard time at your rnailing address
shown in #h� DecEarations, ancE if a multi-
year policy [aeriad, each oonsacukive an-
nual period thereafter, or portion fhereof if
any period is for a period ot less fhan 12
manths, oonstitute individua! "coverage
terrns". Tha last "coverage terrn" ends at
'[2:Q0 AM stancEard #ime at yaur mailing
address shown in #�te bedarations on the
eariier ofi
('�) The day fhe policy periocE sf�own [n
the aec]arations ends; Qr
(2) The dny the poficy to which this Cov-
erage ParE is aitacf�ed is terininafed
or cancelled.
(�4) An organization o#her than a parEner� h. Hov�re�e�-, if aiter fhe issuance of this Cov�
• ship, jaint venture ar iimited liability erage Part, any "co�erage #�rm" is ex-
company, your "execU#ive afficers" tendecE for an addiEional p�riod of Iess
and directors are "authorized repre- than �12 months, tt�at addi#ional period o'F
senta�ves". Provided you are nat a
]ncludes copyrighted ma#erial of Insuranc�
GA �0'� TX 0910 Services Qi#ice, Inc., with ifs permission. Pag� 16 of 22
Hawever, "auto" does not include "mobile
equipmenf".
"8odily injury" means bad�ly inj�ry, siclmass flr
disease susfained �y a person, including
death resulting from any of ti�ese at any time.
�, "Coverage term" means the following individ�
�a1 increment, ar if a rr�uEti-year }�oficy period,
incrsments, oftime, which comprise the pnlicy
period ofthis Coverage Part:
time will be deemed ta �e par� af the las#
preceding "coverage ierm".
6. "Coverage territory" means:
a. 7he Unifed States of America {including
its ferritories and passessior►s}, Puerfo
Rico and Canada;
b. !n#�rnat�onal waters or airspace, bu# on�y
if the injury or darnag� oacurs in fhe
course of travel or transportafian between
any places incfuded in a. above; or
c„ A!I o#her parts of t�e worid if the injury ar
damage arises out af
(1} Goods or products made or so[d by
yau in #he ferritory described in a,
abave,
(2) Th� ac#ivities oF a� person whose
hom� is in �the territory descr+�ed in
a, above, but is away for a short #ime
on your busi�ess;�or
(3) "Persona! and adveriising injury" of
fens�s #ha# take place thraugh the
Internet ar s9mifar electronic means
of communication,
pravided fhe insured's responsibility to
pay cEamages is determined in a"sui�' on
#he merits, in the te�ritory descril�ed in a.
a�ove or in a settlemenf to wnieh we
agree.
7. "Electronic cfat�" means informat�an, facfs ar
programs stored as or on, created or used on,
Qr ir�nsmitted to or iram c�mputer sof[ware,
including systems and applications sof[ware,
harci nr floppy disks, CI]-ROMs, tapes, driv�:s,
cells, data prac�ssing devices or any other
rnedia wnich are used with elecfronicaliy con-
trolled equipment.
S, "Employee` includas a '7eased worEcer". "�rn-
ployee' does nat incl�de a°t�mporary
warlcer".
9. "�xecufive officer" means a person holding
any of the officer p4sitions created by your
charier, constitution, by-laws ar any other
similar governing docutnent.
'10. "Hostile fre" rneans on� whid'i becomes un-
confroilaf�le or breaks out frnm where it was
intended to be.
'I'f. "Impaired propert�' means tangible properfy,
other #han "your product" or "your vvark", tha#
cannof E�e used or is Iess usef�l becaus�:
a. Et Irtcorporates "your product" or "your
work" that is knouvn or thought to be de�-
fective, deficient, inadequate or dangsr-
o�ts; ar
b. You have fai]ecI ta fuifilE the terms nf a
oontract or agreement;
if such prapertycan be restored to uso by:
a. The repair, replacernent, adjus#ment or
removal of "your product" ar "your wor�",
or
h, Your fU�lling the terms of th� oantract or
agreement.
9Z. "Insured cnntraci" m�ans.
a. A contract for a�ease of premises. Haw�
ever, that portian of iF�e contract for a
lease of premises that fndemnifies any
person or arganization for "properfy dam-
age" by fre or explosion to pr�mises
while rented ta you or temparariEy acci.i-
pied E�y you with permission of the owner
is noi an "insured contracti";
Y�, A s9defirack agreement;
c. Any easement or iicense agreement, ex-
cepf in connection with consfrucfion ar
de�nalition operatians an or within 50 f�et
of a r�ilroad;
[i. An obligafiion, as req�ired by ordinance,
#o indemnify a muniaipalify, exeept in con-
neckinn with uvork for a municipality;
e. An eievator rna9ntenance agreement;
f. 7hat pa� nf any other contract or agree-
ment pertaining #o yo�r business (includ-
1ng an indemnificaiian of a municipality in
connectian wifh work perforrrtec{ for a
municipality) underwhich yau assume the
tnr� fiability of annther parfy to pay for
"bodily injury", "property damage" or "per-
sanai and adverfising injury" to a third
person or organization. Tort liabilitjr
tneans a liabilify that would be irnposed
by law in tne absenc� of any contract or
agreement.
Paragraph f. does not include tha# par� of
any contracf or agreem�nt:
�'I) 7ha# indemnifies a railroad for "bodily
injury", "property damage" or "per
sonaf �nd ad�ertising injury" �rising
aut af construction or demaliti�r� op�
erations, within 5D feet af any raii�
road pro�erty and affecting any rail-
�•oed bridge or frestle, tradcs, road-
beds, tu�nel, underpass or crossing;
(2) That indemnifies an architect, engi-
neer or surveyor for injury or damage
ai'ising aut of:
(�} Preparing, approvir►g, or failing
#o prepare or apprave, maps,
shop drawings, opin�ons, re-
por�s, surveys, �eld orders,
includes copyrigh#ed material of Insurar�cs
GA 101 TK 09 'IU Servlces Offic,�, inc., witE� its permissior�. Page '�7 of 2Z
change orders or drawings ar�cE
speatficatians; or
{[�) Giving direc�ions or instruakions,
ar faiiing io gi�e them, if that Is
the primary cause a� the injury or
datnage;
�3J UncEer which tne insured, if an archi-
teck, engineer or surveyor, assumes
iia6ility far an injury or darnage aris-
ing out of the ir�sured's renderir�g or
fai�ure to rencEer professional ser-
vices, induding those listed in I'ai-a�
graph (2) above and supervisory, in-
specfilan, arch[tect�ral or engineering
�C�fVII'IPS;
(4) That indemniftes an advertising, pub�
!ic rela#ians or media consulting firm
for "personal and adver�ising injury'"
arising oui af ihe p�anning, execution
ar failure ta execute marketing corri-
municat�ons programs. Marketin�
communications programs include
l�uf are noY limifed to r,omprehensfve
maricefing campaigns; consumer,
frade and corporate advertisir�g for alf
media; media planning, buying,
monitoring and anafysis; direct mail;
promotion; saies materials; design;
presentations; point�of sale maferi-
a[s; mar�cet researc�; publfc relations
and nsw product development;
(�j Under which the insured, if ar� adver .
tising, pu�ilic relations or media con-
suf�ng frm, assc�mes liahiEity�or °per
sonal and adverfasing injury" arising
o�i of fhe insured's rendering or fail�
ure to render praf�ssianal services,
including those services listed in
Paragraph (4), above;
�6) TF�at indemnifies a web-sitc designer
ar cantent provider, ar Inkemet
search, access, conten# or service
prouider fnr injury or cEamage arising
out of the planning, execution ar fail-
urs ta ex�cute Intemet services,
lrtternet servicss inciude but are not
iirnited to cEesign, prociuction, distrii�u-
tion, maintenance and adrninistration
of we�-s�fies and weE�bann�rs; hast�
ing we6-sites; regis#ering damain
narnes, registering with search en-
gines; marketing analysis; and pro-
viding access to fhe Internef or other
slrrtiiar nei,uvorks; or
(7) Under which the ins�reci, if a web-
site designar or canteni provider, or
Intern�t search, access, content or
service provider, assum�s liaE�ility for
i�jury or damage arising aui of the
ir�sured's rendering or failure to ren-
der Ir[teme# services, including thase
lisfed in Paragra�h (6}, above.
13. "Leased worEcer" means a person leased to
you by a]abor leasing frrm under an agree-
ment between yn� and the iabor ieasing tirm,
ta perForm duties related to the conciuu� of
your business, "Leased worker" ind�des s�-
pervisors fUrnished ta yo� py the fabor leasing
frm. "i.�ased worker" does nnf in�ude a
"tetnporary worker".
'I4. "Laading or unloading" means the hand[ing af
property:
a. Affer it is moved fram the place wF�ere it is
ac�cep#ed far movement inta or or�to an
aircraft, watercraft or "auto";
b. While it is �n or on an aircrafit, watercraft
ar "au#o"; or
c. While it is being mo�ed fram an aircraft,
watercrafi ar "auto" i'o the place wf�er� i#
is finally cEelivereds
�ut "loading or ur�load(ng" does not indude the
mnvement of property by means af a rne-
chanical device, other than a hand truck, that
is not attached to the aircraft, watercraft nr
"auto".
'!5. "Mobiie equipment" means any af tha falfow-
ing types of Iand vehicles, inc�uding a�y at-
taahed rrtachinery or equfpmen�_
a. F3ulldozers, farm machinery, forKlifts ancE
ath�r �eh�cles c{esigned for use pri�cipally
off puE�lic roads;
b. Vehicles maintained for use solely an or
next to premises you or�m or rent;
c. Vef�icles that iravel on crawier treads;
d. Vehic[es, whether selfi prapefled ar nat,
maintained primarily tn pro�ide mob9[ifyto
permanently mour�ted:
(1) Power cranes, shove[s, IoacEers, dig-
gers or drills; or
(2) Road construction or r�surfacing
equipment such as gracEers, scrapers
ar rallers;
e. VehioEes not described in a„ �,, c. or d.
above that are not self prapelled and are
maintained primari[y to provide mobilityto
. permahently a#ached equlpme�t of tF�e
foliawing types:
�1) All' oompressoYs, pumps and gertera�
tors, incf�tding spraying, welding,
building deaning, geaphysical explo-
ration, Iighting and we[I servicing
equipment; or
. IncEudes capyright�d mater�al of lnsurance
GA '10'f 7X 09 't0 Ser�ices Q�o�, Inc., with its permission. Page 98 of 22
{2j Cherry pickers and simiiar devices
used to raise or lower workers,
f, V�hiaEes not described in a,, f�., c, or d,
aba�e maintainec{ primarily for purpases
other fhan the transporta#�on of persons
or cargo.
Hawever, self-pra�elfer� uehicfes with the
folfovuing types of permanently attac�eci
equipment are not "mof�ile equipmeni" bu#
w111 be considered "autos":
(1) Equipment designed prirr�arilyfor:
(a} Snow removal;
{la] F+oad mai�#ena�ce, buf not con-
struc�ion or res�r�acing; or
_ (c) 5treet c[eaning;
(�) Cherry pickers and simiiar c�evices
mounted on automabile or truck
chassis and used #o raise or bwer
workers; and
{3) Air compressors, pum�s ar�d genera-
tors, inc�uding spraying, v�relding,
t�uifding deaning, geophysical expia-
ratian, lighting and well servicing
equipmen�.
Howeuer, "mobile equipment" dnes not in-
clude any land vehlcles that are subject to a
compulsary ar financial responsiE�ilify law or
ofher motar �ehic[e insurance �aw in the state
where it is I�cer�sed or principaily garaged.
Land vehicles subject to a campulsory or �i-
nancial responsibilify law nr other rno#or vehi-
cle insurancs law are cansicEered "autos°_
'Ifi. "Occurr�noe" means an �ccident, �ncluding
cont[nuous oC repeated expasure ta subsian-
tiafly the same general harinful oond[tinns.
17. "Personal and ad�er�ising injury" m�ans inj�ry,
including consequentia[ "bodify injury", arising
ou4 of one or more of the fdlowEng ofFenses:
�. False arrest, detenfion or imprisonment;
b, Malictious �rosecution;
c. 7he s+vrongfuE e�Ectian frorrE, wro�gfu[ entry
into, or invasion of the right of private oc-
cupancy of a room, dwelfing or premises
thaY a person occcx.ipies, oommltted by ar
on beha�f af its owner, fancilord or lessor;
d. Orai orwriften �Ub[ication, in any rnanner,
of ma#erial thaf sEanders or IibeEs a person
or organizafion or disparages a persan's
or organi�ation's gnods, products or ser
viaes;
f,
�
The use of another`s advertising idea in
yaur "ad�artisement' ; or
Infringing upan anofher's copyrlght, trada
dress arslagan in yo�r "ad�erfisernent".
'18� "Poilutant" means any salid, [iquid, gaseous or
therma! irritant or contaminant, including
smoke, �vapor, saot, fiurnes, acids, alkalis,
cF�emicals, petroleum, petroleum �roduc#s and
petroleutn b�-products, anc� waste. Waste in-
cIudes materiaCs ta be recycled, recondi#ioned
or reclaimed.
19. "Product�campleted operat�ans hazard";
a. Includes alE "bod7y injury" and "properly
damage" occurring away from premis�s
you own or rent and arising out oT "your
prod�ct" or "your work" except:
('i) �'roducfs that are sti[I in your physical
possess9an; or
(2) Wor[c that has not yet been com-
• pieted or a�andonecl. However, "your
►uork" will be de�med complefeci at
the earliest of the fof[owing ti�es:
(a) When all of the wark caqed fnr in
yaur contract has been corn-
pleted; ar
(bj When all of the wark #o be done
at the jab site has been com-
pl�ted if your confract calls for
woric at rnore fihan one joh site;
or
(c� When thai part of the work don�
at a job site has been put to its
iniencfed use by any persan or
argan9zation other than anoth�r
contractar or sui�contractor
worEdng on the same �raject_
UVork thai may need service, mainte-
nance, cc�rreetion, repair or replace�
m�ni, but whir� �s ot�erwise cam-
plete, will �� tr'eated as carnple#ed_
1�. ❑aes not include "bodi[y injury" or "prop-
erty dam�ge" arising out of:
(1) The tra�spo�fation o� property, un�
Isss ihe injury or damage arises out
of a canditian in nr on a �ehlde not
owned or operated by ynu, and that
condition was created by ihe "loading
or unloading" of that �ehic�e tay any
insured;
�2} The existence of fools, uninstalled
equipment or abandonec{ or unused
materials; dr
e. Oral or wri#ten publicaiion, in any rrEanner,
of material #hat �iolates a person's right of (3) Proclucts or operations for which th�
privacy; classification, f[sted in the Declara-
tions ar in a sc.�edule, states thai
Incfudes copyrighted material of insuranc�e
GA 'iU'� 7X 09 90 se►vices Office, Inc., with its permissfon. Pag� '19 of 22
products-cornpleied o�erations are
inaluded.
2U. "Prape�y damage" means:
a. Physir,al injury to tangible property, in-
cJuding aq result�ng loss of use of #hat
proper[y. AI! suc� loss ofi use shall be
deerrted to occ:ur at the time of the physi�
oaE injurytha# caused it; or
b. L.ass of use of tangible property that is no�
physically injur�d. Ail such loss of use
shall be deemed to accur a# the tirne of
the "ocwrrence" tha# caused ik.
For the purpases ai this insurance, "efectronic
data" is not tangible property.
2�1. "5uit" means a ci�il proceeding in W�11GiT
mnney cEamages because of "bfldily injury",
"property damage" or "persona� and adv�rtis�
ing injury" to which tF�is insurance applias are
alleged. "Suit" inc[udes=
�. An arbitration proceeding in which such
damages are r�aimed and fio which the
insured must subrr�it ar does submlt with
our cansent;
b. Any other alternafive dispute resoluiion
prooeeding in which such damages are
clairnsd and to which the insured submifs
with oUr consent; or
c. An appeal of a civil pmc�eding.
22. 'Temporary worker" means a persor� v,�hn is
fumished to you #o substitute far a perinanent
"ernployee" on leave or fo meet seasonal ar
shnrt #erm woricioad canditions.
23. "Volun#eer warker" means a persan who is not
yaur "employee", and who donates his or her
work and acts at the diredEon ofi and within the
scope of dt�ties cEetermined by you, and is not
paid a fee, salary ar ather compensation 6y
you or anyane else for their work performed
far yau.
24. "Workptace" means that place and during
sUr� houra to which the "empfoyee" sustaining
"bodily injury" was assigned by yau, ar any
other persan or entity acting on your benalfi, to
worEc on i�e date of"occurrence".
25. "Your procEuct":
a, Means:
(1 j Any gaods or products, ofher than
real prop�rty, manufactured, sold,
handl�d, distribu#ed �r dispased of
�y:
(a) You;
(b} Others frading under your name;
or
�c) A person or organization whnse
business or assets you have a�-
quireci; ancE
(2} Containers (ofher than vehicles), ma-
terials, parts or equipmen# furnished
in canneu�ian with such goods or
producks.
b. Includes:
('I) Warranties or representafions made
at any time with respect to ihe �'ii-
ness, c�uality, durafaiii#y, performance
ar use of "yo�tr prociUcY'; and
(Zj The Providing of or fai[ure ta provide
wamings ot It�sfructions_
c. Does not inclUcEe vending mac�ines ar
� nther' property rented to ar Iacated for the
use of others but not sold.
2G. "Your work":
a. Means:
(9 } 1fUnrk or operations perFor�ried �y you
or on yaur behalf; and
(2) Materials, parts or �quipment fur-
nished ir� connection with such work
or operations_
b. Tnclurfes:
(') j Warranti�s or rePresentations made
at any tlme w[th resp�ct to the fit-
ness, c��ality, durabilEty, perFormance
or use nf "your work' ; a�d
(2} iF�� providing of ar fai[ure ta provide
wamings or instructions.
fnciudes copyrighted material of lnsurance
GA'10� TX 09 1Q Services OfFce, lnc., with i#s perrnission. Page 20 af22
Y�U�L�A� �N��C�I( �[��1LI�1� ���1.USI�N
[���ad ��rm�
�[. The insurance does no# app[y:
A. Under any i�iability Coverage, to "badily
injury" ar "property damage":
(�I) 1Nith r�spectto which an insured �n-
der this Coverage Part Es also an in-
s[ar�cE �nder a nuclear er�ergy IiabiEity
policy issued by EVudear �nergy Li-
abiliiy Insurance Assocaation, Mutual
A�amic Energy L.iability UntEenurifers,
�luclear insuranee Associaiion af
Canada, or any of f�eir sucoes5ors,
or would �e an insured under any
such poficy bUt for its termination
upon exhaustion of its limit of liability,
or
(2) Resulting from the "hazardous prop-
erties" of "nud�ar materia[" and viith
respect to which {a) any persan or
organization is required ta mainfain
financtia! protection pursuant to the
Atorrric �nargy Aci of 195A, Qr any
law amenda�ory Ehereof, ar (b) the
insured is, or had this CQverage Part
nat been issued woulci b�, entitled to
indemnity from the Uni�eci States of
America, or any agency t�ereaf, un-
der any a�reement entered into by
the United S#ates ofAmerica, or any
agency thereaf, witf� any person or
nrganiza�ion.
B, Under any Medical Paymenfs cnuerage,
to expenses incurred with respect to
"bodily injury" resulting fr�m fhe "hazard�
nus prnperties" of "nuclear materi�l" and
aris9ng out af the operafion of a'�uclear
faciiify' by any person ar or�anizatio�.
C. Under any L.iability Ca�erage, ta "�odily
inj�ry° or "properiy c�amage" resuftir�g
from the "hazardous properties" of "r��-
cfear rnaterial", if.
(1) Tne "nuciear materiaP' (a) is ai any
"nuclear faciliiy" owned by, ar oper-
ated by or on behalf of, an insured,
ar (b) has been discharged or dis-
persed therefrom;
(Z) The "nucl�ar material" is confained in
"spent fueC` oi' "waste" a# sny time
posse�.sed, F�anriled, useci, proc-
essed, stored, transporked or dis-
pos�d of, by or on behalf ot an in-
sured; or
�3) �'he E�odily injury" or "property dam�-
��
age" arises ouf of the furnishing by
an insured af services, ma#eriais,
parts or equi�ment ir� cnnnection with
the planning, oonstr�cfion, main#e-
nanoe, operation ar use of any "nu-
c[ear facility", but if such �aality is lo-
cated within the llnited Stat�s of
America, its territories or passes--
sions or Ganade, #his Exclusion {3)
applies anly to "property dsmage" to
such "nuclear fac3lity' and any prop-
eriy lher�at.
2. As used in this exdusjon;
"�lazardous properfies" includes radioactiue,
toxic or e�losive propertias.
"iVUclear materiaf" rr�eans "source materiaP',
"speaal nucEear maferiaf" or "by-prndUct ma#�-
riaa".
"5ourc� maieria�", "special nuctear material",
and "b�product material° ha�e the meanings
g[�en t�em in khe Atomic �nergy Act of 1954
or in any law smenciatory thereof.
"5pen# fuel" means any fuel e]ement or fuel
camponent, soild or liquid, which has b�en
usad�or exposed to radiafiion in a"nucE�ar re�
actor".
"Waste" means any waste rr�aterial (a) �n-
taining "b�product material" other than #he
kailings or wastes produced by the extraction
ar coneentration of Uranium or thorium from
a�y ore processed primarify for its "so�rce
materiaP' content, and (b) resulting frorn the
operaiian by any �aersan or arganization of any
"nucfear faraliEy" induded under the frst two
paragraphs of t�e defnition of "nuclear facii�
it�'.
"Nudear facality" rneans:
A, Any"nuc�earreactor';
B. Any equipment or device designed or
used for �'1� separating the isotopes of
uranium or p{utani�rn, (2) prac�essing or
utilizing "spent fue]", or (3) hand[ing, proc-
essing or pac.�aging "waste";
C, A�y equipmen# or device Used far #he
proc�ss[ng, faEar[c�ting or allaying of °spe-
cial nuclear materia!" if at any time the ta-
ta[ amount of s�[c� material 9n fhe custody
ofthe ins�red at the premEses where such
equipment ar device �s locafed consists of
or contains more than 25 grams of pluto-
niurn or uranium 23� or any cnrrr6ination
thereof, or more �han 250 grams of ura-
�ium 235;
lncludes capyrighted materiaf of �nsurance
CA 90'i TX 09 10 Services �f€ic�, fnc_, with its permissior�. Pag� 2'I af 22
D. Any strucfure, basin, exca�ation, prem-
isas ar place prepared or usecE for the
storage or dispasaf of "waste";
and inc[udes the site on which any of #he fore-
goir�g is Ioc�tecE, ail operations conducfed on
such si� and aII premises usecE for such op-
eraYions,
"Nudear reactor° �eans any apparatus de�
signec! or used fo susfain nudear fission in a
self-su�porking c.hain reactEon or to con#ain a
critical mass offisslanable material.
"Property damage" indudes all forms of radio-
active contam�nation of �raperEy.
Inc�ucles capyrigh#ed matarial of Er�surance
GA 10'f TX �9 '!0 SEIViCGS O�FI02, �nc., with its permission. page z2 af 22
"�'HI� �hil�C)R���tf��IT �H�AI`r���� TH� POL��Y. pLIEA�� �t�Aa IT CAR��Uk.�.Y,
�IfT����iLll��
�Ll�lhl��� ���i'Ci ����
��������� �������� �L����
���]�������
'�hi5 endarse�-r�et�C m�difi�s insurance pravlde� by th� follawfn�:
BUSINE�S AI�T�7 Cc7V�F�AC� �C�RM
With respect #o the coverage provided bytMl� endor5ement, th� pravislnns of the �aver�ge �orm ap�ly unless
madifi�d byihis endorssrn�nt.
.A. �Ianket 1N�iver of �uhrog�tloa
���r��ra iv � �usrra�s� ,�u�ro coN�t�
TI�N�� A. �.oss �s�nditisans. 5. Transfer �af
Ri�ht� s�� Recov�ry /�1�ains� Qthers ta lls Is
amend�d �y the additlan �f the foliowin�:
We �aive� any ri�h� nf recov�ry vu� may h�ve
agalnst` any perspn r�r organizatfan bec�us� c�f
paym�nts we rrtak� for "badiiy lnJury�� ar
��prs�p�rty d�����" arlsing ouk C�f th� �p�raCio�i
of a cav�red "�uta" when you have assumed
liabillty far such "bodfly �njury�� nr `�p�ap�riy
dam��e° under an "insur�d �a�tr�ct", pravld-
ed th� "bo�i[y injury" nr "pro��rky dar�ag�" oc-
�urs subsequent ta ihe exeeutian or the '9n-
sur�d �antracN`.
B. �lort��n#ril�utar,� Insur�n��
��CT[olv iV - �t��ITl�sS AI.I`i'o CON�I�
i1�N�, �. ��neral �vndition�, �. ��her In-
s�ran�e c, iS r�pl�C�d by t�n� fol�oWiE1g:
�. �tegardless af the �ravlslatis of F'ar
�graph �. a�ao�e, thls Coverage
Form's Ll��iilty �overage Is primary
�nd vu� will r�ot s�ek contrfbuilan
fram �ny �th�r insur�nce f�r any If�-
bilit�r assc�rned und�r a�n "fnsured
�ontr�ct" tha# r�quires Ilabllity t� be
assum�d on � primary nor�contr�buta.
ry t�asls.
This ptc�visfQn do�s n�t �pply unf�ss the v�lid
vvritten c�n#ract h�s been:
'i, �xe�ut�d prior ta th� a�cid�nt causing
���od+]y f�]ury�� ar "prap�rty d�m���'; an�
�. Is sfill In forc� at the time ofthe "acc[�ent"
causing "bodlly inJury" oi� "praperty riam-
age".
D. �mpfv�+s� Hir�d Auta
'(. Ch�nge� in Liabiliiy �avera�e
Tl�e faifowl�g is �dd�d to ih� �ectian II �
I,.i+��liity C9il���t��s �4. �t3'�i�Y�c,��, 'i.
Who �s an [nsured:
An "er�pfo�ree" af yours is an "(nsur�d"
vuhile op�r�tfng an "�ut�" hir�d or renke�i
ur�der � canfr�ct qr agre�rnent in kha�
°�mploy�e`s" name, with your p�rr�lssion,
v�rhi�e p�rFarrning duk[es r�late�l to t}�e
�nnduct afyaur �uslness.
�, Ch�ng�s in Genera! �a�tditians
5�G'�'IDN i�/ - ���I�]��5� AU7`t] ��iN-
I�lTIC1N�"a, �t. �an�ra[ Ganditit�ns, 5.
Other Insuran�� is �m��ided by rep[��-
lr�� f'ara�raph S.b. wlth the following:
Fa, �or Hlred Auf� Physi�al Darnag�
Cov�r'age th� fallowing a�e de�m�d
to be covered "autos" yaU �wn:
�. A�ld[#in�s! insured hy �ontract
('l) Any cov�red "auta" yau le�s�;
��GYlolyl Il - LIA�I�.I`�Y C�V�l�A��, �1. � hir�, r�nt or E�orr�v�; and
�ra�arag�, L Wh� Es an lir��ur�d Is arnended - ��y qn covered "a�td' hired ar
ta In�fude as �n Ins�red any pers�n ar orgahf-
zatl�n with which you haue agreed in � vali�i r�nte� byynur "ern�aloy�e" under
yvrltten cvntract to provide lnsuranc� as is af- a�ontr�ct in thak individual "em-
fard�d by t�ls �alicy. play��'�" n�me, wl#� yaur per
mission; w�tile p�rfdrrr�lr�� dut[es
Thi� pro�isian Is Ilmited ta the scope of f�t� rel�ted tc� fh�e conduct of yaur
valid vsrrllten contrac#. buslness.
Inclucf�s cnpyrighted materl�� of iS0
qq �gg pry �� Properki�s, Inc., wikh its permfs5fan. P�g� '1 vf �t
1--ldw�ver, a�y "autn" thak is I��s�d,
hlred, rented or borrowed wlkh a driver
Is nat a �c��ered "auto"_
�. Arxdiu, V#sval �nd Da#a El�ctroni� �quip�
mQnt
��GTIciN 11! T �FlYSICAL. CIAMAG€ �C;V
�RA�E, C. �.Pm�t of Ir+�ur�nce is arnenda�
by addfng th� f�[low[ng:
4. Th� rnost we w8il pay Por a11 "Eoss" ta �u-
dfa, v�sual or tlata electronlc equlpment
and any ac�essaries u�et� With this
equipr��nt as a resul� of �r�y an� "acci-
dent" fs the I�sser a�
a. l'he �Ctu�i casf� value af tl�e dam-
aged or stalen properky as �F the tim�
ofth� "acGld�nt",
6. The cos� af repairing �r repla�fn� the
damaged or stol�n propetty with �th-
er pro�ae�-ty oP llke kind ar�d qua�ity; or
�. ���5�]a.
PrQvid�d th� �qulpm�nt, at the tlme af th�
"loss" is;
a, P�rrnanentfy (nstall�d In �r upon the
cnv�red "�uto" ir� a housing, vp�n[ng
or other loc�tlo� that f� no� r�ormalfy
us�d by th� "�uto" manufa�urer far
th� instaliatlon of suc� equlprn�nk,
�. Rem�vabE� fram a perman�ntly ir�-
stalled housing unit as descrl��� in
F'aragraph �.a. at�ov�; or
c, An lntegra! part of such equiprn�nt,
F. Who ➢s an Ir�sutad � Amenc[ed
S�CiION II � LIABlL,ITY �UV�f3A�lE, A.
�ov�rag�. 'i. �11�to is an ins►sred is �mend�cE
by �dd1r►g th� follawir�g:
The foliowing �r� "I�isureds":
'i. Any subsidlary v�hich is � legalfy incorpo-
rat�d �ntl#y of whlch you ovsrn a flnancia!
Int�r�st of m�r� than 5n°l of tf�� voting
stack on tite �ff��iive date af khls �o�er-
ag� f�r�.
However, ihe insuranc� afforded by this
prQvision daes nat appfy �o �ny subsidiary
t#�a� is �n "in�ured" under any oif�er au�
tomablf� ]Ia�IHty pollcy, or wouid be �n
°ir�sured" u�der such poll�y buf for t�rml-
natlan of suc#� polf�y or th+e exhaustlon af
�uch j�nEl�y's Ilmits of lnsu�anc�.
2. Any organizat�an th�t is �ewly acqulred or
farrn�d by yau and over u�rhich you main-
tal�t m�J�rl#y owrEerst�fp. The lnsurance
provfded by khls provislnn:
a IS e%CtIV� c]tl th� d�te O� �cqulsltion
vr farrnatlon, and ls afForded for 18D
days aft�r such dat�;
b. baes not �pp[y to "bodfiy Injury,� ar
"praperty d�mage" resulting fram an
"a�cident" that qccurreti beiare you
acqulred or formed th� arg�nlr�at[an;
�. I���s nnt ap�aly tca any nevyly acqulre�i
or forme� or�anization that �s a jn[nt
v�nture or par�n�rsh]p; and
d, poes �ot �ppiy to an (nsur�d under
any other autamabiie ila�ilfty poiicy,
ar vv�a�rld �e an Ins�rred under s[ach a
pali�y but for in� terminatinn of suct�
pal[cy Qr the exhaustlon of such pali-
cy'S Ilmit� vf in�urance.
�. Any of y�ur "emplQyees" whil� casing a
�overed "auta" in yo�r busine�s ar ynur
persar►al afFairs, prc�vided yau d� na� ar�vr�,
hire nr b�rrow t�r�t "auto".
G. �.t��llity �r�v�r�g� �xt+�nsians - Suppte-
rrs�n�ary p�yman#s - Hi�h�r l.imiks
��CTIOiV II � I.IABtl�tTY GDV�RA��, l�.
Caver�a�e, 2. Cov�rage �x#ens�ans, a. Sup-
plem�n�a�r I�aymen�s 1s arr►�nded by:
'�. Repfacir�g rhe $.2,Oq� Llrnit af Insurance
for b�ff �nnds wlth $4,p00 In (2a; and
x. R�placing the $750 LIm1t of lnsurance far
reason��i� �xpens�s with $5q0 in (4).
H. Amended Fe�low �mplvyea �xclu�lon
�E�T1OI+t I! � LIAB[I�I�Y �C3V�R��,C�} F�. ��-
clusions, �. �eClaw Employee ls tr�odffiecf a�
fallows:
EK�IUSI017 5. F�ilow �mp[ay�e i� d�l�t�d.
1. MlrSed Au�n - Physical l��m��e
If hir�d "autn�" ar� covered "autas" fiar Liabillty
Cvv�rage, th�n Cornpr�n�nsive and C�IEisi�n
Physical i]amage Cover���s as pravld�d un-
C{�r SEC71E7N [Il - WHYSlCA€. �AMA[aE
�C3VEFWGE �f thls Caver�g� Part �re ex-
�ended tc� "�utos" you hlr�, suhject t� th� fol-
f�wCng:
�i. The most we vai!] �ay for "loss" ta �ny
hired "auko" is $50,��� or th� actual cash
value or Cost tn re�air nr r�p�a�e�, wt�ich�
ever Is the least, minus a deductible,
�. Tf�e deductibl� wilf be �c�u�l to the iarg�st
dedu�tible applic�ble tv any ❑wn�d "auto"
far that cov�rage, ar ��,OQO, v+rhichever �s
f�ss.
3, Hlred Auto - physEcal parr3age co�er�e
is �xc�ss over ar�y +�th�r �olfectf�le insur-
�hC�.
!n�lu��� copyrlghted material of 1�0
A�1 �8S U�1 �i G f'ropertfes, Inc., with fts permfssion. Paga � af �
4. ��bject tn the abo�e lit�tlt, deduetible, and
�xc�ss pravislons we wi!{ pravlde cover�
��e �qu�i t� tile br�ad�sk coverage �ppll-
�able fio any covere� "auta" you �wn in�
sured under thls pafiGy.
Cover�ge In�Eud�s I�ss �f us� o�fhat hlred �u�
Co, pravlded It results frnm an "accldent" f�r
v�thfch y�u are fegally li��f� a�r� �� � r�sult �f
whEc� a manetary lass is �ust�ined by t�e
lea�ing or rental cqn��rn, The mast t+�e wll]
pay for any ane "accidenk" is ��,0��.
if � llr�if far Hired AuCa � Physic�l Dam��� fs
shown It� th� �th��ule, ih�n ti��.t IIm[t r�plac-
es, and is nat added Yo> the $Sb,oQo Ifmit 1ndl�
�ated ��ou�.
.J. Renta! Reimbut�er3nQnE
�E�TIDN Ill � I�F�lY��GAL DAMA�� is
amsnded by add�ng t�s fc�llowing;
�[. W� vv�lf pay far rental reirn�ursernent �x-
pens�s incurr�d by y�u for the r�nk�! of
an "auta" fia��ause of a'7css�° ta a cqv�r�c{
"�uto", Payrnent ap�lies In �dd[tlon to the
othet�nrfs� applicabfe amount of �ach cov
er�g� you have ott a cp�er�d "aufia�. No
d��uctlble app�les to th(s coverag�.
z. W� wfll pay an�y fpr thas� expenses in-
Gurred dyring #�re po{icy perfod beglnning
2� hours a�er th� '7ass" and ��dEng, re-
gardie�s af #h� policy's expirat[on, wlth
the le�s�r af tf�e fallo5rrin� numbar of
�ays'
a. The nurnber of d�ys rea��n��Iy res
qu�r�d t� r�palr tE�e covered "�uto". If
uI�S�" IS C�LIS�CI �7)1 t�li��C, ��3IS f1L1iT1b�C
af day� Is added t� the nurnber af
d�ys it iakes tn ioca�e th� caver�d
„auto" and r�turn ft to you; ar
�,. 30 days.
3. C7ur payment is limlted to the lesser af the
faliowing amQ�nts;
a, iVecessary and actual exp�ns�s !n-
�urred; �r
b. $50 per day.
�. This c��er�g� d❑es r�ot appiy whi�e th�r�
are sp�re ar I�selve "auto5" aV�il��l� to
�c�u far your ap�*ratlans.
�. YI`rrans�artation �pense - High�� �.irnits
���T1UN ili - �'HYSICA[� QA4�+�AG� CDV-
�RAC�, A. Cover��e, 4. �o��ra�� �xten-
si�nS is amen�ed f�y Y�placing $20 per d�y
vv�#h $5o per day, and $604 rnax[mum w[th
�7,SpQ maxlmum In �x#ens�on �. Tr�nspor�
�a,tiun �xp�ns�s.
[�. }�irh�g �average
a�'��T[�1N fll - F�FiY�1CA�. fJA9UlAC� �QV
�F�,C�s �. �XGIUS1t7t1�a �.�. IS �ITI�'[l{I@C� �}}�
addfrtc� tt�� fo�lav�ln�:
However, tha mechanica[ and �IACtt'fC�I
breakdown pnr�lan of tf�is �xc�usion does not
apply ta the accidental disGharge of an airb�c .
'This cavera�e fdr airb��s is �atcess over any
ather caII��E�Ie ins►�rance prwarran�jr-
M. Loan or Leas� G�p Ceavera�e
'1. ���TIC3N It1 - P�°IY�I�A�. DAMl���
Ct?VEI�AG�, C. 1�4mit �f lnsuPance I�
del�ted In [ts entirety �rtd repfac$� by the
fallowfng, but t�nly for privaC� passeng�r
ty�e "aut�s" wlth �n ari,�in�l In�n nr leas�,
and vnly in kh� ��+ent af �"�otal loss" to
such a pr�vate pass�nger type "auto":
a. The mosf we w�fl pay #or "I�ss" in any
on� "accEdent" i� th� greater of:
('1) The amounfi du� under the t�rms
af th� Eease or [oan tfl wh(ch
your �overed privat� pas5�ng�r
ty�e "��ta" Is su�]ect, �ut will not
includ�:
�aj Overdue I�ase ar laan pay-
men�s;
(b� �Enancfal p�n�ItEes Impas�d
under ih� Ie�se due to hi�h
mll�age, �ac�e�siv� u�� or
abnarmaf wear �hd t�ar;
i�} 5�c�r�ty depasit� n�t re-
funded by the I��s4C�
(d} Casts for exten�ed v,rarran�
ties, Credit LI�� Insurance,
He�l#h, Ar�a��ri� or Clls��i!-
it�r Ensurance purchased
wlth the lv�n ar I�as�; ar�d
(e} C�rry-over b�lances Fram
prevCaus loans ar leases, or
5. W� will pay und�r this cov�ra�e anfy that � ��) ��r�aE eash �afue a# the stolen
arnQunt of yaur reni�l reimbursement ex- ordam�g�d praperty.
��nses whlch Is not alr�ady provided far
carjder ���`t"I�N Ill T f�NY�1GAL pA�r'ir h, An adjustment far d�pr�ciatian �n�
A�E �+(�V�1�1�E, A, �av�r�ge, 4. phy�l�al conditiQn w[II b� rnade in d�-
Cov�r��e Exten�ions- t�rml�tin� actu�l c�sh v�lue at fh�
tirne af'9as�"_
lnclude5 �opyrEghted mat�riaf of ISO �
AA ��8 {�'1 'iG f'rape�tl�s, Irt�., with it� p�rmissian. I'�g� 3 vf �
2, ��C7'I�D1�1 V - 17�FIhlITIt3111� 1s ��eY�d�d
by acfding the faliowin�, buk Qnly far t��
pur�psas of tE�ls Loan or Lease Gap
Couera�e:
��T�t�l ioss" rr�eans a"I��s" in wi�lch t�e
eo�t �F repalr5 plus th� salvage V�lue ex�
c�eds thE aetu�� cash value.
N. �lassl�epair-lNaiverafD�rlucti6le
��CfiiC7N Ili - PHY�I�AL DAt1�tAGE COV
�F�AGE, A. C3e�tu�i�fe is arriended by �dding
the follawing:
Na deductibf� �ppEfes to glass d�mag� if fihe
glass is repair�d in a m�nner acceptabl� to us
rakher thaR replaeed.
�. �1�ies in th�: Evant vf an Accidant, �faim,
5uit or Loss R Amenc[8d
��CT[i�N l�f � Ri.lSlNE85 AU'i'Q Ct7Nbl-
'FI[7N�, A. l�o�s Cnreditions, Z. D�t�e� in th�
Event of Accident, Glaim, �u1� nr �.ra��, a. E�
amende� by ad�ing the Fofldwt��:
This Ganditian appil�s only wh�n the "acci-
dent° or'9nss" is khovvn tn;
'f, Yau, ffyou are an indivfduaf;
z. A R�rtner, lf ynu �r� a partners�ip;
�. Art exe�utfve affiter ar lnsuraflce rnan�g-
�r, ffyou are � cor�aration; ar
4. A merr���r nr man�ger, ff you are a I�r7t-
ited �fablflty Gdmpany,
F�. Unin#�nfinna� �ai�ur� #o U#��los�. Nazards
��CTI[7N IV s I�U51N��� AL.17"�'J �QNI�I-
'f�DN�, B. �an�r�l �onditian�, �. Cottceal-
rrien�, �lisrspres�nt�ation or �r�ud ls
amended �y adding ihe folla�ring:
�ioW�v�r, �f you urtint��ttlonally fall ta discfose
any hazard� ex��tln� ar� it�e eFF�ctEve date of
this �qv�r�ge F�rm, uv� wlll root de�y cav�r-
ag� under thls Cover�,�e �c�tin br�cause of
�uch fallure,
Q: �41�nt�I An�uish Resulting from Bod[ty in�u-
ty
���T'I[7N V � I?�FlNITi�N�, �. "��i�y i�tju-
ry" fs defe�ed in lts entirety and re�laced by
the fQllowing:
"�adlly in)ury" m�an� bodlly [nJury, slckn�ss or
dise�s� sustafned by � persr�n, Incfuding men-
tal angulsh and death s�rst�lned by the same
pe�'son tF�at results fratn such bddily Injury,
slckness nr disease. "8odlly inJury" cEoe$ not
Includ� rn�ntaf �ngulsh ar d�ath that d�es nof
r�sult from bodily inJury, �i�Krtess or disease.
R. �oVerage fo� Cerkain D��r�t�bt�s in �on-
ne�tion wi�E� Railr�ads
Wit� respect ta th� use af � coverecf "auto" ln
aperailans fiQr ur affeGtlRg a railraad:
'1. S�.ction V- E3efinition�� H. "ins�rrecE con-
tract". �.�. ls arn�nd�d ta read:
c. An �asement vr li�ense agr��m�nt;
�. �ection V H I3�fiRitivnst H, '9nsut'ed con-
tract", �.a. Is dc.leted.
Includes copyrighted materfal of I50
AA zs8 0� �tG �'raperties, Inc„ with �#� permission. P�g� �3 v# �
�
- � N� �u�
� �
WORK�R5' ��MAL�i�ISA�IOAI 1[VSURANC�
WORKERS` COMPEMSATIDN AN13 �� A'� 03 �� �
�MP�OYERS LIABiL.I7Y 1'OLICY
TEXAS WAi1/ER OF DUR R[CHT TO R�CO'VER F'ROM DTH�RS ENDORSENIENT
7his endorsement applies only to the ins�rance pravided by the policy because Texas is shown in item 3.A. dfi #he
[nformatlon Page.
We have fhe right to recover our payrrEents from anyone fiable for an injury covered by this policy. We wi1E not enforc� our
righi a�ai�s# ihe person or organizatfon named '[n the 5ch�dufe, but this v�rai�er applies only with respect to �aodily injury
arising out of th� aperations cEescribed In the schedu[e where you are required E�y a writien confract fo obtain fhis vyaiver
from us. .
This endorsement shal] not o�erate directiy or indirectly to beneft anyone no# named in ihe Sched�le.
The premiuim for this endarsement is shown in t�e Schedule.
Schedule
'I. ( } Specific Waiver
Name af person or organizafion
(X) BEanket Waiver .
Any person or organizatian for wham the Named Insured has agreed by wrif#en con#rac# to furnis� this waiver.
2. Operations: ALL TEXAS OP�F2ATlDNS
3. P�'emium:
�'he premium charge fnr this endorsernent shall lae percent af the premium developed on payroll in connecfion
with work perForined for �he above person(s) or organizat[on(s} arising ouf of the operations described.
�4. Ad�ance Premiur�t:
This endorsement changes the poliny to which it is at�ached effective an fhe incepEion dats oflhe pakicy unless a ditferent dale is indicated helow.
(The following "attaching clausa" need be camplaied only when this endorsement Is lssued subsequent to preparaEion ofthe po[icy.)
This endorserr�ent e�Fecti�e on at 12.09 a.m. standard t[me, forms a part oi:
Poiicy no. oaoi2zass5 of
Issued to: McMehon Coniracting, L.P.
effective on
/ �
'
Aut�orized representative
�'� 6ox 1205s, Ausfin, TX 7879�-2�58
1 of 9 texasmutual.com �(800) Sb9-5995 ��rax (800) 359-065Q WC �42 03 04 B
This page has been Ieft blank inteut[onally:
THNS �NDORSEMENT CHANGES THE POi.1CY. PLEASE R�AD IT CAREFU�,I.Y.
C�NCELLAT��� OI� f��1����V�'�IIAL ��f �J�
IN�Tf�l�r�►1'I(�� T� .� ��S[�Y���'�t� �i�T'�i`Y
7his endorsement rrzodifies insurance pro�ideci under the fallowing:
BU5INESSOWN�RS PACKAGE POLICY
CL.AIMS-MAd� �3CC�SS LJABfLII`Y GOV�F2AGE PART
COMM�RCIAL AU70 COVERAG� PAR'i'
COMMERCIAL GENERAL LIAB[l.l'�Y COVERAG� PART
COMM�RCIAL UMBR�LLA LIABIL1iY COV�R/�1G� PAR'T
U�N'i'f5T'S pACKAGE PQl.1CY
�L,�G`fF20�IiC UA'£A I.IABII.ITY COVERAG� PART
EXG�SS LIABI�I'fY COV�RAGE PART •
i.IQIJOR LIABILIiY COV�RAG� PART
OWfV�RS AAI� CONTRACTORS PRDTECTIV� [.IABILI'I"Y COVERAG� PART
pQLLUTiON LiA61l.CTY COV�RAGE PART
PRODUCT5ICON[PI.ET�d DP�RAT10i�fS CQV�RAG� PART
PRODUCT WfTWC�RAWAL COV�RAG� PAR'i
pR0�E5510[�lAL [.IABILIi'Y COVERAG� PAR'C
F'RO�ESSI�NAL UMk31�ELLA LIABiI.ITY CUV�fiAGE RART
pR�FESSIONAL UM�RELLA L.IABiLITY COV�RAGE PART - CLAIMS-MADE
RAIl.ROAD �ROiECTiVE LIAB[LITY COV�#�AGE PART
UNDERGFtOUIVD S70RAGE TAI11K POI.ICY
SCH�DU%..�
iVame and mailing address of person(s) or organization(s):
1. FOR WHOM YOI1 AR� R�QUIRED IN A VV�II1'�N C�NTRACT THAT'SIVAS EICECi1TEll �N �R AkT�R
TH� �ARLIER 0� THE �OT,LWING DATES: A. TH� EF�ECTIVL DATL� 0�' THIS POLICY, OR �. T`HE E�FEGTIVE
DA�� OF THE ORiGINAL �OLICY OF WHIC�Z ��IIS P�LICY IS A REN�WAI, OR RPLAC�M�NT, AND 2. FOR
'9UHOM YOU AR� R�QUIRED IN THAT SAM�'U�TRI�TEN CONTRAG�' AS REFERRED TC} IN x. ABOVE TO
PRO�IIDE CANC�LI�ATION NOTICE
Num6er of days notice (other than non�ayment of Premium}: 30
A. If +rve cancef or nonrenew th�s policy far any statutor�ly perrnEtted reason other than nonpayment of
�remium we will mail notice to the �aerson or organization shown ih the Sc�edule. We will rrtaii such notice
at least the n�mk�er of days shown in the Schedule before the ef�ective date of cancellation or nonrenewal.
B. If we car�cel this policy for nonpayr�-ieni af premEum, we wili mail t�otice to the persan qr nrgani�ation shawn
in the Schedufe. We v�ril! mail such notice at least '3 � days befare the effective date of cancellation.
C. !f notice is mailed, proof of mailing to the mailing address shown in the Schedule will be sufficient pranf ofi
notice.
D. En no evenf will co��rage extend beyond the actuai expiration, termination or cancellatian of the policy.
IA A�087 09 17
TY�is page has been left blank inten#ionally.
�
� �tt�. -
� t�.
WpfiK��tS' COMP�NSATlO�I INSURANC�
waRK�Rs' C41ViP4�NSAT{f3N AND V'V� �� 06 D�
�1V1�'l�OY�RS l.IA��C.iTY POL�CY
TEKp►5 I�OTIC� �� Y�1p►TER1�rL GHP►NG� EIdDO�tSE�I�� i
This endorsement appEies only ta the insurance provided by fh� pa{icy because Texas is shown in Ifem �.A, of t�►e
fnformation Aage, .
In the even# of canceliat+on or o#�er maferia{ ehange af the policy, we will mail advanc8 n�tice to the person or
organixatian named in tt�e Schedule. The number of d�ys advar�ce no#ic� is shouvn In the Sch�du�e.
'This endorsernent shal! not operat� direcfly or ]ndirecf3y to 6enefit anyone na# named in the Schedule.
�c��du[e
�. Number of days advance nofice:
2. Noiice wiii be mailed to:
3D
P�R �.15� �N �iLE
7his endarsemer+t changes ihe policy to which 1i is attached affecifve on tne incepfion date af the polfcy unless a dlfferani clate is Indicated below
[Che iollowing "aftaching clause" need be oompleted only when ihts endarsement is issued s�hsequent to pYeparallon af the policy.)
This �ndorsament, effeotive on at 12:01 a.m- standard [ime, farms a pa�E of:
pp��Gy rin, of Texas Mutual lnsurance Campany effectl�e an
0001228995
Issued ta:
hl�cMahon Contracting, L.P.
f�GGI Carrier Code: 29935
1 of 1
This is nnt a bill
p0 Box �2058, Austin, T5C 787'f'f-2058
texasmutual.com � {B�D} 858-5395 � �ax (80{1) 359-fl65a
% �
�
Au#hvrized repr�sentative
31iI98
WC 4� 06 Q'f �
This page has been ieft bIank inten#�onaliy
STAI�TI)Alal➢ GE1��RA�, COl��TIOI�TS
O�' '�'I3E C�T�TS']CRi7C'I'�Ol\T �ON'I'IZACT
North Riverside Drive Phase 4
City ProjecY No. 100453
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF C01�1TE�TTS
Article 1— Definitions and Terminology ...................................................................
1.01 Defined Terms ........................................................................................
1.02 Terminology ...........................................................................................
Page
........................ l
........................1
........................ 6
Article2 — Preliminary Matters ...................................................................................•------...................
2.41 Copies of Documents ..................•----•----.........................................................................---
2.02 Commencetnent of Contract Time; Notice to Proceed ....................................................
2.03 Starting the Wark ........................................................................................�--...................
2.Q4 Before Starting Construction ............................................................................................
2.05 Preconstruction Conference .......................................................................�......................
2.06 Public Meeting ..................................................................................................................
2.07 Initial Acceptance of Schedules ........................................................................................
Article 3— Contract Documents: Tntent, Amending, Reuse ...............
3 . O 1 Intent ................... . ............ ........ ...... ........ .......... ... . . . . ..........
3.02 Reference Standards .........................................................
3.03 Reporting and Resol�ing Discrepancies ..........................
3.04 Amending and Supplementing Contract Documents......
3.05 Reuse of Documents ........................................................
3.06 Electronic Data ..............................................................•--
....... 7
....... 7
....... 7
....... 8
-•----- �
....... 8
....... 8
....... 8
........................................................... $
........................................................... 8
........................................................... 9
........................................................... 9
..---• ...................................................1 �
.........................................................10
.........................................................11
Article 4— Aeailability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points ........................................................................................................... l ]
4.01 Availabi�ity of Lands ...................................................................•---...---..................................... I 1
4.02 Subsurface and Physical Conditions -• ........................................................................................ ] 2
4.03 Differing Subsurface or Physical Conditions .............................................................................12
4.04 Underground Facilities ................................................................................... ..13
. ....................
4.05 Reference Points .............................................................................................................
----........14
4.06 Hazardous Environmental Condition at Site .....................................•---.....................................14
Article 5— Bonds and Insurance ...................................................................
.................... .......
5.01 Licensed Sureties and Insurers ............................................................................................
5.02 Performance, Payment, and Maintenance Bonds ................................................................
5.03 Certificates of Insurance ......................................................................................................
5.44 Contractor's Insurance .........................................................................................................
SAS Acceptance of Bonds and Insurance; Option to Replace ....................................................
Atticle G — Contractor's Responsibilities .................................................................
b.01 Supervision and Superintendence .................•--------.................................................
16
16
16
16
18
19
......19
..---.19
North Riverside Dri�e Phase 4
City Project No. 1�0453
.
1
)
1
)
)
)
6.02
6.03
6.04
6.05
6.06
6.Q7
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
G.19
6.20
6.21
6.22
6.23
6.24
Labor; Warking Hours ................................................................................................................20
Services, Materials, and Equipment ........................................................................................... 20
Project�chedule ..........................................................................................................................21
Substitutes and "Or-Equals" .................................................................•--...................................21
Concerning Subcontractors, Suppliers, and Others ....................................................................24
WageRates ..................................................................................................................................25
Patent Fees and Royalties ...........................................................•-----�.........................................26
Permitsand Utilities ....................................................................................................................27
Lawsand Regulations .................................................................................................................27
Taxes.................................................................................................................�-----....................28
Useof Site and 4ther Areas .......................................................................................................2$
RecordDocuments ......................................................................................................................29
Safetyand Protection ...........................................................................•--�...................................29
SafetyRepresentative....--�----••--• ..................................................................................................30
Hazard Communication Programs .....................•--�--•---..............................................................30
Emergencies and/or Rectification ............................................................................................... 30
Subrnittals.................................................................................................................................... 31
Continuingthe Work ....................................................................•----.......................................... 32
Contractor's General Warranty and Guarantee ..........................................................................32
Indemnification.........................................................................................................................33
Delegation of Professionai D�sign Services .............................................................................. 34
Rightto Audit......-•-� .................................................................................................................... 34
Nondiscriminatian.......................................••-------....................................................................... 35
Article 7- 4ther Work at the Site
7.OI Related Work at Site
7.02 Coordination .............
................................................................................................... 35
................................................................................................... 35
..................................................�---............................................. 36
� Article 8 - City's Responsibil�ties ...................................................
8.O1 Communications to Contractor ...................................
� 8.02 Furnish Data ..............
..................................................
� 8.03 Pay When Due ............................................................
� 8.04 Lands and Easements; Reports and Tests ...................
$.QS Change Ozders .............................................................
1 8A6 Inspectians, Tests, and Approvals ..............................
� 8.07 Lirnitations on City's Responsibilities .......................
� 8.08 Undisctosed Hazardous Environmental Condition.....
$.09 Compliance with �afety Program ...............................
t
)
)
....................................•----�...................... 3b
................................................................ 36
..................•--........................................... 36
................................................................ 36
................................................................ 36
................................................................ 36
................................................................ 36
................................................................ 37
........................................•--.................... 37
................................................................ 37
Article 9- City's Observation Status During Construction ........................................................................... 37
9.a1 Ciiy's Project Manager .......................................................................•--..................................37
9.02 Visits to Site ................................................................................................................................37
9.03 Authorized Variations in Work ........................•--.......................................................................38
9.04 Rejecting Defeciive Work .......................................................................•--•---............................38
9.05 Determinations %r Work Perfarmed ..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptabiiity of Work .....................38
North Riverside Dri�e Phase 4
City Project No. 100453
}
60 72 QQ - 1
G�fVERA� CONDITIONS
Page 4 of 63
Article l 0- Change,s in the Work; Claims; Extra Wark ...................................................................
l 0.01 Authorized Changes in the Work ..................................................................................
1 Q.02 Unauthorized Changes in the Work .......--• ....................................................................
l 0.03 Execution of Change Orders ..........................................................................................
10.04 Extra Work.---•-• ..............................................................................................................
1Q.05 Notification to Surety .....................................................................................................
10.06 Cantract Clainns Process ........................................................................................
38
38
39
39
39
39
40
Article 11 - Cost of the Work; Allowances; Unit Price Work; P1ans Quantity Measurement ......................41
11.01 Cost ofthe Work .............................................................•----.......................................................41
11.02 Allowances .......................................................................................�---._.....................................43
11.03 Unit Price Work ..........................................................................................................................44
11.04 Plans Quantity Measurement .........................................•............................................................45
Article 12 - Change of Contract Price; Change of Contraci Time .................................................................46
12.01 Change oi Contract Pr�ce ............................................................................................................46
12.02 C�ange of Contract Time ............................................................................................................47
12.03 Delays ..........................................................................................................................................47
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48
13.01 Notice of Defects .................................................................................................•--._..................48
13.02 Access to Work ...........................�-------........................................................................................48
13.03 Tests and Inspections ....................................................................................�-............................48
13.04 Uncovering Work..--------�� ............................................................................................................49
I3.05 Ciry May Stop the Work .....................................................��------�--.............................................49
13.06 Correction ar Removal of Defective Work ..................................................••--------....................50
13.07 Correction Period ...........................................•---......................................................................... 50
13.a$ Acceptance of Defective Work .............................................................•---•------........................... 51
13.09 City May Correct Defective Work .....--• .....................................................................................51
Article 14 -Payments to Contractor and Completion ............................................................................
14.01 Schedule of Values ..............................................................................................................
14.02 Progress Payments ...............................................................•---._.........................................
] 4.03 Contractor's Warranty of Title .......................................................•--�---.............................
l4.04 Partial Utilization ................................................................................................................
14.05 FinalInspection ...................................................................................................................
14.06 Final Acceptance .....................................................................................................•------.....
14.07 Final Payment.-•--------� ..........................................................................................................
14.08 Final Coinpletion Delayed and Partial Re#ainage Release ................................................
14.09 Waiver of Claims ...........................................................................................�---------...........
.. 52
.. 52
.. 52
.. 54
.. 55
.. 55
..55
..Sb
,.56
.. 57
Articie 15 - Suspension of Work and Termination ........................................................................................ 57
15.01 City May Suspend Wark ...................................................•---��------..............................................57
�5.02 City May Terminate for Cause ....................................................................................•-
-�---........58
15.03 City May Terminate For Convenience .......................................................................................60
North Ri�erside Drive Phase 4
City Project No. 100453
00 �z ao - i
GENERAL CON�ITIONS
Page 5 ofb3
,
)
Article 16 — Dispute Resolution .................................................................
16.01 Methods and Procedures ........................................................
Article 17 — Miscelianeous .............................................
17.01 Giving Notice .............................................
17A2 Computation oiTimes ...............................
17.03 Cumulative Remedies ................................
l 7.04 Survival of Obligations ..............................
17.05 Headings ..........................................•..........
.......................•
........................
ARTICLE 1�- DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
............................. 61
............................. 6I
............................. 62
..............•---........... 62
............................. 62
............................. 62
............................. 63
............................. 63
A. Wherever usec3 in these General Conditians or in other Contract Documents, the terms listed below
have the meanings indicated which are applicable to both the singular and plural thereof, and
words denoting gender shall include the masculine, feminine and n�uter. Said terms are generalIy
capitalized ar written in italics, but not always. When used in a context consistent with the
deiinition of a listed-defined tertn, the term shall �ave a meaning as defined below wheiher
capitalized or ita]icized or ofiherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to iden#ified articles and paragraphs,
and #he titles of other documents or forms.
1. Addenda--Written or graphic instruments issued priar to the opening of Bids which clarify,
correct, or change the Bidding Requiretnents or the proposed Contract Documents.
)
i
7
i
�
2. Agreement The written instruinent which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress ar final payments and which is to be
accompanied by such supporting documentation as is reyuired by the Contract Documents.
� 4. Asbestos—Any material that contains rnore than one percent asbestos and is friable or is
) releasing asbestas fibers into the air above current action levels established by �he United States
j 4ccupational Safety and HealtH Administration.
�
}
?
�
}
)
t
Il
5. Award — Authorizaiion by the City Cauncil for the City to enter into an Agreement.
6. Bid The offer or proposal af a Bidder sabmitted on the prescribed form setting forth the
prices for the Work to be performed.
7. BiddeN—The indivic�ual or entity who submits a Bid directly to City.
8. Bidding Documents�The Bidding Requirements and the proposed Contract Documents
North Riverside Drive PF�ase 4
City Project No. 100453
�
i
�
oorzaa-�
GENERAL CON�ITIONS
Page 5 of 63
{inc�uding a11 Addenda}.
9. Bidding Requirenzents—The advertisement or In�itation to Bid, Instructians to Bidders, Bid
security of acceptable foz-m, if any, and the Bid Form with any supplements.
10. Business Day — A business day is �eiined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the Ci�y.
11. Calendat� Day — A day consisting of 24 hours measured from midnight to the next midnight.
12. Change Order A document, which is prepared and approveci by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Cantract Price or the Coniract Time, issued on or after the Effective Date
of the Agreement.
13. City--- The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and
chartered uncier the Texas State Statutes, acting by its gavenning body through its City
Manager, his designee, or agents authorized under his behalf, each of which is xequired by
Charter to perform speci�c duties with responsibility for �nal enforcement of the contracts
involving the City of Fort Worth is by Char�er vested in the City Manager and is the entity
wiih whom Contracior has entered into the Agreement and for whom the Work is to be
performed.
14. City Attorney — The officially appointed City Attorney of the City of �'ort War�h, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing bady of the City of Fort Worth,
Texas.
16. City Manager — The officially appointed and auihorized City Manager of the City af Fort
Worth, Texas, or his duly authorized representative.
17. Contract Clafm A demand or assertion by Ci�y or Contractor seeking an adjustment of
Contract Price or Contract Time, or bot�, or ather relief with respect to the terms of the
Contract. A demand for money or services by a third party is nat a Contract Claim.
18. Contr�act—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersed�s prior negotiations, representations, or agreements, whether written or oraI.
19. Contt°act Documents Those iterns sa designated in the Agreement. All iterns lis�ed in the
Agreement are Contract Documents. Approved Subinittals, other Contractor submittals, and
the repor�s and drawings of subsurface and physical conditions are not Contract Documents.
20. Contract P�ice The moneys payable by City to Contractor for completion oi the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the pravisions
North Ri�erside Drive Phase 4
City Project Na. 100453
}
�
!
�
)
/
.
1
)
)
i
)
1
�
)
5
00 7z oo - �
GENERAL CONDITIONS
Page 7 of 63
of Paragraph 11.03 in the case of Unit Price Work}.
21. Contract Time The number of days ar ihe dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
22. Cont�actor—The individUal or entity with whom City has eniered into the Agreement.
Z3. Cost of lhe Work—See Paragraph 11.01 of these General Conditions for definition.
24. Damage Claims — A demand for money or services arising frozn #he Project or Site from a
third party, City or Contractor exclasive of a Contract Claim.
25. Day or day — A day, unless ofiherwise defined, shall mean a Calendar Day.
26. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Vlrarth, Texas, or his duly appoinied representative, assistant, or agents.
27. Director of Parks and Community Services — The officially appointed Director of the Parks
and Community Services Department af the City of Fort Worth, Texas, or his duly appointed
representa�ive, assistant, or agents.
� 28. Director of Planning and Development — The oificially appointed Director of the P�anning
,
� and Develapment Department of the City of Fart Worth, Texas, or his duly appointed
represen#ative, assistant, or agents.
)
7 29. Direcio� of Transportation Public Works — The officially appointed Director o�' the
� Transporkation Public Works Department af the City of Fort Worth, Texas, or his du�y
appointed representative, assistant, or agents.
)
�
30. Director of Water Department — The officially appointed Director of the Water Depariment
of fihe City of �'ort Worth, Texas, or his duly appointed representafiive, assistant, or agents.
31. Drcnvings That part of the Confiract Documents prepared or approved by Engineer which
graphically shows the scape, extent, and character af the Waric to be performed by Contrac#or.
Submittals are not Drawings as so de�ned.
� 32. E_ff'ective Date of the Agreemenl—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
� and delivered by the last of the two parties to sign and deliver.
)
)
)
33. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
� 34. Extra WoNk — Addiiional work made necessary by changes or alteraiions of the Contract
� Documents or of quantities or far other reasons for wh�ch no prices are provided in �he Cantract
Documents. Exira work shall be part of the Work.
1
/
North Ri�erside Drive Phase 4
City Project No. 100453
007200-1
GENERAL COI��I'TIONS
Page 8 of 63
35. Field Order — A written or�er issued by City which requires changes in the Work but which
does not involve a change in the ContracY Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
wark type at the time of award.
36. Final Acceptance — The written notice gi�en by the Ciry to the Contractor th�at t�e Work
specified in the Contract Documents has been completed to the satisfaction of the City.
37. Final Inspection — Inspection carried out by the City to verify that the Contractor has
compleied the Wark, and each and e�ery part or appurtenance thereof, fully, entirely, and in
conformance with ihe Contract Documents.
38. General Requirements—Sections of Dieision 1 of the Contract Documents.
39. Hazardous Environmental Condition---The presence at the Site af Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereta.
40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
�1. Laws and Regulatians—Any and all applicable law�, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts ha�ing
jurisdiction.
42. Liens—Charges, security interests, or encumbrances upon Project funds, real properly, or
personal property.
�3. Majar Itefn — An Item of work included in the Contract Documenis that has a total cost equaI
to or greater than 5% of the original Contract Price or $25,dOd whichever is less.
44. Milestone A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45. Notice of Award—The written nofiice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deli�er the Agireement.
46. Notice to P�^oceed—A written notice given by City to Contractor fixing the date on which the
Contract Time will cornmence to run and on which Contractor shall start to perform the Work
specified in Cantract Documents.
47. PCBs—Polychlorinated biphenyls.
NorYh Ri�erside Drive Phase 4
City Project No. 100453
}
�
,
I
}
�
�
�
F
�
OD72p0-1
GENERAL CONDITIONS
Page 9 of 63
48. Petroleufn—Petroleum, including crude oil or any fractian thereof which is Iiquid at standard
conditions of temperature and pressure (60 degrees �'ahren�eit and 14.7 poUnds per square
inch absoluie), such as oil, peiroleum, fuel ail, oil sIudge, oil refuse, gasoline, kerosene, and
oiI mixed witl� other non-Hazardous Waste and crude oils.
49. Plans — See definitian of Drawings.
� S0. Project Schedule—A sche�ule, prepared and maintained by Contracior, in accordance wi#h
) the General Requirements, describing the sequence and duratian of the activities comprising
� the Contractor's plan ta accomplish the Work within the Contract Time.
51. Project=The Work to be performed under the Contraci Documents.
52. �roject Manager The authorized representative of the City who will be assigned to the
Site.
53. Puhlic Nfeeting — An announced meeting conducted by tl�e Ciiy to facilitate public
participation and to assist the public in gaining an informed view of the Project.
5�-. Radtoactive MateYial—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et sey.) as amended from time to time.
S5. Regula� Working Hours — Hours beginning at 7:00 a.m. and ending at G:00 p.m., Monday
thru Friday (excluding 1ega1 holidays}.
56. Sarnpdes PhysicaI examples of materials, eyuipment, or workmanship that are
representative of some portion ofthe Work and which establish the standards by which such
portion of �he Work wiil be judged.
57. Schedude of Submittals---A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related construction
activiti�s.
58. Schedule of T�alues A schedule, prepared and maintained by Contractor, alIocating portions
of the Cantract Price to various portions of the Wark and used as the 6asis for reviewing
Contractor's Applications for Payment.
59. Srte Lands or areas indicated 'm the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easernents for access
thereto, and sUch other lands furnished by City which are designated for the use of Contractor.
60. Specifacations—That part of the Contract Documents cor�sisting of written requiremenis for
materiais, eyuipmeni, sysiems, standards and workmanship as applied to the Work, and certain
administrative requirements and proced�ral matters applicable thereto. Specifications may be
specifica�ly made a part of the Contract Documents by attachment or, if not attached, may be
incorporated by reference as indicated in the Table of Contents (Divisian QO 00 00) of each
Project.
North Riverside Drive Phase 4
City Project No. 100453
OD72OQ-]
CtiENERAL CONDITIONS
Page 10 of 63
61. Subcontractar—An individual or entity having a direct contract with Contractor or with any
oYher Subcontractor for the performance oi a part of the Work at �he Site.
62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specificaIly prepared or assembled by or for Contractor and submitted by Caniractor
to ill�astrate some portion of the Work.
63. Successful Bidder—The Bidder submitting the lowest and most responsive Bid ta whorr� Ciry
makes an Award.
64. Superintendent — The representative of the Contractor who is available at all times and able
to recei�e instructions from the Ciry and io act for the Contractor.
65. Supplementary CondiCions—That part af the Contract Documents which am�nds or
supplements these General Conditions.
66. Supplier—A manufacturer, fabricator, supplier, distiributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipm�nt
to be incorporated in the Work by Contractor or Subcontractor.
67. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
man�oles, vaults, tanks, tunnels, or other such faciiities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, ]iquid petroleum products, telephone or other cotxamunications, cable television,
water, wastewater, storm waier, ather liquids or chemicals, or trafiic or other control sysiems.
6$ Unit Price Work—See Paragraph 11.03 of these General Conditians for definition.
69. Weelcend Working Hours — Hours beginning a# 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal haliday, as approved in adeance by the City.
7Q. Work The en#ire construction ar the various separately identifiable parts thereof required to
be pro�ided under the Contract Documents. Work inc�udes and is the result of perfarming or
providing a�l labor, ser�ices, and documentation necessary to produce such constructian
including any Change Order or Field Order, and furnishing, installing, and incorporating ail
materials and equipmeni into such construction, all as reyuired by the Contract Docuax►ents.
71. Working Day — A working day is de�ned as a day, not including Saturdays, Sundays, or legal
holidays autharized by the City far contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminolo�
A. The words ar�d terms discussed in Paragraph 1.02.B throUgh E are not defned but, when used in
the Bidding Requirements or Contract Documents, have the indicated ineaning.
North Riverside Drive Phase 4
City Project No. 100453
}
)
�
/
1
!
�
oo�oo- �
GENERAL COMDITIONS
Page [ 1 of 63
B. Intent of Certain Terms or Adjectives:
1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to autharize an exercise of judgment by City. In
addition, the adjectives "reasonable," "s�aitab�e," "acceptable," "proper," "satisfactory," or
adjectives of like effect ar import are used to describe an action or deierminaiion of City as ta
the Work. It is intended that such exercise of professional judgment, actian, or de#erminatian
will be so�ely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept af the Project as a functioning whole as
shown or indicated in the Contract Documents (un�ess there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers ta Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Coniract Documents; or
b. does not meet the requirements af any applicable inspection, reference standard, test, or
approval referred to in the Contract Docutnenis; or
c. has been damaged prior to City's written acceptance.
D. Furnish, Install, Pe�farm, P�ovide:
1. The word "Furnis�" or the word "Install" or the word "Perform" or the ward "Arovide" or
the word "Supply," or any combination or similar direciive ar usage thereaf, shall mean
farnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
contextused.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-knawn
technical or construction industry or trade meaning are used in the Cantract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIMiNARY MATTERS
2.01
2.02
Copies of Documents
City shall furnish to Cantractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
Commencertzent of Contract Tinze; Notice to Pr�oceed
North Riverside Dri�e Phase 4
City Project Na. 10D4S3
oanoa-i
GENERAL CONDITIONS
Page 12 of 63
The Contract Time wi11 commence to run on the day indicated in t�e Notice ta Praeeed. A Notice to
Proceed may be given no earlier than 14 days after the Effect�ve Date of the Agre�ment,
unless agreed to by both parties in writing.
2.03 Sta�ting the Work
Contractor shall start to perfarm the Work on the date when the Contract Time cammences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor sha�1 attend a Preconstruction Conference as
specified in the Confract Documents.
2.06 Public Meeting
Coniractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
2.07 Initial Acceptance of Schedules
No pxagiress payment shall be made ta Cantractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3— CONTRACT DOCiTMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required 6y one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally camplete project (oz- part
th�reo� to be constructed in accordance with the Cantract Doctunents. Any labor, documentation,
services, materials, or equipment tha# reasonably may be inferred from t�e Contract Documents
or from prevailing custom or trade usage as being required to produce the indicated result will be
provided whether or not specifically ca�led for, at no additional cost to City.
C. Clarifications and interpretatians af the Contract Documen�s shall be issued by City.
D. The Specificaiions may vary in form, format and style. Some Specification sections may be written
in �arying degrees of streamlined ar declarative style and some sections may be relati�ely
narrative by comparison. Omission of such words and phrases as "the Cantracior sha11," "in
North Riverside Drive Phase 4
City Project No. 100453
OU72DO-f
GEIVERAL CONDITIONS
Page l3 of 63
conformity Wlt�]," "aS S}lOWIl," OY "a5 specified" are intentional lil s#reamlined sections.
Omitted words and phrases shal� be suppIied by inference. Similar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
section. The Contractor shall not take advantage af any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specifica#ion sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and conr�enience to tl�e Contractor. The Contractor shall not rely on
the cross re%rencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Praject whether or not the cross referencing is
pravided in each section or whether or not the cross re%rencing is camplete.
3.02 Refe�ence Standards
A. Standards, Specifications, Cades, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes oiany technical saciety, organization,
or associaiion, ar to Laws or Regulations, whether such reference be specific or by implication,
shall mean the standard, specification, manual, code, ar Laws or Regulations in effect at ihe
time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),
except as may be otherwise specifically stated in the Coniract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change ihe duties ar responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, ar e�npZoyees, from those set farth in ihe Contract
Documents. No such provision or instruction shall be effective to assign to City, or any af its
officers, directors, members, parkners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to underkake responsibility inconsistent with the provisions of the Contract Docunnents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
Contractor's Review of Contract Docurrtents Before StaNting Work: Before undertaking each
part of the Work, Conteactar shaIl carefully study and compare the Contract Documen#s and
check and verify pertinent figures therein against ail applicab2e fieid measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy wHich Contractor discovers, or has actual knowledge of, and shaIl abtain a
written interpretation or clarificaiion from City before proceeding with any V47ork affected
thereby.
2. ContNactor's Review of Caniract Documents Dut�ing Perfo�rnance of Work: If, during the
performance of the Work, Contractar discovers any conflict, e�-iror, ambiguity, or discrepancy
witi�in the Coniract Documents, or between the Contract Dacuments and {a) any applicable
Law or Regulation ,(b) any standard, specification, manual, ar code, or (c} any instruction of
North Riverside Drive Phase 4
City Project No. 10p453
oo�zoo-i
GENERAL CON�ITIONS
Page 14 of 63
any Supplier, then Contractar sha�l promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one af the methods indicated in Paragraph 3.04.
Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractar had actual knowIedge thereo�
B. Resolving Discrepancies:
1. Except as may be otherwise specifically siated in the Contract Docurnenis, the provisions of
the Contract Documents shall take precedence in resal�ing any conflict, error, ambiguity, or
discrepancy 6etween the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier {whether or not specifcally
incorporated by reference in the Confract Documents}.
2. In case of discrepancies, fgured dimensions shall govern aver scal�d dimensions, Plans shal]
govem o�er Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shavan on the Plans shall govern o�er those shown in the
proposal.
3.04 Anaendrng and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereaf by a Change Order.
B. The requirements of the Contract Docurnents may b� supplemented, and minor �ariations and
deviations in the Work not involving a change in Contraet Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City's review of a�ubmittal (subject to the pravisians of Paragraph 6.1 S.C}; or
3. City's written interpretation ar clarification.
3.05 Reuse af Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. ha�e or acquire any title to or ownership rights in any of the Drawings, Specifications, ar
otber documents {or copies of any thereof� prepared by or bearing the seal of Engineer,
ineIuding electronic media editions; ar
2. reuse any such Drawings, Specif cations, other documents, or copies ihereof on extensions of
the Project ar any other project without written consent of City and specific written �erificatian
or adaptation by Engineer.
North Ri�erside Drive Phase 4
City Project No. iD0453
�
�
oonoo-�
GENERAL CON�ITIOIVS
Page 15 of 63
B. The prohibitians of this Paragraph 3.05 wilZ survive final payment, or terimination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purpases.
3.06 Electronic Data
) A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
� ta Contractar, or by Contractor to City ar Engineer, that may be relied upon are limited to the
� printed copies included in the Contract Documents (also known as hard copies} and other
Specifications referenced and located on the City's on-line electronic documenfi management and
; collaboration system site. Files in eIectronic media format of text, data, graphics, or other types
� are fumished only for fihe convenience of the receiving party. Any conclusion or information
� obtained or derived from such electronic iiles will i�e at the user's sole risk. If there is a discrepancy
between the e�ectronic �les and the hard copies, the hard copies govern.
B. When transferring documents in electronic media farmat, the transferring party makes no
representations as to long term compatibility, usability, or readability oFdocuments resul#ing fronn
the use of software application packages, operating systems, or computer hardware differing from
those used by the data's creator.
,
` ARTICLE 4— AVAILABILITY OF LANDS; SUSSURFACE AND PHYSICAL CONDIT�ONS;
) HAZARDOU,S ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
� 4.01 Availability of Lands
} A. City shall furnish the Site. City shal� notify Contractor of any encumbrances or restrictions nat of
� generaf app�ication but speciiically related to use of the Site with which Contractor must comply
' in performing the Wark. City wiIl obtain in a timely manner and pay for easements for permanent
� structures ar permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of andlor access to right-of-way, and/or
� easements. Any outstanding right-of-way and/or easements are anticipated to be acyuired in
' accordance with the schedule set forth in the Supplemeniary Conditions. The Project Schedule
� submitted by the Contractor in accordance with the Cantract Documents must consider any
, outstanding right-of-way, and/or easements.
} 2. The City }aas or anticipates removing and/or relocating utilities, and obstructions to the Site.
� Any outsfianding remova� or relocatian of utilities or obstructions is anticipaied in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
} by the Contractor in accordance wiih the Coniract Documents must consider any autstanding
) utilities or obstructions to be removed, adjusted, and/or relocated by others.
�1 B. Upon reasonable written request, City shalI furnish Contractor with a current statement of record
) legal title and legal description of the lands upon which the Work is to be per%rrned.
North Riverside Drive Phase 4
City Project No. 10D453
)
00 �z ao - �
GENERAL CONDITIpNS
Page 16 of 63
C. Contractor shall provide for a�l additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
l. those reports known to City of exploratians and tests of subsurface conditions at or
coniiguous to the Site; and
2. those drawings known ta City of physicaj conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limfted Reliance by Contractor on Technical Data Authorized: Contz-actor may rely upon the
accuracy of the "technical data" contained in such reparts and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contracior may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect ta:
1. the completeness of suc� reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedUres of
construction to be employed by Contractor, and safety precautions and pragrams incident
thereto; ar
2. other data, interpretations, opinions, and inforination contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn fram any "technical data" ar any such
other data, in#erpretations, opinions, or infortnation.
4.03 Differing Subsurface or Physrcal Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is unco�ered or
re�ealed either:
l. is of such a nature as tio establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is af such a nature as to rec�uire a change in the Contract Documents; or
3. differs materially from that shawn or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided �or in the Contract
Documents;
North Ri�erside dri�e Phase 4
City Project Na. 100453
OD7200-1
G�NERAL CONDfT10NS
Page 17 of 63
4.04
fihen Contractor shall, promptly after becoming aware thereaf and befare further disturbing ihe
subsurface or physical conditions or performing any Work in connection therewith (exeept in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled io any adjustment in the Contract Price or Contract Time ii
1. Contractor knew of the existence of such canditions at the time Contractar made a final
commi#�ent to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a resu�t
of the examination af the Contract Dacuments or the Site; or
3. Contractor failed to give the written notice as reyuired by Paragraph 4.03_A.
Unde�g�ound Facilities
A. Shown or 1`ndicated.• The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at ar contiguous to the Site is based an information
and data fiirnished io City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer sha11 nat be responsible for the accuracy ar completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. lacating all Underground Faciliiies shown or indicated in the Contract Documents;
c. caord�nation and adjustment of #he Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of a11 such Underground Facrlities and repairing any damage
thereto resUlting from the Work.
B. Not Shvtivn o� Indicated.•
T. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Cantract Dacumen#s, Contractor shall, promptiy after becoming
aware thereof and before further disiurbing conditions affected thereby or performing any
Morth Riverside Dri�e Phase 4
City ProjecY No. 100453
007200-3
GENERAL CONDITIONS
Page 1 S of 63
Work in co�nection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner o� such Underground Facility and give notice to that owner and ta City.
City w�ll review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document #he
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City cancludes that a change in the Cantract Documents is required, a Change Order may
be issued to reflect and c�ocument such consequences.
3. Veri�catian of existing utilities, struc�ures, and service lines shal] include notificatian of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.Q5 Reference Points
A. Cify shali provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contraciar to proceed with the Work. City wil] provide
construction stakes or other custamary method of marking to establish �ine and grades for roadway
and utility construction, centerlines and benchmarks for bridgework. Contractar shall protect and
preser�e the established reference points and property monuments, and shall make no changes or
relocations. Cantractor shaIl report to City whenever any re%rence point or property monument is
lost or destrayed or requires relocation because of necessary changes in grades or �ocations. The
City shall be responsible for the replacement or relocation of reference points or property
monuments not carelessly or wi�lfully destroyed by the Contractor. The Contractor �hall notify
City in advance and with suiiicient time ta avoid delays.
B. Whenever, in fhe opinion of ihe City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or remaved by the Contractor or any oihis employees, the full cost
for replacing such points plus 25% wil] be charged againsf the Contractor, and the full amount will
be deducted from payment due the Contractor.
4.06 Hazardous Envirnnmental Condition at Site
A. Reports and Dt�awings: The Suppletnentary Conditions identify those reports and drawings known
to City relating to Hazardaus Enviranmentai Conditions that have been identified ai ihe Site.
B. Limited Reliance by Contractor on Technacal Data Aulhariaed: Conteactor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technicaI data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their off'icers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procec�ures of
North Ri�erside Dri�e Phase 4
City Project No. 100453
�'
}'
1�
oo�zao-i
GENERAI� CON[JITIONS
Page 19 of 53
constrUction to be emp�oyed by Cantractor and safety precautions and pragrams incident
thereto; or
�!
�
2. other data, interpretations, opinions and information contained zn such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn frorn any "technical data" or any such
other data, interpretations, opinions or informatian.
�} C. Contractor shall not be respornsible for any Hazardous Environmental Conditian uncovered or
�� revealed at the Site which was not shown or �ndicated in Drawings or Specifications or identified
�} in the Contract Documents to be within the scope ofthe Work. Contractor sHall be responsible for
a Hazardous Environmental Condition created with any materials brought to the Site by
�� Contractor, Subcontractors, Snppliers, or anyone else for whom Contractor is responsible.
)'
�
},
1'
��
�,
���
r�
,
i
�
D. If Contractor encounters a Hazardous Environmental Condition ar if Contractor ar anyone far
whom-Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or ofiherwise isolate such condition, (ii) stop alI Work in connection with
such condition and in any area affected #hereby (exccpt in an emergency as required by Paragraph
6.17.A); and (iii) z�otify City (and promptly thereafter con�rm such notice in writing}. City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
af%cted area until after City has obtained any required permits related thereto and deIivered written
noiice to Contractor: (i) specifying that such condition and any affected area is ar has been
rendered suitable for the resumption of Work; ar {ii) specifying any special conditions under which
such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasanable belief it is unsafe, or does no� agree to resume such Work under such special canditions,
then City may order the portion of the Work that is in ihe area affected by such condition to be
deleted from the Work. City may have such deleied portion of the Work performed by City's or�vn
forces or others.
G. 7'0 lhe fullest extent permitted by Laws and Regulataons, Contf-actor shadl indemn� and hold
harsnless City, from und against all claims, eosts, losses, and damages (including 8ut not limited
to ald fees and charges of engineers, architects, atto�neys, and othe�- professionals and adl court
or a�bitration or ather dispute resalution costsj arising out of or relating to a Hazardous
Environmental Condiiion created by Contractor or hy anyone for whom Contractor is responsible.
Nothing in this Paragraph 4.Ob.G shall obligate Contractor to indemn� any individual or entity
f�om and against the conseguences of that individual's or entity's own negligence.
H. The provisions of Paragraphs A-.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or reveal�d at the Site.
North Riverside Drive Phase 4
City Project No. 100453
007200-1
GEI�ERAL CONDITIdNS
Page 22 af 63
lieu of traditional insurance, alternative caverage maintained through insurance pools or risk
retention groups, must also be appro�ed by City.
11. Any deductible in excess of $S,OOO.QO, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
12. City, a� its sole discretion, reserves the right to review tk�e insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed necessary
and prudent by the City based upon changes in statutory law, court decision or the claims
history of the industry as weil a� of �he contracting party to the City. The City shall be required
to provide prior notice of 9� days, and the insurance adjustments shall be incorporated into the
Work by Change Order.
13. City shall be entitled, Upon written request and without expense, ta rec�ive copies of policies
and endarsements thereto and may make any reasanable requests for deletion or revision or
modifications of particuiar policy terms, conditions, limitations, or exclusions necessary to
conform th� policy and endorsements to the requirements af the Contract. Deletions, revisions,
or modiiications shaIl not be required where policy proeisions are established by law or
regUlations binding upon either parly or the underwriter on any such policies.
14. City shal� not be responsible for the direct payment oi insurance premium costs for
Contractar's insurance.
5.04 Caratr�actor's Insurance
A. Workers Compensation and Erraployers' Liability. Contractor shall purchase and maintain such
znsurance coverage with limits consistent with statutory beneiits outlined in #he Texas Workers'
Compensation Act (Texas Labor Cade, Ch. 406, as arnended), and minimum fimits for Employers'
Liabiliiy as is appropriate for ihe Work being performed and as wil� provide protection from claims
set forth below which may arise out of or result from Contractor's performance of the Work and
Contractor's other obligat�ons under the Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone direct�y or indirectly ernployed by any af
them to perform any of the Work, or by anyone for whose acts any of them may be ]iable:
I. claims under workers' compensation, disabiliry bene�ts, and other similar emp�oyee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, ar death of
Contractor's employees.
B. Commercial Gener�l Liccbtlily. Coverage s�all include but not be limited to covering Iiability
(bodily injury or property damage} arising from: premisesloperations, indep�ndent contractors,
products/coanpleted operations, personal inju�ty, and liability under an insured contract. Insurance
shall be pro�ided on an occurrence basis, and as comprehensive as the current Insurance Services
4ffice (ISO) policy. This insurance shall apply as primary insurance with respect to any other
North Ri�erside Dri�e Phase 4
City Project No. 100453
�
oo���_�
GENERAL CONDITEONS
Page 23 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liabi�ity
policy, shall have no exclusions by endorsements that would alter of nullify premisesloperations,
products/completed operations, contractual, personal injury, or advertising injury, r�vhich are
normally contained with the policy, unless the City approves such exclusions in writing.
For construction projects that present a suhstantial completed aperation exposure, the City may
require the contractor to maintain completed operations caverage far a minimum of no less than
tiaree (3) years fol�owing the completion of the project (if ideniified in the Supplementary
Conditions).
C. Autanobile Liabilaty. A commercial business auto policy shaIl provide coverage on "any auto",
defined as autos owned, hired and non-owned and provide indemnity for clairns for damages
because bodily injury or death of any person and or property damage arising out of the wark,
nnaintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any oi them to perform any of the Work, or by anyone
for whose acts any of ihem may be liable.
D. RailYoad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
� E. Notfcaiion ofPolicy Cancellation: Contractor shall immediately notify City upon cancellation
j or other lass of insurance coverage. Cantractor shall stop work until replacement insurance has
. been procured. There shall be no time credit far days not worked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; Optron to Replace
� If Ciiy has any objection to the coverage afforded by or other grovisions of Yhe bonds or insurance
] required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
� of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing
� within 10 Business Days after receipt of the certificates (or ather evidence requested). Contractor sha11
� provide to the City such additional information in respect of insurance pravided as ti�e City may
� reasonably request. If Cantractor does not purchase or maintain all of the bonds and insurance required
: by the Contract Documents, the City shall notify the Contractor in writing af such failure prior to the
� start of the V1Tork, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 — CONTRACTOR'S RESPON�IBILITIES
)
b.01 Supervision and Superintendence
) A. Conit'actor shall supervise, inspect, and direct the Work competently and efficiently, devoting
} such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance wi#h the Contract Documenis. Contractor shal� be soleiy responsible for the
� means, methods, techniques, sequences, and procedures of construction.
J
1
North Riverside Drive Phase 4
City Project No. 100453
�
�
DO 72 00 - 1
G�NERAL CONDITIONS
Page 24 of 63
B. At all times during the progress of the Work, Cantracior shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
�uperintendent will be Contractor's re�r�sentative at the Site and shall ha�e authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Con�ractor.
C. Contractor shall notify the City 24 hours prior to mo�ing areas during the seyuence of construction.
6A2 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perfarm construction as
required by the Cantract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protec�ion of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyand Regular Working Hours ar for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Wtitten request (by letter ar
eiectronic communication) to perform Work:
for beyond Regular Working Hours reyuest rnust be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Th�rsday
for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Con.tract Docurnents, Contractor shall provide and assurne full
responsibility for all services, materials, ec�uipment, Iabor, transportation, construction equipment
and machinery, toof�, appliances, fuel, power, �ight, heat, teIephone, water, sanitary facilities,
temporary facilities, anc! all other facilities and incidentals necessary for the performance,
Coniractor rec�uired testing, start-up, and completion oithe Work.
B. AIl materials and ec�uipment incorporated into the Work shalI be as specifiec� ar, if not specified,
sha11 be oi good qualiiy and new, except as otherwise pravided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish safiisfaciory evidence {including reports of
required tests) as to the source, kind, and quality of maierials and equipment.
C. All materials and equipment to be incorporated into the Work shall be stored, applied, instalIed,
connected, erected, protected, used, cleaned, and conditioned in accardance with instructions of
the appIicable Supplier, except as atherwise may be pro�ided in the Contrac# Documents.
North Riverside Drive Phase 4
City Project No. 100453
i
�
�
/
}
�
)
� 6.04
�
)
)
3
}
)
)
)
t
i
1
�
�
)
,
?
,
,
}
)
}
7
J
�
�
ti
,
6.05
oo��oo_ �
GENERAL COMDITIONS
Page 25 of 63
D. All items of standard equipment to be incarporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
Project Schedule
A. Contracfior shall adhere to the Project Schedule established in accoraance with Paragraph 2.07
and the General Requirements as ifi may be adjusted fram time to tinne as provided below.
I. Contractor shall submit to City for acceptance (to th� extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project ScheciuIe that will not result
in changing the Contract Time. Such adjustments wil� comply wiih any provisions of the
General Requirements applicable thereto.
2. Contz-actor shall submit to City a monthly Praject Schedule with a manthly progress payment
for the duration of the Contract in accordance with the schedule specification O1 32 16.
3. Proposed adjustrnents in the Praj�ct Schedule that will change the Cantract Time shall be
subznitted in accordance wiih the requirements of Article 12. Adjustrnents in Contract Time
may only 6e made by a Change Order.
Suhstiiutes and "Or�-Equals"
A. Whenever an i#em of material or eyuipment is specified or described in the Contract Documents
by using the name of a proprtetary item or the name of a particular Supplier, the speciftcation or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no �ike, equivalent, or
"or-equaI" item or no subs#itution is permit�ed, other items of material or equipr�aent of oiher
SuppIiers may be submitted ta City for review under the circumstances described below.
1. "O�-Equal" Items: If in City's soIe discretion an item af material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it raaay be considered by City as an "or-equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be accamplished
without compliance with soine or all of the requirements for approval of proposed substitute
items. For tHe purposes of this Paragraph 6.QS.A.1, a proposed iiem of maierial or equipment
will be considered functionally equal to an item so named if
a. the City detennines ihat:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2} it will reliably perform at least equally welI the function and achieve the results
imposed by the design concept of the completed Project as a functioning who�e; and
3) it has a proven record of per%rmance arid availability of responsive service; and
North Riverside brive Phase 4
City Project No. 100453
oa �2 00 - �
GENERAL CON�ITIONS
Page 26 of 63
b. Contractar certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
2} it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item af material or equipment proposed by Contractor does
�tot qualify as an "or-equal" item under Paragraph 6.QS.A.1, it may be submitted as a
proposed substitute item.
b. Cantractor shall submit sufficient information as provic�ed below to a11ow City to dete�nine
if the iiem of material or equipment proposed is essentially equivalent to that named and
an acceptable subsiitute therefor. Requests for review of proposed substitute items of
maierial or equipment will not be accepted by City from anyone ather than Contractor.
c. Contractor shall make written application to City for review of a proposed substitute itern
of material or equipment that Contractor seeks to furnish ar use. The application shall
comply with Section O1 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functians and achieee ihe results called far by the general
design;
b) be similar in substance to that specified;
c) be suited io the same use as that specified; and
2} will state:
a) the extent, if any, to wh�ch the use of the proposed substitute item will prejudice
Contractor's achievement of finaI completion on time;
b} whether use of the proposed substitute itetn in the Work will require a ci�ange in
any of the Contract Documenis (or in ihe pro�isions af any other direct contract
with Ci�y for other work on the Project) to adapt the design to the proposed
substitute item;
c) whether incorporation or use of the proposed substitute item in connection with
the Wark is subject to payment of any license fee or royalty; and
3} will identify:
a) all variaiions of the proposed substitute item irom that specified;
North Ri�erside Dri�e Phase 4
City Project No, 1D0453
00 72 p4 - 1
GENERAL CONDITIONS
Page 27 of 63
b) available engineering, sales, maintenance, repair, and replacemen# services; and
4} shall contain an itemized estimate of all costs or credits that wi11 resuli directly or
indirectly from use of such subsiitute item, including costs o� redesign and Damage
Claims of other cantractors affected by any resulting change.
B. Substitute Construction Methods o� Procedures: Ifa speci�c means, method, technique, seyuence,
or procedure of construction is expressly reguired by the Cantract Documents, Contracior may
fuinish or utilize a substitute means, method, technique, sequence, or procedure of consiruction
approved by City. Contractor sha�l subnnit sufficient infarmation to alIow City, in City's sole
discreiion, to determine that the substifiute proposed is equivaIeni to that expressly calIed for by
the Contract Docaments. Contractor shalI rnake written application to City for review in the same
manner as ihose provided in Paragraph 6.OS.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor
to furnish additional dafia about the proposed substituie. City will be the sole judge oiacceptability.
No "or-equal" or substitute wiil be ordeeed, installed or utitized untii City's review is complete,
which will be evidenced by a Change Order in the case of a substifiute and an accepted Submittal
for an "or-equal." City will advise Contractor in writing of its deiermination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a speciai
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemn� and hold harmless City and anyone directly or indi�ectly en�ployea' by the�n _ from and
agairast any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.OS.B. Whether or not City
approves a su6stitute so propased ar submitted by Contractor, Contractor may be required to
reimburse City fot evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents (or in the provisions
of any other direct contract with City) resulting from the acceptance af each proposed substitute.
F. Conlractor's Expense: Coniractor shall provide ali data in support of any proposed substitute or
"or-equal" at Contractor's expense.
G. City Substilute Reimbursement: Cosis {savings or charges) attributable to acceptance of a substitute
shall be incotporated to the Contract by Change Order.
H. Time Exte�asions: No additional time will be granted for substitutions.
6.06 Concerning Subconi�actors, Suppllers, and Others
A. Contractor shall perform with his own organization, work of a value nat less ihan 35% of th�
value embraced on the Cantract, unless otherwise appraved by the City.
North Riverside Drive Phase 4
City Project No. 100453
OQ 72 00 - 1
G�NERA� CONDfTIONS
Page 28 of 63
B. Contractor shal� not employ any Subcon#ractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may ha�e reasonable objeciion. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any af the Work against whom Contractor has reasonable objection {excluding those
acceptabl� to City as indicated in Paragraph 6.Ofi.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or oiher
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable
participation by Minorxty Business Enterprises (MBE} in the procurement of goods and services
on a contractual basis. If the Contract Documents pravide for a MBE goal, Contractar is r�yuired
ta comply with the inteni of the City's MSE Ordinance {as amended) by the following:
1. Contractor shall, upon rec�ue,si by City, provide complete and accurate information regarding
actua� work performed by a MBE on the Contract and paytnent therefor.
2. Contractor wi11 not make additions, deletions, or substitutions of accepted MBE without
written consent af the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarmeni in accordance with the procedures outlined in the
�rdinance.
3. Cantractor shall, upon request by City, allow an audit and/or examination of any books, recards,
or files in the possession of the Con#ractor that will substantiate the actual work performed by
an MBE. Material misrepresenta�ion of aray nature wili be grounds for termination of the
Contract in accardance with Paragraph 15.02.A. Any such misrepresentation may be grounds
for disqualification of Contractor to bid on future contracts with the City for a periad of
not less than three years.
E. Contractor shall be fully respansible to City far all acts and flmissions of the Subcontractors,
Suppliers, and other indi�iduals or entities performing or furnishing any of the Work just as
Coniractor is responsible for Contractor's awn acts and oz�issions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship betWeen City and any such Su6cantractor, Supplier ar other
individual or entity; nor
2. shall create any obligation on the part of City to pay or ta see to the payment of ariy moneys
due any such Subcontractor, Supplier, or other individual or entity except as may othervaise be
required by Laws and Regulatians.
F. Contractor shall be solely responsible for scheduling ar►d coardinating ihe Work of Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct
or indirect contract with Contractor.
North Ri�erside Dri�e Phase 4
City �roject No. 100453
on 7z oo - i
GENERAL CONDITIpN5
Page 29 of 63
G. All Subcontractors, Suppliers, and such other individ�aals or entities performing ar furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and canditions of the Contract
Documents for the bene�t of City.
6.07 YVage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shalI comp]y with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not tess than the
rates determined by the City Council of the City of Fort Worth to be ihe prevailing wage rates in
accordance wit� Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
S. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay ta the City $6p for each worker employed for each
calendar day or part of the day tha# the worker is paid less thatt the prevailing wage rates stipuIated
in these contract documents. This penalry shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Deterrrainatian of Good Cause. On receipt of infarrnaiion,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an iniiial
determination, before the 31st day after the date the City receives the information, as ta whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's
determinaiion that #here is good cause to believe the Contractor or Subcantractor has violated
Chapter 225$, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such arnounts being
subtracted from successive progress payments pending a final determination of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section
2258.023, Texas Gavernment Code, including a penalty owed to the City ar an affected worker,
shail be submitted to binding arbitration in accordanc� with the Texas General Arbitration Act
(Article 224 et seq., Revised Statutes) if the Contractor ar Subcontractor and any affected worker
does not resolve the issue by agr�ement before the 1 Sth day after the date the City mak�s its initial
determinatian pursuant to Paragraph C above. If the persons required to arbitrate under this
section do not agree on an arbitra#or before the l lth day after the date fihat arbitratian is required,
a district court shall appoint an arbitratar on the petition of any of the persans. The City is nat a
party in the arbitration. The decisian and award of the arbitrator is final and binding or� all parties
and may be enforced in a�y caurt of coinpetent jurisdiciion.
E. Records to be Maintained. The Contractor and each Su6coniractor shali, for a periad of three {3)
North Ri�erside Drive Phase 4
City Project No. 100453
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
years following the date of acceptance of the work, maintain records that show (i} the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and {ii) the actual per diem wages paid to each worker. The tecords shall be
open at all reasonable hours for inspection by the City. The provisions af Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payro�l period, whichever is less, the
Contractor shall submit an aff davii stating that the Contractor has complied with the requirements
of Chapter 2258, Texas Government Cade.
G. Posting of Wage Rates. 'The Cantractor shall post prevailing wage raies in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcantracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all ]ic�nse fees and royalties and a,ssume all costs incident to the use in the
per%rmance of the Work or t�e incorporation in the Work of any invention, desigza, process,
producti, ar de�ice which is the subject of pa#en# rights or copyright� held by others. If a particular
invention, design, process, product, or devic� is specified in the Contract Documents far use in the
p�rformance of the Work and if, to the actual knowledge of City, its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such
information does not relie�e the Contractor from its obligations ta pay for the use of said fees or
royalties to others.
B. To the fullest extent pern�ritted by Laws and IZegulations, Contractor shall indemn� and hald
harmless City, fi�orn and against all claims, cnsts, losses, and damages (including but not lfrnited
to rtll fees and charges of engineers, architect.s, attorneys, and other professionals and all caurt
or arbitratio� or other dispute resolution costs} at�isrng out of or relating to any infringement of
patent Nights or copyt�ights incident to the use in the performance af the Work or� resulting, from
the incarporation in the Work of any invention, design, process, product, or device not specified
in the Cantraci Documents.
6.09 Permats and Utilities
A. Contt�actor obtained permits and licenses. Cantractor shall obtain and pay for all construction
permits and licenses except those pro�ided for in the Supplementary Conditions or Contract
Dacuments. City shall assist Cantractor, when �ecessary, in obtaining such permits and licenses.
Contractor sha11 pay all go�ernmental charges and inspection fees necessary for the prosecution of
fihe Work which are applicable at the iime of opening of Bids, ar, if there are no Bids, on the
Effective Date of the Agreement, excepi for pertnits provided by the City as specified in 6.09.B.
City shal� pay all charges of utility owners for connections for pravid�ng permanent ser�ice ta the
Work.
North Ri�erside Dri�e Phase 4
City Project No. 100453
�
,
�
oaTzoo-i
GENERAL CONDITIONS
Page 31 of 63
� B. City a8tained peNmits and licenses. City will obtain and pay for all permits and licenses as provided
for it� the Supplementary Conditiotas or Contract Documents. It will be the Cantractor's
� responsibility to carry out the provisions of the permit. If the Contractor initiates changes ta the
; Contract and the City approves the changes, the Contractar is responsible for obtaining ci�arances
} and coordinating witl� the appropriate regulatory agency. The City will noi reimburse the
Contractor for any cost associated with these requirements of any Ciiy acc�uired perrnit. The
i folIowing are permits ihe City wi�l obtain if required:
� 1. Texas Department of Transportation Petmits
2. U.S. Army Corps of Engineers Permiis
� 3. Texas Commission on Environmental Quality Permits
� 4. Railroad Company Permifis
) C. Outstanding per�nits and licenses. The City anticipates acquisition of and/or access to permits
� and licenses. Any outstanding permits and iicenses are anticipaied to be acquired in accordance
� with the schedule set forth in th� Supplementary Conditions. The Project Schedule submitted by
the Contractar in accordance with the Contract Dacuments must consider any outsianding permits
� and licenses.
� 6.10 Laws and Regulations
} A. Contractor shali give all notices required by and shall cornply with all Laws and Regulations
� applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
� compliance wiih any Laws or Regulations.
)
B. If Contractor performs any Work I�owing or having reason to know that it is contrary to Laws ar
� Regulations, Contractor shali bear all claims, costs, losses, and damages {including but not limited
) to all fees and charges of engineers, architects, attorneys, and other professionals and all
} coUrt or arbitratian or other dispute resoiution costs) arising out of or relating to such Wark.
, However, it shall nat be Contractor's responsibility to make certain that the Specifications and
' Drawings are in accordance with Laws and Regulations, but this shall n�t relieve Contractor of
� Contractor's obligations under Paragraph 3.02.
� C. Changes in Laws or Regulations not known at the t�me of opening of Bids having an effect on
the cost or time of perfarmance of the Work may be the subject of an adjustmenfi in Contract Price
) or Contract Time.
� 6.11 Taxes
}
} A. On a contract awarded by the City, art organization which qualifies for exemption pursuant to
� Texas Tax Code, Subchap#er H, Sections 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance of this
North Riverside Drive Phase 4
City Projeet No. 100453
00 72 00 - I
GENERAL CONDITIONS
Page 32 of 63
contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption
certificate to comply with State Comp�rotler's Ruling AQ7. Any such exemption certificate issued
to the Contractor in lieu of the tax shall be subject to and shall compty with the provision of State
Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permits and information may be obtained from:
1. Coax►ptrollez- of Public Accounts
Sales Tax Division
Capitol Statian
Austin, TX 78711; or
2. }� :. • . v _nrin r��•�r . a� ���I� �x��_�n_. :�i_. ,,.rt_�il
G.12 Use of Site and Other Areas
A. Limiiation an Use of Site and OtheN Areas:
Contractor shall confne construction equipment, the storage af materials and equipment, and
the operations of workers to the Site and other areas permitt�d by Laws and Regulations, and
shall not unreasanably encumber the Site and other areas with construction equipment or other
materials or equipment. Cantractor shall assume fulI responsibility for any damage to any such
land or area, or to the owner or accupant thereof, or of any adjacent land or areas resulting
from the per%rmance of the Work.
2. Ai any time when, in the judgmen� of the City, the Cantractor has obstructed or closed or is
carrying on operatians in a portion af a street, righi-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operaiions are in progress before work is commenced on any addi#ional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragr^aph 6.21, Contractor shall indemnify and hold harmless City, fi�om ana'
against alI claitns, costs, losses, and damages arising out nf or relating to any claim or action,
legal or equitable, bYought by any such owner or occupant again.st City.
B. Removal of Debris During Perfarmance af the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish,
and other debris. Rennoval and disposaI of such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleanrng.• 24 hours after written notice is gi�en to the Contractor that the
clean-up an the jo� site is proceeding in a manner unsatisfactory to the City, if the Contractor fails
North Ri�erside Drive Phase 4
City Project fVo. 100453
�
/
1
OD7240-1
GENERAL CONDITIONS
Page 33 of 63
} to correci the unsatisfactory procedure, the City may take such direct action as the City deems
� appropriate to correct the clean-up deficiencies cited to �he Cantractor in the written notice
{by letter or electronic communication}, and the costis of s�ach airect action, plus 25 % of such
� costs, shall be t�educt�d from the monies due or to became due to the Contractor.
� D. Final Site Cleaning.• Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and maice it ready for utilization by City or adjacent property owner. At the completion
) of th� Work Cantractor shall remove from the Site all tools, appliances, construc#ion equipment
� and machinery, and surplus materials and shall restore ta original condition or better all praperty
, �isturbed by the Work.
) E. Loadirag Structu�es: Contractor shall not load nor permit any part of any structure to be loaded
} in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
� or adjacent property to stresses or pressures ihat will endanger it.
)
)
)
�
6.13 Record Documents
A. Cantractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
appraved by the City, one (1} recard copy of all Drawings, Specifications, Addenda, Change
Orders, Fieid Orders, and written interpretations and clarifications in good order and annotated to
show changes made during consteuction. These record documents together with all approved
Samples and a coun#erpart of aIl accepted Submittals will be a�ailable to City for reference. Upon
completion of the Work, these record documents, any operatian and maintenance manuals, and
Submittals wil� be delivered to City prior to Final lnspection. Contractor shall include accurate
locations for 6uried and imbedded items.
6.1 �4 Safety and Protection
f A. Contractor shall be solely responsible far initiating, maintaining and supervising all safety
) precautions and programs in connection with ihe Work. Such responsibilifiy does not reIieve
? Subcontractors of their responsibility for the safety of persons or properiy in the performance of
� their work, nor for compIiance with applicable safety Laws and Regulations. Contractor shaIl
take all necessary precautions far tbe safety of, and shall pro�ide the necessary protection to
� prevent dannage, injury or loss to:
)
1. all persons on the Si�e or who may be affected by the Work;
) 2. ali the Work and materials and equipment to be incorporated therein, whether in storage an
� or off the Site; and
) 3. other praperty at the Site or adjacent thereta, includir►g trees, shrubs, lawns, walks,
) pavements, roadways, structures, utiIities, and Underground Facilities not designated for
} removal, reiacation, or replacement in the course of constiruction.
} B. Cantractar shall comply with all applicable Laws and Regulations relating to the safety of
� persons or property, or to the protection of persons or property from damage, injury, or loss; and
� shall erect and maintain all necessary safeguards for such safety and protection_ Cantractor shall
North Riverside Drive Phase 4
City Project No. 100453
00�2oo-i
GENERAL CONDITIdNS
Page 34 of 63
notify owners of adjacent prope�y and of Underground Racilities and other utility owners when
prosecution af the Work rnay affect them, and sk�all cooperate wiih them in the protectian,
removal, relocation, and replacement of their property.
C. Contractor sha11 comply with the applicable requir�ments of Ciry's safeiy programs, iF any.
D. Coniractor shall inform City of the specific requirements of Contractor's safety program, ii any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A_2 or b.[4.A.3 caused,
directly or indirectly, in whole ar in part, by Contractor, any Subcontractor, Supplier, or any other
indi�idual or entity directly or indirectly ennployed by any of them to perform any of the Work, or
anyone for whose acts any of them may be liable, shall be remedied by Cantractor.
F. Contractor's duties and respansibilities for safety and for prot�ction of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6.15 Safety Representative
Contractnr shall infarm City in writing of Contractor's designated safety representative at the Site.
6.16 Haaard Communiccation Progt°ams
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required ta be made a�ailable to or exchanged beiween or among
employers in accordance wiYh Laws or Regulatians.
6.17 Emergencies and/or Rectifrcation
A. In emergencies affecting the safety or protection of persons or the Work or properly at the Site or
adjacent thereto, Contractor is obIigated #o aci to prevent tI�reatened damage, injury, or lass.
Contractar shall give City prompt written notice if Contractor believes that any significant
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. Ii City determines that a change in the Contract Documents is required
because of ihe action taken by Conteactor in response to such an emergency, a Change Order may
be issued.
B. Should the Contractor fail to respond to a request from the City to rect�fy any discrepancies,
om�ssions, or correction necessary to confarm with the requirements af the Contract Docutnents,
the City shall give the Contractor written notice t�at such work or changes are ta be perfarmed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does nat take positive
steps to fulfill this written request, or does not show just cause far not taking the proper actian,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shalI deduct an amount equaI to ihe entire costs for such remedial action, plus 25°/Q, from any
funds d�ae or become due the Contractor on the Project.
North Ri�erside Drive Phase 4
City Project No. 100453
)
, ao �a oo - i
. GENERA� CONDITIONS
} Page 35 of 63
}
} 6.18 Subrnittals
� A. Contractar shall submit required Submittals to City for review az�d acceptance in accordance
} with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
� identified as City may require.
} 1. Sul�mii number of copies specified in tl�e General Requirements.
)
� 2. Data shown on ihe Submittais wiil be complete with respect to guantities, dimensions, specrfted
performance and design criterra, materials, and simi�ar data to show City the services,
� mateeials, and equipment Contractor proposes to provide and to enable City to review the
) information for the limited purposes reguired by Paragraph 6.18.C.
� 3. Subrraittals submitted as herein provided by Contractor and reviewed by City for
) conformar�ce with the design concept shatl be executed in conformity wit� the Contract
� Documents unless otherwise required by City.
� 4. When Submittals are submitted for the purpose oi showing the instaIlation in greater detail,
j their review shall not excuse Contractor from requirements shown on the Drawings and
. Specifications.
1
) 5. For-Information-Only submittals upon which the City is not expected to conduct review or
) take responsive action may be so identified in the Contraci Documents.
� 6. Submit required number of Samples specified in the Speci�cations.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require ta enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
B. Where a Submittal is required by tl�e Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittai will be
at the sole expense and responsibili#y of Contractor.
C. City's Revie�:
� 1. City will provide timely review of required Submittals in accordar�ce with the Schedule of
� Submittals acceptable to City. City's review and acceptance will be onty to determine if the
� items covered by the submittals will, after installation or incorporation in the Work, conform
to the informatiQn given in the Contract Documenis and be compatible with ihe design concept
) of the completed Project as a functioning whole as indicated by the Contract Documents.
� 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of consttuction (except where a particular means, �nethod, technique, sequence,
} or procedure oi construction is specifically and e�pressly called %r by the Contract
� Documents) or to safety precautions or programs incident thereto. The review and acceptance
\ of a separaie item as such vvill not indicate approval of #he assembly in which the item
North Riverside Drive Phase 4
City Project No. 10Q453
oa �z oo - i
GEN�f2AL CONDITIONS
Page 36 of 63
functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section O1 33 04 and City has given written acceptance of each
such �ariation by specific written notafiion thereof incorporated an or accompanying the
Submittal. City's re�iew and acceptance shall not relieve Contractor from responsibility £oz-
complying with the requirennents of the Contract Documents.
6.19 Continuing the Work
Except as otherwise pro�ided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or c{isagreements with City. No Work shall be dela�ed or posiponed pending
resolution af any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contracto�^'s General Warranty and Guarrxntee
A. Contractor warrants and guarantees io City tha# all Work wiil be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, S�ppliers, or any other individual or entity for whom Contractar is
responsible; or
2. normal wear and tear under normal usage.
G Contractor's obligation to perForm and c.omplete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Coniract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or �nal payment;
3. the issuance of a certificate of Final Acceptance by City or any payment re�ated thereto by
City;
4. use or occupancy of the Work or any park thereof by City;
S. any review and acc�ptance of a Submittal by City;
North Riverside Drive Phase 4
City Prpjec4 Nv. 1D0453
oo�zoo- G
GEN�RAL CONDITIONS
Page 37 of 63
6. any inspectian, test, or approval by others; or
7. any correction of defective Work by City.
D. The Cantractor shaIl remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period oi two {2) years
from the date af Finai Acceptance of the Work unless a longer period is specified and shall furnish
a good and sufficient maintenance bond, camplying with the requirements af Article
5.02.B. The City will give noiice of observed defects with reasonable promptness.
6.21 Indemniiication
A. Contractor covenants and agrees to indemnify, hold harmless and defend, a# its own
expense, the City, its officers, servants and employees, from and aga�nst any and all claims
arising aut of, or alleged to arise out of, �he work and services ta be performed by the
Contractor, its officers, age�nts, employees, subcontractors, licenses or invitees under this
Contract. THI INDE IFICATION PR N IS SPECIFICALL INTENDED TO
OPFRATE AND BE EFFECTIVE EVEN IF IT I� ALLE(�ED (? PROVEN THAT A�L
OR SOME OF THE DAMAGF.. BEING SOUGHT WERE CAUSED. IN WHO .F. OR IN
PART. SY ANY ACT. OMISS�ON OR NFGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for cvsts, expenses and legal
fees incurred by the City in defending against such claims anci causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City,
its officers, servants and employees, from and against any and all loss, damage or �estructia�
of property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, s�bcontractors, licensees or
invitees under this Contract. THIS INDEMNiFICATION PROVI�ION IS
SPECIFICALLY INTENDED TO OPERATE AND BE EFF_F.CTIVE EVEN IF IT IS
ALLEGED OR PROVEN TH�T ALL OR SOME OF THE DAMACTES BEIN[i . OUGHT
RE CAUSED IN WHOLE R IN PART BY ANY ACT O S I OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contractor will not be reyuired to provide professional desigt� services unless such services are
specifically required by the Cantract Documents for a portion o�the Work or uniess such services
are required to carry out Contractor's responsihilities for construction means, methods, techniques,
sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
rnaterials or equipment are speci�cally required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the VVork designed or certified by
North Riverside Drive Phase 4
City Project No. 100453
0072OD-1
GENERAL CONDITIONS
Page 38 of 63
such professional, if prepared by others, shalf bear such professional's wtitten appro�al when
submiited to City.
C. City shal� be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provid�d City has specified
to Coniractor performance and design criteria tbat such ser�ices must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design caiculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria gi�en and the design concepi expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculatians and desigz} drawings) will 6e only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Cantractor agr�es tha# the City shail, until the expiration of three (3) years after �na1
payment under this Contz�act, ha�e access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and s�aall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the ef%ct that
the subcontractor agrees thai the City shall, until #he expiratian of three (3) years after final
payment under this Contract, have access to and the right io examine and phatocopy any directly
pertinent books, docum�nts, papers, and records of such Subcontractor, invalving transactions to
the subcontrract, and further, ihat City shall ha�e access during Regialar Working Hours to all
Subcontractor facilities, and shall be pro�ided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractar reasonable ad�ance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contractor for the cost of the copies as folIows at the rate published
in the Texas Administrati�e Code in effect as of the time copying i� performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Prograrns and implementing transit-
reIated projects, which are funded in part with Federal financial assistat�ce awarded by the U.S.
Depar�ment of Transpartation and the Federal Transit Administration (FTA}, without
discriminating against any person in the United States on the basis of race, color, or natianal origin,
B. Title VI, Civil Rigl�ts Act af 1964 as amended.• Contractor shall comply vvith the requirements oF
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
North Riverside Drive Phase 4
City Project No. 100453
�
007200-�
� GENEF2AL CONDITIONS
\ Page 39 of63
J
) ARTICLE 7-- OTHER WORK AT THE SITE
` 7.O1 Related Work at Site
)
� A. City may perform other work related to the Project at the Siie wi#h City's emp�oyees, ar other
� City coniractors, or through other direct contracts therefor, or have other wark performed by utility
owners. If such other work is not noied in the Contract Documents, then written notice thereof
) will be given to Contractor prior to starting any such other work; and
` B. Contractor shall af%rd each ather contractor who is a party to such a direct contract, each utility
� owner, and City, if City is perforrning other work with City's employees or other City contractors,
} proper and safe access to the Site, provide a reasonable opportunity for the introdUction and storage
} of materials and equipment and the exeeution of such other work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
} required to properly connect or otherwise rnake its several parts come together and properly
} integrate with such other work. Contractar shall nat endanger any work of others by cutting,
, excavating, or otherwise altering such work; pravided, however, thai Contractor rnay cut or alter
others' work with the written consent of City and the others whose work will be affected.
)
} G If the proper execution or results of any part of Contractar's Work depends upon work perforrned
� by others under this Article 7, Contractar shall inspect such other work and promptly report to
City in writing any delays, defeets, ar deiiciencies in such other work tha� render it unavailable
) or unsuitable for the proper execution and results of Contractar's Work. Contractor's iailure to so
� report will constitute an acceptance of such other work as fit and proper for integration wi#h
, Contracior's Work except for latent defects in the work provided by others.
� 7.02 Coordination
i
� A. If City intends to contract with others for the perfornnance of ather work on the Project at the
Site, the foIlowirtg will be set forth in Supplementary Conditions:
� 1. the individual or entity who wilI have authority and responsibifity for coordination of the
� activities among the various contractars will be identified;
2. fihe specific matters to be covered by such authority and responsibility wiil be itemized; and
�
' 3. the extent of such authority and responsi6ilities will be provided.
� B. Un�ess otherwise provided in fihe Supplementa�y Conditions, City shall have authority for such
� coordination.
�
� ARTICLE S — CITY'S RESPONSIBILITIES
,
} 8.01 Cornmunications ta Cantractor
}
Except as otherwise provided in the Supplementary Canditions, City shall issue aIl communications
to Contractor.
North Riverside Drive Phase 4
City Project No. 10D453
aorzao-�
GENERAL COiVDITIONS
Page 40 of 63
8.02 Furnish Data
Ciry shall timely furnish the data reyuired under ihe Contract Documents.
8.03 Pay When Due
City shall make payments to Cantractor in accordance with Article 14_
8.O�i Lands and Ecrsernents; Reports and Tests
City's duti�s with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4A1 and 4.05. Paragraph 4,02 refers to City's
identifying and making a�ailable ta Cor�tractor copies of reports of explorations and tests of subsurface
condiiions and drawings of physical conditians relating to existing surface or subsurFace structures at
or cantiguous to the Site that ha�e been utilized by City in preparing the Contract Documents.
S.OS Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
S.Ob Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.d3.
8A7 Limitatians on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Cantractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, ar for any failure of Contractor ta camply with Laws
and Regulations applicable ta the performance of the Work. City will nat be responsible €or
Contractor's iailure ta perform the Work in accardance with the Contract Docutnents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.a8 Undisclosed Hazardous Environmental Condition
City's responsibility with respect to an unc�isclosed Hazardous En�vironrnental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements af Contractor's safety programs of which City has been informed pursuant to
Aaragraph G.14.
North Riverside Drive Phase 4
City Project No. 100453
00 7z oo - i
GENERAL CONDITIONS
Page 41 of 63
ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's P�oject Manager
City will provide one or more Project Manager(s) during the construction periad. The duties and
responsibilities and the limitations of authority af City's Project Manager during construction are set
forth in the Contract Documents. The City's Project Manager for this Contract is identified in the
Supplementary Conditions.
4.02 Visits ta Site
A. City's Project Manager will make visits to the Site at iniervals appropriate to the various stages
of construction as City deerns necessary in order ta observe the progress that has been rnade and
the quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations, City's Project Manager wilI determine, in general, if
the Work is proceeding in accordance with the Contract Documents. City's Praject Manager will
not be required to make exha�siive or continuous inspections on the Site to check the quality or
quantity of #he Work. City's Project Manager's efforts will be directed toward providing City a
greater ciegree of confidence that the completed Work w�ll conform generally to the Contract
Documents.
B. City's Project Manager's visits and observatians are subject to all the lirniiatians on authority and
responsibility in the Contract Documents incIuding those set forth in Paragraph
8.U7.
9.03 Authorized Variations in Work
City's Project Manager may authorize minor variafiions in the Work from the rec�uirements of the
Coniract Documents which do not involve an adjustment in the Contract Price or the Contract Tfine
and are compati6le with the design concept of the completed Project as a functioning whole as
indicated by ihe Contract Dacumenis. These may be accomplis�aed by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work invol�ed promptIy.
9.04 Rejecting Defeclive Work
City will have authority to reject Work which City's Project Manager believes to be defective, or will
not produce a completed Project that conforms to the Contract Documents or that will prejudice the
integrity of the design concept of the completed Project as a functioning whole as indicated by the
Contract Docutnents. City will have authority to conduct special inspection or testing of the Work as
provided in Article 13, whe#her or not the Work is fa6ricated, installed, or completed.
9.05 De%rminations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Manager will review with Coniractor the preliminary determinatians on such matters before rendering
a vvritten recammendation. City's written decision will be final (except as modified to reflect changed
North Riverside Drive Phase 4
City Project fVo. 1fl0453
ao �a oo - �
GENERAL CONDITIOlVS
Page 42 of 63
factual conditions or more accurate data).
9.OG Decisfons on Reguirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements af the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, sub�ect
to ihe provisions of Paragraph 10.06.
ARTICLE 10 — CHANGES �N THE W�RK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Wo�^k
A. Without invalidating t�e Contract and without noiice to any surety, City may, at any time ar fram
time to time, order Extra Work. Upon notice oi such E�tra Wark, Contractor sha11 promptly
proceed with the Work rnvolved which r�viIl be perfarmed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
mernorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Wor�C not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
10.02 Unauthorized Changes in the Work
Coniractor shall not be entitled to an increase in the Contract Price ar an extension of the Contract
Time with respect to any work performed that is not required by t3�e Contract Dacurnents as amended,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
l 0.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
changes in the Work which are: (i) ordered by City pursuant to Aaragraph ] O.O 1.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City's coz-rection of
defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price ar Contract Time which are agreeci to by the parties, inciuding
any undispuied sum or amount of t�me for Work actually performed.
1 Q.44 Eactra Work
A. Should a difference arise as to what does or does nat constitu�e Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work after
North Ri�erside Dri�e Phase 4
City Project No. 1pQ453
)
�
�
}
,
)
}
)
�
i
)
)
}
�
)
)
)
7
DO7200-1
GENERAL CONDITIONS
Page 43 of 63
making written request for written orcfers and sha11 keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding E�tra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall �urnish the Ciiy such installatian records of all deviations irom the originai
Conteact Documents as may be necessary to enable the City to prepare for permanent record a
corrected set oFplans showing the actual installatian.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, camplete and �nal payment far all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unfareseen at that
time, including without limitation, any costs %r delay, extended overl�ead, ripple or impact cost,
or any other efFect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notificatian to 5`urely
If the provisions of any bor�d require notice to be given to a surety of any change affecting the general
scope of the Work or the pravisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time), the giving of at�y such notice will be Contractor's responsibility.
The amount of each applicable bond wi11 be adjusted by the Contractor to reflect the effect of any
such change.
10.06 Contract Claims Process
A. City's Decision Required: All Cantrac# Claims, except those waived pursuant to Paragraph
14.09, shalI be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect of such Contract Claims.
)
}
l
�
B. Notice:
1. Written notice stating the general nature of each Contract Clairn shalI be delivered by the
Contractor to City no later than lS days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Noiice of the amount or extent oithe Contract Claim, with supparting data shaIl be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional tirne far Contractor to submit additional or more accurate daYa in support oi
such Contract Claim).
3. A Contract Claim for an adjustment in Cantract Price shall be prepared in accordance with
the provisions of Paragraph 12.O1.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
l
�
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
North Riverside Drive Phase 4
City Project No. 100453
.
l
on�2oo-i
GENERAL CQNDfTIQNS
Page 44 of 63
adjustment claimed is the entire adjusttnent to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submii any response ta the Contractor within 30 days after receipt of the
claimant's last submittal {unless Contract allows additional time}.
C. City s Action: City will re�iew each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if a�y, take one of the following actions in wriiing:
1. deny the Contract Claim in whole or in part,
2. approve the Contract Claim; ar
3. notify the Contractor that the Ciry is unable ta resol�e the Contract Claim if, in the City's
sole discretion, it would be inappropriate far the City to do so. For purposes of furti�er
resolution of the Contract Claim, ,such notice shall be deemed a denial.
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resoiution procedure sei forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustmen# in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11 A 1 Cost of the Wo�k
A. Costs Included: The term Cost af the Work means the sum of all costs, except those excluded in
Aaragraph 11.O1.B, necessariIy incurred and paid by Contractor in the proper performance of the
Wor�. When the value of any Work cavered by a Change Order, the costs to be reimbursed to
Contractor wiil be only those additional or incremental costs re�uired because ofthe change in the
Work. Such costs shall not incluc�e any of the costs itemized in Paragraph 11.O1.B, and shall
include but not 6e limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the perfarmance of ihe
Wo�rk under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, fore�men, and other personnel
ernplayed full time on the Work. Aayroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their tizne spent on the Work. Payroll casts shall
include;
a. salaries with a 55°/fl markup, ar
b. salaries and wages plus the cost of fringe benefits, which shal] include socia� security
contributions, unemployment, excise, and payroll taaces, workers' compensation, health
North Riverside Drive Phase 4
City Projett E�a. 10Q453
)
1
00�2oo-i
GENERAL COiVDITIONS
Page 45 of 63
) and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
� The expenses af performing Wor�C outside of Reguiar Working Hours, Weekend
Working Hoars, or legal holidays, shall be included in the above to the extent authorized
� by City.
}
. 2. Cost of all materials and eyuipment furnished and incorporated in #he Work, including costs
� of transportation and storage thereof, and Suppiiers' field services required in connection
� therewith.
, 3. Rentals of all canstructian equipment and machinery, and the parts thereof whether rented
` from Contractor or others in accardance with rental agreements apptoved by City, and the
1 casts af transportaiion, loading, unloading, assembly, dismantling, and removal thereof. All
� such costs shall be in accordance with the terms of said rental agreements. Th�e rental of any
� such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
)
j 4. Payments made by Contracfior to Subcon#ractors for Work performed by Subcontractors. 1f
� required by City, Contractar sha11 obtain compe#itive bids from subcontractors acceptable to
� City and Contractor and shall deliver such bids to City, who will tI�en determine, which bids,
} if any, will be acceptable. If any subcontract provides #hat the Subcontractor is to be paid on
) the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Wark and fee shall
� be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Faragraph ] 1.01.
�
� 5. Cosis of special consultants {incIuding but not limited to engineers, architects, testing
� laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
)
6. Supplem�nial costs including the folIowing:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
' b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
% machinery, appliances, office, and temporary facilities at the Site, and hand taols not
� owned by the warlcers, which are consumed in ihe performance of the Work, and cost, less
rnarket vaIue, of such items used but noi consumed which remain the property of
� Contractar.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes ather than negligence of Contractor, any Su6contractor, or
anyone directly or indirectiy employed by any ofthem or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
North Riverside Dri�e Phase 4
City Project No. 100453
oa�zoa-t
GENERAL CONDITIONS
Page 46 of 63
e. Losses and darnages (and rela#ed expenses) caused by damage ta the Wark, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such lasses and damages have resulted from causes
other than the negligence af Conteactor, any Subcontractor, or anyane directly or indirectly
employed 6y any of them or far whose acYs any of them may be liabie. Such losses shail
include settlements made with the written cansent and approval of City. No such losses,
damages, and expenses shall be included in the Cos� of the Work for the purpase of
determining Contractor's fee.
f. The cost of uti�ities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
cammunication services at the Site, express and caurier services, and similar petty cash
items in connection wiih the Work.
h. The costs of premiums for all bonds and insuranc� Contractor is required by the Cantract
Documents to purchase and maintain.
B. Costs Excluded: The term Cast of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architecis, e�timators, attorneys, auditors, accauntants, purchasing and contracting agents,
expediters, tiz�ae�eepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for genera� administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be
considered administrative costs covered �y the Contractor's fee.
2. Expenses of Cantractor's principal and branch offices other than Contractor's office at the
Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's capital
employed far the Work and charges against Contractor for delinquent payments.
4. Costs due ta the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whase acts any of them may be liable, including but not
Iimited to, the coa-ireciion of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contt-actor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
sha�l be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractar's fee shalI be determined as sei forth ir► Paragraph 12.O1.C.
North Riverside Drive Phase 4
City Project Na. 100453
oo�zoo-i
GEN�RAL CONDITIONS
Page 47 of 63
D. Docurr�entation: Whenever the Cost af the Work far any purpose is to be determined pursuant ta
Paragraphs 11.O1.A and 11.O1.B, Coniractor will establish and maintain records thereof in
accordance with generaIly accepted accounting practices and submit in a form acceptable io Ciry
an iternized cost breakdown together with supporting data.
11.02 Allowances
A. Specifaed Allowance: It is understood that Cantractor has included in the Contract Price all
a�lowances so narxaed in the Contract Documents and shall cause the Work so covered to be
performed fat such sums and by such persans or entities as may be acceptable to City.
B. Pre-bid Allowances:
I . Contractor agrees that:
a. the pre-bid allawances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Cantractor's costs for unloading and handling on the Site, labar, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances ha�e been included in
the allovvances, and no demand for additional payment on account af any of the
foregoing will be valid.
C. Contingency Aldowance: Contractor agrees that a contingency allawance, if any, is %r the sole use
of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actuai amounts due
} Contractor an account of Work covered by ailowances, and the Contract Price shall be
) correspandingly adjusted.
11.03 Unit P�ice Work
A. Where the Contract Documents provide that ail or part of the Work is ta be Unit Price Work,
initially the Cantract Price will be deemed to it�clude for all Unit Price Wark an amount equal ta
ihe sum of the unii price for each separately identif ed item of Unit Price Work times the estirraated
yuantiry of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinatians of the
actual quantities and classifications of Unit Price Work performed by Cantractor will be made by
City subject io the pravisions of Paragraph 9.a5.
C. Each unit price will be deemed #o include an amount considered by Contractor ta be adequate to
cover Contractor's ov�rhead and profit for each separately identified item. Work described in the
Co�tract Documents, or reasanably inferred as required far a functionally cornplete insiallation,
but not identified in the listing of unit price items shall be considered incidental to unit price work
Narth Riverside Drive Phase 4
City Project No. 100453
ao �z oo - �
GENEFtAL GONDITIONS
Page 48 of 53
listed and the cost of incidental work included as part of the unit price.
D. City rnay rnake an adjustment in the Contract Price in accardance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agr�ement; and
2. there is no corresponding adjustment with respect io any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Wark in
accordance with Paragraph 1 O.OI .
1. lf the changes an yuantities or the alterations do nat significantIy change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
2. If the changes in quantities or alterations significantly change the character of work, the
Contraci will be amendeci by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract wili be amended
by a Change Order in accordance with Article 12.
4. A signifcant change in the character of work occurs when:
a. the charac#er of work %r any Item as altered differs tnaterial�y in kind or naiure from that
in ihe Contract or
b. a Major Item of work varies by more than 25% frotx�. the original Contract quantity.
5. When the quantity of work to be done under any Majar Item of the Cantract is more than
125% of the ariginal quantiry stated in the Contract, then either party to the Contract may
request an adjt�stment to the unit price on the partion of the work that is above 125%.
b. When the quantity of work to be done under any Major Item of t�e Contract is less than 7S%
af the original �uantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11 A4 Plans Quantity Measurement
A. Plans c�uantities may or may not represent the exact guantity of work performed or material moved,
handled, or placed during the execution of the Contract. The esiimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantiry measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specifc Items) from the total
estimated quantiry far an individual Item originally shown in the Contract Documents, an
adjustment may be made to t}�e quantity of autharized work done for payment purpases. The parry
to the Contract requesting the adjustrn�nt will provide field measurements and calculations
North Ri�erside Drive Phase 4
City Project Na. 1OQ453
7
�
;
1
00 �z oo - i
GENERA� CONDlTIONS
Page 49 of 63
showing the final quantity for which payment will be made. Payment for revised qUantiry will be
made at the unit price Uid for that Item, except as pravided for in Article 10.
� C. When quantities are revised by a change in design approved by the City, by Change Order, or to
} correci an error, or to correct an error on the plans, the plans quantity will be incxeased ar decreased
� by the amaunt involved in the change, and the 25% variance will app�y to the new plans quantity.
}
�
.
�
`
,
}
)
)
)
�
)
)
D. If the total Contract quantity mul#iplied by the unit price bid for an individual I#em is iess than
$250 and the Item is not originally a p�ans quantity [tem, then the Item may be paid as a plans
quantity Iiem if the City and Contractor agree in writing #o fix the finat quantity as a pians quantity.
E. For callaut wor� ar non-site specific Contracis, the plans quantity measurement reyuirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Coniract P�rce
A. The Contract Price may onIy be changed by a Change Order.
B. The vaIue of any Work covered by a Change Order will be deteranined as folIows:
) 1. where the Work involved is covered by unit prices contained in the Contract Documents, by
� application af such unit prices to the quantities oithe items involved (sui�ject #o the provisions
of Paragraph 11.03); or
)
� 2. where #he Work involved is not covered by unit prices contained in the Contract Documents,
, by a mutually agreed lump sum or unit price (which may include an allowance for overhead
' and profit not necessarily in accordance with Paragraph 12.Q1.G2), and shall inclvde the cost
� of any secondary impacts that are foreseeable at the iime of pricing the cost of Extra Work;
� or
}
)
}
�
�
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's
fee for overhead and profit (determined as provided in Paragraph 12.O1.C).
C. Contractor's Fee: The Cantractor's additional %e far overhead and profit shall be detennined as
fallows:
1. a mutually acceptable fxed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the foIlowing percentages of the various
poriions af the Cost of the Work:
a. for costs incurred under Paragraphs 11.d1.A.1, 11.O1.A2. and 11.O1.A.3, the
Contractor's additional fee shall be 15 percent except for:
North Riverside Drive Phase 4
City Project Nv, 100453
007206-1
G�N�RAL CONDITIpNS
Page 50 of 63
1} rental fees for Contractor's own equiprnent using standard rental rates;
2) bonds and insurance;
b. for cosis incurred under Paragraph 11.01.A.4 and 11.0 l.A.S, the Contractor's fee s�all be
five percent (5°/a};
1} where one or more tiers of subcontracts are on the basis of Cost of the Work p(us a
fee and no fixed fee is agreed upon, the intent of Paragraphs ] 2.O1.C.2.a and
12A1.C.2.b is that the S�abcontractor who actually performs the Work, at whatever
tier, will be paid a fee of l 5 percent afthe costs incurred by such Subcantractor under
Aaragraphs I1.01.A.1 and 11.O1.A.2 and that any higher tier �ubcontractar and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative totaI of fees paid be
in excess of 2S%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and
11.O1.B;
d. the amount of credit to be allowed by Contractor to City %r any change which results in
a net decrease in cost will 6e the amount of the actual net decrease in cost plus a deduciion
in Contractor's fee by an annount equai to fi�e percent (5%) of such net decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No e�rtension of the Cantract Time will be allowed for Extra Work or for claimed delay unless the
Extra Work contemplated or claimed deiay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably cfelayed in the performance or completion oi any part of the
Work within the Contract Time due to delay beyond the contral of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made
therefor. Delays 6eyond the control of Contractor shall include, but not be limited to, acts or
neglect by City, acts or negIect of utility owners or other contractors performing o�her work as
contemplaied by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays descrebed in
this Paragrap�.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professianals and all caurt or arbitraiion or other dispute resolution costs) sustaineci by
Narth Ri�erside dri�e Phase 4
City Project Na. 106453
)
00 �z oo - i
GENERAL CONDITIONS
Page 51 of 63
� Contracior on ar in connection with any ather project or anticipated projeci.
� C. Contractor shall not be entitIed to an adjustment in Contract Price or Contract Time far delays
� within the control of Contractor. Delays attributable to and within the control of a Subcontractar
� or Supplier shall b� deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractar is caused by the failure of the City to provide
informatian or material, if any, which is to be furnished by the City.
_,
.
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
� DEFECTIVE WORK
)
� i 3.01 Notice of Defects
) Notice of all defective Work of which City has actual knowledge will be g�ven to Contractor.
? Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Worlr
} City, independent testing laboratories, and governmental agencies with jurisdictional interests will
�
have access to the Site and #he Work at reasonable times far their observation, inspection, and testing.
} Contracfior shall provide them proper and safe conditions for such access and advise them of
� Contrac#or's safety procedures and programs so that they may comply therewith as applicable.
J 13.03 Tests ana' Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
iests, or approvals anc! shaIl cooperate with inspection and tes#ing personnel tio facilitate required
inspections or tests.
" B. If Cantract Documents, Laws or Regulatians of any public 6ody having jurisdiction require any
� of the Work (or part thereo� to be inspected, tested, or approved, Contractor shalI assume full
) responsibility for axranging and obtaining such independent inspections, tests, retests ar approvals,
1 pay all costs in connection therewith, and furnish City the required certificates of inspection or
� approval; excepting, however, those f�es speciiically identi�ed in the Supplemen#ary Conditions
� or any Texas Department of Licensure and Regulation {TDLR) inspections, which shall be paid as
. described in the Supplementary Conditions.
� C. Contractor shall be responsible for arranging and obtaining and shall pay alI costs in connection
� with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or
� ec�uipment ta be incorporated in the Work; or acceptance of ma#erials, mix designs, or ec�uipment
� submitted for approval prior fio Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
� City.
D. City may arrange for the services of an independent testing laboratory {"Testing Lab"} to
North Ri�erside Drive Phase 4
City Project No. 100453
oanoo-s
GENERAL CdNDITIOiVS
Page 52 of 63
perform any inspections or tests ("Testing") for any part of the Work, as deternnined solely b�
City.
1. City will coordinate such Testing to the extent possible, with Contracior;
2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
similar negati�e result, the Contractor shall be responsible for paying for any and all retests.
Contractar's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
3. Any amounts owed for any r�test under this Section 13.03 D shall be paid direcNy to the
Testing Lab by Cantractor. City will forward a11 invoices for retests to Contractar.
4. �f Contractor fails to pay the Testing Lab, City will not issue Fina] Payment until the Testing
Lab is paid.
E. If any Work (ar the work of others} that is to be inspected, tested, or approved is cavered by
Contractor without written concurrence of City, Conh-actor shal�, if requested by City, uncover
such Work for observation.
F. Uncov�ring Work as provided in Faragraph 13.03.E shall be at Con�ractor's expense.
G. Contractor shall ha�e the righi to make a Contract Claim regarding any retest or invoice issued
under Section 13.a3 D.
13.04 Uncove�ing Work
A. If any Work is cavered contrary io the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered far City's observation and repIaced a# Contractor's
expense.
B. If City considers it necessary ar ad�isable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncaver, expose, or otherwise make available
for obsezvaiion, inspection, or testing as City may require, that por�ian of the Work in question,
furnishing al1 necessary labar, material, and equipment.
1. If it is found that ihe uncovered Work is defective, Contractor shall pay all claims, costs,
losse�, and dainages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court ar other dispu#e resolution costs) arising out of
or relating to suc� uncovering, exposure, abservation, inspection, and testing, and af
satisfactory replacement or reconstruction (including but nat lirnited to all costs of repair or
replacement of wark of others); or City shall be entitled to accept defecti�e Work in accordance
with Paragraph 13.08 in which case Cantractor shall still be responsible for all costs assaciated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
North Riverside Dri�e Phase 4
City Prvject No, 100453
)
)
ao 7z oo - i
GENERAL CONDITIONS
Page 53 of 63
j uncovering, expasure, observation, inspection, testing, replacement, and reconstruction.
' I 3.05 Ciry May Stop the Work
}
� If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
` or equipment, or fails to perform the Work in such a way that the completed Work vv�lI conform to
� the Contract Docurnents, City may order Contractor to stop the Wark, or any partion thereof, untiI the
i� cause for such order has beer� elitninated; however, this right of City to stop the Work shalI not give
� rise to any duty on the part af City to exexcise this right for the �ene�t of Coniractor, any
� Subcontractor, any S�applier, any other individual or entity, or any surety for, or employee ar agent of
any af them.
)
13.06 Co�rection ar Removal of Defective Work
,
� A. Promptly after rece�pt of written notice, Contractor shall correct all defective Work pursuant to
} an acceptable schedule, whether or not fabricated, instal�ed, or completed, or, if the Work has been
� rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, addit�onal iesting, losses, and damages (including but noi
� iimited to all fees and charges of engineers, architects, attorneys, and other prafessionals and all
� court or arbitration or other dispute resoIution costs} arising aut of or relating to such correction
� or removal (including but not limited to all costs of repair or replacement of work of others).
' Failure to require the removal of any defective Work shali not constitute acceptance of such Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty ar�d
guarantee, ii any, on said Work.
l 3.07 Cor�ection Period
i A. If within two {2) years after the date of Final Acceptance (or such longer period of time as may be
? presceibed by the tetms of any applicable special guarantee required by the Contract Documents),
; any Warl� is found to be defective, ar if the repair of any damages to the iand or areas made
' available for Contractor's use by City oc pertnitted by Laws and Regulations as contemplated in
) Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in
� accordance with City's written instructions:
1. repair such defective larid or areas; ar
� 2. correct such defective Work; or
3. if the defective Work has been rejected by Ci#y, remove it from the Froject and replace it
with Work that is not defective, and
� 4. satisfactorily correct or repair or remave and repIace any damage to other Work, to the work
) af others or other land or areas resulting therefrom.
B. If Contractar does not promptly comply with the terms of City's written instructions, or in an
North Riverside Drive Phase 4
City Project No. 100453
oa �z oo - i
GENERAL CONI]ITIONS
Page 54 of 63
emergency where delay would cause serious risk of loss or damage, City may ha�e the defec#ive
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
co,sts, losses, and damages (including but not lemited to all fees and charges of engineers,
architects, attorneys, and other professionals and aIl court or other dispute resolution costs) arising
out of or relating to such correc�ion or repair or such removal and replacement (including but nat
limited to a11 costs of repair or replacement of work of others) will be paid by Contractor.
C. In special circumstances where a particular ��em of equipment is placed in continuous service
before Final Acceptance of ali the Work, the correction period for that item may start to run from
an earlier date if so provided in the Cantract Documents.
D. Where defective Work (and damage to other Work resulting fherefrom) has been correcied or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correctian periad. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obIigat�ons under this Paragraph 13.07 are in addition to any other abligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute far, or a
waiver oi, the provisions af any applicable statute of limitatian or repose.
13.08 Acceptance of Defective Work
If, instead oi requiring correction or removal and r�placement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (incluc�ing but
not limited to all fees and charges of engineers, architects, attarneys, and other professionals and al�
caurt or other dispute resolution costs) attributable to City's e�aIuatian of and determination to accept
such defective Work and far the diminished value of the Work to the ex�ent not otherwise paid �y
Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Con#ract Documents with resp�ct to the Work, and City
shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contrac�or fails wiihin a reasonable time after written natice from City to carrect defective
Work, or to remave and replace rejected Work as required by City in accordance with Paragraph
13.Q6.A, or if Cantractor fails to perform the Work in accordance with the Contract Documents,
or if Contractar fails to comply with any other provision of the Contract Doc�amen#s, City may,
after sev�n (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shaZl proceed
expeditiously. In connection with such corrective or remedial action, City may exclude Contractor
fram a�l or part oi the Site, take possession of all or part af th� Work and suspend Contractor's
services related thereto, and incorporate in the Work ail materials and equiprnent incorporated in
North Riverside Drive Phase 4
City Project No. 100�453
1
OD7200-1
GENERAL CONDlTIQNS
Page 55 of 63
) the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere.
} Contractar shall allow City, City's representatives, agents, consultants, enaployees, and City's
other contractors, access to the Site to enable City to exercise the rights and remedies under this
� Paragraph.
)
, C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
� engineers, architecis, attorneys, and other professionals and aIl court or other dispute resol�ation
� costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
i 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
� necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled
to ar� appropriate decrease in the Contract Price.
t
� D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
} perfortnance of the Work attributahle to #he exercise of City's rights and rezr�edies under this
Paragraph 13.q9.
} ARTICLE 1� — PAYMENTS TO CONTRACTOR AND COMPLETION
� 14.01 Schedule of Values
} The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and wi11 be incarporated into a form of Application for Payment
) acceptable to Ciry. Pz-ogress payments on account of Unit Arice Wark will be based on the number of
� units completed.
� l 4.02 Progress Payments
A. Applicaiionsfor Pcryments:
1. Cantractor is responsible for providing all information as required to become a vendor of the
City.
S 2. At least 20 days befoee the date established in the General Requirements far each progress
; paym�nt, Contractor shall subrnit to City for revie�uv an Applicaiion for Payment filled aut and
` signed by Contractar covering the Work completed as of the date of the Application and
' accompanied by such supporting documentation as is reyuired by the Conirac# Documents.
, 3. If paymeni Ys requested on the basis of materials and equipment not incorporated in the Work
� but delivered and suitably stored at the Site or at another location agreed to in writing, the
' AppIicatian for Payment shal( also be accompanied by a bill of sale, invoice, ar other
) documentation warranting that City has received the materials and equipment free and clear of
� al1 Liens and evidence that the materials and equipment are covered by appropriate insurance
or other arrangements to protect City's interest therein, a1� of which must be satisfactory to
� City.
�
� 4. Beginning with the second Application far Payment, each Application shall include an affidavit
� of Contractor stating that previous pragress payments received on accaunt of the Work have
North Riverside Drive Phase 4
City Project No. 1OD453
007200-1
GENERAL CONDITIONS
Page 56 of 63
been applied on accouni to discharge Contractor's legitimate obligations associated with prior
Applications for Payment.
5. The amount of reiainage with respect to progress payments will be as stipulated in the
Contract Documents.
B. Review ofApplicataons:
1. City wilj, after receipt of each Application for Payment, eiiher indicate in writing a
recommendation of payment or return the Application to Cantractar indicating reasans for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application. •
2. City's processing of any payment reyuested in an Application for Payr�tent will be based on
City's observations ofthe executed Work, and on City's review ofthe Application for Aayment
and the accompanying data and schedules, that to the best of City's knowledge:
a_ the Work has progressed to the paint indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whale prior to or upon Final Acceptance, the
results of any subsequent tests caIled for in the Contract Documents, a final determination
of quantities anc� classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment wi�l not thereby be deenned to ha�e represented that:
a. inspectians made to check the c�uality or the quantity of the Work as it has been
performed have been exhaustive, extended to every aspect of the Work in progress, or
involved detailed inspections ofihe Wark beyond the responsibilities specifically assigned
to City in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Cantractor
to be paid additianally by City or entiile City to withhald payment to Contractor, or
c. Contractor has complied with Laws and Regulations applicable to Con#ractor's performance
of the Work.
4. City may refuse to process the whote or any part of any payment because of subsequently
disco�ered evidence or the results o� subsequent insp�ctions or tests, and revise or re�oke
any such payment pre�iously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective, or the cornpleied Work has been damaged by the Con�ractor or his
subcontractors, requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
North Riverside Drive Phase 4
City Project No. 100453
oo�zoo-�
GENERAL CONDITIONS
Page 57 of 63
c. tk�e Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph I3.09; or
)
�
1
)
)
)
i
)
>
�
)
}
)
�
)
)
}
3
J
1
5
1
�
,
)
?
)
)
)
1
)
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retair�age shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be fve percent
{5%).
D. Liquidated Damages. Far each calendar day that any work shall remain uncompleted after the
tirne specif ed in the Contract Documents, the sum per day specif ed in the Agreement, will be
deducted from the monies due the Contractor, not as a penalty, but as liyuidated darxaages suffered
by the City.
E. Payment: Contractar will be paid pursuanfi to the reyuirements of this Article 14 and payment
wiIl become due in accordance with the Contract Documents.
F. Reduction in Payfnent.•
1. City may refuse to make payrnent of the amoun# requested because:
a. Liens have been filed in connection with the Work, except where Contractor has
delivered a specific bond safiisfactory to City to secure t�e satisfaction and discharge of
such Liens;
b. there are other items entitIing City to a set-of�against the amount recommended; or
c. Crty has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to znake payment of the amouni requested, City will give Contractor written
notice stating the reasons %r such action and pay Contractor any amount remaining after
deduction of the amaunt so withheld. Ciry shall pay Cantractor the amount so withheld, or any
adjustment thereto agreed to by City and Contractor, when Cantractar rezxaedies the reasons
%r such action.
14.03 ContNactor's Warranty of Title
Coniractor warrants and guarantees that title to all Work, materials, and e�uipment covered by any
North Riverside Drive Phase 4
City Project No. 10p453
�
007200-1
GENERAL CONDITIONS
Page 58 pf63
Application for Aayzx►ent, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of al� Liens.
I4.04 Partial Utilization
A. Prior ta Final Accepfiance of a�l the Wark, City may use or occupy any substantially completed
part oithe Work which has specifica�ly becn identified in the Contract Docuroents, ar which City,
determines cor�stitutes a separately funct�oning and usable part of the Wark tha# car� be used
by City far its intended purpose withaut signi�cant interference with Contractor's performance of
the remainder af the Work. City at any time may notify Contractor in writing to permit City to use
or occupy any suck� part of ihe Work which City determines to be ready for its intended use, subjeci
to the following conditions:
1. Contractor at any time may notify Ciry in writing that Contz�actor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notifica#ion as enumerated in Paragraph 14.OS.A.1, City and
Contractor shall make an inspection of that part oi the Work to detez-imine its statu� of
completion. If City does not consider that part of the Work ta be substantial(y complete, City
will natify Contractor in writing giving the reasons therefar.
3. Partial Utilization will not consti�ute Final Acceptance by City_
14.05 Finallnspection
A. Upon written notice froin Cantrac#ar that the entire Work is camplete i�n accordance with the
Contract Documents:
1. within 10 days, City will schedule a Final Inspectian with Contractar.
2. City will notify Contractor in writir�g of all particulars in which this inspection re�eals that
the Work is incomplete or defecti�e. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
B. No time charge wi11 be made against the Contractor between said date of natifcation of the City
and Y11e date of Final Inspection. Should �he City determine t�at the Work is not ready for Final
Ir�spection, City will notify the Contractor in writing of the reasons and Contract Time wi11 resume.
14.06 Final Acceptance
Upon completian by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Fina� Acceptance.
1A�.07 Final Pcrymeni
A. Application for Paytnent:
North Riverside Drive �hase 4
City Project No, 100453
aonoo-i
GENERAL CONDITfONS
Page 59 of 63
L Upon FinaI Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedUre far progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
)
)
,
)
)
i
)
)
a. all documentation called for in the Contract Documenis, including bUt not limited to the
evidence of insurance required by Paragraph 5.03;
b. cansent of ihe surety, if any, to final payanent;
c. a list of all pending or released Damage Claims against City that Contractar believes are
unsettled; and
d. aff da�its o�' payments and cornplete and legally effective releases or waivers
(sa#isfactory to City) of all Lien rights arising oui of or Liens filed in connection with the
Work.
B. Payment Becomes Due:
)
)
)
)
)
)
1
1
?
)
)
1
3
:
)
}
)
)
J
1
�
b
l. After City's acceptance of the Application for Payment anci accompanying documentation,
requested by Contractor, less previous payrnents made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payabie.
2. After aIl Damage Claims have been resolved:
a. directly by the Coniractor or;
b. Contractar provides evidence that the Damage Claim has been reporked to Contractor's
insurance provider for resolution.
3. The making of the �nal payment by the City shall not relieve the Coniractor of any
guarantees or other requirements of the Contract Documents which speci�cally continue
thereafter.
14.08 Final Completron Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating the Contract, make
payment af the baIance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work not fu�ly completed ar corrected is less than ihe
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnish�d as required in
Aaragraph 5.02, the written consent of the surety ta the pay�nent of the 6alance due for thai
portion of the Work fully completed and accepted shall be submitted by Contractor io City with
the Application for such payrraent. Such payment shall be made under the terms and conditions
governing final payment, except that it shaIl not constitute a waiver of Cantract Claims.
North Riverside Drive Phase 4
City Project No. 100453
007200-1
G�NERAL CONAITIONS
Page 50 of b3
B. Partaal Retain�ge Release. For a Contract that provides far a separate vegetative establishment
and maintenance, and test and perfarmance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
�he amount retained pro�ided that a11 other work is completed as determined by the City. Befoee
the release, alI subrnittals and final quantities must be cornpleted and accepted for all other work.
An amount suiiicient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of �nal payment will canstitute a release of the City from all claims or liabiiities
under the Contract for anything done or furnished ar relating to the work under the Contract
Documents or any act or neglect of City related ta or connected with the Contract.
ARTICLE 1� — SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any tirne and without cause, C�ty may suspend the Work ar any portion thereof by written
notice to Contractor and which, rz�ay �x the date on which Work will be resumed. Contractor sha11
resume the Work on the date so fixed. During temporary suspension of the Work cavered by these
Contract Documents, for any reason, the City will make no extra payment for stand-by tirne of
construction equipment and/or construction crews.
B. Should the Contractor nat be able to complete a portion of the Project due io causes beyond the
control of and without E�e fault or neg�igence of the Contractor, and should it be determined by
rnutual consent of the Contractor and City that a solution to allow construction to proceed is nat
a�ailabte within a reasonable period of time, Con�ractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefnite period, the Contractor shall
store all materia�s in such a manner that they wil� not obstruct or impede the pubf ic unnecessarily
nor become damaged in any way, and he sha11 take every precaution to prevent damage or
deterioration of the wark performed; he shall provide suitable drainage about the work, and erect
temporary structur�s where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the jab and returning the
necessary equipment to the job when it is determined by the City that construction may be
res�med. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit wili be al�owed. Reimbursement may not be allowed if the equipment is
moved to another construction praject far the City.
15.02 City May Terminate, for Cause
A. The occurrence of any one or more of the following events by way of exampie, but not of ]itnitation,
may justify termination for cause:
1. Contractor's persistent failure to perfortn the Wark in accordance with the Contract Documents
fVarth Ri�erside Drive Phase 4
City Project No, 100453
�
1
�
oonao-i
GENERAL CONDITIONS
Page 6 ] of 63
) (including, but not limited to, failure to supply sufficient skilled warkers or suitable materials
� or equipment, failur� to adhere to the Project Schedule establis�ted under Paragraph 2.Q7 as
�
adjusted from time to time pursuant to Paragraph 6A4, or failure to adhere to the City's
� Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph
) 6.06.D};
1
2. Contractor's disregarc� of Laws or Regulaiions of any public body having jurisdiction;
)
� 3. Contractor's repeated disregara of the autI�arity of City; or
� 4. Contractor's violation in any substantial way af any provisions of the Contract Documents;
) or
' S. Contractor's failure to promptly make good any defect in ma#erials or workmanship, ar
) defects of any nature, the correction of which has been directed in writing by the City; or
6. Substaniial indication that the Contractor has made an unauthorized assignment of the
� Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
� or
3 7. Subsiantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
� financially unable to carry on the Work satisfactorily; or
i
� S. Contractor commences legal acfiion in a court of cornpetent jurisdiction against ih� City.
} B. If one ar more oFthe events identi�ed in Paragraph 1 S.02A. occur, City will provide written notice
� to Contractor and Surery to arrange a conference with Contractor and Surety to address
Coniractor's failure to perform the Work. Conference shall be held not later than IS days, after
� recei}�t of notice.
�
} 1. lf the City, the Contractor, and the Surety do not agree to ailow the Contractor to proceed to
' perform the construction Contract, the City may, io the extent permitted by Laws and
} Regulations, declare a Contractor default and formally terminate the Contractor's right ta
} camplete the Contract. Coniractor default sha11 not be declared earlier than 20 days after the
, Contractor and Surety have received notice of conference to address Contractor's failure to
` perform the Work.
�, 2. If Contractor's servic�s are terminated, Surety shall be obligated to take over and perform the
,
� Work. If Surety does not commence performance thereof r�vithin 15 consecutive calendar days
after date oi an additional written notice demanding Surety's performance of its
% obligations, ihen City, without process or action at law, may take over any portion of the
} Work and complete it as described below.
a. If City completes the Work, City may exclude Contractoe and Surety from the site and
take possession oi the Work, and all materials and equipment incarporated into the Work
stored at the Site ar for which City has paid Contractor or Surety but which are stored
elsewhere, and fi�ish the Work as City may deezn expedient.
North Riverside Drive Phase 4
City Project Mo. 10Q453
00 72 00 - 1
G�N�RAL CQNbITIqNS
Page 62 af b3
3. Wh�th�r City or Surety completes the Work, Contractor sha11 not be entitled �o receive any
further payment until the Work is finished. If the unpaici balance of the Contract Price exceeds
all claims, costs, losses and damages sustained by City arising out of or resulting from
compieting t�e Work, such excess will be paid to Contractor. If such claims, costs, losses anc�
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by Ciiy will be incorporated in a Change Order, provided
that when exercising any rights or remedies under this Paragraph, City shall not be reyuired to
obtain the lawest price for the Work performed.
4. Ne�iher City, nor any of its respective consultants, agents, officers, directars or employees
shall be in any way liable or accountable to Contractor or Sureiy for the method by which the
completion of the said Work, or any portion thereof, tnay be accomplished or for the price paid
therefar.
5. City, notwithstanding the method used in completing ihe Cantract, shall not forfeit the right
to recover damages from Contractor ar Surety for Contractor's failure to timely complete the
entire Cantract. Contractar shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractar
6egins with,in seven days of receipt of natice af intent to terminate to carrect i#s failure to perfot�xi
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.
D. Where Contractor's se�ices have been so terminated by City, the termination wili nat affect any
righ#s ar remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of maneys due Contractor by Ciry will not re�ease Cantractor froin liability.
E. If and to the extent that Contractor has provided a performance bond under the provisians of
Paragraph SA2, the termination procedures of that bond shaIl not supersede the provisions of this
Article.
] 5.03 City May Terrninate For Convenience
A. City tnay, wi�thout cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any terzxiination shali be effected by mailing a notice ofthe termination to the Contractor
specifying the extent to which performance of Work under the contract is terminated, and the date
upon which such iermination 6ecomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Service
Mai� by the City. Further, it shal] be deemed conclusively presumed and established that such
termination is made wiih just cause as therein stated; and no proof in any claim, demand or suit
North Ri�erside brive Phase 4
City Project No. 100453
)
)
�
)
3
)
)
1
)
)
)
)
}
)
)
)
1
%
)
1
)
;
}
)
)
)
,
�
�
}
J
oonoo-i
GEN�RAL CONDITIQNS
Page 63 of 63
shall be reyuired of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractar sha11:
1. Stap work under the Contract on the date and to the exient specified in the noiice of termination;
2. place no further orders or subcantracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under tl�e Contract as is not terminated;
3. terminate ail orders and subcantracts to the extent that they relate to the perFormance of the
Work terminated by notice of termination;
4. transfer title to the City and defiver in the manner, ai the trmes, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice oF the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contraci had been comple�ed, wo�ld ha�e been required ta be f�rnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such aciion as rnay be necessary, or as the Ci#y may direct, far the protection and
preservation of the property related to its contraci which is in the possession of ihe
Contractor and in which the owner has or may acquire the rest.
C. At a ti�ne not Iater than 30 days after the termination date specified in ti�e notice of terminatian,
the Coniractor may submit to ihe City a list, certified as to yuantity and quality, of any or all items
of termination inventory not previousIy disposed o% exclusive of items the disposition of which
has been directed or authorized by City.
D. Noi later than � 5 days fihereafter, the City shal� accept title ta such items provided, tha# the list
subinitted shall be subject to verification by the City upon remaval of the items or, if the items are
stored, within 45 days from the date of submission of #he list, and any necessary adjustments to
carrect the Iist as submitted, shall be made prior to �na] settlement.
E. Not �ater than 6Q days aftee the notice of tertnination, the Contractor shall submit His termination
claim to the City in the form anc! with tHe certification prescribed by the City. Unless an extension
is made in writing within such 60 day period by the Contractor, and granted by the City, any and
ail such claims shalt be conclusively deemed waived.
F. In such case, Contractor shal2 be paid for (without duplication of any items}:
North Riverside Drive Phase 4
City Project No. 100453
N
)
�
�
oonoo-�
GENERAL CONDITIONS
Page 64 of 63
1. completed an� acceptable Work executed in accordance with the Contract Documents prior
to the effective ciate of tertxiination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained priar to the effective date of termination in performing services and
furriishing labor, materials, or equipment as required by the Contract Documents in connectian
with uncorzapleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable io termination.
G. In ihe event of ihe failure of the Contractor and City to agree upon the whole amount to be paid
ta the Contractor by reason of the termination of the Work, the City shall determin�, on the basis
of informatian available to it, the amount, if any, due to the Contractor by reason of the terminaiion
and shall pay to ihe Contrac#oz- the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revenue or ather economic loss arising ouY of or resulting from
such termination.
ARTICLE 16 — DISPUTE RESOLUT14N
I6.01 Melhods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decisian becomes fnal and binding. The request for mediaiion
shall be subrnitted to the other party to the Contract. Timely submisszon of the request shall stay
the effect of Aaragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good iaith. The process sha�l be
commenced within 6Q days of filing ofthe re�uest.
C. If the Contract Claim is not resal�ed by mediation, City's action under Paragraph 10.46.0 or a
denia] pursuant to Paragraphs 10.06.C.3 ar lO.Ob.D �hail become iinal and binding 30 ciays after
termination of the mediatian unless, within that time period, City or Contractor:
1. eleci� in writing to invoke any ather dispute resolutian process pra�ided far in the
Supplementary Conditions; or
2. agrees with the other party ta submit the Contract C1aim to another dispute resolution
pracess; or
3. gives written not�ce to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 — MISCELLANEOUS
� 7.01 Giving Notice
North Riverside Drive Phase 4
City Project No. 100453
00 �a oo - i
GENERAL CONDfTIONS
Page 65 of 63
A. Whenever any provision af the Contract Dacuments reyuires the giving of written natice, it will
be deemed to have been validly given if:
1. delivered in person to the individuat ar to a member of the firm or to an officer of the
corporation for whonn it is iniended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice 6y electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
)
}
)
?
)
}
}
?
)
)
}
)
)
)
)
}
)
)
)
)
)
i
)
)
1
17.02 Computatian of Times
When any period of time is referred to in the Contract Dacuments by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period fails on a
Saiurday or Sunday or on a day made a iegal holiday the next Working Day shall become the last day
of the period.
17.03 Cumulative Renzedies
The duties and obligations irr�posed by these General Conditzons and the rights and remedies available
hereunder to ihe parties hereto are in addition to, and are not to be canstrued in any way as a limitation
of, any rights and rennedies avaitable #o any or all of them which are otherwise i�tnposed ar available
by Laws or Regulations, by special warranty or guarantee, ar by other provisions of the Contract
Documents. The provisions of this Paragraph wi11 be as effective as if repeated specifically in the
Contract Documents in conneciion with each particular duty, obligation, right, and remedy to which
they apply.
17.�4 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as aIl continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance af ihe Work or
termination or comple#ron of the Contract or termination of fihe services of Contractor.
17.05 Headings
Artic�e and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
North Ri�erside Drive Phase 4
City Project No. 1�0453
00 73 00
SUPFLEMENTARY CONDITIONS
Page l of 7
�ECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Cond'rtions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the Genera] Conditions that are
modified or supplemen#ed remain in full force and effect as so inodified or supplemented. All provisions
of the General Conditions which are not so modified or supplemen#ed remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, uniess specifically noted herein.
Modit'ications And Supplements
The foliowing are instructions that modify ar supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.d3B.2, °°Resolving Discrep:�ncies"
Plans govern over Specifications.
SC-4.01 A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon recei�ing the final easements descriptions, Contractor shall compare them to the lines shown on the
Con�ract Drawings.
SC-4.OlA.I., 4°Availability of Lands"
The following is a]ist of known outstanding right-of-way, andlor easements to be acquired, if any as af
July ] 0, 2020:
Outstandi�g Right-Of-Way, and/or �asements to Be Acquired
PARCEL OWNER
N UMBER
Nane
TARGET DATE
OF POSSESSION
The Contractor understands and agrees that the dates listed above are estimates anly, are not �uaranteed,
and do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractar shall within fi�e (5} Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
SC-4.O1A.2, "A�ailability of Lands"
CTTY OF RpR'3' WDR'I'H North Riverside Drive Phase 4
S'1'A�IllAE2D CONSTRUCTIO�! SPECIFICATION DOCUMENTS Project No. ] 00453
Revised March 9, 202Q .
00 73 00
SUPPLENfENTARY CONDITIONS
Page 2 of 7
)
)
�
�
�
�
Uiilities or obstivctions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions thai have not been remo�ed, adjusted, and/or relocated
as of Juiy 10, 202p
BXPECTED UTILITY AND LOCATION
OWNER
TARGET DATE OF
ADJUSTM�NT
The Contractor understands and agrees that the dates listed above are estimates only, are not gUaranteed,
and do not bind the City.
SC-4.02A., °�Subsurface and Physical Conditions"
The following are reports of expforations and tests of subsurface conditions at the site of the Work:
A Geotechnical Investigation] Report No. W 180435, dated May 23, 2018, prepared by Alpha Testing, a
sub-consultant of Peloton Land Solutions. a consultant of the City, providing additional infarmation on the
su6surface physical conditions of the project site and the paving recommendations of the project.
The following are drawings ofphysical conditions in or relating to existing surface and subsUrface
structures (except Underground Facilities} which are at or contiguous to the site of the Work:
None
SC-4.06A., °fHazardoas �nvironmenfal Conditions at Site"
The fo�lowing are reports and drawings of existing hazardous environxnental canditions known to the City:
None
SC-5.03A., "Certi�icates of Insarance"
The entities fisted below are "additional insureds as their interest may appear" including their res�ective
officers, directors, agents and employees.
(1) City
(2) Consultant: Peloton Land Solutions, lnc.
(3) Other: None
SC-5.04A., ��Contractor's lnsurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the %Ilowing
coverages for not less than the following amounts or greater where required by laws and regulations:
5.09A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,006 each accidenUoccurrence
$ ] 00,000 Disease - each employee
$500,000 Disease - policy limit
CITY OF FORT WOn7'H
57'ANDARD CONSTRUCTIpN SPEC[f ICATION DOCUMENTS
Revised Marcli 9, 2020
North Riverside Drive Phase 4
Project No. 1Op453
00 73 00
SUPPLEMENTARY CONDI'1'IpNS
Page 3 of 7
SC-5.04B., "Contractor's Insurance"
5.045. Commercial General Liability, under Paragraph GC-S.Q4B. Contractor's Liability insurance
under Paragraph GC-5.04B., which sha11 be on a per project basis co�ering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,O�O,Q00 aggregate limit
The policy must ha�e an endarsement {Amendment — Aggregate Limiis of Insurance} making the
Genera] Aggregate Limits apply separately to each job site.
The Commercial Genera) Liability Insurance policies shalt provide "X", "C", and "U" coverage's.
Verification of such co�erage must be shown in tha Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Aara�raph GC-5.04C. Contractor's Liability Insurance under
Aaragraph GC-5.04C., which shall be in an amount nat kess t�an the following amounts:
(] } Automobile Li:�bility - a commercial business policy shall provide coverage on "Any Auto",
defned as autos owned, hired and non-owned.
$�,OOO,OUO each accident on a combined single limit basis. Split limits are acceptable 'if limits are at
least:
$250,000 Bodily lnjury per person I
$500,000 Bodily Injury per accident /
$]00,000 F�roperty Damage
SC-S.d4D., ��Contractor's Insurance"
The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and
materia[ deli�eries to cross railroad properties and tracks
None.
The Contractor shal I conduct its operatians on railroad properties in such a manner as not to interfare with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execvte a"Right af
Entry AgreemenY' with the particular railroacf company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each rai[road company and be prepaeed to execute
the rEght-of-entry (if any) reGuired by a railroad company. The requirements specified herein likewise relate
to the Contractor's use oiprivate andlar construction access roads crossing said railroad coinpany's
properties.
The Contractua[ Liability co�erage required by Paragraph 5.04D ofthe General Conditions sha[l provide
coverage for not less than the following amounts, issued by cotnpanies satisfactory ta the City and to the
Railroad Company far a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
{ 1) Genera[ Aggregate:
(2) Each Occurrence:
Required for this Cantract
CITY OF FORT WORTH
STANl7ARD CONSTitUCT1QN SP�CIPICATION DOCiJMENTS
Revfsed Mazcl� 9, 2020
$Confirm l.imits with Railraad
$Confirm Limits with Railroad
X Not required for this Contract
North Itiverside Drive Phase 4
Project No. 100453
00 73 DO
SUPPI�I�M�NTARY CONDITIONS
With respect to the above outlined insurance requirements, the following shall govern;
Pa�e 4 of 7
I. Where a single rai]road company is involved, the Contractar shal) provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or af-grade
crossing is affected by the Project at entireIy separate locations on the line or lines of the same
railroad company, separate coverage may be required, each in the amount stated above.
2. Where more than one raiiroad company is operating on the same r�ght-of-way or where several
railroad companies are involved and operated on their own saparate rights-of-way, the Confiactor
may be reyuired to provide separate insurance policies in the na�ne of each rai Eroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is pcoposed on a
ra.�lroad company's right-of-way at a location entirely separate from the grade separation or at-
grade crossing, insurance coverage for this work mUst be included in the policy cauering the grade
separation.
4. If no grade separation is involved but other work is groposed on a raitroad company's eight-o%
way, all such ot�er work raay be covered in a single policy for that rai]road, even though the work
may be at two or mare separate tocations.
No work or activities on a railroad company's property to be performed by t�e Contractor shall be
commenced until the Contractar has furnished the City with an original policy or policies of the insurance
for each a•ailroad company named, as required above. Al] such i�surance must be approved by the City and
each affected Railroad Company prior to �e ConiracYor's beginning worlc.
The insurance specified above must be carried unial all Work to be performed on the rai[road right-of-way
has been completed and the grade crossing, if any, is no langer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant ar lessee of the
rai7road companq operating over tracks involved in the Project.
SC-6.04., "Project Schedule"
Project schedule shall be tier 5 far the project.
SC-6.07., "Wage Rates"
The foltowing is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013Prevailing Wage Rrrtes (Heavy arrd Highway Construction Projects}
A copy of the table is also available by accessing the City's website at:
https://apps.fortworthtexas.gov/Proi ectReso u rces/
You can access the file by following the directory path:
02-Construction DocumenCs/Specifications/Div00 — General Conditions
SG6.09., "Permits and Uiilities"
SC-6A9A., °4Contractor obtained permits and licenses"
7'he following are known permits and/or licenses required by tha Contract to be acquired by the Contractor:
1. TCEQ Notice of Intent of Storm Water Discharges
2. TCEQ Genera] Permit for 5tormwater Discharges from Construction Activities
CITY OF PORT WORTH North Riverside Drive Phase 4
STANllAIZU COiVSTKUCTIOTi SPECIFiCATION DOCUMENTS Project No. 100453
Rc�ised March 9, 2020
d0'73 00
SiTPPLEMENTARY CONBITIDNS
Page 5 of 7
3. TCEQ Notice of Termination of Stor�n Water Discharges
4. Licensed Plumber
SC-6.09B. "City obtained permits and licenses"
The following are known permits and/or licenses required by the Coniract to be acquired by the City:
Nane
SC-6.09C. i°Outstanding permits and licenses"
The following is a list of known outstanding permits a�d/or licenses to be acquired, ii any as of July 10,
202Q:
Outstanding Per�its and/or Licenses to Be Acquired
OWNER PERMIT QR LjCENSE AND LOCATION
None
SC-6.24B., °°Title VI, Civil Rights Act of 1964 as amended"
TARG�T DATE
OF POSSESSiON
During the performance of this Co�tract, the Contractor, for itself, its assignees and successors in interest
{hereinaf�er referred to as the "Cantractor") agrees as follaws:
1. Complianee with Regulations: The Contraetor sha19 comply with the Regulation relati�e to
nondiscrimination in Federally-assisted programs of the Department of Transportation {hereinaftar,
"DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from tinle to time,
(hereinafter referred to as the Regulations}, which are herein incorporated by reference and made a part
of this contract.
2. Nondiseriminatian: The Contractor, with regard to the work perfonned 6y it during the contract, shall
not discriminate on the grounds of race, color, or national origin, in the seiection and retention of
subcontractors, including procurements of materials and leases of equipment. The Contractar shall not
participate either directly or indirectly in the discriminatian prohibited by 49 CFR, section 21.5 af the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Subcontractors, lncluding Procurements of Materials and Equipmer�t: ln all
salicitatians either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurements of materials or leases of equipment, each
potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations
under this contract and the Regulatians relative to nondiscrimination on the grounds of race, colar, or
national origin.
4. Informatian and Reports: The Contractor shall provide all information and reports required by the
Regulations or directives issued pursuant thereto, and shall permit access to i#s books, records,
accounts, other sources of infarmation and its facilities as may be determined by City ar the Texas
Department of "Cransportation to be pertinent to ascertain campliance with such Regulations, orders
and instruetions. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the cantractor shall so certify to the Gity, ar the
Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to
obtain the information.
C1TY �F FO12'!� W�C2"fH North Riverside Drive Phase 4
STANDARD CdNS"FRIICTION SPECIF[CATIQN I��CUMEN7'S Project No. 100453
Rcviscd March 9, 202p
�
,
J
f
l
�
)
�
)
�
�
�
�
}
)
}
3
)
)
�
1
�
)
1
�
1
}
}
�
)
�
1
.
00 73 OD
SUPFLEMEN7'ARY CONI?ITIONS
Page 6 oF 7
5. Sanctions for Noncompleance: In the event of the Contractor's noncompliance with the
nondiscrimination provisions ofthis Coniract, City shall impose s�ch contract sanctions as it or the
Texas Department of Transportation may deEermine to be appropriate, includERg, but not limtted to:
a. withholding of payments to the Gontractor under the Contract until the Contractor
compties, and/or
b. cancellation, termination or suspension of the Contract, in whoie or in part.
6. incorporation of Provisions: The Co�tractor shall include the provisions of paragraphs (l) through
(6) in every subcontract, including procurements of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereta The Contr�.ctor shall take such action with
respect to any subcontract ar procurement as City or the Texas Department of Transportation may
direct as a means of enforcing sucn provisions including sanetions for non-compliance: Provided,
however, that, in the e�ent a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or su�aplier as a result of such direction, the contractor may request City to enter into
such litigation to protect the interests of City, and, zn addition, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
Additional Title VI requirements can b.e found in the Appendix.
SC-'i.02., °fCaordination"
The individuals or entities listed below haue contracts with the City for the performance of other work at
the Site:
None
Vendor Sco e of Work Coordination Authorit
SC-$.0�, "Communications to Contractor"
None
SC-9.01., ��CiEy's Project Manager"
The City's Project Manager for this Contract is Brad Radovich. P.E. , or his/her successor pursuant to
writEen noti�cation frorri the Director of Transportation and Puhlic Works Infrastructure Design
and Construction.
SC-13.03C., "TesEs and Inspections"
None
SC-16.01C.1, ��Methods and Procedures"
None
END OF SECTION
CITY DF FORT WORTH
STANDARD CONSTRUCT[ON SPEC[�ICATION DOCUMEPYTS
Kevised March 9, 2020
Nnrth Riverside Drive Phase 4
Projecc No. 1 D0453
00 �a o0
SUPPLEMENTARY C�NDITI�NS
Page 7 of 7
Re�ision Log
DATE NAME SUMMARY OF' CHANG�
1/22/2095 F. Griffin 5C-9.01., "City's Project Representatiue" wording changecS to City's Project
Manager.
319/202D D.V. Magaria SC-6.07, Updated the link such that files can be accessed via the City's
website.
CITY OF FORT WORTH North Riverside Brive Phase 4
STANDARD CONSTRUCTION SPECIFICATION DUCUMfTlT3 Project Na. 1.00453
Revised March 9, 2020
}
�
�
o���oo-�
SUMMARY OF WORK
Page I of 3
SECTION O1 ll QO
SUMMARY OF WORK
PART1- GENERAL
I.1 SUMMARY
A. Section Inciudes:
1. Summary of Work #o be perforrned in accordance with the Contract Dacuments
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1- Genera7 Requirements
)
)
i
)
}
}
�
�
}
)
�
}
�
)
l
1.� PRICE AND PAYMENT PROCEDURE�
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.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Cot�traci Documents
l. Work is to include furnishing all labor, materials, and equip�ent, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifica#ions.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typicaI unit bid item inciuded on the standard bid ifiem list, then the item shall
be considered as a subsidiary item of Work, the cost of wl�ich sha11 be included in
the price bid in the PropQsal for various bid items.
C. Use of Fremises
1. Coordinate uses of premises under direction of the City.
2. Assume ful� responsibility for protection and safekeeping of materials and
equipment stared on the Site.
3. Use and occupy oniy portions of the public sireets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be speci�cally authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment far construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in ihe construction operations.
CITY OF FORT WQRTH
STANDARD CON3TRUCTION SPTiCIFICA"I70N DOCUMENTS
Revised Decemher20, 2012
North Riverside Drive Phase 4
Project 1Vo. 100453
O1 11 Od - 2
S[1MMARY OP WORK
i'age 2 of 3
b. Excavated and wasie materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unabstructed
and so as not to incon�enience occupants of adjacent property.
c. if the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1} All Work shall be in accordance with railroad reyuirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do na# enter upon private property for any purpose without ha�ing previously
obtained permission from the owner of such property.
2. Do not store equipment or material on pri�ate property unless and until the
speci�ed apptoval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-af-way ar easements of
obstructions which must be removed to mal�e possible proper prosecution of the
Work as a part of the praject construction operatians.
4. Freserve and use every precaution to prevent damage to, al] trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduiis, overhead pole lines, or
appurtenances thereof, including the construction o�temporary fences and to al]
other public or private property adjacent to the Work.
S. Notify the proper representatives of the owners or accupants af the public ar private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shali be applicable ta both pubIic and przvate utility companies and any
corporation, company, individual, or other, either as owners ar occupants,
whose land or interest in ]and might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Wark, ar at any time due to defecti�e work, material, or
eyuipment.
6. Fence
a. Restare all fences encountered and remo�ed during construction of the Project
to the origina[ or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated o�ernight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shail be subsidiary to the various i�ems bid in the
project propasal, unIess a bid item is specifically pro�ided in the proposal.
CITY dF FORT WORTH North Rivcrside Drir+e Phase 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 10�453
Fzevised December 20, 2012
011100-3
SUMMAKY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBM�TTALS [NOT USED]
1.7 CLOSEOUT SUBMITTAL� [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED�
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END O�' SECTION
1
�
Revision Log
DATE NAME S[JMMARY OF CHANGE
C1TY OF FOR1' WORTI I
STANDARD CONSTRUCTIbN SPECIFICATION DOCUM�I�TTS
Revised December 20, 2012
North Riverside Drive Phase 4
Project No. ] 00453
d
aizsoo-1
SUBSTITUTION PROC�DURES
Page 1 of 4
SECTION O1 25 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is speci�'ied by descripti�e ar performance criteria or
dafined by reference to 1 or more of tI�e fallowing:
a. Narne of manufacturer
b. Narne of vendor
c. Trade name
d. Catalog number
2. 5ubstitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Di�ision 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. MeasUrement and Payment
1. Work assaciated with this Item is cansidered subsidiary to the various iteins bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 34 days after award of Contract (unless noted otherwise), the City wil]
consider formal requests from Contractor for substitution of products in place of
those specified.
2. C�rtain types of equipment and kinds of nnaterial are described in Specifications by
means of references to names o� manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or �endor'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 substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factars heyond confrol of Contractor;
or,
CITY OP PORT WORTH North Riverside Drive Phase 4
STANDAItD CONSTRUCTION SPECIP[CAT[ON DOCUMENTS Pro.ject No.100453
Rer+ised July 1, 2011
i
}
1
�
�
�
)
)
1
)
)
)
)
)
)
}
)
)
i
}
)
)
i
?
)
}
�
)
,
�
1
�
,
)
1
�
�
)
)
)
�
1
��250�_2
5UB5TITUTION PROCEDiTRES
Page 2 of 4
b. Contractar proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered aniy:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documeniation
1) Complete data substantiating compliance ofproposed substitution with
Contract Documents
2) Data relating to ct�anges in construction schedule, when a reduction is
praposed
3) Dafa relating to changes in cast
b. For products
1) Product identi�cation
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originalIy specified
product, including discrete name or tag nutnber assigned to originaI
product in the Contract Documents
2) Manufacturer's titerature c�early marked to show compliance of proposed
prodUct with Contract Documents
3) itemized comparison of original and praposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Compositian or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Productexperience
a) Location of pas# projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5} Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
I) Detailed description of proposed rr�ethod
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply wi#h color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OP FORT WOR'CH
51'ANDARIa CONSTRUCTION SPI:CIFICATION DOCLJME]VTS
Revised du[y 1, 20l ]
North Riverside Drive Phase 4
Project N o. 100453
�
5
D{ 2500-3
SUBSTITUTI4N PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitutian will be rejected if:
a. Subtnittal is t�at tk�rough the Contractar with his stamp of appro�al
b. Request is nat made in accordance with this Specifcafian Section
c. �n the City's opinion, acceptance will require substantial revision of the original
design
d. ln the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT U�ED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an appraved product, the Contractor
represents that the Contractar:
1. Has investigated praposed product, and has de#ermined that it is adequate ar
superior in all respects to that specified, and that it wil] perform funct�on for whic3�
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Wiil coordinate installation af accepted substitution into Wark, ta include building
modifications if necessary, making such changes as may be rec�uired for Work to be
complete in all respects
4. Waives aIl claims for additiana] costs related to subs#itution which subsequently
arise
110 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY �NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTIQN [NOT USED]
END OF SECTION
Revision Log
DATE NANIE SUMMARY OF CHANGE
C[1'Y OF FORT WORTH North Riverside Drive Fhase 4
STANDAI2D CONSTRUCTION SPECIFICATION DOCUM�NTS Project No. 100453
Revised July l, 201 l
�
1
)
�
Ol 25 DO - 4
SUBSTITUTIQN PROCEDLTf2ES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
�
PROJECT: DATE:
We hereby submit far your consideration the following product instead of the specified item for
the above projec#:
SECT14N PARAGRAPH SPECIFIED 1TEM
Proposed Substitution:
Reason for Subs#it�tion:
InclUde complete infprmation on changes to Drawings andlor Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. Whai effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachmeni}
The undersigned states that the function, appearance and quality are equivalent or superior to the
specifi�d item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
Far Use by City:
Approved
City
_ Recommended Recommended
Not recommended Received late
By �
Date
Remarks
Date
CITY OF FORT WORTH
STANI7ARD CO[YST3ZUCTiON SPECEFICA'I'ION �OCUM�,NTS
IZevised July 1, 2011
Rej ected
iYorth Riverside Drive Phase 4
Project No. 100453
Q13119-1
PRECONSTRUCTION ME�TING
Page l af 3
SECTION Ol 31 19
PRECONSTRUCTION MEE'�ING
PART1- GENERAL
1.� $UMMARY
A. Sectian Includes:
1. Pro�isions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Rejated Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.�. PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associaied with this Item is considered subsidiary to the �arious items bid.
No separate payment will he allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Repzesentatives of Contractor, subcontractors and suppliers attendzng meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recarded, tapes will be used to prepare minutes and retained by City far
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting wil� be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting w�ll be scheduled and administered by the City.
2.. The Project Represetttative wil] preside at the meeting, prepare the notes of the
m�eting and distribute copies of same to a11 partacipants who sa request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representati�e
b. Contractar's praject manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
ta invite or the City may request
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTION 5PECiF1CAT14N DOCUMENT5 Project No. 100453
Revised August 17, 2Q L2
�
�
i
�
!
1
)
)
}
}
�
�
)
�
1
}
)
)
�
1
)
)
3
)
}
�
)
)
)
,
,
s
01 31 19-2
FRE.C�NSTRUCTION ME$T1NG
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline canstruction schedule in accordance with Section O1 32 16 and
provide at Preconstruction Meeiing.
b. City will notify Contractar of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Froject Personnel
b. General Description of Project
c. Status of right-of-way, utili#y clearances, easeznents or other pertinent permits
d. Contractar's work pIan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Ex#ra Wark and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurar�ce Renewals
m. Payroll Certification
n. Material Certifcaiions and Quality Control Testing
o. Aublic Safety and Cpnvenience
p. Documentation of Pre-Construction Conditions
q. Weekend Wark Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operaiions of existing water
systems
v. Storm Water Pollution Prevention P1an
w. Coordination with other Contractors
x. Ear1y Warning Systern
y. Contractor E�aluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Subrnitta� Procedures
cc. Substitutipn Procedures
dd. Correspondence Aouting
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SB� procedures
hh. Final Acceptance
ii. Final Fayment
jj. Questions or Commen#s
G�TY OP FORT WORTH
STANDARD CONSTRUCT[OhF SPECIFICATION DOCUMEN`I'S
Kcvised August 17, 20 L2
North Riverside Drive Phase 4
ProjectNo. ]Op453
013119-3
PRECONSTRUCTIDN 3vIEETING
Page 3 of 3
1.S SUBMITTALS [NUT USED]
L6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTAL� [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
l.11 PIELD [SITE] CONDITIONS [NOT USED]
1.I� WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Rer+ision Log
DATE NAME SZ_JMMARY OF CHANGE
CITY OF FORT WORTH IVorth Riverside Drive Phase 4
STANDARD CONSTRUCTIOT! 5 PECIFICA'f1�N DOCUMENTS Pro ject No_ ] 00�453
Revised August 17, 20 L2
f
�
�
�
�}
)
1
�
}
)
013120-I
PR07ECT M�ETINGS
Page I of 3
SECTION 01 31 20
PROJECT MEETINGS
�Specifier: Thrs ,�pc-cifi�ation is intended for use on projects designuted �� T ier 3 a, Taer �. j
PART1- GENERAL
1.1 SUMMARY
� A. Section Includes:
1. Provisions for project meetings throughout the construciion period to enable orderly
� review of the progress of the Work and to provide for systematic discussion of
�1 potential problems
) B. Deviations this City of Fort Worth Standarc� 5pecifica#ion
� 1. None.
C. Related Specification Sections inclUde, but are not necessariIy limited to:
1. Division 0---- Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requiremen#s
1.� PRICE AND �'AYMENT PROCEDURE�
i
)
)
�
l
�
1
}
)
)
�
}
)
i
A. Measurement and Payment
l. Work associated with this [tenn is considered subsidiary to the various items bid.
No separate payment wiil be allowed for this Item.
1.3 REFERENCES [NOT USED)
l .4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
l. Schedule, attend and administer as specified, periodic progress mee#ings, and
specially calIed meetings throughout progress of the Woz-k.
2. Representatives of Cantractor, subcontractors and suppliers attending meetings
sha]] be quali�ed and authorized to act on behaIf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
fUture re%rence.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the ex�cution of the Agreement, but before construction is atlowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of ineeting to be determined by the City.
3. Attendees
CITY OF FOlt'1' WOKTH
STANDARD CONSTRUCT101V SPECIFICATION DOCUMENTS
RevisedJuly I,241I
North Riverside Drive Phase 4
Project No. 160453
013120-2
PROJE.CT MEHTINGS
Paga 2 of 3
a. Cantractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting wi1] occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin unti� this �neeting is held.
C. Pragress Meetings
1. Formal project coordination meeiings will be held periodically. Meetings will be
scheduled and administered by Proj ect Representativ�.
2. Additional pragress meetings ta discuss specific topics will be canducted on an as-
needed basis. Such additional meetings shall include, but not be lirnited to:
a. Coordinating shutdowns
b. Installation nf piping and equipment
c. Coordination between other consiruction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all partscipants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contracfor's project manager
b. Cantractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since preeious meeting
b. Fie1d observations, problems, conflicts
c. Items which impede construction sc3�edule
d. Review of off-si�e fabrication, delivery schedules
e. Review of consiruction interfacing and sequencing requirements with other
construct�on contracts
f. Corrective measures and pracedures to r�gain projected schedule
g. Re�isions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coorc�ination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
�. Pending changes and substitutions
m. Review proposed changes for:
]) �ffect an construciion schedule and on completion date
2} �ffect on other contracis of the Project
n. Review Recard Documents
o. Review monthly pay requesf
C[TY pF Fplt'f WORTH North Ri�erside Drive Phase 4
S�'ANDARD C�NSTRUCTIOI�! SP�CCFICATION DOCi1MENT5 ProjectNo. ]00453
Itevised July 1, 20] 1
U13120-3
PROJECT MEETINGS
Page 3 of 3
p. Review status of Requests for Informafiion
6. Meeting Schedute
a. Arogress meetings will be held periodically as determined by the Project
Representative.
l) Additional jneetings may be held at the request of the:
a} City
b) Engineer
c) Contractor
7. Meeting Location
a. The City wilI establish a meeting location.
1) To the extent practicable, meetings wiIl be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDj
1.'� CLO�EOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATER�AL SUBMITTALS [NOT USEDj
1.9 QUALITY ASSURANCE [NOT USED]
1.1Q DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMA.RY OF CHANGE
CITY OP PORT WORTH
S7'ANDARD CbNSTRUCTION SPECSFICATION DpCUMENTS
Rcvised .Tuly 1, 2011
North Riverside Drive Phase 4
Projectl+Io, ]00453
�
01321b-1
CONS'fRUCTION PROGRESS SCHSDULE
Page 1 of 5
SECTION Ol 32 1G
CONSTRUCTTON PROGRESS SCHEDULE
PARTI- GENERAL
1.1 SUMMARY
A. Section Includes:
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Docam�ni
B. Deviations from this City of Fort Worth Standard 5pecification
1. None.
C. Related Speciiication Sections include, but are not necessari�y limited to:
1. Division 0— Bidding Reyuirements, Contract Forms and Conditions of the Contract
2. Di�isian l— General Requirements
1.2� PR�CE AND PAYMENT PROCEDURES
A. Measurement and Payrnent
1. Work associated with this Item is cansidered subsidiary to the various items bid.
No separate payment will be allowed for this Ttern.
1.3 REFERENCES
A. Deiinitions
l . Schedule Tiers
a. Tier 1- No schedule submittal required by contract. Small, brief duration
projects
b. Tier �- No schedule submittal required by contract, but wi�l require some
milestone dates. Small, brief duration projects
c. Tier 3- Schedule submiitai required by contract as described in the
Specification and herein. Majority of City projects, including all bond program
proj ects
d. Tier 4- Schedule submittal required by contract as described in the
Specification and herein. Large and/or camplex projects with �ong durations
1} Examples: large water pump station project and associated pipeline with
�nterconnection to another governmental entity
e. Tier 5- Schedule submitta] required by contract as described in the
Speci�cation and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
2. Baseline Schedule - Initia] schedule submitted before work begins that will ser�e
as the baseline far measuring progress and departures from the schedule.
3. Progress Scl�edule - Monthly submittai of a progress schedule documenting
progress an the project and any changes anticipated.
CITY OF f'ORT WORTH North Riverside Drive Phase 4
STANllATLD CONSTI2UCTfON SPECIP[CATION DOCUMENTS Project No_ 1OQ453
Kc�ised July 1, 2011
Ol 32 16 - 2
CONS7'RUCTION PROGRESS SCHEDl1LE
Page 2 of 5
4. Schedule Narrative - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critica] path items, etc
B. Reference Standards
1. City of Fort Worth Schedule Guidance Document
1.4 ADMINISTRATIVE REQUIREMENTS
A. Baseline Schedule
1. General
a. Prepare a cost-loaded baseline Schedute using approved software and the
Critical Path Method (CPM) as required in the Ci#y of Fort Wprth Schedu�e
Guidance Document.
b. Review #he draft cost-loaded baseiine Schedule with the City to demonstrate
understanding of the wark to be performed and lrnown issues and constraints
related ta the schedule.
c. Designate an authorized representative (Project ScheduIer} responsible for
developing and updating the schedule and preparing reparts.
B. Progress Schedule
1. Update the progress Schedule monthly as required in the City of Fort Warth
SchedUle Guidance Document.
2. Frepare the Schedule Narrative ta accompany the monthty progress Schedule.
3. Change Orders
a. Incorporate approved change orders, resuIting in a change of contract time, in
the baseline Schedule in accordance with City of Fort Worth Schedule
Gurdance Document.
C. Responsibility for Schedule Compliance
1. Whenever it beco►nes appareni from the current progress Schedule and CPM Status
Report that delays to the critical path have resulted and the Contract co��npleiion
date will not be met, or when sq directed by the City, make some or all oFthe
following actions at no additional cost to the Ci�y
a. Submit a Recovery Plan to the City for approval revised baseline Schedule
autlining:
1) A written statement of the s#eps intended to take to r�mo�e or arrest the
delay to the critical path in the approved schedule
2} Increase construction manpower in such quantities and crafts as will
substatitially eliminate the backlog of work and return current Schedule to
meet projected baseline completion dates
3) Increase the number of working hours per shift, shifts per day, working
days per week, the amount of construction equipment, or any combrnation
of the foregoing, sufficiently to substantially eliminate the backlog of work
4} Reschedule activities to achieve maximutn practical concurrency of
accomplishment of activities, and comply with the revised schedule
2. If no wriiten statement of the steps ir�tended to take is submitted wf�en so requested
by the City, the City may direct the Contractor to increase the ]evel of effort in
manpower (trades), equipment and work schedule (overtime, v�+eekend and holiday
work, etc.) to be errzployed by the Contractor in order to remave ar arrest the delay
to #he critical path in the approved schedule.
a. No additional cost far such work will be considered.
CITY OF PORT WORTH North Riversicic Drive Phase 4
STANDARD CONSTRUCT[ON SPECiFICATIOA! DOCUMCNTS Project No. i00453
Revised July 1, 2011
013216-3
CONSTRUCTION PROGRESS SCHEDULB
Page 3 of 5
D. The Contract completion time will be adjusted only for causes specified in this
Contract.
a. Requests for an extension of any Confract compietion date must be
supplemented with the following:
1) Furr�ish justification and supporting evidence as the City may deem
necessary ta determine whether the requested extension of time is entitled
under the pro�isions of this Contract.
a) The City will, after receipt of such justification and supporting
evidence, make findings of fact and will advise the Contractor, in
wt'iting thereof
2) If t3�e City fir�ds that the requested extension of time is entitled, the City's
determination as to the total number of days allpwed far the extensions
shall be baseci upon the appro�ed total baseline schedule and on all data
relevant to the extension.
a} Such data shall be included in the next updating of the Progress
schedule.
b} Actual delays in activities which, according to #he Baseline schedule,
do not affect any Contract completion date shown by the critical path in
the network will not be the basis for a change therei�.
2. Submit each request for change in Contract completion date to the City within 30
c�ays after the beginning af the delay for which a time extension is requested but
before the date of fnai payment under this Contract.
a. No time extension will be granted for requests which are not submitted within
the foregoing time limit.
b. From time to ti�ne, it may be necessary for the Contract schedule or completion
time to be adjusted by the City to reflect the effects of job conditions, weather,
technical difficulties, strikes, una�oidable delays on the part of the City or its
representatives, and ather unforeseeable cond�tions which may indicate
schedule adjustments or completion time extensions.
1) Under such conditions, the City will direct the Contractor ta reschedule the
work or Contract completion time to reflect the changed conditians and the
Cantractor shal] revise his schedule accoz-dingly.
a) Na additianal campensatian will be made to the Contractor for such
schedule changes except for una�voidable o�erall contract time
extensions beyond the ac#ual completion af unaffected work, in which
case the Con#ractar shali take all possible action to minimize any time
extension and any additional cost to the City.
b) A�ailable f�oat time in t3�e Baseline schedule may be used by the City
as well as by the Contractor.
3. Float or slack time is defined as ihe amount of time between the earliest start date
and the jatest start date or bettiveen the earliest finish date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or s�ack time is not for tl�e excl�asive use or bene�t oi either the
Contractor or the City.
b. Proceec! with work according to early start dates, and the City shall have the
right ta reserve and apportion float time according to the needs of the proj ect.
CITY OF PORT WORTH Norih Riverside Dri�e Pl�ase 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Prnject No. 100453
Revised July 1, 2011
�
_`
\
!
)
�
)
)
}
}
}
;
1
)
)
1
)
ti
,
t
}
J
?
_�
)
J
�
)
)
f
1
�
)
J
l
�
?
5
1
013216-4
CONSTRUCTION PROGRESS SCHEDIJLE
Page 4 of 5
c. Acknowledge and agree that actual delays, affecting paths of activities
co:ntaining float time, wiil not ha�e any effect upon coniract completion times,
providing tha# the ac#uaI delay does not exceed the float time associated with
thase activities.
E. Caordinating Schedule with Other Contract Schedules
1. Where work is to be performed under this Cantract concurrently with or contingent
upon work perFarmed on the same facilities or area under other contracts, the
Baseline ScheduIe shall be coordinated with the schedules of the other contracts.
a. Obtain the schedules of the other appropriate contracts from the City for the
preparation and updating of Baseline schedule and make the required changes
in his schedule when indicated by changes in corresponding schedules.
2. In case of interference hetween the operations of different contractors, the City will
determine the work priority of each contractor and the sequence of work necessary
to expedite the completion of the entire Project.
a. In such cases, the decision of the City shall be accepted as finaI.
b. The temporary delay of any work due to such circumstances shall not be
cansidered as justification for claims far additionaI compensatian.
1.5 SUBMITTALS
A. Baseline Schedule
1. �ubmit Schedufe in native file format and pdf format as required in #he City of Fort
Worth ScheduIe Guidance Document.
a. Native file format incIudes:
1) Prirnavera (P6 or Primavera Cantractor)
2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
bring in hard copy to the meeting for review and discussion.
B. Progress Schedule
1. Submit progress Schedule in native file format and pdf format as required in the
City of Fort Worth Schedule Guidance Document.
2. Submit progress Schedule monthIy no later than the last day of the month.
C. Schedule Narrative
1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
Schedule Guidance Document.
2. Submit schedule narrative �nonthly no later than the last day of the month.
D. Submittal Process
L The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as reyuired in the City of Fort Worth Schedule
Guidance Document.
3. Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
CITY OF FORT WORTH
STANDARD COMSTRUCTION SP�CI�ICATION DOCUM�NTS
Revised ]u�y 1, 2D1 I
Nnrth Riverside Drive Phase 4
Project No. 104453
OI3216-5
CONSTRUCT[ON PROGRESS SCH�DULE
Page 5 of 5
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.$ MAINTENANCE MATEI2IAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. The person preparing and revising the consiruction Arogress Schedu]e shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shai] be prepared,
updated and revised to accurately reflect the performance af the constructiar�.
C. Contractar is responsible for the quality of all submitfals in this section meeting the
standard of care for the construction industry for siznilar projects.
1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTIDN
Revision Log
DATE Nl�ME SUMMARY OF CHANGE
CITY OF FORT WORTH North Riverside Dri�e Phase 4
STANDARD CONSTRUCTION SPECi�ICATION DOC[JM�NTS Pro.ject No. 100453
Revised July 1, 2011
�,
�}
�
�
�'
�'
)�
013233-1
PRECONSTRUCTION VIp�O
Page 1 of 2
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requiremenis, Contract Farms and Canditions oithe Contract
2. Division 1— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this ltem is considered subsidiary to the varioUs items bid.
No separate payment will be allowed for tlus Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Arovide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until #he end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD �SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WOATH
STANDARD COMSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 201 I
NorEh Riversidc Drive Phase 4
Projecf Na.100453
013300-2
SIJBM[TTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
re%rence identification numbering system in ihe following manner:
a. Use the first 6 digits of the applicable Specificatian Section Number.
b. For the next 2 ciigits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each speciiic Sectian number.
c. Last use a]etier, A-Z, indicating the resubmission of the san�e drawing {i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
s�abmittal number would be as follows:
03 30 00-08-B
1} 03 30 Oa is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Sectian
3} B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certiiicatian
Re�iew shop drawings, product data and samples, including thos� by
subcontractors, prior to subrz�ission to determine and verify the follawing:
a. Field measurements
b. Field construction criteria
c. Caialog numbers and simi]ar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product da#a submitied by the Contractor
with a Certifcatiqn Staiennent affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) "Sy this submittal, I hereby represent that T have determined and verified
ireId measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fotd shop drawings iarger than 8%2 inches x 11 inches to 8%z inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Co�er Sheet
1) Description of Packet
2} Contractor Certification
b. List af items / Table of Contents
c. Product Data /Shap Drawings/Samples /Calculations
E. Submitta� Content
1. The date of submission and the dates of any pre�ious submissions
C1TY QF FORT WORTH North Ctiversidc Drive Phase 4
STANDAAD CONSTRUCTI�N SPECIFICATION DdCUMENTS Yroject No. ]00453
Re�ised December 20, 2012
!
�
�
�
O13300-3
SUBMITTALS
Page3of8
� 2. The Project tiile and number
) 3. Contractor identifcation
� 4. The names of:
a. Contractor
� b. Supplier
� c. Manufacturer
� 5. Identification, of ilae product, with ihe Specification Section number, page and
paragraph(s}
) 6. Field dimensions, clearly identified as such
) 7. Relation to adjacent or critical features of the Work or materials
� 8. Applicable standards, such as ASTM or Federal Specification numbers
� 9. Identification by highlighting of deviations from Contract Documents
l0. ldentification by highlighting of revisions on resubmittals
} t 1. An 8-inch x 3-inch blank space for Contractor and City stamps
�
)
)
1
)
)
y
�
}
)
)
�
�
i
�
,
1
�
)
)
}
i
�
}
F. Shop Drawings
1. As speciiied in individual Wark Sections includes, but is not necessarily ]imited to:
a. Custom-prepared data such as fabrication and erection/installatian (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordinatian drawings
h. Individual system or equipment inspection and test reports inciuding:
1) Performance curves and certifcations
i. As applicable #o the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Wark depends upon field measurements
I) Provide such measuremenis and note on the drawings prior to submitting
fpr appro�al.
G. Product Data
1. Far submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. Far submittals of product data for products not included on the City's Standard
Prod�ct List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1} Such as the manufacturer's product specification and installation
instructians
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughir�g-in diagrams and templates
5) Catalog cuts
6) Product pk�otagraphs
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPSCI�ICATION DOCUMENTS
Revised December 20, 2012
North Rivers�de �rive Phase 4
ProjectNo. ]OD453
�
�
0[3300-4
SUB1ViiTTALS
Page 4 of S
7) Standard wiring diagrams
8) Printed performance curves and operatianal-range diagrams
9) Production or quality controI inspection and test reports and certifications
10) Mi1I reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of rnanufactured or fabricated Work
2) 5mall cuts or containers of materials
3) Camplete units of repetitively used praducts calor/texture/pattern swatches
and range sets
4) Specimens %r coordination of visual effect
S) Graphic symbols and units of Work to be used hy the City for independent
inspection and t�sting, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product da#a nor any �naterial to
be fabricated or installed prior to the approval ar qualified appro�al of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform ta approved shop drawings and data is at the Contractar's
risk.
2. The City will not be liable for any expense or delay due ta corrections or remedies
required to accarnplish conformity.
3. Complete project Work, materials, fabrication, and installatians in conformance
with appro�ed shop drawings, applicable samples, and praduct data.
J. Subrnittal Distribution
Electronic Distribution
a. Confirm develapmeni of Project directory for eIeci7-onic submittals to be
uploaded #a City's Buzzsaw �ite, or another externa] FTP site appro�ed by the
City.
b. Shop Drawings
1} Upload submittal to designated project directory and notify apprapriafe
City representati�es via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) ff Cantractor requires more than 1 harc! copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
]) Upload submittal to designated project directory and notify appropriate
City representatives via email of submitta� posting.
2) Hard Copies
a} 3 copies for all submittajs
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electranic distribution)
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDAI2D CpNSTRUCTION SPECIFICATION DOCUMENTS Project No_ I OD453
Revised December 20, 2012
�
�
�
�
�
}
)
)
3
}
�
�
)
3
)
)
;
)
)
i
1
�
7
}
1
)
}
01330D-5
SCTBMITTALS
Page 5 of S
a. Shop Drawings
1) Distributed to the City
2) Capies
a) S copies for mechanical submittals
b) 7 capies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor sha11 submit more than the number of copies listed above.
b. Product Da#a
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Disiributed to the Project Representative
2) Copies
a) Submit ihe number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the j ob site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously speciiied.
K. Submittal Review
1. The revaew of shop drawings, data and samples will be for general canformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2, The review and apprpval of shop drawings, samples or product data by the City
does not relieve the Cantractar from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility #herefore.
3. The Contractor remains responsible for details and accuracy, far coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for perforining Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirernents which City finds ta be in the interest of
the City and to be so minor as not to involve a change in Contract Pric� or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals wiil be returned to the Contractor under 1 of the fo�lowing codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) Wi�en returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH
STANDARD CdNSTRUCTION SPECIF[CATION DpCUMENTS
Revised December 20, 2D12
North Riverside Drive Phase 4
Project No. 1 Q0453
O13300-6
SUBM]'ITALS
Page 6 of 8
1} "EXCEPTIONS NOTED". This code is assigned when a con�rmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
hawever, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combinatiqn of codes is
assigned when notations and cominents are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and camxnents must be incorporated into the
final product.
b) This resubmittal is to address all cornmer�ts, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubznittal.
d. Cade 4
1) "NOT APPROVED" is assigned when the submitta� does not meet the
intent of the Contract Documents.
a) The Contracior must resubmit #he entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with re�ision triangle ar other similar method
a} At Contractor's risk if not marked
b. Submittals for each item wili be reviewed no more than twice at the City's
expense.
1) All subsequent re�iews wil� be performed at times convenient to the City
and at �he Contractor's expense, based on the City's or City
Representati�e's then pre�ailing rates.
2) Provide Contractor reimbursement to the City wit�axn 30 Calendar Days for
all such fees invoiced �y the City.
c. The need for more than 1 resub�nission or any other delay in obtaining City's
review of submittals, will not entitl� the Contractor ta an extension of Contract
Tizne.
7. Partial Sub�nittals
a. City reserves the right to nat review submittals deemed partial, af the City's
discretion.
b. Submittals deemed by the City to be not cozr►pleie will be returned to tl�e
Contractor, and will be considered "Not Approved" unti] resubinitted.
c. The City may at its option provide a list or mark the submittal airecting the
Contractor to the areas that are incoinplete.
8. If the Contractor considers any carrection indicated on the shop drawings to
constituie a change to the Contract Documents, then wrii#en notice must be
provided thereof to the City at least 7 Calendar Days priar to release for
inanufacture.
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTION SPeCIFICATION DQCUMENTS ProjectNo. 100453
Revised Decemt�er 20, 2012
�
�
i
�
I
,
)
)
)
;
)
�
)
)
�
�
�
)
�
)
I
�
1
�
)
�
)
)
�
�
J
1
013300-7
SUBMITTALS
Page 7 of S
9. When the shop drawings have been completed to the satisfaction of the City, the
Cflntractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt af submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Seciions, include, but are not necessarily
linnited to, complete units of the standard of acceptance for that type of Work to be
used on the Praject. Remove at the completion of the Work or when directed.
M. Qualificatians
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item reyuired.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation ofthe contract documents
b. When the Contractar believes there is a conflict between Cantract Documenis
c. Wiien the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and reques# clarification
2. Use the Request far Information (RFI) form provided by the City.
3. Numbering af RFI
a. Frefix with "RFI" followed by series number, "-x�", beginning with "O1" and
increasing sequentially with each additional transznittal.
4. Sufficient information shaII be aYtached to permit a written response without furkher
information.
S. The City will log each request and will review the reyuest.
a. If review of the project information request indicates tnat a change to the
Contract Documents is required, the Cify will iss�e a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
l.i CLOSEOUT SUSMITTALS [N�T USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [N�T USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD jSITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUC7'ION SPECIFICATION DOCUMENTS
Revised December 20, 2012
North Riverside Drive Phase 4
Praject No. 100453
}
�
o� 33 oa - s
SiJ6MITTALS
Page S of 8
PART 2 - PRODUCT� [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME ST.JMMARY OF CHANGE
12/20/2012 D. 7ohnson 1.4.K.8. Working Days modified to Calendar Days
C1TY OP FORT WORTII North Riverside Drive Phase 4
STANQAAD CO3VSTRUCTION SPECIFICATION DOCUMENTS Pro}ect No_ ] 00453
Revised December 20, 2012
01 35 13 - ]
SPECIAL PROJECT PROCEDURES
Page 1 of 8
J
)
)
)
)
)
}
1 SECTiON O l 35 13
2
3 PART1- GENERAL
�1 1.1 SUMMARY
5
6
7
8
9
10
11
12
I3
14
15
16
17
18
19
20
21
22
23
24
25
SPECIAL AROJECT PROCEDURES
A. Section Includes:
1. The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Depar�ment of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Noti�cation
g. Public Notification Prior to Begi�ning Consiruction
h. Coardination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust ControI
k. Employee Parking
1. {Coordination with North Central Texas Council of Governments Clean
Construction Specification [remove if not required] }
B. Deviatians from this City of Fort Worth Standard Specificatian
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Rec�uirements, Contract Forms and Conditions of the Contraci
2. Division 1— General Reyuirements
3. Section 33 12 25 — Connection to Existing Water Mains
26 1.2 PRICE AND PAYMENT PROCEDURES
27
2$
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
A. Measurement and Aayment
1. Caordination within Railroad permit areas
a. Measurement
1} Measurement for this Item wilt be by lump sum.
b. Payment
1) The work performed and materials furnished in accordance with this ltem
will be paid for at the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) ]nspection
3) Safety training
4) Additionallnsurance
5) Insurance Certiiicates
6} Other requirements assaciated with general coordination with Railroad,
including additional er�pioyees required to protect the right-of-way and
property of ihe Railroad from damage arising out of and/or from the
construction of the Project.
Cl'CY OF FORT WORTFI
STANDARll CONSTRUCTION SP�:CIFICATION �OCUM�NTS
Revised Deceinber20,2012
�Iortli liiverside Drive Phase 4
Project No. 100453
a� 3s �3-z
SPECIAL AROJECT YROCEDURES
Page 2 of 8
1
2
3
4
5
6
7
8
9
10
11
iz
]3
14
A. Reference Standards
]. 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 af this
Specification, unless a date is specifically cited.
2. Health and Safety Code, Title 9. Safety, Subiitle A. Public Safety, Chapter 752.
High Voltage Overhead Lines.
3. North Centra] Texas Council of Governments (NCTCOG} — C�ean Construction
Specification
15 1.3 REFERENCES
�6
17
18
]9
Za
2I
22
23
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Coordination with the Texas Department of Transportation
26
27
28
29
30
3l
32
33
34
35
3b
37
38
34
40
4]
42
43
44
4S
2. Railroad F']agmen
a. Measurement
3) Measurerr�ent for this Item will be per working day.
b. Aayrnent
1) The work performed and materials furnished in accardance with this Item
wi]] be paid for each working day that Railroad FIagmen are present at the
Site.
c. The price bid shall include:
l) Coordination for scheduling flagmen
2) F�agmen
3} Other requirements associated with Railroad
3. AlI ather items
a. Work associaied with these Items is considered subsidiary to the various Items
bid. No separate payment wi�l be ailowed for this Item.
When work in the right-of way which is under the jurisdiction of the Texas
Department of Transportation {Tx�OT}:
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with ih� provisions of the permit
b. All work performed in the TxDOT right-of-way sha1l be performed in
compliance with and subject to approva] from the Texas Departinent qf
Transportation
B. Work near High Voltage I�ines
2
3
R�gulatory Requirements
a. All Work near High Voltage Lines (more than 6Q0 volts measured between
conductors or between a conductor and th� ground} shall be in accordance with
Hea]th and Safety Code, Title 9, Subtitle A, Chapter 752.
Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
Equipment operating within 10 feet of high voftage ]ines will require ti�e fallowing
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insu�ator links on the lift hook connectians for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high valtage lines
CI7'Y QF PORT WpRT[I North Rzverside 1]rive Phase 4
STANDARD CONSTRUC'I'CON SPECIFICATlON DOCiJ�vIENTS Project No. 100453
Re�ised Deceinber 20, 2012
1
/
D13513-3
SPECIAL YROJECT PROCCDL3RES
Page 3 of 8
1
2
3
4
5
6
7
8
9
10
il
4. Work within 6 feet of high voltage e]ectric lines
a. Notification shall be given to:
1} The power corrzpany {example: ONCOR)
a) Maitatain an accurate log of al] such calls to power company and record
action taken in each case.
b. Coordination with power corr�pany
]) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize ihe lines, or raise or
]ower the lines
c. No personnel may work within 6 feet of a high voItage line before the above
requirements have been met.
12 C. Confined Space Entry Program
13 1. Pravide ar�d follow approved Canfined Space Entry Program in accordance with
14 OSHA requiremenis.
1 S 2. Confined Spaces include:
i6 a. Manholes
17 b. All other confined spaces in accordance with OSHA's Permit Required for
18 Confned Spaces
19 D. Air Pollution Watch Days
20 1, General
21 a. Observe the following guidelines relating to warking on City construction sites
22 on days designated as "AIR POLLUTION WATCH DAYS".
23 b. Typical Ozone Season
24 1) May 1 through October 31.
25 c. Critical Emission Time
26 1} 6:00 a.m. to 10:00 a.m.
27 2. Watch Days
28 a. The Texas Cammrssion on Environmental Quality (TCEQ}, in caordination
29 with the Natiar�al Weather Service, will issue the Air Pollution Watch i�y 3:00
30 p.m. on tne afternoon prior to the WATCH day.
31 b. Requirements
32 1) Begin woric a�ter ]0:00 a.m. whenever construction phasing requires the
33 use of motorized equipment for periods in excess of 1 hour.
34 2) However, the Contractor may begin wark prior to 10:00 a.m. if:
35 a) Use of motorized equipment is less than 1 haur, or
36 b) If equipment is new and certified by EPA as "Low Emitting", or
37 equipment burns Ultra Low Su]fur Diesel (ULSD), diesel emulsions, or
38 alternaiive fuels such as CNG.
39
40
41
42
43
44
45
46
E. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per requirements af TCEQ.
F. Use of Explosives, Drop Weight, Etc.
l. When Con�ract Documents permit on the pro3ect the following wil] apply:
a. Public Notification
l) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior ta commencir�g.
2) Minimum 24 hour pub]ic notification in accordance with Section Q1 31 13
C[TY OP FOKT WbRTH
STANDARD CONSTRUCT[ON SPEGFICATION DOCUMENTS
Revised December 2Q 2QI2
North Riverside Drive Phase 4
Project No. 100453
013513-4
SPECIAL PROJECT PkZOCE[]URES
Page 4 of 8
1 G. Water Department Coordination
2 1. During the construction af this project, it will be necessary to deacti�ate, �or a
3 period of time, existing Iines. The Contractor shall be required to coordinate with
4 the Water Department to determine the best times for deactivating and activating
5 those �ines.
6 2. Caordinate any e�ent that will require conneciing to or the operation of an existing
7 City water line system with the City's represer�tative.
8 a. Coordination shall be in accordance with Section 33 12 25.
9 b. If needed, obfiain a hydrant water meter from the Water Department for use
]0 durin� the life of named project.
11 c. ]n the �vent that a water �a1ve on an existing ]ive system be turned off and on
12 ta accommodate th� construction of the project is required, coardinate this
] 3 acnvity through the appropriate City zepresentative.
]� 1} Do not operate water line valves of existing water system.
15 a) Failure to comply will render the Coniractor in violation of Texas Penal
3 6 Code Title 7, Chapter 28.03 {Criininal Mischie fl and t�e Contractor
l 7 will be prosecuted to the full extent of the law.
18 b} In addition, the Contractor wi11 assume all liabili#ies and
19 responsibilities as a result of these actions.
20 H. Public Notification Prior to Beginning Construction
21 1. Prior to beginning construction on any block in the project, on a block by block
22 basis, prepare and deliver a notice or flyer of the pending construction to ihe front
23 door of each residence or business that will be impacted by constn►ction. The notice
24 shall be prepared as follows:
25 a. Post notice or flyer 7 days prior to beginning any canstruetion activity on each
25 block in the project area.
27 1) Prepare flyer on the Contractor's leiterhead and include the following
28 information:
29
30
31
32
33
34
35
36
37
a) Name of Project
b) City Project No (CPN}
c) Scope of Project (i.e, type of cozastruction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman anc� �l�one nuinber
fl Name of the City's inspector and phone nucnber
g) City's after-hours phone number
2) A sample of the `pre-construction notification' flyer is attached as E�ibit
A.
3S 3} Submit sched�le showing the construction start and finish tirne for each
39 block of the project ta tl�e inspecior.
40 4) Deliver flyer to the City Inspectar for review prior to distribution.
4I b. No construction will be allowed to begin on any block unti] the flyer is
42 delivered to a11 resicients of the block.
43
44
45
4b
47
I. Public Notification af Temporary Water Service interruption during Construction
1. In the event it becomes necessary ta temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected residenf.
2. Prepared notice as follows:
CITY OF FORT WOIi'1'H 1Vorth Riverside Drive Phase 4
5'I AN�ARD CONSTAUCTION SPECIFICATION DnCiJMEN'I'S Yroject No. 100453
Revised December20, 2012
)
)
�
�
,
1
}
)
1
}
)
�
�
01 35 13 - 5
SPECIAL PROJ�CT PROCEDURES
Page 5 of S
1
2
3
4
5
6
7
8
9
]0
]1
12
13
I4
1S
16
i7
18
19
20
2l
22
23
24
25
26
z�
28
29
30
31
32
33
34
35
36
37
38
39
40
a. The notif cation or f[yer shail be posted 24 hours prior to the ternporary
interruption.
b. Prepare flyer on the cantractor's letterhead and include the follawing
information:
1) Narr�eoftheproject
2} City Project Number
3) Date of the interruption of service
4) Period the interruption witl tal�e place
5) Name of ihe contractor's foreman and phane nurr�ber
6} Name of the City's inspector and phone nttmber
c. A sample of the iemporary water service interruption noti�cation is attached as
Exhibit B.
d. Deliver a copy ofthe temporary interruption notification to the City inspector
far review priar to being dastributed.
e. No interruption of water service can accur until the f�yer h�s been delivered to
all afFected residents and bUsinesses.
f.. Electronic versions of the sam�ale flyers can be obtained from fhe Project
Canstruction Inspector.
J. Coordination wiYh 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. CQordination within Railroad Permit Areas
1. At locatiozas in the project where construction activities occ�u- in areas where
railraad permits are required, meet aII requirements set forth in each designated
railroad permit. This includes, but is not ]imited to, provisions far:
a. Flagmen
b. ]nspectors
c. Safety training
d. Additional insurance
e. Insurance certifcates
f. Ot�er enriployees 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 utiIity clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the raiIroad's
requirements.
3. Railroad �']agmen
a. Submit receipts to City for verification af workzng c�ays that railroad flagmen
were present on Sife.
41 L. Dust Control
42 1. Use acceptable measures to control dust at the Site.
43 a. If water is used to control dust, capture and properly dispose af waste water.
44 b. If wei saw cutting is performed, capture and properly dispose of slurry.
45 M. E�nployee �'arking
46 1. Provide parking for ernptoyees at locations approved by the City.
ci�ry or �axT woxTx
STANDARD CONS"1'RUCT1dN SPECIFICATION DQCUME�lTS
Kcvised December 2D, 2012
North Rivcrside Brive Fhase 4
Frojecf No. 1Q0453
�
013513-5
SPEC1Af, PROJrCT PROCEDURES
Page 6 of 8
1 v. ;( ooY�lination with �vorth Czntral 1 Cxa� Cuuncil of(.,overn�nents (NCTCOG� Clearr
2 ( onstruction Speeificatio.n [if required far the project — verify with City]
3 ]. C;omply with equipment, operational, reporting and enforcement requirements set
4 forth in NC"T'COG's C1ear Construction fipecification.}
5 1.5 SUBMITTALS [NOT USED]
6 1.6 ACT�ON SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED]
7 1.7 CLOSEOUT SUBMITTALS �NOT USED]
8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
9 1.9 QUALITY ASSURANCE [NOT U�ED]
10 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1 1 1.11 FIELD jSITE] CONDITIONS [NOT USED]
12 1.12 WARRANTY [NOT US�D]
13 PART 2- PRODUCTS [N�T USED]
14 PART 3- EXECUTION [NOT U�SED]
15
[[�
END OF SECTTON
Revision Log
DATE NAIV[� SUMMARY OF CHANGE
1.4.I3 — Addcd requirement of compliauce with Healih and 5ai'eEy Cade, "fitle 9.
8/31/2012 D. Johnson 5afety, SubtitEe A. 1'ublic Safety, Chapter 752. High Voltagc Qverhead Lines.
1.4.E — Added Contractor responsibitity for obiaining a TCT;Q Air Permit
17
CITY dF FORT WORTH North Riverside llrive Phase 4
STANDARD CpAISTRUCTION SPE�CIPICA`I'ION DOCUMENTS Project No. 100453
Revised Decem6er 20, 2012
O135I3-7
SPECiAI. PR07ECT PROCELlURES
Page 7 oi S
�
�
1
1
2
3
4
S
6
7
8
9
10
l2
�z
13
14
15
iG
17
ls
19
za
21
22
23
24
25
26
27
28
29
3a
31
32
33
34
35
36
37
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Constr�ctfon:
EXHIBIT A
(To be printed on Contractor's Letterh�ad)
,
- - - ,
�� 1
�
� � ` � � I
i
', i ��
i '�
- ,
THIS IS TO IN�O��Ifi YOU i�-IAi Ui���Ft � COidi�C� l�IIYb �'H� CI7Y OF FORT
�IOFiiH, OUR COh91PAidY �!lILL {NO�K ON Uil�lTY �Iid�S ON OR AROUNI� YOUY�
��o���t'rv.
CONS�RUC�ION 1f4lf�� ��GlN �►PPROXfrliiA��LY S�V�N �AYS V��OIIPI i b� �A��
O� 7bIS NO�IC�.
IF YOU b�V� QU�S�IOtdS A�OUi ACC�SS, Sh�CU�I�Y, SA���TY O� ANY Oib��3
1�5U�, ��.�P�S� C�LL:
iliir. �CONTRACTOR°S StJPERINT�NaENT> A� �'fELEPHpNE ND.�
OR
Yk�F'. �CIiY 11�5PECTOR� �►T � 1'ELE�1-IQNE NO.�
AFi�R �:30 �Y�I OR OPV IN��K�N�S, ����S� C�4LL (817) 392 �3Q6
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
I+Iortii Riverside Drive Phase 4
ProjcctNo. ]00453
C1TY OP FORT WORTH
STANDARD CpNSTRUCTION SPECIFICA'f[ON DOCUMENTS
Revised DecemUer20, 20i2
43 35 13 - 8
SPECIAL PROJEC7' YItOCrDURES
Page S of S
�
2
EXHIBIT B
� ��� ����� � .
�: .
� �o� x�. �c�c�c�c
� �:
���'i� �F' °�'�II�I��I���' �11��`�'�. li����:�
�l�1'�R�t[l�'�`���
i�UE T4 €7'E'iLI'F'Y II�P8QVE1k�iEl+i'C'& i�l YQf3R 1�i�G��13�RHQOD, YOifR
WA'E'�R S£ltViCE W1L[. BE �NT�I�IfP'€E€� iJN .^ _,,,�
HETW E�,N TFfE �1Ur]'E28 UF A1V3�
�F' YOE3 HAV E Qi.fTSTi�NS A$�UT TidIS SHfIT-OiIT, PLEASF_ CAi.i.:
MR. A�
[CO1�E'fRACTflRB Sl7P�tItR`"I�1�il�l�T) (TELEP�€0��. NUiV1BER]
Q�i
TVrEt. AT �„
(Cfi'Y i1�S�'k.t'T€?R) ['CEC.�I'�qN� NUNlB�Ct)
'i�fl5 1PiCUNV�:iViENCE WI1,L HE AS S�OItT AS YC}SSIBLE.
'CI3AN� YQi3,
c�o�'�xa,e�o�r
3
4
CI"I'Y OF ROFtT WORTEI
STANDARD CONSTRUCTIp1� SE'ECIFICATION AOCUMENTS
Revised Decem6er2Q, 2�12
l+lorth Ri�erside Brive Phasa 4
Prnject No. 100453
�
)
�
�
�
)
}
014523- l
TE3TING AND IlVSPCCTION SERVICES
Page 1 of 2
SECTION Ql 45 �3
TESTING AND INSPECT[ON SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
l. Testing and inspectian services procedures and coordination
B. Deviations from this City of Fart Worth Standard Specification
l. Nane.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Req�airements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considerec� subsidiary to the various Items bid.
No separate payment will be allowed far this Item.
a. Contractor is responsible for performing, coordinating, and payment of ajl
Quality Confrol testing.
b. City is responsible for performing and payment for first set of Q�ality
Assurance testing.
1) If the frst Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test accurs.
a) Final acceptance will noi be issued by City unfil all reyuired payments
for testing by Contractor have b�en paid in fu11.
1.3 REFERENCES [NOT USED]
1.�4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordinatian
a. When testing is required to he performed hy the City, notify City, sufflciently
in advance, when testing is needed.
b. When testing is required ta be completed by fhe Contractor, notify City,
sufficien#ly in advance, that testing will be performed.
3. Distribution Qf Testing Reports
a. Electronic Distribution
1) Coniirm development of Project directory for �iectronic submittals to be
uploadecE to City's Buzzsaw site, or another external FTP site approved by
the City.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July L, 201 L
[Vorth Kiverside Dnve, Phase 4
Project No. 100453
014523-2
TES'�TNG AND INSPBC"1'lOn' S�RVICES
Page 2 pf 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3} Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution {if required in lieu of electronic disfribution)
1} Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractar
a) Distribu#e 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 foIlowing information:
a. Name of pit
b. Date of deIivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection daes not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
L6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
Li CL05EOUT SUBMITTAL� [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART �. - PRQDUCTS [NOT USED]
PART 3 - EXECUTYON [NOT USED]
END OF SECTION
Revision Log
DATE NAME SiTMIVIARY OF CHANGE
CITY OF FORT WOR'CH North Riverside I�rive, Phase 4
STANDARD CONSTRUCTIOFV SPEC[FICATION DOCUMENTS Project IVo. 1OQ453
Revised 7uly l, 20] I
i
�
�
�
�
)
}
)
�
}
)
)
�
?
)
�
)
�
)
}
)
i
,
�
��5��fl_1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
PART1- GENERAL
l.l SUMMARY
A
�
�ECTroN o� sa o0
TEMPORARY FACILITIES AND CONTROLS
Section [ncludes:
1. Provide tempprary iaciIities and controls needed for the Work including, but not
necessarily ]imited io:
a. Temporary utilities
b. Sanitary facilities
c. S#orage Sheds and Buildings
d. Dust control
e. Temporary fencing of the constrUction site
Deviations from this City of Fort Worth S#andard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary io tl�e various Items bid.
No separate paymeni wiIl be atlowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMIN�STRA.TIVE REQUIREMENTS
A. Temporary Utili#ies
1. Obtaining Temparary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service campanies or authorities
having jurisdiction.
c. Be r�sponsible for utility service costs until Work is approved for Final
Acceptance.
1} Included are fueI, 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 connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply ofpotable waier for domestic
consumption by Contractor personnel and City's Projeci Itepresentatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
c�Tv oH �oR-r woRTia
STANDAR.D CONS3'ItUCI'IpN SPEGEPICATION DOCUMENTS
Revised July l, 2011
North Riverside Drive, Phase 4
Project No. ! 00453
�
�
o� sooa-z
T�MPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construct�on water meter from City for payinent as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay far electric pawered service as required for Work, including
testing of W ork.
l) Arovide power for lighting, operation of equipment, or other use.
b. Electric power ser�ice includes temporary power service ar generatar to
maintain operations during scheduled shutdawn.
4. Telep�one
a. Provide emergency tel�phone ser�ice at Site for use by Cantractor persannel
and others performing work or furnishing sezvices at Site.
5. Temporary Heat and Ventilation
a. Pravide temparary heat as necessary for protection or compietion of Work.
b. Provide temporary heat and ventilatian to assure safe working cqnditions.
B. Sanitary Facilities
1. Provide and maintain sanifary facilities far persons on Site.
a. Camply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by constz'uction personnel at job site.
a. Enclase and anchor sanitary facilities.
b. No discharge wil] be a]]owed from these facilities.
c. Collect and store sewage and waste sa as not to ca�ase nuisance or health
problem.
d. Haul sewage and waste off-site at na less than weekly inter�als and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Wark Site and keep clean and maintained throughout Project.
4. Remave facili#ies at completion of Project
G Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof starage facilities with floor
above ground le�el for materials and equipmeni susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and arderly manner.
a. Place materials and equipment ta permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and ]ighting, and provide electrical service for
equipment space heaters and heating or ventiiation as necessary to provide storage
environments acceptable to specified manufactUrers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and eXisting buildings.
6. Remo�e building from site prior to Final Acceptance.
D. Temporary Fencing
1. Pro�ide and maintain for the duration or constr�action when required ir� coniract
documents
E. Dust Control
CITY OP FORT WORTH North Riverside Drive, Phase 4
STANDAAD CONSTRUCTION SPECIFiCATIOI�I DOCUMEN7'S Projecc3�lo, 3Q0453
Revised Iuly 1, 201 ]
O] 5000-3
TEMPORARY FACILII'lES AND CONTROLS
Page 3 of 4
1. Contractor is responsible iar maintaining dust control through the duration of the
proj ect.
a. Contractor remains on-call at alI times
b. Must respond in a timely manner
F. Temporary Frotection of Construction
1. Contractor nr subcontractors are responsible for proteciing Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT iTSED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [�YTE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Teinporary Faciiities
l. Mainfain all #e�nporary facilities for duration oiconstruction activities as needed.
3.5 �REPAIR) / [REST4RATIOIV�
3.6 RE-INSTALLATION
3.i FIELD �oa] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CL05EOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH North Rrverside Drive, Phase 4
5`1'ANDARD CONSTRUCT[ON SPECIFICATIOIV DOGUM�NTS Project No. 100453
Re�ised July 1, 2011
015000-4
TEMPORARY PACILlTCE5 AND COPlTAOLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion ofthe Work, to a
condition equal ta or better #han prior to start of Work.
31� PROTECTIQN [N4T USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END 4� SECTION
Revision Lag
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH North Riverside Drive, Phase 4
STANDARD CONSTRUCTI4N SPECIFICATION DOCUMEN"I'S Pro.ject No. I D0453
€tevised July 1, 201 l
�
�
01 55 2b - 1
STRE�T U5E PERMIT ANI7 M017IFICATIONS TO "I"RAFFIC COAlTROL
Page 1 of 3
SECTION Ol �5 26
STREET USE PERMIT AND MODIFTCA`I'IONS TO TRAFFIC CONTROL
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Fermit
b. Modification of approved traffic control
c. Removal of Sireet Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Rela#ed Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract
2. Division 1— General Reyuirements
3. Section 34 71 l 3— Traffic Control
1.� PRTCE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Ttems bid.
No separate payment wifl be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this speciiication refer to the current reference standard
published at the time of the latest revision date Iogged at the end of this
specification, unless a date is specificaily cited.
2. Texas ManuaI qn Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINYSTRATiVE REQUIREMENTS
� A. Traffic ControI
1 1. General
� a. When traffic control plans are included in the Drawings, provide Traffic
ControI in accordance with Drawings and Section 34 71 13.
) b. When traffic control plans are not included in the Drawings, prepare traffic
} control plans in accordance with Section 34 7I 13 and submit to City for
review.
) 1} Allow minimum l0 working days for review of proposed Traffic Control.
} B. Street Use Permit
} 1. Pripr to installation of Traffic Control, a City Street Use Perinit is required.
} a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
J
1 CITY OF FORT WQR'1'H
STA3IDARD CONSTRUCTION SPECIFICATIOI�! DOCUMENTS
� Revised July 1, 20l I
L
]dorth Riverside Drivc, Phase 4
Project No. 100453
03 5526-2
S'1'REET USE PERMET AND MODIPICATIONS TO TR.AF'FIC CON7'RpL
Page 2 of 3
1) Allow a minimutn of 5 working days for permit review.
2} Contractor's responsibility to coardinate r�view of Traffic Control plans for
Street Use Permit, such that constructian is nat delayed.
C. Modification to Approved 7'raffic Control
Prior to installation traffic control:
a. Submit revised traffic cantrol plans to City Department Transportatian and
Aub�ic Works Department.
1) Re�ise Traffic Control pIans in accordance with Section 34 71 l3.
2) Allow minimum 5 working days for review of revisec� Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Cantrol
plans for Stre�i Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for constructian, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove #he sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD}.
2. Instail 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.
�'. Traffic Cantroi Standards
1. Traffic Control Standards can be found an the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INF'ORMATIONAL SUBM�TTALS [NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT USED�
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED�
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
11z WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTI�N
CITY OP FOR7' WOR"I'Ti Narlh Riverside Drive, l'hase 4
STANDARB CONSTRUCTION SPECIFICAT[ON dpCUMENI'S Project No. L00453
Itevised July l, 2Q L 1
}
)
�
1
I
�
,
a
)
)
J
7
1
�
f
)
.�
,
}
�,
�
,
}
)
�
i
�
�
�
�
�
��
�
i
l
i
O] 5526-3
STREET USE PEKMIT AND MODIFICAT[OMS TO TRAFFIG CO3VT'ROL
Page 3 of 3
Revision I.og
DATE NAME SUMMARY OF CHANGE
CITY OP FORT WORTH
S'1'ANDARD CONSTRUCTION SPECIFICATIOA! QOCUMENTS
Kevised July 1, 2011
Norlh Riverside Drive, Phase 4
PrajectNo. ]00453
01 57 13 - 1
STpRM WATCR POLLUTION PREVENTION
Page 1 of 3
SECTION O1 S7 1.3
STORM WATER POLLLITION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
]. Froceciures for Storm Water Pollution Prevention P1ans
B. Deviations from this City of Fort Warth 5tandard Specification
1. None.
C. Related Specification Sectians include, but are not necessazily limited to:
1. Division 0— Bidding Reyuirements, Contract Fqtms and Conditions of the
Contract
2. Divisiqn I— General Requirements
3. Section 31 25 00 — Erosian and Sediment Control
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre af disturbance
a. Work associated with this ltem is considered subsidiary to the various Items
bid. Na sepatate payment will be allowed for this Item.
2. Canstruction Activities resulting ir� greater than 1 acre of disturbance
a. Measurement and Payrnent shal] be in accordance with 5ection 3� 25 00.
1.3 REFERENCES
A. Abbreviatians and Acronyms
l. Notice af Inient: NOI
2. Notice of Termination: NOT
3. Storm Water Potlution Prevention Plan: SWPFP
4. Texas Commission on Environmental Quality: TCEQ
5. No#ice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specificatian refer to the current reference
standard published at the time of the latesf revision date logged at the end of this
Specification, unless a date is specificalIy ci#ed.
2. Integrated Storm Management {iSWM) Technical Manual for Construction
Control s
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
l. Contractor is responsible for resalution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT W�IZ`1'H North Ri�erside Drive, Phase 4
STANDARD CONSTRUC"I'ION SPECIF[CATION DOCUMENTS Projcct No. ]00453
Revised 7uly 1, 2011
D15713-2
STORM WAT'ER POLLUTION PREVENTION
Page 2 of 3
B. Cons#ruction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3l 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Te�cas Pollutant Discharge EIimination System (TPDES) General Construction
Fermit is required
b. Complete SWFPF in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sigta and post at job site
b) Prior #a Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Warks, Environmental Division, {817} 392-
6088.
2) Arovide erosion and sediment contrql in accorciance with:
a) Section 3] 25 00
b) The Drawings
c) TXR150000 General Aermit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Aollutant Discharge Elimination �ystem (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirernents
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sedi�nent control in accprdance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has 6een completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy #o City Department of Transportation and Pubfic Works,
Environmental Division, (817) 392-608$.
1.5 SUBMITTALS
A. SWPPP
Submit in accordance with Section O] 33 D0, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of S WPPP to the City
as follows:
1) l capy to the City Project Manager
a) City Pro�ect Manager will forward to the City Department of
Transportation and Public Wprks, Environmental Division for review
CITY OF FORT WORTH North Ri�erside Drive, Phase 4
STA[�!i]AitD CONSTKUCTION SPECIFiCATION DOCUMEN'T5 Praject IVo.100453
Rev�sed 7uly 1, 201 l
015713-3
STORM WATEl2 POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. lf the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section O1 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED]
1.9 QUAL�TY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 RIELD [SITE] COND�TIONS [NOT USED]
1.1� WARRANTY [N4T USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CI"i'Y OP FOR'I' WORTII � 3Vorth Riverside Drive, Phase 4
STANDARD CONSTRUCT1pN SPECIFICATION DOCUMEhITS Project No.100453
Revised July ], 201 I
�
)�
�'
415813-1
TEMPOKARY PROIECT SIGNAGE
Page 1 of 3
SECTION 01 �8 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temparary Project Signage Requirements
B. Deviations from this City of Fort Worth Star�dard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditians pf the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTAL5/INFORMATIONAL SUBMITTALS [NOT USED]
1.i CLOSEOUT SUSMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USEDJ
1.10 DELNERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY �NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED �ox] OWNER-SUPPLIEDPRODUCTS [NOT IISED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A, Design Criteria
1. Provide free standing Project Designation Sign in accordance with Ciiy's Standard
Details for praject signs.
CI7'Y QF AQR7' WQRTH
STANDARD CONSTRUCTION SPECIFICAI'ION DOCUMENTS
Revised July 1, 20k 1
North Rivcrside Drive, Phase 4
Project No. 100453
01 60 00
PRbDUCT AEQT 1IREMEN'I'S
Page 1 of 2
sECTioN ai 60 00
ARODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this Gity of Fort Worth Standard Specification
l. None.
C. Related Specificatian Sections include, but are not necessarily iimited to:
1. Di�ision 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division l— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REF�RENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is a�ailable through the City's website at:
https://apgs.forfrvorthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's �tandard Product List in these Contract
Documents shall be ailawed for Use on the Project.
1. Any subsequently approved pzoducts will only be allowed for use upon specific
approva] by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to nat allow products to be used for certain projects even
thotrgh the prod�act is lisied on �he City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not a11
products fram that manuFacturer are approved for use, including but not limited ta, that
manufacturer's standard product.
E. See Section 01 33 00 for subinittal requirements of Product Data included on City's
Standard Product List.
I.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INF4RMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [N4T USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FOR'f WORTI�I North Riverside D€ive, Phase 4
STANDARD CONSTRUCTION SPCCIFICATI�N DOCUMEhI7'S Praject No. 100453
Revised March 9, ZD20
o i 60 00
PRODUCT RLQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [�ITE] CONDITIONS [NOT USED]
11� WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTIQN
Revision Log
DATE NAME SUIVIMARY OF CHANGE
10/�2/l 2 D. Johnson Modified Location of City's Sfandard Product List
3/9/2020 D. V. Magana Remo�ed reference to Buzzsaw and noted that the City approved products list is
accessible througl� the City's website.
` CITY pF �'ORT WORTH 1Vorth Riverside Drive, Phase 4
STANDARD CONSTRUCTi01�I SPECIFICATION DOCUMENTS Project No. 1pp453
� Re�ised March 9, 2020
J
,
oi 6� ao - i
PRODUCT STORAGE AND HA1VD1,[NG A�QUIREMENTS
Page 1 of 4
SECTION 41 6G 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products far delivery
3. Protection of producis against damage from:
a. Handling
b. Exposure to elements ar harsh enviraniraents
B. Deviations from this Ciiy of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are nat necessarily limited to:
1. Division 0— Bidding Requirements, Cnntract Forms and Conditions of the Contract
2. Division l— Genera] Requitemex�ts
L2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with #his Item is considered subsidiary to the various Iterns bid.
No separate payment will be allowed for this item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACT�ON SUBMITTALS/INFORMATIONAL SUSMITTALS [NOT USED]
1.7 CLOSE4UT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERYAL SURMITTALS [NOT USED]
1.9 QUALITY ASSURANC� [NOT USED]
110 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products ar equiprnent as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personne] and equipment to receive deliveries.
3. Delivery trucks will nat be permitted to wait extended periods of time on the Site
for personnel or equipment to receive tt�e delivery.
CITY OF FOAT WORTH North Ri�erside Drive, Phase 4
STANDARD CONSTRUCTION SPGCIPICATION DOCUMENTS Project Nv. Ifla453
Revise& July 1, 2011
)
�
�
}
J
�
�
I
J
�
�
�
,
)
�
i
)
)
�
,
i
ti
)
�
,y
)
�
�
)
1
,
i
}
�
}
i
)
}
�
1
)
1
1
i
016600-2
PRODUCT STnRAGE AND HANDLING REQUIRF,MEN'I'S
Page 2 oF4
4. Deliver products or equipment in manufacturer's originai unbroken cartons or other
containers designed and constr�acted to protect the conients from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Caniract Documents and
manufacturer's recommendations and instructions.
G Storage Requirements
1. Stare rnaterials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Mal�e necessary provisions for safe storage of materials and equipment.
a. Place �oose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all fimes to all parts of Work and to utility service co�npany insta�Iations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in lacations that wiIl
cause minimum ineonvenience to other contractors, pubIic travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on constructian site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off-site storage and protection when on-site storage is not adeyuate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's Project Representative.
6. Dq not use law�s, grass plois or other private property for storage purposes withaut
written permission of owner or other person in possession or control of premises.
7. Store in rnanufac#urers' unapet��d containers.
8. Neatly, safely and compactIy stack materials delivered and stored along line of
Work to avoid inconvenience and damage to praperty owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings qpen.
10. Repair or replace damaged Iawns, sidewalks, streets or other impravements to
satisfaction of City's Project Represen#ative.
a. Total length which materials may be distributed along route of construction at
one iime is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH
STANDARD CONSTRUCTIOAS SPECIFICATION DOCUMEN"1'S
Kevlsed July 1, 2011
North Riverside Drive, Phase 4
Pra}ect Mo. 100453
016600-3
PROdUCT STORAGE AND HAhIDLCNG RCQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED�
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 IN�TALLERS [NOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTIQN [NOT USED]
3.5 REPAII2 / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [N4T USED]
3.'i FIELD [oe] SITE QUALITY C4NT120L
A. Tests and Inspections
I. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Confarming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactary for use on the project.
3.8 SYSTEM STARTUP [N�T USED]
3.9 ADJUSTING [NOT USED]
3.1a CLEANING [NOT USED]
3.1� CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTI�N
A. Protect al� products or equipment in accordance with manufacturer's written directions.
B. Store praducts or equipment in location to avoid �hysical damage to items while in
storage.
C. Protect eyuipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [N4T USED]
3.14 ATTACHMENTS [NOT USED]
END OF �ECTION
CITY OF FORT WORTH North Riverside Drive, Phase 4
STANDARp CONST`(iUCTIOAT SPECIFTCATION DbCUM�NTS Project No. 100453
Revised 7uly 1, 2011
oi �bao-a
PRODUCT STORAGB AND HANDLING REQUIREMENT3
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OP FQRT WORTH North Riverside Drive, Phase 4
STANllARD CO3VSTRUC'1'ION SPECIF(CATIQN flpCUMENTS Project ]Vo_ 1OD453
Revised July I, 20i 1
o i �o ao - �
NfOBILIZATION AND REMOBILIZATiOI�!
Page 1 of4
1
2
3 PART1- GENERAL
SECTION O1 70 00
MOBILIZATION AND REMOBILIZATION
4 1.1 SUMMARY
5 A. Section Includes:
6
7
S
9
ld
11
]2
13
14
l5
lb
17
]8
19
za
2�
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3b
37
38
39
40
41
42
43
44
45
1. Mobilization and Demobiliza#ion
a. Mobilization
1) Transportation of Contractor's persannel, equipment, and operaiing supplies
to ihe Site
2) Establisk�rnent of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid far performance and payrn�nt bonds
4) Trans�ortation of Contractor's personnel, equiprnent, and operating supplies
ta another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
irom 1 location to another location on the Site.
b. Demobilization
T) Transporta.tion of Contractor's personnel, equipment, and operatEng supplies
away from the Site including d�sassembly
2) Site Clean-up
3} Remo�aI af a11 buildings and/or ofher facilities assem6led at the Sita far this
Coniract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for wllich payment is provided elsewhere in the contract.
2. Re�nobilizatian
a. Remobilization for Suspension af Wark specifically required in the Contract
Documents or as required by City includes:
i ) Demobilization
a} Transpor%ation af Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2} Remobilization
a) Transportatian of Contractor's personnel, equiprnent, and operating
supplies to the �ite necessary to resume the Work.
b) Establishment oinecessary general facilities for the Contracfor's.
operation at the Site necessary to resume the Work.
3} No Payments will be made for:
a) Mobilizatian and Demobilization froin one location to anotY►er an the
�ite in the normal progress of perforzning the Work.
b} Stand-by or idle time
c) Lost pro�its
3. Mobilizations and Demobilization for MiscelIaneous Projects
a. Mobilization and Demobilization
CI1'Y OF FORT WORTH North ]tiverside Drivc Pliase 4
STAAIDARD CdNSTRUCTION SPECIFICATION DOCUMENTS ProjectNa. 1d0453
Revised Npvember 22, 2016
1
,
�
}
/
i
�
,
l
)
}
}
1
I
)
1
�
)
)
.y
}
1
)
i
%
I
�
�
�
�
.
�
)
;
}
1
}
�
�
�
�
5
1
,
�
r
_r
1
2
3
4
S
6
7
8
9
10
1l
�z
13
14
15
]6
17
18
19
20
21
22
23
2� 1.�.
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
1) Mobilization sha11 consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personne�, �quipment, and operating
supp]ies to the Site far the issued Work Order.
b) Establishment of necessary general faciiities for ihe Contracior's
operation at the Site for the issued Work 4rder
2} Deinobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembIy for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities asserr�bled at the �ite for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
wark for which payment is prQvided elsewhere in the contract.
4. Emergency Mobrlizations and Demobilization for Miscellaneous Prqjects
a. A Mobilization for Miscellaneous Frojects when directed by the CiTy and the
mobiI�zation occurs within 24 hours of the issuance flf the Work Order.
B. Deviations from this City of For� Worth Standard Specification
1. None.
C. Related Specification Sections include, but are noi necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment [Consult City Department/Divisian for direction on if
Mobilization pay item to be included or the item should be subsidiary. Include the
appropriate Section 1.2 A. 1.]
1. Mobilization and Demobilization
a. Measure
1) This ltem is considered subsidiary to the various Items bid.
b. Payment
1) The work pez'formed and materials furnished in accordance with ihis Item
are sUbsidiary to the various Ite�ns bid and no other compensation will be
allowed.
2. Itemobilization for suspension of Work as spec�fically required in the Contract
Documents
a. Measurement
1) Measurement for this Item sl�all be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordartce with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Specified Reinobilization" in accar.dance with Contract
Documents.
c. The price shall include:
1) Demobilization as descr�bed in Section i.1.A.2.a.1)
CITY OF FORT WOR'I'H
STANDARD CONSTRUCTidAI SPECIFICAT101+1 DOCUMENTS
Revised November 22, 20 i 6
oi�oaa-z
MOBILIZATIQt�I AND R�MOBILIZATIQN
Page 2 of 4
North Rivcrside Drive Phase �i
Project No. Ip0453
0170Q0-3
MpBIL1ZATlON AND REMOBILIZATION
Page 3 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
1S
l6
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
2) Remobilization as described in Section 1. i.A.2.a.2)
d. No payments will be made for standby, idle time, or last profits associated this
Iteyn.
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1} This shall be submitted as a Contract Claim in accordance with Article 14
of Section 00 72 00.
2) No payments wili be made far standby, idle time, or lost profits associated
with t�is ltem.
4. Mobilizations and Demobilizations far Miscellaneous Projects
a. Measurement
1} Measuremeni for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Rayment
1} The Work performed and materials furnished in accordance wiih this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization sha11 be considered subsidiary to mobilization
ar�d shaii not be paid for separately.
c. The price shali include:
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 payrnents wil] be made for standby, idle tiine, or lost pro�ts associated this
Item.
5. �mergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item sha�l be far each Mabilization and
Demobilization required by the Contract Dacuments
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as pro�ided under "Measureinent" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demabilization shall be considered subsidiary to
mobilization and shal� not be paid for separately.
c. The price sha11 include
l) Mabilizatian as described in Sectian 1.1.A.4.a)
2) Demobi�ization as described in 5ection l.I.A.3.a.2}
d. No payments will be made for standby, idle time, ar last profits associated this
it�m .
40 1.3 REFERENCES [NOT USED]
41 1.4 ADMINISTRATIVE REQUIREMENTS [N�T USED]
42 1.5 SUBMITTALS [NOT USED]
43 1.6 IN�'ORMATIONAL SUBMiTTALS [NOT USED]
44 1."� CLOSEOUT SUBMITTALS [NOT USED]
45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
CITY OF FdRT WORTH North Riverside L7rive Phase 4
STAN�ARDCONSTRUCTION SPECIFICATION DOCUMrNTS ProjectNo. 100453
Revised November 22, 2016
01 7000-4
MdI3ILI7..ATION AND 12EMOBILIZATION
Page 4 of 4
1 1.9 QUALITY ASSURANCE [NOT USED]
2 1.I0 DELIVERY, STORAGE, AND HANDLING [NOT USED]
3 1.11 FIELD [SITE] CONDITIONS [NOT USED]
4 1.1� WA1tRANTY [NOT USED]
S PART � - PRODUCTS [NOT USED]
6 PART 3- EXECUTION [NOT USED]
7
S
END OF SECTION
Revision Log
DATE NAM� SUMMARY OF CHANGE
] 1/22/7 6 Michael Owen �•2 Price and Payment Procedures - Revised specificarion, including blue text, to
inake speciiication flexible for either subsidiary or paid bid item for Mabilization.
L�
C[TY OF FOIZ7' WQRTH NortEi Riverside Drive Phase 4
STANDARD CONSTRUCTION SI'ECI�ICATION DOCUMENTS Project Na I OD453
Rcvised November 22, 2016
_. �
S�cti�n O� 71 23.0� � �tLachr��nt �
�urvey S��kin� Standard�
February 2017
O:�Specs-Stds Go�ernance Process�Temporary 5pec Files�Capital Delivery�Cap Deli�ery Div 01�0171
23.16A1_Attachment A_Survey Staking Standards.docx
Page 1 of 22
North Ri�erBide Dri��� Phase 4
City Project Na. ] 0�453
\
!
!
�
�
)
)
,
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inc�usive, but only as
a general guideline. Far projecls on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual sha!! 6e followed and if a distrepancy arises, the TXDOT
manual shaJl prevaiL (ht n�' �rllr �n is.t� dot �ovltxdotrr�anuals/ess/es_.adij
If you ha�e a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
�able ofi Con�en�s
/
}
1
�
1
1
}
)
)
�
)
)
�
)
ti
,`
1
3
)
}
l
}
�
)
]
4
I.
II.
III.
IV.
V.
VI.
VII.
VIII
IX.
X.
City of Fort Worth Contact Information
Construction Cofars
S#andard 5taking 5upplies
Survey Equipment, Control, and Datum Standards
Water 5taking
5anitary Sewer Staking
5torm Staking
Curb and Gutter Staking
Cut Sheets
As-built Survey
0:\Specs-5tds Governance Process\Temporary Spec Files�Capital Qeli�ery\Cap Delivery Div Ol\D171
23.16.01_Attachment A_Survey SYaking Standards.docx
Page 2 of 22
North RiverSide Drive Phase 4
City Project No. 100453
I. Sur�e De arfrnen� Con�a�� In�ormation
Physital and mailing address:
8851 Ca�'n� Bowie West Boule�ard
Suite 300
Fart Worth, Texas 76116
Office: (817) 392-7925
Sur�eySuperintendent, direct line: (817) 392-8971
II. Cons�ruc�ion Colors
The follawing colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification sucl� as pin flags
if necessary.
Utility Color
PROPOSED EXCAVATION WHITE
ALL ELEC�fRIC AND CONDUI�S � a
POTABLE WATER
GAS OR OIL 'rfL�UW
TELEPHONE/FIBER OPTIC L�RAN��
SURVEY CONTROL POINTS, BENCHMARKS,
PRDPERTY CORNERS, RfGHT-OF-WAYS, ANb PINK
ALL PAVING INCLUDING CURB, 51DEWAI.K, BUILDING CORNERS
SANITARY SEWER � �
IRRIGATION AND RECLAIMED WATER � ; �
III. Stand _a_rd Stakin� Supplies
Item leliinimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. square preferred) 6" tall
Pin Flags (2.5" x 3.5" preferred) 21" long
Guard Stakes Not required
PK or Mag nails 1" long
Iron Rods (1/2" or greater diameterJ 18" long
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers (feathersj 6" long
Tacks (for marking hubs) 3/4" long
O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap Deli�ery div 01�01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 3 of 22
North RiverSide Drir�e Phase 4
City Project No. 1b0453
I!!. Sur�ey Epuipment, Cont�ol, and �a�um ��an�ards
A. City Benchmarlss
� All city benchmarks can be found here: http //fartworthtexd�.�or/itsolutionE GIS,
} Look for `Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on
� 'Benchmarks'.
,
� B. Con�entional or Robotit Tatal Station Equipment
) I. A minimum pf a 10 arc-second instrument is rec{uired.
} II. A copy of the lates# calibra#ion report may be requested by the City at any time.
It is recorrimended that an instrument be calibrated by certi#ied technician at
1 least 1 occurrence e�ery fi months.
C. Netwnrk/II.R.S. and static GP5 Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical da#um
prior commencing work. A site talibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Addi#ional field thecks of the horizontal and vertical accuracies shall be
completet! and the City may ask for a copy of the calibratian report at any time.
II. N�twork GPS such as the Western Data Systems or SmartNet systems may be
u5ed far staking of property/R.O.W, forced-main water lines, and raugh-grade
only. No GPS stakin� for concrete, sanitar'ri sewer, storm drain, final grade, or
anything that needs vertical �radin� with a tolerance of 0.25' or less is
al lowed.
D. Control Points Set
I. All contral points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Eievation (if applicabfej of the point set. Con#rol points
can be set rebar, `X' in concrete, or any other apprapriate item with a stabie
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the tap is marked'control point' or similarwording.
II. Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. — If ground, provide scale fattor used ar�d base
point coordinate, Exampfe: C.S.F.=0.999125, Base point=North: 0, East=O
C. Geoid model used, Example: GEOIDI2A
O:�Specs-5tds Go�ernance Protess�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01\01 i1
Z3.15.01 Attachment A_5urvey 5taking Standards.docx
Page 4 of 22
North RiverSide Drive Phase 4
City Project Na. 100453
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City's preferred grid datum
is listed below. Carefui consideration must be taken ta �erify what datum each project is
in prior to beginning work. It is ess�ntial the surveyor be famiiiar with coordinate
transformations and how a grid/surFace/assumed coordinate system affect a project.
Proiected Coordinate
System: i�AD_1983_StatePlane_Texas_iVorth_Central_FIPS_42Q2_Feet
Projection: Lambert_Conformai_Conic
Fa lse_Easti ng: 1.9fi8500.00000000
False_Northing: 6561G66.66666667
Cer�tral Meridian: -9$.50000000
5tandard Parallel 1: 32.13333333
Standard Parallel 2: 33.96656667
Latitude_Of Qrigin: 31.66666657
Linear Unit: Foot U5
Geographic Coordinate System: GCS_North_American_1983
Datum: D North American 1983
Prime Meridian: Greenwich
Angular Unit: begree
Mote: Regarcil�ss of what datum each par�ticu�ar project is in, deliverabfes to Fhe City
must be converted/transfated into this pr�ferred grid datum. 1 copy of the deliverable
should be in the project datum [whate�er it rnay bej and � copy should be in the NAD83,
TX North CP�t�al 4��2 zone. See Pre erred Frle Npmina Convention below
F. Preferred Deliverable Format
txt .cs� .dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Poin# Number, fVorthing, Eas#ing, EleUation, Description, Notes {if applicabie)
H. Preferred File Naming Con�ention
This is the preferred format: City Project Number_Description_Datum.cs�
Exam Ip e for a prale�t that has surface coordinates,,which must be transl,ated:
File 1_ C1234_As-built of Water on Main Street Grid NAD83 TXSP 42p2.csv
O:�Specs-Stds Governance Process�Temporary Spec �iles�Capita� Delivery�Cap Deli�ery Di� 01�D171
23.16.01_Attachment A_Survey 5taking Standards.docx
Page S of 22
North RiverSide Drive Phase 4
City Project No. 100453
File 2: C1234_As-built of Water on Main Street_Project Specific batum.csv
�xample �ontrol S�akes
0:\5pecs-Stds Governance Process\Temporary 5pec Files�Capital Delivery�Cap Delivery biv 01\0171
23.16.01_Attachment A 5urvey 5taking Standards.docx
Page 6 of 22
North RiverSide Drive Phase 4
City Praject No. 1 p04S3
�
�
�
�
�
�
�
�
�
�
W
Cl�
�
�
�
�
�
O
�
101�
�
�-
�
�.
r
�
m
•r
�.
�
�
_
�
�
i17
il
J
C❑
�
O
�
� �
� �
z �
�
� _
�
O �
� �
�
J
� L�.I
� �
� CC]
� �
� �
: .) C�
�
c� �� �
�
�
Q
�
i�i
��. _ � �a. aa'
�
w
�
�.
�
O
�
�
�
C_�
a�
zw
��
� �
��
��
_�
� �
� -
� o
�, , _
� U
I _ �
L W
� �
��
W P, f
�.- �
N=�JC}OO.�O E=�JOOQ.OD I ��'-----
i
� �
1/. lyillater Stakin� Standards
0:�5pecs-Stds Go�ernance Process�Temporary Spec Files�Capital Delivery�Cap Deli�ery Di� 01�01 71
23.26.01_Attachment A_Su�vey Staking Standards.docx
Page 7 of 22
North RiverSide Dri�e Phase 4
City Project No. 104453
A. Centerline Staking — 5traight Line Tangents
I. Offset lath/stakes every 200' on even stations
II. Painted blue lath/stake only, no hu� is required
III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller
IV. Grade to flow line {F/Lj for 16" and larger diame#er pipes
V. Grade shauid be 3.50' belaw the proposed top of curb line for 1Q" and smaller
diameter pipes
VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nai! ar hub set wifh a� whisker
B. Centerline Staking - CurUes
(. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
II. Same grading guidelines as abo�e
III. 5taking of radius points of greater than 100' may be omitted
C. Water hlleter Boxes
I. 7.0' perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0' behind the proposed face of curb
III. Meter should be staked a minimum of 4.5' away from the edge of a driveway
IV. Grade is to tap of box and should be +p.06' higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire bydrants
I. Center of Hydrant should be 3.0' behind proposed face of curb
II. Survey offset stake should be 7.0' from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grade5 shauld only be pra�ided if on plans
�xam�le IAla�er S�akes
0:\5pecs-Stds Governance Process�Temporary 5pec Files�Capital Deiivery�Cap Delivery Di� 01�0171
23.16.01_Attachment A_Survey 5taking Standards.docx
Page 8 of 22
North RiverSide Drive Phase 4
City Project No. 100Q53
��
�_
��
���
� �.
4 � ���
� 4�
Z
Y �
Q
I~
� �O
{ 4 I.1 � �
� 7
Z . }
F
� ? � �-
� � _ i- . ��� _ri
� �- - • . K?��
� �' a/s � w/� I���=�+oa� � �—�.a� , '-� - �
� . 3
� w ' �{ � �
L� � � � � � �3��
� ��;� �� .
W �; �
� � � ��� � �
� �
fJ zwr6 , .
� W �
� ���� t ��`!
q' � I
U � i
� � 7' ❑ fS � W%L�`�� r,� STA=1i-72_8'3 �F C-3_81 � �� �
� � o � � ��t
U� � � �
� � � -: �
� � i4i� Fz,- 7o€.is'- -
Q] � �
o �
� �d �
�, --� r
� �
� � �'
� � �:
� � � g
�.L� {
� � � y 5
�.`] � 11, , �
� � fl, yl
J
� � � a � �I y
��`' q o v � ' �� � i
L� C� � w w ~ � y z x '
� � � t � .Z � � W L� + t7 �.
� � " � � � � � _ • 4 1
� � �� F F ~� ' . .
!1 ¢ Z �
.. � � 4 :3� n � �i^ 1
� � . . - - - � 7.�'9f� !
� d �' Of5 WfL sra=o+�a���� c-3.�� �=
� _ r �-, _ : = o a�r
� � ����
� ���y � � W��
4 '��
V I � � '4��
W
� � � �� �aia s 166.0 --. _.. . � �l.r�F� �
� � ...__._.._ aF-t�il
m � � ��_
a � � �4��
L ` � W �
m��
W =�T
m
VI. Sanitary Se�arer 5�akin�
O:�Specs-5tds Go�ernance Process�Temporary Spec Fifes�Capital Deli�ery�Cap Deli�ery Di� 01�0171
23.16.01_Attachment A_5urvey Staking 5tandards.docx
Page 9 of 22
1
/
North RiverSide Drive Phase 4
City Project No. 100453
A. Centerline 5taking — Straight Line Tangents
I. Inverts shall be field �erified and compared against the plans before staking
II. Pain#ed green lath/stake WITN hub and tack or marker dot, no #lagging required
III. 1 ofFset stake between manholes if manholes are 400' or less apart
N. Offset s#aices should be located at even distances and perpendicuiar to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall ha�e a cut/fill and direction
noted
VII. 5takes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actua! stakes shall consist of a 60D nail or hu6 set wrth a whisker
B. Centerline Staking — Curves �
I. If arc length is greater than 100', POC (Point of Cur�ature] offset stakes should
be set at a 25' interval
II. Staking of radius points of greater than 100' may be omitted
C. 5anitary Sewer Manholes
I. 2 ofFset stakes per manhole for thE purpose of pro�iding alignment to the
contrac#or
I�. Flowline grade should be on the lath/stake for each flowline and direc#ion noted
III. RIM grade should onfy be on the stake when provided in the plans
?
) O:�Specs-Stds Governance Proc�ss�Temporary 5pec Files�Capital Delivery\Cap Delivery Qiv 01\0171
� 23.16.01_Attachment A_Survey 5taking Standards.docx
Page 1D of 22
)
� North RiverSide Drive Phase 4
� ` City Project No. 100453
�
��cample Sanitar�l Se�arer Stakes
� ��
� "3
�, �'�� �
��' � '
� �
���
�� � �
� � ��� � �
r�' �! � i �
� � � I � '
� ��v l b `�
� � ��� , �
�� �.7'�C?fS � S5 ,II�+I STA=3+Tt���,v� c-s� ���� c-��II � C-4m' �
� � w �
`z � � �, � � �,�
� � ��
C�J � � � ``X q� � 4� � €
� � $ a �, ��' F i.'
��
� � �n4 I i ! z3vai�o
II I u� • � � � �
� � � 2} CY�S � SS �� jl STA�3+71� II � va C-3� li � � C-3� �I � � � � : � z $ %� � ,' I
� � SL ,'
� � � ����� �� �`�� �
� � � �� �
�� � ���_;- � �'`a
r= � cJ �� _—_ � i} �� �
•�' � � �' ��$ �' �S II�7A=1t65�� � Cr�4� . �'
,ri � � ----�--- -- - : �
� � � � ` �
� +
4 �
wt-f
�
�
� �
� �
� � 12'
� �
� � � uh
U7 � � W
5�
N
� ��
lY� ii � �
� � � �
w� 7 � WWp � WW � L '��
5C G �¢ � Z �� I � e ���. � �'r�
�nW � �d ��' �� o�
{�i � r� '�W ��` �W c�i� � c�sa�l ��•
r' n� r W � Wa w+ �` a w+ � w+xt c�/'�
� � �#�z � � � �� F� � F� F ��a 1� �/ �n�
� � ��� � � � �� �� �� �a � ��y : , '�.� Z��
� � I. .� ����
� � ' ��%�� 5S� srn=o+oo J'��--s���+�c-s ��-.� �+v� � � o � � �
� w _ }�, 4�,�m
� q��
� ��-#+.� � j m �
f�
� €i . I 2 2
*���
f
zo
5 � 55 � � �I � sr�.�a+or�`'ll � �-�� �I �� c-s�ll � �-a� � �
N� IL�4�
4 O
�
2 VFY W �
�� ��
�O �
�� 2'T'.
� �
�LL � 3
� 4
2 OC
49
0:�5pecs-5tds 6overnance Process�Temparary Spec Files�CapiYa! Delivery�Cap belivery Di� 01�D1 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 11 of Z2
North RiverSide Drive Phase 4
City Project No. 100453
1111. Storm Sewer � Inlet S�akin�
� A. Centertine Staking — Straight Line Tangen#s
} I. 1 offset stake e�ery 200' on e�en stations
) II. Grades are to flowline of pipe unless otherwise shown on plans
� III. Stakes at e�ery grade break
� IV. Cut sheets are required on all staking
_ Optianal: Actual stakes shall consist of a 60D nai! ar hu6 set with a whisker
� B. Centerline Staking — Curves
� I. If arc length is greater than 10Q', POC (Point Qf Curvature) offset stakes should
) be set at a 2S' interval
� If. Staking af radius points of greater than 100' may be omitted
� C. Starm Drain Inlets
� f. 5taki�g distances should be measured from end of wing
II. 5tandard 10' Inlet= 16.00'tatal length
� III. Recessed 10' Inlet = 20.00' total length
) IV. Standard dauble 7.0' inlet = 26.67' #otal length
� V. Recessed double 10' inlet = 30.67' to#al length
� �. 5torm Drain Manholes
f. 2 affset stakes per manhole #or the purpose of pro�iding alignrnent to the
� contractor
} !I. Flowline grade shoulc� be on the lath/stake for each ilowline and direction noted
) Ilf. RIM grade should only be on the stake when provided in #he plans
)
)
}
)
�
?
)
)
}
}
?
�
) 0:�5pecs-Stcls Governance Process�Temporary 5pec Files�Capitaf Delivery\Cap Delivery Div 01\01 71
� 23.16.01_Attachment A_Survey 5taking 5tandards.docx
' Page 12 of 22
)
�
North RiverSide Drive Phase 4
City Project No. 1 Q0453
�
�a�am�le Storm �nle� S�a�es
F F� (� C�J T
(SIDE FA�iNG �.�
8���
(90E FAqHC R.aW.�
aanrr f '
i
HW9 E1.Er�i�GM �
'R
I
--�-
�
�
�
�.
n
m
0
�
�
r
�
�
z
�
� E�]�,J �AFETHE 6
� Br�' ; 5TJd{Ed
�
$ ��rr sranaN
� �F H4TEq QN PL4N5]
�r
•� .�r•nFles ce�+ce
�T�� Te raP aF cu�ee
�
+
O
��
�, �Frar - � ci �
�
. � � ���
i
�
�
� ���i
(513E FADHc q.4W.}
aoner p �
,
Hue ¢�+xrcH (^O�
1.i
�I��NT
��IDE FA�IN� �]
�
�
�
��
n
�
�
�
r
�
i '
�
„ �� auEN iFlES WHICN
{ �no � r•� w.�,:�
�r�h srr ED
4
�
�
�-s
TJG
�1
*
O
�i
�
c�
i
�
�
DISTAHCFB ,FCR INI_ETS ,
� — sr�nan�a yo' � ia' — —
REC£SSEO 10" - 2C�
SfANaPRO �dJ@LE id' � 2H.6Y
HS1B WiiH TACK � -- — — — — — — RECES5E6 UdJBLE 10' - 36_67
ik
I I
� 6J�C}C CF Ih1LET �
� _ , .. - ,. �E
� �.,,� : y�.: � i� :3:
�
��I �w ; �� �I
�� - ��RM�� -� oI
¢ I + i,
I .:Ae .` I
eac+: r,� a�r�
— — — Ff.{Y/�LINE � ...._
� �EI"iC� �7F Ph�"4AEhFT
' �i �• _ k.� .
FAC£ �F INLET
E�GE C�F PP�44rEhJT
i.i�-._ -...
FACE LF IWLE7
O:�Spets-Stds Governance Process�Tem�aorary 5pec Fi�es�Capital Deli�ery�Cap Delivery piv �1�0171
23.16.01_AYtathment A_Survey Staking Standards.dacx
Page 13 of 2Z
F�luCY t1F CL3R9
— — I �.:�tdE � — —
EOGE t7F P,b.LEFAENf
North RiverSide Dri�e Phase 4
City Project No. IQ0453
1/I11. Curb and Gu��er ��akin�
A. Centerline Staking — Straight Line Tangents
V. 1 offset stake every 50' on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. 5takes at e�ery grade break
VIII. Cut sheets are required on all staking
Optional: Acrual stakes shall consist of a 6QD nail or hub set with a whisker
B. Centerline Staking — Cur�res
II�. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interr►al
IV. Staicing af radius points ofgreaterthan 100' may be omitted
?
}
)
)
)
) 0:�5pecs-Stds Governance Process�Temporary Spec Fi�es�Capital Delivery�Cap Delivery Div 01�0171
� 23.16.01_AttachmenY A_5urvey Staking Standards.docx
' Page 14 of 22
)
� Narth RiverSide Drive Phase 4
City Project No. 100453
)
Exam le eurb �s �u$�er Siakes
FF��N T
�s�a� F,����� ��
Q
F� � I L T � [�nRF��� �j A�i�T OEF FhID
�,+ el�4 F R 0 N T � r�����ur
�SI�E FACING *C� '9ENTIRES START 1 (�DE FkCINC �j � � .
POF{T i.�F dIRVA711FF P�ir �
.� A O �; � �
Q � � PT � �
��[J'}�/ � �r� �y
Y" ' � �'UVPFlE::i 4fY3� I... .� 4 T�; rj
(SIDE FACING R.0.41.� � r.q M upa ck F c rlo; �
.-� � ¢ �
lF ,.JFB w O Q
PqNT � 9� �j a � r�,� i t i i
.�S � � ���� � � � �
` N , � III I
� ��n _ �.�,.�ue iz � � _ �
�{ �� r-�� ^^��.a I I I I
HUB ELEV:^ :,^. � vo sttr� ;,w I � 4� I��
p .�. .,,4Pl4'S PqNTS
� } 11 41
� I , � �i I 4
.__...,.__.._w._ _ �..�_.�_-- ------. �- � . � � + � �
.�n ;� f J t € �
� � � - . `�'`� f f� J� J� !
��'� r J f �
�'� `��- �� � f � �
_ — - ��s , �' � � r'� r� 1
��. � f-'�� �' { ,.
'-,� f.� �. �� � �
r
����•' r � f
- � TOP 4F CUREi _,�l`~Y } ��`J � ��
� � - _\ ��� � ' _ �.- YY _,r `J � � J
•, ,,, �� r � ~ - _ �_ �
�
.�i�i��i �� ���i� � \� _l�,� _ _�y'
'��'Ys. � � .r � y � �
� � ��� ���yYy�� ��J�'�
Fa,cE a� �u�� -�`�� � J _ —= � � �-� �� ���
� ----�— " ����
�LE]WLI �!E
�C�t;E OF PA.VE��IEI�IT
��cample C�pb 8e Gutier Siakes a� In�ersection
0:�5pecs-Sids Go�ernance Process�Temporary 5pec Files\Capi#al Deli�ery�Cap Deli�ery Di� 01�01 71
23.16.D1_Attachment A_5urvey Staking 5tandards.docx
Page 15 of 22
North Ri�erSide Drive Phase 4
City Project No. 100453
�
� �"o
_� s
� � Z 9�a`�c'�
���� IU' OfS m�57x=�+S4�f F FtO�
!aJ
�_1__ �
�
w y
��F
n�a ,0�
n�rn o --
�ua�u
i�i�l a
�
n
'�
�
•, — — -
�
�
�
V
z
�
6
4
�
�!
�
N
a
�
�
n
6 s --- -- _
(�
�
Q
�
�
U
r
0
:�
:s
a 4 ^? i.
� n:n a -
;} UI
� a
o�tti¢ �}�f �a
x �� �a�ri
.��% ��L�x
� �i
�� �y4n� "w
_rr ��,�_ 4
vl ^ � � R
�� 3or�Ylsla xdry ,os � n
ti
ti=
4 4
(]� ��w4
— -e! ��i?
W o�n��
n
� �w
�
0
XQ � O
i �
a��
o �ptl
„� �a�
� � �
I F
�4 � � �
4'�qa GJ �
¢ f
U
Oy
U
�
.W �
N��
T F ~
FZN�
2 ��m
W �N
J � p
��� �
q�{�O
LL�d�
�d
9i1I1� !6 HJV9
n �
'o � l ��' `
t� �' � �
�
O •�rc
� a0�
N a�o �
� �
�
o ~�6
� a
,p�a�
o ae w
L�L r�4�'
-�
o � aar -;Sio av�r .�s � o
� �� � �
���o�
�r4a d3 d
V�-
iJ 'w 4' _
• � J qQ
�`il U � [ V~1
��r:� D ijZ
! ' � Gt�=�,w 3'w
0:�5pecs-Stds Governance Process�Temporary 5pec Files�Capital Delivery�Cap Delivery Div 01\D1 71
23.16.01 Attathment A Survey 5taking 5tandards.docx
Page 16 of 22
North RiverSide Drive Phase 4
City Project No. ] 00453
IX. Cui Shee�s
A. Date of field work
B. S#aking Method (GP5, total station]
C. Project Name
b. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coardinate)
F. $ur�ey company name
G. Crew chief name
i�. A bf�nk template can be obtained from th� survey superintende�t (see item I abo�e)
��andard Citd Cu# Sheei
DaEe:
❑ TOTAL
Staking Method: ❑ GPS STATION
LOCAiION:
City Project
idumbeP:
Projec# Name:
❑ OTHER
COIdSUL�AiVT1CONTI�ACTOFi
SURVEY CREW INIiIA�S
,��L G12�4DES AI�E TO �LOIN�IPdE O� �OP OF CUFtIB UNLESS OTl���dAIIS� �dOTED
PT # STATION OFFSET DESCRIPTION PROP. STAK�D _ CUT + FILL
-LT/+RT GRADE ELEV.
0:�5pecs-Stds Go�ernance Process�Temporary Spec Files�Capital Delivery\Cap Delivery Div 01�0171
23.16.01_Attachment A, Survey Staicing 5tandards,docx
Page 17 of 22
North RiverSide Drive Phase 4
City Project No. ] 00453
X. As-buil� Surr�ed
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City's GIS
data and must be in the properformat when submitted. SeesectionlV.
1
i
�
}
�
?
)
l
1
)
1
As-buil# surwey should incfude the #ollowing (addi#ional iterns may be requested):
Manhales
Top of pfpe elevations every 2S0 feet
Horizontal and vertical poirtts af rnflection, curvature, etc. (Al! FitfingsJ
Cathodic protectian test starions
Samp�ing stations
Meter I�oxes/vaults (Afl sizes}
Fire lines
Fire hydrant-s
G'ate valves (rim and t'op of nutj
Plugs, stub-outs, dead-end Iines
Arr Release vplves (Manhole rim and vent pipeJ
Blow off valves (Manhole rim and valve lidj
Pressure plane vafves
Cleaning wyes
Gean outs
Casing prpe (each endJ
lnverts of pipes
Tur6o Meters
0:�5pecs-Stds Go�ernance Process�Ternporary Spec Fiies\Capital Delivery�Cap beli�ery Div Q1\0171
23.16.01_Attachment A 5urvey Staking Standards.docx
Page 18 of 2Z
North RiverSide Drive Phase 4
City Project No. 100453
B. Example Deli�erable
A hand written red line 6y the #ield surveyor is acceptable in most tases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the sur�eyor should write "NOTfOUND" to noti#y the City.
0:�5pecs-Stds Go�ernance Process\Temporary 5pec Files�Capital Deli�ery�Cap Deli�ery Di� Q1�0171
23.16.01 Attachment A_5urvey 5taking 5tandards.docx
Page 19 of Z2
North RiverSide Dri�e Phase 4
City Froject No. 10Q453
�
)
!
�
/
�
�
i
�
�
1
�
1
�
�_
'�i�,..�� ,
�Ii
,� -S:
�
, '�'s`�� i'''`
.. � �-� .. - Qu �, �.., �-rt.s�n om '� " `rs t +�h
rl'� R x � 9. __jil�l ! �'I �.i`��'�' �+I'a�" II� I��
.� �� �: � F. ii;+�, ��, . I�.s . :; .a , —
H � � �
��" F�� �� • , �I� II �k�'=��Gj,�� �� ;€��
f� 's� � =ki t� , � �, ��i _ ,�:, �' �, � I I �
� a i l�� � +,_ ,� I �� _ .� i
� f ` `� � � � '! � �����I' �*� �j'-,;���T���d' �' ! a°:
;`,e�. �� i l■�f��:� �, p l� + ,s; � i'�5' I 4� ' y, �.! r
�.� F,!� S �,� '' `t:.i' �'r� r�, E �
I I�r" r����r^'Pd ij?� ��'�.t.� . I' ix' ���{ '.�a
S:s , e �e�! � +�� �ia ��i��-a ��$� ��� F`-��"F _ .�l ' �� ,..� � � ,
f� -----•—r1=-'aa�e� 6
� ,'' . ' . . .' —�. ,'� �I
� _ GS�.vJC ��:h ��r!Y- --- '..::i� +7ir_7t4=3,r•� F 7J`1° r'
� r .. ~ ' �''� � _.__—ti.,=�.���
' i .� �:a�•� y' �I!�_.. f1
� � � y �+Y � r-rt • - I �.�rri�
� aF. F �"=
�[ i ��' `�' ' i kl1 � .��t �4` f Ji i
J� J�J ��� -� i'- n:•r� :ti. a�rr ��r. I I y�:' --..
i=4i�Fi .I, �� �_ ""_' „ .'�."-�r�..� -. �. �—� --'-�rl�
�� � ' ;.. �k..:�'; ;���� � _;�: '
� � i�:�- — � ; - . ;; . :� ' ;
.,
,
.� � , ,
,.
_� . , _ , .J ... ,
� � � �.7'h ;�V . .- : ..,_..�.�J.��_ �if..l.. _ _ " r
�
_ * i �I : ... �-; � �
il�''.`:..' i
I � � ; .. .. .f; : �� - .._ �:i�� :.
`gi .r. � '� --�, .-_— �� �,1, '` ...-;II i�l',I .i
� � �I � ' - ` ,:�,urF-� ��i�-�� i-" _ - -_xlr��
,� �'' F � � 4 ' � ��� ����. � . :-' ...
ii �� r ' f
.� �
W � �
; .,
� '� " i F� - „ � � . . ;. ..� .. � }; b � � J;
s f � � I � ��i �.F.: .. p�i ..�_.�i... ..... ...-rt ���
� �? . ; - ' . . 3 �' ' � . .: .. i ...�+r�r
� '��. � � � . , �4 �r
,., ' .
„
� ��"..'I �. •� -�;; u ... ;I� . , . :_ � JJJ ..
: .. ����, —� . �!� �r. �
4� � Isl �. b���' I'� �' , .. iI ' . �- ,
k _ � I �� �' .. . ..
� _ . '' '_ i q�� , , ':': - . � i• Ih�. ' .
� �; � ��� ... . . � �_
� [ i� °y � 'i} . ;� � �' --. , :., : '_ � r .:; .,�.,,
' Y����'"' I� I '.. i � : .. " . . �
` y .r i � �'
��ifga���� � i' �- -�,��'t' � si =.:: , , ., � .'r �:' - ��.� � ' .
� , ��... � / ���' F� �G--'. - ,....:: �I ..a.: �
' °s���. - ' � �^�� . --�`M1��` � " I � ,7� �.. � $
i t �� � ' ' a " �Ir�h 7-+ � . ��
:Y}[�I '.. _f � F ,.-Jwl�"J, �,
�C k, � .� ? �J4§ �Jf �r .�Iyl� i � � ....� .
f _ v e � I '. � �! ,.i„r*L:I �..�,.�r�.l��, k, _ ���
4 . - ��.L
f� ��4:°_- �
i ' . . __YiI1Lkiy . . I:��` t 'riYi
II'+.'�i �� .' .._- .�,� ' ��i��.�';s� �' . . ��*�"""MTY'i
tl��'�','}ti � � � / " �� 'i�' �': �_ `�'�ilfC."�:! � �' �f��7j�-� � —��r-
..��_, � F� q4a.l r� y�.,;asi,:.. i � .�f+
k' k .. . "� 4 'G \'y I -�YT���/aJ � Y� ..._'"'� . �II `5
:��a �•_3 ' � � �; ` h . . . i . . .
��� ,�� �5, aba� ,.'�'_7al f . � , .: :: � . , .
Ii? ``!@e �j��.�fo?W i'_aC i�'$ � .I.:-i'.: I
��,1 ;G.��� %'� ��€�'R�.'�-1 ��F 4' ���
�i6°�9.i+��_j ic�l�� -1
�� - — —"-- - - � � . r
._11' � . 'i-i "���' �::L_ .
_' "y_'
t. , + r�^ r
.. ' ; � : .
O:�Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171
23.16.D1_Attachment A_Survey 5taking Standards.docx
Page 20 of 22
North RiverSide Drive Phase 4
City Froject No. 100453
�.� .._-v+rr�rr'rv„v'+v "�"�--.w�.-= .-'r'
.��t7+� ' JJ'IRf il'.Q#J6Y NY STJ4 i��i � EFIFf fNiflif7 CA!
.�rfJLa"�lR - IffL q'ilA'D A4/ AENk1. i 5+1lVI_EE �li}T
"��y �-,�■r#� 6t9e Yw�C a rrn�r� � lii�
���. L�6'NL, r 2�� fY1S7,A`*#Jfrf � � „�_s
p�� lY7Y.0 9��F.f,a'L + �ykM +?fr4a Sa'��[i�uf-,�'�� '
Ff��.h��'S� YPF: RAf.m[FR _ dil@FI1L• .
tstGia.+� rsc � Ff�awr. v,�vF , FiP�t�_�r�u �tiaau��b'wt
x�s.��, �,eu� rrt�r,�u.
y�alAd rn+' , N`^f°�+�tm':;�
+.�' f.�2�F_'.7F1l4� E-Pi'�-'ii �Y'�i�
��.v-+�..-n.+4....w, �---�-^'..�.+..�...�:.:....��1 ...t..n.....�.. hJl l 1�',u[+RR J1'!� - �
��i GfiC VJM47 4
� dl�� �h � `�'�. ��J � }i i7IF GrfA'd1�47 �
,. � �# y _, �� Lf f+ti� VIlYr
._�� x #a.�."" 9�#r �� t*`�f.'� �j ,�.s.�aeji;aY..-�
�� � � =���Y;. � <._�' � � ,.,�„� -���e
. , �. �4 f"� �' �+���� �Yti � � ' f .
� \ ��� ��{. ��5 �F *' �r Gfi'!! T ..'
�. J � j r � �% '7'fUf �-'y�+• �;�'. '
�� � � - � �,. k �r.,,f t,�ar+��r�,, _ .
�. �' . f . _ � i 45 � ��
f7U" � .� ^�r �+' -- �' r nr+'_��s.r�
_ „_':._° .:,.., ���" `` �: �� ��s�. �'.� �J, � �� �
t �w �: �.' � . � 4'k'G5-ry
ACilf�k� F71Ji�—• ' l' . 4. — — ,c'i�,v _ — I ..y" � �
X'R+4i1� yf �+ . � ` �'I �' �- � �] ��� I
�p�YK�C4 + f �'+�? r!{} �4�` � Ti+M �I 'S � � - _ - r " —' � -_ � � .
�� �� �� --- - - .T--- - � -� x- -- - -
£�44:%� � �',r,,,;f ----- .... — -'�.����` 1'�«'l4TCK � .. � �1� �� --.-�
o�• �j
`�- � !'.i �f + � � � ➢!s . .
�V ' f�° +f� � ' — _ _ � i J N .s r � r_
,'� ,���' ':�'£� � � • `
ruu �� ��� f,�+��'�.��r:�,�{ ---- r' _ _. i . — :f � :�..—�
�' � �.l. '� f ` �:��, #�.! f +k'� /' .� � • — - _ �' � ' ���.+ �,,.1�. .._ - �.
�� l��Fi �i- �' k'� �'�'� -_.v�,:
o�i �+f ;�.� Ry �.
a •��}... �' . � �� � � � . . �' � P�S.�L7
f� � �°�,. ;:.irr;. .� S,4YRl4!#Y $
'��. .} � / ��� . y_ .� �l�Ik A SfilY:�F � .
� ,�� sx�:c� vn�vF �� � ''�:. ��c•. 5�� SH,��'�
�, ,�. �xr,i�rl:� "4 r� - ��.]
��x �. a��+ 1�i�1�'rri 4YAr.rr�o { �^ �t�, . „ �` �
� . "�.�� p.�r�vra.._� �..�_ f. \ .
+�„ �iti � �� - r-'�'� �
r / �.�.���r�..+. • �
i}�f .STA iN��f�� 1�•R ���iiTb�L141 $Tii45TSd�- l�M STA �tiAi•! � �"k4 �,`
A
/ f�� ` f�1'4NJi A,RFr�".1i EIPSfAlJ�
, j � r.-rs;.r.v �Mz r,�r�aFrnr,,e,� i-��sNfrn.ar�
,v ff � u•rubl �+rc �s,.:wnr_�.irr.� x�in,..n�,
Gsrr.r.t ra��Mr_dN.�+L+ P...it��:,�, F�.:2{�fxyt�z
Rti,+r�,*5,x'l� ---'- A"-'�-.- � v.,.�,,•
£�.�i.k►14"]d
��
__" � ' " " f ' — " "' 1 . _ . . . _—_� I l
�
' ... "_ _" ' . . 1 __ ' "
' _�_ " : I " ' I _ , ' _ —" " " - j � 1 _ " _—
" I . _ L . _ _ _ �— _ _'1 _ _ _ I : � J _ ���r j i��
' � ' I ., ' _ . � " _. .. - �— _ I 1_"___ F . -'I . . ' . .-- � ! ,� . .
� "�" I � �' � I _
.�
O:�Specs-Stds Ga�ernance Process�Temporary Spec Fifes�Capital deli�ery�Cap �elivery Qiv O1�D171
23.1�.41_Attachment A_Survey Staking Standards.docx
Page 21 vf 22
North RiverSide Drive Fhase 4
City Project No. 100453
)
�
J, �, � ' � {��� �7 �a
'' , .�#:� .` i ;�f�� ';� $�
�� g�� r. �� �k � [�i ! `t � � � F �a
� i � ;�al � � '{'� ��
� � �� � i � � � �+ ,e
I;��� .l � , ��'„ �Eii �L
� �' �
� ��A� ; ;s�.`� .� ,
�� ��'� � i ��¢�� � €¢�,�� �6 � `s r� � i:�
�' Ii� �t , �,'f _
_ � @a ti ec
,_� '-. �_ ., —r-.� �-�-�,�-rr..���;:.'y.
�V 7,Yn S� . d �f 1•0 ?' �c �H� � .ya_
� �.�.----- - Sl���-T R• -- - -
�,� ,i ��.,
� `� ' � �..;4{ `�� � I� .
1VW_,_
�r
� � �, � -
� ���� =� i� , � �:
� e ��s , :� ,
: ti i' �v�l I�r� �� l. �� I
- -�i �� �C� i �. . 1.
� ��I � �� ��
y� � I I` -. �r �i��
� � �' �'�i � �b� �' �+�'+iAM
_� .� �y ���:' r�� ,`}d� I
�a � � f ,�, . -4�R_'�0���€�
C� ,i � .�� � 5
, o-� ; ' € � �
� � .� ` �li- � �,t i - , i
��� �._�� II���I��.� _- �f _
� � i' . i •r
�� i
,� �� � i ,
�� . �
�� � �: I . �� "�
�� . i 1� k
� � � ' � `�
I .- 1. i i
�� {��� -� }"1�.
��� . Ir I � � j � ,
. ! --'.��� �� ,
� ;,i�s � �,
; ��� '�, ..� -:I�. ,. _�i-�,.� "1
c� / ,\�_� +��r I , • �.
. '�'
, � �, � �ia� ., ; �
- "� � � `' � � 4:
� :• �-
_- r/ y �#;t;`��r
r� . F� . '
, ..;e ��,� L� ,�4.
-�. �.�� _
. - ��"'� � "'� �
�i � " r' i 1. 1 ��� Q* b�
' I ��„*sl' � � �
�'I I r" �' I . I� , �� .
,I - li ' 1 �V 1
�tr.�`���5��l�is,r, ���, ��� _ {' _
il' �y �.I��AI
I ti
4.
. � i q _ � i, . f.
- --- ---- �-- -- i . �- . ...
� � �� '�Ll�h'J.f�'xJ! IyjY1�i � _i i .
-: . ,. � . � �r-,,.,.� ,�.w
:+, . i :r� , �...
' � � � =��-�...
�� 1�:;.__._ ��': :...; '� �� � .._.,���._.. � _�_--�-:_�...:
-' , I ; I. ; i=. .. :�'���,. _ �'� . . :.{. ..---..
.__., _ ,;:
_ ::. ,.,, ,
-�� �t
�: � :�.:..,. j, ;.,...vl:�'�_�--- � .... .: .. : . ... �
�� �_—y��
' S..;��-'---- .. _ .. , . . .
. i . �-i'i
i�F� _._� . .:..:. ..:��' ..�I� .
� � � � �
. .:__ . ..._ _ : ;._ ,
. . . '�:i �r f
� i �i -� ..._..__. I` ti� � +�4. .. � ....� .
� I-�.i ::,�..i ;rt:�� rF�l .- I : �i � . �..lr;��,.
�IL. �.� ,n+iPl��-:� ��i� :n���i4�GF3x
��Et, , ...: .. ' � r- -�,-.
, ��; ,' ; � . . . �
.___-, . -�! ;... #k�:_��...--:.. : ..�,,,�I�
, .�
,
.. , , __.. . _. ;� , ,
._. ' . , , F � � � ' '-'"' '
.�.. , . _...�.. � ..i .. ..
�y
1 Y
� � .._. . � � ._
�_ ; .�: . � � ! ...� . ,�" .:_ . .� ....:...:_..._
, �+ ;
�, � .,__. ..-- . � �� �'h;r* ' ��--�-� � ��- _ . � F .. :.
, �1.;.,�.
w N .;__.�:...:.�.��F H-;�`�: . • ,;�.,�
`�j - _ .._.. . . . , �� � l � �-.. �_-_.. i
.
M;� �� � ..:. . :; ; .N,:.�... �� _ .
�, ;LL ._— :—.� :--1i-.----:-�-- r—� �F i;v,��. ..�
�� . _
n .- II{ �...'r -..-�---�� ' i�� 1
� 4 � . _.... ; :.,_�, : , ; ��. +r�� ' „ .
-' . -.- --�; �: I � ;.�� ,�FS, '
,. , 7
. . .:........ ...� ,, . �
.. . ,.. ..._
� - _ _ : . . . � . . .._.... --' wrr'�
, , .R"i ry'— i�� ' J ' —.
. �����...--�_� =i� +���a�
; '--;i'-" .,�r � �—�r�•:
� . .�rt.�.::. � ��h.� .. ._:
I .�, I'F� . ' f, ' ,�I#',�. . I..� - - ::' :: i
., . �
- _� ,., .., __.J:. i.�_ '
_. . ... .......- .�-
. _��. ���'4'''r;����# �
�... �M++ +
� '
'�.-.���.,.� —_' �. . _ . .....
_ __;,�.!:rt�.:: - - -,--
_ ! !! � A � n _ �,'
? , �� , � � � . . . , �.,
Z3.16.p1_Attachment A_Survey 5taking Standards.docx
Page 22 of 22
� ' 'Ft
y �I
r��}�� ;,
�� � � k�{a
i�' i��i i * y �
:�;� . �' � ��
F� ' � I�;��s
North RiverSide Drive Phase 4
City Project No. 100453
BLIC 29 � + i
�� ; j�
smr�*m�,�.rm.m �ru ,
nm .-- - ' � ' ' � ��
r f
fSANIffA' 5f�di ++ "� J•.�._ � I � • �
i
3ElNA:E CY/ IYEAYp17 �
- � ri ! ��3
1�rTaN !�D w. x k:�� - = 4 ��! � "`� � ;, !�
f`:'� _,�S�;ri,-�-��
- I��'r'r?I' . ' . — �'�. a .�R__.� � ou I .-�-�— - 5�yy'��
�--------�--- -- - ~y. 1"�
1�'H'AF�R~��r,K-...,' _ ----"`t�^�+r''1�
. � � � - --_ 11�4� ,4 - Ir ,?(i3+i . � �I • � � �° � L i �
y � � -�- -
;r_ —���{� _- y _ 2.Y]1 L1Y r � _ � � �
� _ - �--� rf
,.� -�ti" L �_� g,.�_ '.x�..- - J -�uf""i _ ��� ���_ � ��
r� -� t� � � f � �--� �.� � ~ -
- ..� . T ,j��
-� '�/ � ` � - �,� �n�, . �..w.' j�
, !,� � ' ` �"�'� g.�,. ;r�cn � �.�ri
I , .
� "°- I' � -i�*� j�
L___ ;' ��', � { _.-- � _ .C�
, �
,.' i' SYA rr.wr .��� ;�y{ i_ n �Cp :
� �� �rr'if.57�4aal41..5�.+. ���c.�+...r.,..= [�
tf /r. �sra_sr�ro4z-.xQ� ,F„�^,; �^�
� Po'arau f.�r.r.svrce
a�arrx� s ;r �.w �a i�
��4s `� l c�wsr_#�xssati� Nx�eur —
�r {yl�triuA � xa o�:.Ilr� +� ' � . � I �
; � wr a�� rn.�r+rivr
; .`� aaNa7�'r r�rr r s3 ar.:
OL!!l7YJ If�_rtv .�ertr�
TO P.R+'�S9ed
N-iS�R%S�L:J.
e�r�,nr_-.,� i'f'I 5' hi:�k' h� �_ ����i��:ahir, ?[�f�s-3
�.�.�r•��a:�a:� r°.�,csr Nn.7�M�l,x,-r_11�
-�_ �; : ; .I — - -- --- - - - - - — -- — _ - = - — --- - -
..._
; _ _. :
' _.- '- -'-
: _: _ _
; � : .' _ ' ` -:` ; i'-.': � '"' _ : -' i.
- - .L..': � :J ; - _�� . -
-_�_�--.:: . : : --- — —-
:-- . _ . . . ----
�-- -- � - � � -- � � -- - �
-. _- —._ ._... . . .`- � � - =_ — - -
- --� --�--'-�: . :: -. =.-_ - --- � ' � !
, i :�� _��- .
..� : _ : : .:� �
.::�:._ � . � i ; :�° -�J.=� ' i .
- ; . i ° i . i , ; � i ;:"i . _ =j—.-: _;-�__-;� =_ = 7
-- - . _ ; � -. _ : : - . _ � s-= �-:� _: i=-== . _ �._=�= _� �-� �=
- I _— I I -. _ _ ._ ' �_' __� _��� - �= l_� � -I—�- - —� I � _�_I � � .
_ -"-__�::� ".I L � :�:-_' ___ I ' _- _ '� '� I �
- � i ; _ i !- i�� r. ��.��-=��� --=� ._I. ��i ;� . � � ��
— —_i�-.=��_ — :_ -�r-��= _���- =--�_L ; =IJ - -r-_. �_°_�_=�=_I = _ . , , 7
- - I --I �-- � . � --� - - - i�-� . .
-�—�. : ! — . I ' _y!!`;. ! ' I'i _ I i' '
: _ —� "' I". _ _ . _ ' .
- � �.� � ' � -_ -� � � 1.:;=� � " �.:_-�-��_.;_ _--'� �; �
: � ° -_ -_-_-.: : ._. :: � _ � "�.r . � _ - � _- -:- _- - _ � u�y - .
` ° �°- .s:; . ' i_=�-
_�" ' j.�f{.�_���==�€�s� � _ � � - -I: _ _ �_. ���:: �� -��
. �.. i _ e�=� sr�r ; � :; . � ; - i = _ _ - .+ _
' '._ :
._ �. = : _ -- _ -_ - :
. . . �.. _ . � - - - � '� �-
- I � I I ._-._"� .— _ — -_ -_ - � - :—_-_ �- i_ °','
,��
. _. . ..:= . _
. ��-.��f: � � =-_' - ��.:a: - ;
. 'Jr r �1 .
E�� ::1=- �:� _�*�r � ' '; . _ � � . i�
_ �:�' - ;�: ����`�� � � - �; _ � ..f��;_ . : ��- ���_':�
�! 4� _.-� : : ; _ i' . ; �----�_�;-. "; .:. �_I� �` i���} t,tJ_ �_-� �
_ ' j - : �� T j`�� , . _ �j�; _°{ �=_ -��,_�:_ "�� .
i`;,+`r_.--``�. _. . . _ ; �.: —�- : - -��-= �-_
�'�-- �� ... �r�_ _ ..I' . i !_-.-_` ; :_ .i-= -� � 3= � J = �
I ��7i` � � � - ' ; f '-'- ° - _ ` _ � y _ i _ -� � I
'IOi� `18it � '-`'- ` _. f 'i -i _F
I � -_ . . _ -�-=-' __�-`�#-- �-'�_�:.y.. � j . I �` �— —�- = 1..�:=°� _ -= i
I . ��� - _ - -, -` -. - -.���i� 4�^ �t r�' I I _- ; � � _ 7
� r � -.'�i= . J � _ , .
J� � ; .'�1�'e� 1-...�.. :`! I : �-I
_.��_.-..;. . . � � ' %�:., ' i'-•�
,I i ' I � �- - zf_�: . . � I . '1-����`�_#r':�� 'rF.
� _ -:- i �'_ I � +��: ii � . ` i : ;-:_ j�:...��-"!_ -`'�`' -
"''i-_ ` _ _ i ; � - _ �- i i.. :_. � . : " `�.
_. I_I �_�_ - �'._ "� 4 Fa � j�'I . � . � i-:- _ — r � _'_�:.i _�I_I. T
, .. ` : _ �
� .._ --'-�;�-� �-� i : --. ; �-� i ..- --�_, : � _ r-.
__ :. � :_ _ �� __F..- �M1 � __� _- : ��.- 3_. =���-_=..�..,--' �- _—:1-
�._ _= : �-::-. i �-.. - �-
_ ; � -.--! �.� �_: . ; : ���; � � �_- � =��=�- -� -'�_!�=_� ;_,-:; _;. , ; : _
;- _. __��_ : __�.:=_ -i.
_ � �- � 1
: . - : - = .; -_ _ --- - -- __ - _ - - _ - - - == _
�-::..; ' .. ,�_ '_ -
_; # ��:. :. ! � � ! C : ;�� ;
: ����i�'=!: ��-�=1 '-�_�.:��- � ;-_.: � I � - _��_- _
.::�. '._°1;.
: � : :.= -- - - - - - _ - __ - ,�� _ � -
: � ; ; :_.�—� � __ _=�:��1 � _ _ -- _ —1.r ���._ � �
:: : ; _ _
, _. _ _
.'
, _
� r�= :..; :-._. � � ' -- ,_--- --,
_ ... __ _
�j I..�j � 9- r I = ; ;
_ _ : _� :..:_� '
� � .t� � .. I , i I �"` � -_.. .� f I � �i
, . ; • -
. � : --� ¢�. I_ � �.. � :_;'LLL�==;.i 1::._. � � .-._ L - � ,." ' -
O:�Spec �oD �"� 1�0171
23.16.01_Attachment A_Survey Staking 5tandards.docx
Page 23 of 23
North Ri�erside Drive Phase 4
City Praject No. 1QQ453
)
�
�
�
)
}
)
)
1
i
�
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
reyuested. This is just an example and ail this information should be no#ed when
delivered to the City so it is clear #o what caordinate system the data is in.
POIN'f NO NORTHING EkSTItvG ELEV.
1 6946257.I89 2295079.165
2 694fi260.893 2296o52.J0.7
3 69A6307.39�J 2296U38.3U6
A 6946220.5$2 Z29601I.U25
5 6946195.23 2296475.]ib
6 G946i9U.528 2296022.721
7 fi9q6135.612 2T45452,115
8 69q&Opz.267 2295919.133
9 6946�3.056 2295933_418
16 6945989.677 Z295888.52
31 5945986.A73 2295669.892
1Z 6RA5$95.0`!7 2245860.952
13 69A589G.591 229586Z.188
14 6945934.Z86 229S9qf.425
15 6945936.727 2295g30.4q1
z6 59aS835.67s 2195794.747
17 5945617.A88 2295&2J.Oli
18 6945759.776 2295758.843
19 G945768.563 2295778.424
24 6945743318 Z295785•39Z
21 69ASZ23.279 2Z9575A.39A
22 69A5682.21 2295744.22
23 6945621.9�2 2295fiG9.47Y
24 6945G43A47 2295T35.03
75 G945572.059 2295655.195
26 6945539.498 2295667.803
27 b945519.834 2295619.a9
28 �945417_879 2295580.27
29 694545G.S57 22955�43.7A5
3b 69d5387.356 i�95597.101
31 694537D.688 2295666.793
32 G9453$353 229561p 559
33 69453Z1-228 ��95551.105
34 S9A53I93G5 Z�95539:728
35 6945242.284 2235570.715
35 6945233.624 2295544.626
37 69452p6.4$3 t295529.3R5
38 69451q�_O15 �295557.666
39 6945113A45 z29S5Z0.33S
aD SS45fl49.p2 22955Z7.345
4i 6345045.�24 2285552.F75
42 6945038.8i8 32g555Z.147
R3 694500b.397 2295518.135
4A G944944.782 2295520.G35
A5 69449A3.432 2295556.479
46 G94A860.4iG 2295534.397
_ !�-1, '!
� �_.. i3i � , , �
•, a
: � , �r
� _ - � -
,
, I t �.
( r k_ .. , 1 __ -
f 1
.� �.A i_ L ..
r.
.� �. .
� IJ
� < <_' i... , � :� -
t �' , . -
- - ' • • � .
' ,"L ,- -
1 i
} . •
j ' ,
�ESCRIP71pN
726.D9 SSMFi RiM
725.G68 GV ftIM
726.85 GV RfM
723.558 55[+AH RIM
722.129 GV RIM
72�.325 FH
739.448 f1JM RIM
713.333 WIVI RIM
713.652 C� RIlV�
711.662 55MH ltlM
710.fl46 WM RIM
7Q7JZ WM Rlivl
708.2Ds s/irIV1 R1M
709.467 WM R3hA
71d.U84 CQ RIM
707.779 SSMH RIM
708.392 SSMk RIM
7i1.218 SSMH RIM
710.08fi GV RIM
71Q,632 GV RIM
71Z.849 GV R1M
7�6 6$6 1NM RIM
723 76 WM �{INi
799.737 CO RfM
727.574 SSMH Rltvl
723,123 WM RIM
732.689 WM RIM
740.52Y WM Rli� �
736.ASi CO RfM
7Q0.756 GV RIIV�
'l40.976 GV RINi
7A0.40$ FN
746.3k WWI iSlivl
746.777 CO RfM
748:454 W�ri R1M
749.59 S5MH HIM
751.05& WM RkM
750.853 WM RIM
751.871 WM li1M
75?.257 55MH RtM
757.79 WM R!M
751,$8 WM RIM
752.615 WM RIM
752.8U1 WM RI1tiA
75z 156 WM RIItA
752.986 SSMH REM • , _
r . �_ �
e �
O:�S�ecs-Stds Governance Pracess�Temporary 5pec Files�Capitai Delivery�Cap Delivery Div 01�017Z
23.16.01 Attachment A 5urvey 5taking Standards.docx
Page 24 of 24
North RiverSide Drive Phase 4
City Praject No. 100453
C. Other preferred as-built deli�erable
Some �endors ha�e indicated that it is easier to deliver this infarmation in a di#ferent
format. Below �s an example spreadsheet that is afso acceptabke and can be obtained by
request fram the survey superintendent.
O:�Specs-Stds Govemance Process�Temporary Spec Fiies�Capita� beli�ery�Cap Deli�ery Di� Q1�p171
�3.1b.01_Attachment A_5urvey Staking Standards.docx
Page 25 of 25
North Ri�erSide Drive Phase 4
City Project Na. 100453
)
�
�
)
�
)
)
�
)
,
�
,
�
O:�Specs-Stds Governance Process\Temporary 5pec Files�Capital Deli�ery�Cap Delivery Div Ol\0171
23.16.01_Attacf�ment A_Survey Staking Standards.docx
Page 26 of 26
North RiverSide Drive Phase 4
City Project No. ] 00453
Ol 71 23 - I
CONSTRUCI'IdIV STAKING AND SURVEY
Page 1 of S
SECTION O1 5'1 �3
CONSTRUCT�4N STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Requirements far construction staking and cot�struction survey
B. Deviations from this City of Fort Worth Standard Specification
1. Nane.
C. Related Speciiication Sections include, but are not necessarily �imited to:
1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract
2. Division l— General Requirements
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shaIl be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Stalcing".
2) Payinent for "Construction Staking" shall be made in partial payments
prorated by work completed compared to tota] wark included in the lump
sum item.
c. The price bid shall include, but not be ]imited to the following:
l} Verification of control data provided by City.
2} Placement, maintenance and replacement of required stakes and markings
in the field.
3) Areparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard teinplate.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accardance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-BuiIt Survey
a. Measurement
i) Measurement for this Item shall be by tump sunn.
b. Payment
1} The wark performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As-Built Survey".
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTION SPECIFICA7']ON DQGUM�NTS Project No. [d0453
Re�ised Rebruary 14, 2018
�
�
�
5
�
i
1
)
J
�
�
}
}
)
)
}
i
)
)
�
)
)
i
'}
}
)
1
)
}
)
)
}
�
)
,
}
)
)
1
I
i
01 71 23 - 2
CONSTRUGTION STAKINGAND SLIRVCY
Page 2 of 8
2) PaymenY far "Construction Staking" shall be made in partial paymenis
prorated by work campleted campared to total work included in the �ump sum
item.
c. The price bid shall include, bui not be limited to the following::
t) Field measurements and survey shots to identify location of completed
facilities.
2} Documentation and submit�al of as-built survey data onto contractor redline
plans and digitaI s�arvey files.
1,3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuratian of structures/improvements included in the Prqject Drawings.
2. As-_built. Survey —The measurements made after the construction of the
improvement features are complete to provide position coardinates for the feaiures
of a project.
3. Construction Stakin� — The placement of stakes and markings to provide offsets
and eIevations to cut and fill in order to locate on the ground the designed
structures/improvements incIuded in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on tk�e plans.
4. Survey "Field. Checks" — M�asurements made after cons#ruction staking is
completed and before canstruction work begins to ensure that structures marked on
the ground are accurateiy located per Project Drawings.
8. Technical References
1. City of Port Worth — Construction Staking Standards (available on City's Buzzsaw
website) — O1 71 23.16.01_ Attachment A Survey Staking Standards
2. City of �'ort Worth - Standard Survey Data CoIlector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of TranspQrtation (T�OT) Survey ManuaI, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREME�iTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) �or this project.
1.5 SUBMITTALS
A. Submittals, if requir�d, shall be in accnrdance with Section O I 33 00.
B. AIl submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/IIVFORMATIONAL SUBMITTALS
A. Field Quality Contrp� Submitta�s
CITY OF FORT WOIZTH North Riverside Drive Pltase 4
S"I'ANDARD CO3�lSTRUCTION SPECIFICATION DOCUMENTS Project No. 1OD453
Revised February 14,2018
017123-3
CON57'RUCTION STAKING ANQ SURVEY
1'age 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do noi indicaie grid or ground coordinates.
2. Submit "Cut-Sheets" conforming to the standard template provided by the City
(re�er to O1 71 23.16.01 — Attachrrzent A— Suzvey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-buiit Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
canstructec3 improvements signed and sealed by Registered Professional Land
Surveyor (RPLS} responsible for the work (refer to O 1 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall 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. Re�isions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Stal�ing
1. Construction staking will be p�rformed by the Contractor.
2. Coordination
a. Cantact City's Project Representati�e at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are no� delayed or negatively impacted.
3. General
a. Contractar is respansible for preserving and maintaining stakes. If City
surveyors are req�aired to re-stake for any reason, the Contractar will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that fhe contracted Work cannot take place then the Contractor will be
required io stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Sur�ey will be performed by the Contractor.
2. Caordanatian
a. Cantractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Cons#ruction survey will be performed in order ta construct the work shown
on the Construction Drawings and speciiied in the Contract Documents.
b. For construction methods other #han open cut, the Contractor sha]] perform
constraction survey and verify control data including, but nat limited to, the
following:
1) Verificat�on that established benchmarks and cantroi are accurate.
CTTY OF FORT WORTH North Riverside Drive Phase 4
STANDARI] CONSTAUCTION SPECIFICATI�N DOCUMENTS Project No. 100453
Revised February 14, Z018
)
?
)
7
01 71 23 - 4
CONS"I`RUCTION STAKING AND SUI2VEY
Page 4 of 8
} 2) Use of Benchmarks to furnish and maintain a1] reference lines and grades
for tunneling.
� 3) Use oiline and grades to esta6lish the location of the pipe.
} 4) Submit to the City copies of feld naiesused to esfablish all lines and
} grades, if requested, and a11ow the City to check guidance system setup prior
to beginning each tunneling drive.
} S) Provide access for fhe City, if requested, to verify the guidance system and
� the line and �ade of the carrier pipe.
6) The Cantractor remains fully responsible for the accuracy of the work and
) correction of it, as req�ired.
7) Monitor line and grade continuously during construction.
f 8) Record deviation with respect to design line and grade ance at each pipe
; joint and submit daily records to the City.
� 9) If the installation does not zneet the specified tolerances (as outli;ned in
Sections 33 OS 23 and/or 33 05 24), immediately notify the Cfty and conrect
) the insta]lation in accordance with the Contract Documents.
)
C. As-Built Survey
1. Requir�d As-Built Survey will be performed by the Coniractor.
1
)
)
)
�
i
}
}
)
}
2. Coordination
a. Contractor is to coardinate 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 far items that are to be buried such that const�ruction
activities are not delayed or negative�y impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physicaIly measure depth and mark the locatian during the progress of
construction and iake as-huilt survey after the facility has been buried. The
Contractor is responsible for the yuality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the tvnstruction including the following:
T) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the folIowing
Iocations:
2)
(1) Minimum every 250 linear feet, including
(2) Harizontal and verticai points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
{5) Casing pipe (each end} and all buried fittings
Sanitary Sewer
a) Top of pipe eIevations and coordinaies for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feei and any buried fittings
(2) Horizontal and vertical points af inflection, curvature,
etc.
Stormwater — Not Applicable
3)
CITY OP FORT WORTH
S1'ANDARD CONSTRUCTION SPEClFICATION DOCUMENTS
Revised F'e6ruary 14, 2018
�forth Kiverside Drive Phase 4
Project No. i 00453
O1 71 23 - 5
CONSTRUCTI�N STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall pro�ide as-built sur�ey including the elevatipn at�d
location {and provide written documentation to the City) of construction
features after the constructian is completed including the following:
1} Manhales
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic pratection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
fl Air Release valves (Manhole rim and vent pipe)
g) Blow off �alves (Manhole rim and valve lid)
h) Pressure plane valves
i} Underground Vauits
{ 1) Rim and flowline elevations and coordinates for each
Underground Vault.
3} Sanitary Sewer
a) Cleanauts
(1) Rim and flowline ele�ations and coprdinates for each
b) Manholes and Junction Structures
(l) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART�- PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of cuivature and points of intersectian.
2. Establish temporary horizontal and vertical control elevations {benchmarks)
suff ciently permanent and ]ocated in a manner to be used ihroughout construction.
3. The location of planned faciiities, easements and improvements.
a. Estabiishing final line and grade stakes far piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other cot�struction.
b. A recard of re�isions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the c�ieiit, indica#ing the harizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shal] be prnvided to the City inspector and Survey Superintendent for all
constr�ction staking projects. �'hese cut sheets shall be on the standard city template
which can be abtained from the 5urvey Superintendent (517-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg}
b. ESRI Shapeii�e (.shp}
CITY OP FORT WORTH North Riverside Dri�e Phasc 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. l OQ453
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of S
c. CSV file (.csv), formatted with x and Y coordinates in separate columns (�isP
standarc[ te�nplates, if available►
b. Survey files shall include vertical and harizontai data tied to original project
control and benchmarks, and sha!] include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
The staked Iocation of any improvement or facility should be as accurate as
practical 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 overall plans
and through consultation with responsible parties as to the need far specifc
tolerances.
a. Earihwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
taIerance. Horizontal alignment for earthwqrk and rough cut shou]d not exceed
1.0 ft, tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving ar concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located witkain the confines of the site boundaries and,
occasionally, along a boundary ar any other restrictive line. Away from any
restriciive line, these facilities should be staked with an accuracy producing no
more than O.OSft. tolerance from their specified locations.
d. Undergraund and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shal l be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing na more ihan 0.1 ft tolerance from a specified ]ocatian.
e. The accuracy required for the vextical locatian of utiIities varies widely. Many
under�-ound utilities require only a minimum cover and a tolerance of O.l ft,
shoUld be maintained. Underground and overhead utiliiies on planned profile,
but not depending on gravity flow for performance, shoufd not exceed 0.1 ft.
tolerance.
B. Surveying instruments shal] be kept in close ac�justment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends reguIar maintenance schedule be
performed by a certified iechnician every 6 rr�onths.
1. Field measurements of angles and distances shall he done in such fashion as io
saiisfy the closures and tolerances expressed in Part 3. I.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey fieId work shall cqrrespond to the client's pians. Irregularities
or conflicts %und shal] be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY O� �'ORT WOKTH North Riverside Drivc Phasa 4
STANDARD CONSTRUCT1dN SPECIFICATION DOCUME3�lTS Project No. 100453
Re�ised February 14, 2018
O17123-7
CdNSTRUCTION STAKIIVG AIVD SUl2VEY
Page 7 of 8
3.2 EXAMINATION [NOT USED]
3.3 PREPARATT4N �NOT USED]
3.4 APPLICATION
3.5 REPATR / REST4RATION
A. If the Contractor's wark damages or destroys one or more of the control
monuments/points set by the City, the monuments sha�l be adequately re%renced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to dainage
caused during constr�action operations.
a. Contractor shall perform replacements andlor restoratinns.
b. The City rnay require at any time a survey "Fieid Checic" of any monument
or benchmarks that are set be verafied by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION (NOT USED]
3.i T<IELD [ox] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain a11 stakes and control data placed by the
City in accordance with this Specitication. This includes easements and right of way, if
noted on the plans.
B. Da not change or relocate stakes or control data without approva] from the City.
3.8 SYSTEM STARTUP
A. Survey C3�ecks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd pariy contracted sur�eyor are not intended to
relieve the contractor of his/her responsibil�ty far accuracy.
3.9 AD.�USTING [NOT USED]
3.1Q CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PR�TECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
�tevision Log
CITY OF FORT WdRTH North Ai�erside Drive Phase 4
STANDARD CONSTRUCTION SPECIFICATI4N DOCUMENTS i'roject No. l OQ453
Re�ised February 14,201$
�
)
�
�
�
J
i
J
�
r
)
7
�
�
�
)
�
�
1
fl17123-8
CONSTRUCT�ON STAKING AND SURVEY
Page 8 of 8
DATE NAME SUMMARY OF CHANGE
8/3ll2012 D. Johnson
Added instruction and modified raeasurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modi�ed 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PAR'I' 2— PRODUCTS ;
Added 3.I Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue texP'; revised measurement and payment seciions for Construction
Staking and As-Built Survey; added reference to seIection compiiance with TGC
l/t 4/2Q18 M Owen 2254; rcvised action and Closcout submitfat requirements; addecE accepta6le depth
measurement criteria; revised list of items requiring as-built survey "during" and
"a#ter" construction; and revised acceptable digital survey file format
CITY OF FORT WOR"1'H
STANDARD CONSTRUCTIOI+i SPECIPICATION DOCUM6NTS
Revised �'ebruary 14, 2018
Narth Riverside Drive Phase 4
Project No_ ] 00453
017423-1
CL�ANING
Page l of 4
SECTION 01 74 23
CLEANING
PART1- GENERAL
11 SUMMARY
A. Section Includes:
1. Intermediate and fna] cleaning for Wark not including special cleaning o�cIosed
systems specified eisewhere
B. Deviations from this City of Fort Warth Standard Specification
I , None.
C. Related Specification Sections include, but are not necessarily �imited to:
1. Division 0— Bidding Aequirements, Coniract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 ] 3— Hydro-Mulching, 5eeding and Sodding
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated wit� this Item is considered subsidiary to the various items bid.
No separate payment will be allovved far this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cl�aning operations so that dust and other contaminan#s disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completiott of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [N4T USED]
1.6 ACTION SUBMITTALS/INFORMATiONAL SUBMITTALS [NOT USED�
1.'� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT U�ED]
1.4 QUALITY ASSURANCE [NOT U�ED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
I. Store cleaning prqducts and cleaning wastes in containers specifically designed for
those materials.
CITY OP FORT WORTH North Rivcrside Drive Phase 4
STANDAAQ CdNSTRUCTION SP�CIPICATIO�! DOCi3MENTS Project No. 104453
Revised July 1, 2Q [ 1
017�}23-2
CLEANING
Page 2 of 4
1.1� FIELD [SITE] CONDITIONS [NOT USED]
].�.2 WARRANTY [NOT U�ED]
PART2- PRODUCTS
2.i OWNER-FURNISHED [ox] OWNER-SUPPLIEDPR4DUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
�.3 ACCE�SORIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USEDJ
PART 3 - EXECUTION
� 3.1 INSTALLERS [NOT USED]
� 3.2 EXAMINATION [NOT USED]
)
� 3.3 PREPARATION [NOT USED]
1 3.4 APPLICATION [NOT USED]
� 3.5 REPAIR / RESTORATION [NOT USED]
� 3.6 RE-INSTALLAT�ON [NOT USED]
�
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED)
.
' 3.8 SYSTEM STARTUP jNOT USED]
� 3.9 ADJUSTING �NOT USED]
3.1Q CLEANING
A. General
1. Preveni accumulation of wastes that create 3�azardous conditions.
2. Conduct cieaning and disposal operations to comply with laws and saf'ety orders of
gaverr�ing authorities.
3. Do nat dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains ar sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by Ciiy and regulatory agencies.
CITY OP I'ORT WORTH North Riverside Drive Phase 4
S7'AAlDARD CONSTRUCTION SPECIFICATI031 DOCUMEIVTS Project No. 100453
Revised duly 1, 20ll
o� �a23-3
CLEANING
Page 3 of 4
6. Handle materiais in a controlled manner with as few handlings as possible.
7. 7'horoughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove a�l signs of iemporary construction and activities incidettta3 to cons�ruction
of required permanent Wark.
9. If project is not clear�ed to the satisfaction of the City, the City reserves the right ia
have the cleaning completed at the expense of the Contractar.
10. Da not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or con�enience of
personnel in existing facility operations.
2. At tnaximum weekly intervals, dispose of waste materials, debris ancE rubbish.
3. Canfine constructian debris daily in strategically located container{s):
a. Co�er to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of or�ce per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
S. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interiar Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materiafs from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims ciean.
3. Wash and shine glazing and mirrors.
4. Polish giossy surfaces to a clear shine.
5. Ventilating systems
a. Clean perrnanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process axea floors.
8. Mop oifice and control room f�oors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Rempve trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remave ail rocks, pieces of asphalt, concrete or any other object
that may hinder ar disrupt the flow of traffic along the roadway.
3. Clean any interior areas incIuding, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH North Riverside Drivc Phase 4
STANDARI� CONS7'RUCT[ON SP�CIFICATTON DOCUMENTS P%ject No. I 00453
Revised July I, 2D] 1
017423-4
CLEANITlG
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approvaI by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.1� PROTECTION [N�T USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SiJNIMARY O�' CHANGE
)
, CITY OF FOA1' WORTH North Rivcrside Drive Phase 4
STANDARD CONSTRUCI'fON SPECI�ICATTON DOCUMEN'1�S Prajeci No. ]00453
� Revised July 1, 201 I
�
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 3
SECTION O1 '�'� 19
CL�SEDUT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Inciudes:
1. The procedure for closing out a contract
B. Deviations fram this City of Fort Warth Standard Specification
1. None.
C. Related Specifcation 5ections include, but are not necessarily limited to:
1. Divisian 0-- Bidding Requirements, Contract Forms and Conditions of the Contract
2. Divisiqn 3— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment wil] be allowed for this Item.
1.3 REFERENCES (NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final paytnent will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily iiled with the City.
B. Release of Liens or Claims
1. Na application far �nal payment will be accepted until satisfactory e�idence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required docurnentation to City's Project Representative.
CITY OF FORT WdRTH North Rivcrside Drive Phase 4
STANDARD CONSTRUCTjOIV SPECTFICATION DOCUMENT'S Project No. �(f0453
Revised 7uly 1, 20] ]
)
)
}
}
�
)
)
i
i
�
)
1
)
3
1
)
�
0
�
1
1
�r
0
017719-2
CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SLFBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART � - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.� EXAMiNATION [NOT USED]
3.3 PREPARATION [NOT IISED]
3.4 CLOSE4UT PR�CEDURE
A. Prior to requesting Final Inspection, submi#:
l. Project Recard Docwnents in accordance with Secfion OI 78 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 'IS 23
B. Prior to requesting Final Inspection, perfarm final cleaning in accordance with Section
q 1 74 23.
C. Final �nspection
1. After final cleaning, provide notice to the Ci#y Project Reptesentaiive that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractar present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or inca:mplete.
2. Llpara receiving written notice from the City, immediately undertake the Work
required to remedy defciencies and complete the Work to the satisfaction of the
City.
3. Upon comp�etion of Work associated with #he items listed in the City's written
notice, inform the City, ihat the required Work has been completed. Upon receipt
of this notice, the City, in the presence of ihe Contractor, will mal�e a subsequer�t
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
apera#ion. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial iill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendab�e items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
CITY OF FOCiT WORTII
STANDARB CONSTRUGTION 5P�'CIPICATI03�! DOCU3vI�NTS
Revised July i, 20l I
North Riverside Drive Phase 4
Project Nn. 160453
�
O17719-3
CLQSEO[JT REQUIREMBNTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion {Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Projec# Representative to complete the foliowing
additional forms:
a. Fina1 Payment Request
b. Statement of Contract Time
c. Afiida�it oi Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if reqtrired)
f. Contractor's E�aluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Compietion and Supporting
Dacumentation, in accordance with General Conditions, City will issue Leiter nf
Final Acceptance and release the Fina1 Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.5 RE-INSTALLATION [NOT USED]
3.7 FIELD �oR] SITE QUALITY CONTROL [N�T USEDj
3.$ SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT U5ED]
3.12 PROTECTION [N�T USED]
3.13 MAINTENANCE [N4T USED]
3.14 ATTACHMENTS [NOT USED]
END Q�' SECTYON
Revision Log
DATE NAME SUNIMARY OF CIIANGE
CTTY OF FORT WORTH North Ri�erside Drive Phase 4
STANDAR7] CONSTRUCTION SP1sC]PICATION DOCUMI'sNTS Pro.ject No. 1 D0453
Re�ised duly l, 201 L
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
sECTioN oi 7s z�
Ol'ERATION AND MAINTENANCE DATA
1
)
,
�
3
i
)
�
)
�
}
,
,
)
)
}
�
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers {to be operated by the Ciry)
c. Butterfly Valves
B. Deviatians from this City of Fort Worth Standard Specification
1. None.
C. Related Specificatian S�ctions include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract
2. Division 1— General ReqUirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurennent and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payznent will be aiiowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipmenf ta the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 . AlI submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. SubmittaI Form
1. Prepare data in farm af an instructional manual for use 6y City personnei.
2. Format
a. Size: S%z inches x 1 l inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinfarced with plastic, cloth or metal
c. Text: ManufactUrer's�printed data, or neatly typewritten
0
CITY OF FORT WORTH
S'f ANDARD CONSTRUCTION SPECIFICATION POCUMENTS
Kevlsed December 2p, 2012
North Riverside Drive Phase 4
Project No. ] 00453
017823-2
4PERATION AND MAiN'TENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equiprnent.
1) Provide Yyped description a�praduct, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with fyped or printed title "OPERATING AND
MAINTENANCE 1NSTRLICTIONS".
2) List:
a) Title of Project
b} Identity of separate struciure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into re�ated consistent
groupings.
4. If available, pro�ide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed ta content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A Iist of each product required to be included, indexed to content of the
volume
3) Identify area af responsibi�ity of each
�) Locai source of supply for parts anci replacement
d. Identify each product by product name and other identifying symbo�s as ,set
forth in Cantract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annoiate each sheet to:
1} Clearly identify specific product or part installed
2} Clearly identify data applicab]e to installation
3} Delete references to inapplicable informaiion
3. Drawings
a. Supplement product data with drawings as necessary io clearly ilfustrate:
l) Relations of component parts of equipment and systenas
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to a,ssure
correct illustration of completed installation.
c. Do not use Project Record Dzawings as maintenance drawings.
4. Written text, as required to supplement product data %r the particuIar installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OP �'ORT WORTH Nnrth Riverside Drive Phase 4
S'1'ANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Project No. 100a53
Revised December 2Q 2012
�
}
017823-3
pPERATION AND MAINTENANCE DATA
Page 3 of 5
) 5. Copy of each warranty, bond and service contract issued
} a. Provide information sheet for City personnel giving:
1) Proper procedures in event oifailure
� 2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
)
)
�
�
}
i
�
1
)
i
)
l
)
}
)
1. Submit 5 copies of cpmplete rnanual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, g�ving full information on products
l) Catalog number, size, cqmposiiion
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommenda#ion for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are deirimental to
�roduct
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture pratection, and weather exposure products:
a. Manufacturer's data, giving full informaiion on products
1) Applicable standards
2) Chemical composition
3) DetaiIs of installation
b. Insiructions for inspection, mainfenance and repair
D. Manual for Equipment and Systems
l. Submit 5 copies of complete rnanual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Cornplete nomenclature and commercial nutnber of replaceable parts
b. Operating procedures
l) Start-up, bteak-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3} Summer and winter operating instructions
4) 5pecial operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3} Disassembly, repair and reassembiy
4) AIignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of seyuence of operation by control manufacturer
1} Predicted life ofparts subject to wear
2) Items recornmended to be stocked as spare parts
g. As installed control diagrams by controls manUfacturer
h. Each contractor's coordination drawings
1) As instalIed color coded piping diagrams
} CITY OF FOR7' WORTH North Riverside Drive Phase 4
STAN�ARD CONSTRUCTIO�I SPECiFICATION DOCUMENTS Project No. ]00453
� Revised December 20, 2012
,
017823-4
OPERATION AND MAINTENANCE �ATA
Page 4 of 5
i. Charts of valve fag nurnbers, with location and function of each �al�e
j. List of original manufacturer's spare parts, rnanufacturer's current prices, and
recammended c�uan#ities to be maintained in storage
k. Other data as reyuired under pertinent Sections of Specifcations
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting canditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commerciai number of replaceable parts
b. Circuit dir�ctories of panelbaards
1) Electrical s�rvice
2} Controls
3} Communications
c. As instal�ed color coded wiring diagrarns
d. Operating procedures
i�
1} Rou#ine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare par�s, manufacturer's cUrrent prices, and
recommended quantities ta be maintained in storage
h. Other data as required under pertinent Sectipns of Sgecifications
�}. Prepare and include additional data when the need for such data becomes apparent
during instruc#ion of City's personnel.
1.i CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and rnaintenance daia by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent tequired to communicate essentia] data
3. Skiiled as draf�sman cotnpetent to prepare required drawings
CITY OP FQRT WORTH Narth Ri�erside Drive Phase 4
STA3VDARD CONSTRUCTION SPECIFICATION DOCUMEN7'S Project Na. 100453
Revised December 20, 2012
017823-5
OPERATION ANt7 MAINTENANCE DATA
Page 5 of 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj
1.11 FIELD jSITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUIVIMARY OF CHANGE
8/31/2012 D. 7ohnson 1.5.A.I — title ofseciion removed
}
�
�
�
1
}
�
�
}
}
i
�
�
�
�
�
�
�
�
� CITY OF FOR7' WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
7 Revised December 20, 2012
!
North Riversidc Drive Phase 4
Projecf No. I00453
ai�g39-i
PROJECT RCCORD DOCUMBhITS
Page 1 of 4
SECTION Ql 7$ 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1..1 SUMMARY
A. Section Includes:
I. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. 5anitary Sewer �ervice Reports
d. Large Water Meter Reports
B. Deviatiqns from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily Iimited to:
1. Di�ision 0— Bidding Requirements, Contract Forms ar�d Conditions of the Contract
2. Division 1-� Generai Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wark associated with this Item is considered subsidiary to the various Iteins bid.
No separate payment will be allawed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATNE REQUIREMENTS �NOT USED]
1.5 SUSMITTALS
A. Prior to submitting a request for Final Inspection, deli�er Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
l.'� CLOSEOIIT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTAL� [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Recards
1. Thoroughly coordinate changes within the Record Documents, ma�Cing adequate
and proper entries on each page of Specif cations and each sheet of Drawings and
other pocuments where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search far items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF E012�1' WORTE-3 North Riverside Drive Phase 4
STANDARD CONSTRUCZ'ION SPEC[P1CAT10N DOCUMENTS ProjectNa. ]Q0453
Revised luly 1, 2011
017839-2
PROJECT RECORD DOCUMENTS
Page 2 of 4
)
,
)
)
)
)
)
)
)
}
}
)
)
}
}
)
)
3. To facilitate acc�racy of records, make entries within 24 hoUrs after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both canc�aled and
visible, to enable future modification of the Work to proceed without ]engthy and
expensive site measurement, investigation and examination.
1.1Q STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protec#ed from deterioration
and from loss and damage until completion of the Work and transfer of al] recorded
da#a to the final Projeci Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Con#ract Documents.
1.11 FIELD �SITE] CONDITIQNS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
�1 4WNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
�.� RECORD DOCUMENTS
A. Jab set
1. Promptly following receipt ofthe Notice to Proceed, secure from fhe City, at no
charge to the Contracior, 1 complete set of aIl Documents comprising the Contract.
B. FinaI Record Documents
1. Ai a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all FinaI Record Drawings in the Contract.
�..3 ACCESS�RIES [NOT USED]
�.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS jNOT USED]
3.� EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of.lob Set
1. Immediately upon receipt ofthe job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WpRTH
S'1'ANAARD CONSTRC]CTION SPECIFICATION DOCUMEi1TS
Re�ised 7uly I, 201 l
North Riverside Drive Phase4
ProjectNo. ]04453
017839-3
PA07ECT RECORD DOCUM�NTS
Page 3 of 4
2. Preservatiat�
a. Consider�ng the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and far examination,
and the conditions under which t]Zese activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose excepi entry of new data and for review
by the City, until start of transfer oi data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Suz-vey
a. At a minimum, in accotdance with the intervals set forth in Section Oi 71 23,
clearly mark any deviations from Contract Documents associated with
installatiota af the infrastructure.
4. Making entries on Drawings
a. Record any deviations fram Contract Documents.
b. Use an erasable calored penc�] (not ink or indelible pencil), clearly describe ihe
change by graphic line and note as required.
c. Date all entries.
d. Ca11 attentian to the entry by a"cloud" drawn araund the area or areas affected.
e. In the event oi overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on ihe Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangen�ent is determined by the Cantractor, subject to the
City's approval.
2) Hovvever, design of future modifications of the facility may require
accurate information as to the fina] physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1} Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2} Shaw, by symbol or note, the vertical I�cation of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3} Malce all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic ]ayouts
where, in the City's jucigment, conversion serves na useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
]. Transfer of data to Drawings
a. Carefially transf�r change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a fuIl description of
changes made during construction, and the actual location af items.
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARDCONSTRUCTIONSPECIF[CATIONDOCUMENTS ProjectNo. ]00453
Revised luly 1, 2�l 1
01 78 39 - 4
PAO]�CT R�CORD DOCLIMENTS
Page 4 of 4
c. Call atter�tion to each entry by drawing a"cloud" around the area or areas
af�ected.
d. Make changes neatly, consistently and with the proper media io assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, other than Drawings, have been kept ctean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new co�y qf that
Document from the City at the City's usual charge for reproduction and
handling, and carefulIy transfer the change data to the new copy to the approval
af the City.
3.S REPAIR I RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED)
3.'� FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.S SYSTEM STARTUP [NOT USED]
3.9 ADJUSTYNG [NOT USED]
3.10 CLEANING [NOT USED)
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PI20TECTION [NOT USED]
3.13 MAINTENANCE [NOT USEDj
314 ATTACHMENTS [NOT USED]
END OF �ECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
: CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTIpN SPEGIFTCATION DOCUMENTS Project No. 160A53
� Revised July 1, 2011
�
1
033513-1
INTEGKALCONCRETECOLOR
Page 1 of3
SECTION 03 3� 13
INTEGRAL CONCRETE COLOR
PART1-GENERAL
l.l SUMMf�RY
A. This section describes coloring concrete used to construct work under other contract bid items
as we71 as any special materials and sp.ecial canstruction techniques associated with using
color�d concrete.
B. Related Specificaiion Sections include but az-e not necessarily Iimitedto
1. Division 0- Bidding Requiremerits, Contract Forms, and Conditions of the Contract.
2. Division 1- Genera! Requirements.
l.2 PR[CE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is cansiderec� subsidiary to the various Items bid and
where indicated on the Drawings. No separate paynrient will be allowed for ihis item.
PART � - PR4DUCTS
2.1 MATERIALS
A. CONCRETE
1. Integrally color concrete using nan-fading pigtnents conforming to ASTM C979 as
follows:
a. Truck Apron and Splitter Islands (Red}: Use non-fading synthetic iron oxides at a
laading of 6 percent or more by weight of �otal cementitious material in the mix.
Match tl�e concrete color in reasonably close conformance with Federal Standaxd
595 Color Server, FS color 31136, and/or Summer Rose {SG l 17-2) by Scofield, or
approved equal.
b. Raised Pedestrian Crosswalk at�d Splitter Island (Gray): Use nan-fading synthetic
iron oxides at a loading of 6 percent ar 3nore by weight of total cemeniitious
material in the mix. Match the concrete color in reasonably clase conforinance
with Cabble Gray (SG860-2} by Scofield, or approved equal.
2. AcEd in�egral concrete colorant according to manufacturer's instructions. Pro�ide a copy
of those manufacturer instructions to the City before producing material for incarporation
into the work:
3. T11e City will accept tkte color based on approval of color samples, and #ield mock-up.
a. Contractar shall submit a standard color chart and color samples for re�iew and
preliininary selection by the City.
CI�'Y OF PORT WORTH' North Riverside Drive Phase 4
STANDARD CONDTRUCTION SPEC[FICA`fION llOCE1MEId"C5 Project No. ]00453
033513-2
INT�GRAL CONCRETE COLOR
Page 2 of3
b. Contractor shatl provide a 3'x3' minimum mock-Up of the selected color samples
for approva] of the City.
Maintain mix characteristics for colored concrete requiring a matching finish. Use the
sam� source, brand, type, and colar of portland cement, supplementary cementitious
materials, aggregates, and admixtures for colored concrete throughout the project. Use
constarzt cement content, supplementary cementitious material content, and
water/cementitious materials ratio to maintain consistent color.
B. CURING COMPOUND
l. Furnish a liquid membrane-forming clear curing compound conforming to ASTMCl315,
type 1.
C. ADMIXTiJRES
1. Furnish admixtures designed for use wEth and compatible with colored concrete
pigments. Do not use calcium chlaride or other admixtures containingchlarides.
D. COLOI�ED CONCRETE MIX APPROVAL
l. GENERAL
a. Obtain City approval for coIored concrete mixes before placing colored concrete.
The City will base approval either on a successf�l performance history or on trial
batches. Upon City approval, the submitted sample panel {Minimum 3'x3'x3") or
the test slab will be the visual qUality standaxd for �nished work under the
contract.
2. PERFORMANCE HISTORY
a. Use ihe same maierials mixed in the same praportions as used on another
depar�ment project where the City approved the color. Ensure that a11 materials,
including admixtures, are of the same type and brand and from the same sources.
Provide the following to the City for review and approval:
1) Project Info: Project ID, anc�location.
2) Mix proportions: quantities per cubic yard expressed as SSD weights and
net water, water to cementitious material ratio, air content, and 28-day or
earlier campressivestrength.
3) Materials: type, brand, and source.
4) Sample panel: Provide a finished calored concrete sample having minim�ain
dimensions of 3- foot by 3-foot by 3-inch, from the previo�as project {if
available), or a photo image of tne previous sample panel.
3. TRIAL BATCHES
a. The contractor may use preliminary laboratory or field triai baiching to establish
the mix proportions necessary to conform to the contract-required colpr.
b. Produce test slabs to demonstrate the texture, surface finish, color, and color
intensity. At least 2 business days in advance, provide the City with the date and
ti�ne for test slab construction.
c. At a City-allowed ]ocation on the project, pIace, finish, and cure a 10-foot by 10-
foot by 6-inch colored concrete test slab using the same methods proposed Far
CCI'Y O� PORT WORTH North Riverside Drive Phase 4
STANDARD CONDTRUCTION SPECIFICATION DOCUMEN7'S Projecl No. ]00453
033513-3
INTI;CRAL CONCRETE COLOR
Page 3 of3
cantract work. Praduce test sIahs using the same workers designated to performthe
contract work. Retain samples of cements, sands, aggregates, and color additives
used in test slabs for comparison with materials used in contract work.
d. Use at ]east a 2-cubic yard batclx ar a batch of the size proposeci for production
whichever is larger.
e. Submit final mix design information to the City. Including specific sources arid, if
applicable, trade names formaterials.
PART 3 - EXECUTI4N
3.1 CONSTRUCTION
A. Construct work incorporating colored concrete conforming to contract specifications under the
associate bid iterns except cure with clear curing compound and use anly non-chloride
admixtures as specified in Section 2.1.
B. Arod�ce consistently colored concrete in full cubic yard increments. The Ciry will not allow
variations in the amounts, types, or source of materials with the exception of minor adjustments
of water and air- entraining agent. Other changes require mixre-appro�al.
C. Schedule placert�ent to mininnize exposure to rapid drying conditions, wind and full sun, hefore
applying curing compound. Do not place colored concrete if rain, snaw, or freezing
temperatures are forecast within 24-hours.
D. Cover or otherwise protect adjacent concrete work from discaloration and spillage while placing
and curing colored concrete. Remove and replace discolored concrete as directed by tl�e City.
E. Perform �inishing operations consistently to avoid color �ariation. Do not begin finishing while
bleed water is present. The City will order removal and replacement of colored conerete if the
contractor adds water to the surface to aid in iinishing. App1y strokes in the sarr�e direc#ian
during �nal fnishing andtexturing.
F. Pratect colored conerete from prernature drying and excessi�e cold or hot temperatures by
promptly applying curing compound. Do not allow plasiic sheeting to come in contact with
colored concrete.
G. Protect the colored concrete from damage. Da not permit construction trafiic or material storage
on colored concrete. Exclude foot traffic from colared conerete for at least 24 ]Zours after
placement.
H. Remove test slabs not permanently incorporated into the work and restore the site after the City
determines the test slab is no ]onger needed.
END OF SECTION
CCCY OP Fp[27' WOR'['H North Ri�erside Drive Phase 4
STANiaAAl7 CO3+IDTRUCTION SPECIPICATION DOCUMENTS Project No. ] 00453
)
)
)
�
�
3
}
j
)
Z
,
}
1
)
}
}
)
)
�
)
)
}
�
S
)
�
1
1
�
��
}
3
)
y
�
)
)
?
}
)
�
�
}
3123 ]6-1
UIVG�ASSIFIED EXCAVATION
Pagc I of 5
1
a
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 31 �3 1G
UNCLASSIFIED EXCAVATION
5 A. Section Tncludes:
6 1. Excavate areas as shown on the Drawings or as directed. RemovaI of materials
7 encountered io the lines, grades, and typical sections shown on the Drawings and
& removal frorn site. Excavations may include constrUction of
9 a. Roadways
10 b. Drainage Channels
l 1 c. Site Excavation
12 d. Excavation for Structures
13 e. Or any other operation invQlving the excavation af on-site �naterials
14 B. Deviations from this City of Fort Worth Standard Specifcation
15 1. None.
16 C. Related Specifcation Sections include, but are not necessarily limited to:
17 1. Division Q— Bidding Requirements, Contract Forms and Conditions af the Contract
18 2. Division 1— General Requirements
19 3. Section 31 24 00 — Embankments
20 1.� PRICE AND PAYMENT PROCEDURES
21
22
23
24
25
26
27
28
29
30
31
32
33
34
3S
36
37
38
39
40
4l
42
A. Measurement and Payment
1. Excavation by Plan Quantity
a. Measurement
1) Measurement for this Iter�a shall be by t�e cubic yard in its fina2 position
using the average end area method. Limits of ineasurement are shqwn an
the Drawings.
2} When measured by the cubic yard in its final position, this is a plans
quantity measurement Item. The quantity to be paid is the c�uantity shown
ira the proposal, unless modified by Artiicle 1].04 of the Genera]
Condiiions. Additional measurements or calculations will be made if
adjustments of quantities are required.
h. Payment
1) The work performed and materials furnished in accordance witFa this Item
and measured as pro�ided under "Measure�nent" wiIl be paid far at thc unit
price bid per cubic yard of "Unclassified Excavation by Plan". No
additional compensation will be a]towed for rock or shrinkage/swell
factors, as these are the Contractor's responsibility.
c. The price bid sha11 include:
l ) Excavation
2) Excavation Safety
3) Drying
4) Dust Control
CITY OF FOR'T WORTIi
STANDARD CONSTRUCTION SYEGFECATION DOCUMENTS
Revised January 28, 2013
North Riverside Drive Phase 4
Project No. 1 D0453
31 23 16 - 2
UNCLASSIFIED EXCAVATI�N
Page 2 of 5
1
2
3
4
5
b
7
S
9
l0
11
12
13
l4
l5
lb
t7
t8
19
20
21
22
23
24
25
26
27
28
29
30
�
5) Reworking or replacing the over excavated material in rock cuts
6) Hauling
7) Disposal of excess material no� used elsewhere onsite
8) Scarification
9) Clean-up
Excavation by Surveyed Quantity
a, Measureynent
1) Measurement for ti�is Item shall be by the cubic yard in its final position
calculated using the average end area or composite method.
a) The City will perform a reference survey once the Site has been cleared
to obtain existing ground conditions.
b} The City wil] perform a final post-construction survey.
c) The Contractor wilt be paid for the cubic yardage of Excavated materia]
calculated as the difference between the two surveys.
d} Partial payments will be based on estimated plan quantity
measurements calculated by the Engineer.
b. Payinent
l) 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 cubic yard of "Unclassified Excavation by Survey".
c. 'I'he price bid shall include:
1) Excavation
2) Excavation Safety
3) Drying
4) Dust Control
5) Reworking or replacing ihe over excavated material in rack cuts
b) Hauling
7} Disposal of excess material not used elsewhere onsite
8j Scarif cation
9) Clean-up
3 ] 1.3 REFERENCES [NOT USED]
32
33
34
35
36
37
I. Unclassified Excavation — Witho�t regard to materials, aIl excavations shall be
considered unclassified and shall include all materials excavated. Any reference to
Rock or other materials on the Drawings or in the specifications is solely for the
City and the Contractor's information and is not to be taken as a classification of
the exca�ation,
38 l.4 ADMINSTRATIVE REQUIREMENTS
39 A. The Cantractar will provide the City with a Disposal �,etter in accordance to Division
4a 43.
A. Deiinitions
C["1'Y pF FOR"l' WOR7'H North Ri�erside Drxve Phase 4
STANDARD COAlSTRUCTION SP�CIFICATfON DOCUMENTS Project No. 1OQ453
Re�ised ]anuary 28, 2013
�
�
312316-3
UNCLASSIFIED F,XCAVATION
Page 3 of 5
)
�
�
�
)
)
)
)
)
1
�
,
�
�
�
1 l.5 SUBMITTALS [NOT USED]
2 ].6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.'7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED)
S 1.9 QUALITY AS5URANCE
6
7
8
9
10
11
12
I3
14
l5
16
17
1S
19
20
21
22
23
24
25
26
27
28
29
A. Excauation Safety
1. The Contractor sha11 be solely responsible for making all excavations in a safe
mat�ner.
2. All excavation and related sheeting and bracing shall cornply with the requiremenfs
of OSHA excavation safeiy standards 29 CFR part 1926 and state rec�uirements.
1.1D DELIVERY, STORAGE, AND HANDLING
A. Storage
1. Within Existing Rights-of-Way {ROW)
a. Soil may be stQred within existing ROW, easements or temporary construction
easements, unless specifically disallowed in the Cantract Documents.
b. Do not block drainage ways, inlets or driveways.
c. Provide erosion control in accordance with Section 31 2S 00.
d. When the Wark is perforzned in active traffic areas, store materials only in
areas barricaded as provided in the traffic control plans.
e. In non-paved areas, do not store material on the root zone of any trees or in
landscaped areas.
2. Designaied Storage Areas
a. lf tl�e Contract Documents do not allow the storage of spoils within the ROW,
easement ar temporary construction easement, then secure and maintain an
adequate storage lacation.
b. Provic�e an affidavit that rights hava been secured to store the materials on
private property.
c. Provide erosion control in accordance with Section 31 25 00.
d. Do not block drainage ways.
30 111 FIELD CONDITIONS
31
32
33
34
35
36
A. Existing Conditions
1. Any data which l�as been or may be provided on subsurface co�tditions is not
intended as a representation or warranty of accuracy or continuity betw�en soils. It
is expressly understood that neiiher the City nor the Engineer will be responsible
for interpretations or conclusions drawn there from by the Contractor.
2. Data is made available for the convenience of the Contractor.
CITY OF FORT WpR7'H
STANDARD CONSTRUCTION SPECIFICATION DOCUME3�lTS
Re�ised January 28, 2013
North Riverside Drive Yhase 4
Yroject No. ]00453
312316-4
UNCLASSIRIED �.XCAVATIOi�
Page 4 0£5
1 1.12 WARRANTY [NOT USED]
2 PART 2- PRODUCTS [NOT USED]
3 2.1 OWNER-FURNISHED [NOT USED]
4 2.2 PRODUCT TYPES AND MATERIALS
5 A. Materials
6 l. Unacc�piabl� Fill Material
7 a. ln-situ soils classifed as ML, MH., PT, OL or OH in accordance with ASTM
8 D2487
9 PART 3 - EXECUTION
10 3.1 INSTALLERS [NOT USED]
11 3.�, EXAMINATION [NOT USEDj
12 3.3 PREPARATION [NOT USED]
13 3.4 CONSTRUCTION
14
15
16
l7
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
A. Accept ownership of unsuitable or excess material and dispose of material off-site
accordance with local, state, and federal regulations at locations.
B. Excavations shall be performed in the dry, and kept free from water, snow and ice
during construction with eh exce�tion of water that is applied for dust control.
C. Separate Unacceptable Fi11 Material from other materials, remove from the Site and
properly dispose according to disposal plan.
D. Maintain drainage in the excavated area to avoid dannage to the roadway sections and
proposed or existing structures.
E. Correct any damage to the subgrade caused by weather, at no additional cost to the
City.
F. Shape slopes ta avoid loosening material beIow or outside the proposed grades.
Remove and dispose of s]ides as directed.
G. Rock Cuts
1. Excavate to finish grades.
2. In the event of o�er excavation due to contractor error below the lines and grades
established in the Drawings, use approved embai�lar�ent material compacted in
accordance with Section 31 24 00 to replace the aver excavated at no additional
cost to City.
H. Earth Cuts
1. Excavate to finish subgrade
CI"l'Y QF FORT WpRTH '�Torth I2iverside Drive Phase 4
STANAARD CONSTRUCTION SPECIr1CAT10N DOCUMGNTS Project No. l OD453
Kevised 7anuary 28, 2013
312316-5
UNCLASSIFIED EXCAVATIOIV
Page 5 of 5
1 2. In the event of over excavation due to contractor error below the lines and grades
2 established in the Drawings, use appraved embar�kment material co�npacted in
3 accordance with Section 31 24 00 to replace the o�er excavated af no additional
4 cost to City.
S 3. Manipulate and compact subgrade in accardance with Section 3] 24 00.
6 3.5 REPAIR [NOT USED]
7 3.6 RE-INSTALLATION [NOT USEDj
8 3.'7 FIELD QUALITY CONTROL
9 A. Subgrade Tolerances
10 1. Excavate to within 0.1 foot in all directions.
] i 2. In areas of over excavation, Contractar provides fill material approved by the City
12 at no expense to the City.
13 3.$ SYSTEM STARTUP [NOT USEDj
14 3.9 ADJUSTING [NOT USED]
15 3.10 CLEANING [NOT USED]
16 3.11 CLOSEOUT ACTIVITI.ES �NOT USED]
17 3.12� PROTECTION [NOT USED]
18 3.13 MAINTENANCE [NOT USED]
19 314 ATTACHMENT� [NOT USED]
20
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/20�2 D. ]ohnson 1.2 - Measurement and Payment Section modified; Blue Tcxt added for clariiication
1/2$/13 D. Johnson 1.2 — Modilied Bid Item namcs in paymeni section to differentiate between 1'ayment
Methocls on bid list.
21
CI7'Y OF FORT WORTH North Itiverside Drive Phase 4
STANDARD CONSTRi1CT10N SP�C1C'ICATION DOCUiv1E]V'�5 Project ]Vo. 100453
Re�ised January 28, 2013
SECTION 02376 - 1
FL�XIeLE CHAN]VI:G LIAIING
Page 1 of 3
1
2
3
4
5
�
7
S
9
10
11
12
13
14
15
lb
17
18
t9
20
21
22
23
24
25
2b
27
28
29
30
3]
32
33
34
35
36
37
38
39
40
41
42
43
44
45
SECTIDN 31 25 13
FLEXIBLE CHANNEL LINING
PART 1 - GENERAL
1. j SLTMMARY
A. SECTION INCLUDES
1. Erosion control material as a flexible liner for newly constructed and rehabilitated
stormwater channels to be seeded and vegetated.
B. Related 5pecification Sections include, but are not necessarily limited to:
1. Di�ision 0— Bidding lZequirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 31 23 16 — Unclassiiied Excavation
4. Section 21 25 00 — Erosion and Sediment Control
5. Section 31 37 00 — Riprap
6. Sectian 32 91 19 — Topsoil Placement and Finishing af Parkways
7. Section 32 92 13 — Hydro-Mulchir�g, Seeding and Sadding
1.2 PRICE AND PAYMENT PROCEDURESUNIT PRICES
A. Measurement
1. Measurement
a) Measurement for tkais Item shall be by the square yard of furnished and installed
flexible channel lining,
2. Payment
a) The work performed and materials furnished in accordance with this Item w�ll be
paid for at the unit price hid per square yard of Flexible Channel Lining.
3. The price bid shall include:
a) Fumishing, Placing and Installing all Flexible Channel Lining
b) Seams
c) Overlaps
d) Anchor Trenches
e) Cable Anchors
fl Fins
g) Wastage
h) Cleanup
1.3 REFERENCES
A. Reference Standards
1
2.
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.
ASTM International (ASTM):
a) D 57d - Standarci Test Methocis far Water Absorption of Plastics.
b} D 6524 — Standard Test Method far Stiffness of Geosynthetics Used as Turf
Reinforcemen# Mats.
4b c) D 6525 - Standard Test Method for Measuring Nomina] Thickness of Permanent
47 Erosion Control Products.
48 d} D 6575 — Test Method for Stiffness of Geosynthetics Used as Turf
49 Reinforcements Mats (TRM's)
50 e) D�}354 - Practice far Sampling of Geosynthetics far Testing.
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTIQN SPECIFICATION DOCUMENTS Project No, 1 OD453
�
!
�
i
)
,
f
)
!
)
)
)
}
3
i
�
}
?
�
�
)
1
z
3
4
5
b
7
8
9
�a
�1
12
13
14
15
l6
17
78
19
20
2I
22
23
2�
25
26
27
28
29
30
31
32
33
34
35
36
37
3S
39
40
41
42
43
44
45
46
47
48
49
50
SEGTION 02376 - 2
FLEXI$LE CHANNEL LINING
Page 2 of 3
fl D 4355 - Test Method for Deterioration of Geotextiles from �xposUre io
Ultt'aviolet Light and Water (Xenon-Arc Type Apparatus).
g) D 4439 - Terminology for Geatextiles.
h} D 6818 - Test Method for Ulfimate Tensile Proper�ies of Turf Reinforcement
Mats.
1.4
i) D 4632 - Test Method for Grab Breaking Load and Elongation of Geotextiles.
j) D 4759 - Practice for Determining the Specificaiion Con%rmance of
Geosynthetics.
k) D 4873 - Guide far ldentification, Storage, and Handling of Geotextiles.
3. Geosynthetic Accredita#ion Institute - Laboratory Accreditation Program (GAI-LAP).
4. international Standards Organization (ISO) 9b01:2000 - QuaIity System Certification.
DEFINITIONS
A. Ceriificate of Complaance (COC): An official docuxnent certified by an authorized representative
wiihin the manufacturer's company that the manufactured synthetic f�rf reinforcement mat
product(s} meet designated property values as man�factured in a facility having achieved ISO
9001:2000 certification, and tested in accordance wiih GAI-LAP procedures.
B. High Performance TurfReinforcement Mat (HPTRN�: A long-term, non-degradable RECP
composed oiUV-stabilized, non-degradable, synthetic �bers, netiings and/ar filaments processed
into three-dimensional reinforcement matrices designed far permanent and critical hydraulic
a�plicatipns where design discharges exer� ve�ocities and shear stresses that exceed the limits of
matUre natural vegetation. HPTRMs provide sufficient thickness, strength and void space to
permit soil fiIIing and/or retention and fhe development o� vegetaiion within the matrix. The
HPTRM MARV tensile strength per ASTM D-b818 is 3000 ]bs/ft in the weakest principle
direction.
C. Manufacturer: Et�tity that produces synthetic turf reinforcement mats through a process directly
utiIizing obtained raw materials, in a facility owned and operated by said entity, using equipment
and assemblies owned and operated by said entity, subject to a certified ManUfacturing Quality
Control (MQC) Program. Upon completion of production, the manufacturer may sell the turf
reinforcement mat product(s) c�irectly to the customer, or through a vendar entity.
D. Mar�ufacturirag Quality ConlNol (MQC) Program: A certified and dqcumented program initiated
and operated by the manufacturer that outlines the operational techniques and activities which
sustain a quality of the synthetic turf reinforcement mat product{s) that will satisfy given needs.
E. Minimum Average Roll Vulue (MARV}: Property value calcUlated as typicai minus two standard
deviations. Statistically, it yields a 97.7 percent degree of confidence that any sample taken
during quality assurance testing will exceed value reported.
F. Rollecl Erosion Control Proclucl (RECP): A temporary degradable or long-term non-degradable
material manufactured ar fabricated into rolls designed to reduce soil erosion and assist in the
growth, establishment and protection of vegetation.
G. Securing Pin: A device designed to temporarily hold the HPTRM in place while either vegetation
establishes, or the installatipn of ihe HPTRM occurs. The securing pin offers no long term value
to permanent tie-down of the HPTRM in an ARVS.
H. Trilabal Monofilament Ya�n: A multi-dimensional polymer fiber consisting of a minimum of
three points, providing increased surface area and grooves/channels a]ang the fber #o capture
additional moisture and sediment to enhance vegetative growth.
I. Typical holl Value: Property value calculated froin average ar mean qbtained from test data.
J. Vendor: An entity that provides synthetic turf reinforcement maY prpduct(s) to a customer, on
behalf of an independent manufacturer. A vendor does not manufactura the actual synthetic turf
reinforcement rr�at product(s), and therefore is not subject to provisions of a cerfified MQC
Progam.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS
North Riverside Drive Phase 4
Project No. I00453
SECTION 02376 - 3
FLEXIBLE CHANNEL LINING
Page 3 of 3
1 1.5 SUBMITTALS
2 A. Submit under pro�isions of Section [O1 33 00] L�:
3 1. Certification:
4 a) The Contractor sha�l provide the Engineer a certificate stating the name of the
5 HPTRM manufacturer, product name, styie, chemicaI compositions of flaments
6 or yar�s and other pertinent information to fully describe the geo#extile.
7 6) The Manufacturer is responsible for establishing and maintaining a Quality
8 Control Program to assure compiiance with the requirements of the specification.
9 Documentation describing the quaiity control progam shall be made available
10 prior to the approval of the HPTRM for use on the praject.
11 c) The manufacturer's Certificate of Compliance {COC} shall state that the
12 fiunished HPTRM meets MARV requirements ofthe specification as evaluated
13 under the manufacturer's quality control program. The certificate sha11 be
14 attested to by a person ha�ing legal authori#y to binci the Manufacturer.
15 d) The Contractor shall establish and maintain a quality control pracedure to assure
16 compliance of the ARVS with the requirements of the speciiication.
17 Documentation describing the quality control procedure shall be provided to the
18 Engineer.
19 2. Manufacturing Quality Control {MQC) test results shali be provided by the manufacturer
20 for the HPTRM prior to insiallaiion during the duration of the praject as material is
21 delivered to the jabsite.
22 3. Independent Performance Test Results shall be provided upon request.
23
24 1.6 DELiVERY, STORAGE, AND HANDLING
25 A. HPTRM labeling, shiprrzent ar�d storage shall follow ASTM D 4873.
26 B. Product labels shall clearly show the manufacturer or supplier name, style name, axid roll number.
27 C. Each shipping document shail snclude a notation certifying that the material is in accordance with
28 the manufacturer's certificate.
29 D. Each HPTRM roll shall be wrappeci with a material that will protect the HPTRM fronn damage
30 due to shipment, water, sunlight, and contaminants. (This will be wai�ed for HPTRMs having a
31 90% retention of strength after 6000 hours af exposure per ASTM D-435S.)
32 E. The protective wrapping shall be maintained during periods of shipcnent and storage.
33 F. During storage, HATRM roIls shall be elevated off the ground and adequately cavered to protect
34 them from the following: Site construction damage, extended exposure to ultraviolet (UV)
35 radiation, precipitatian, chemicals that are strong acids ar strong bases, flames, sparks,
3b temperatures in excess of 71 deg C{l60 deg F)m and any other environmental condition that
37 might damage the HPTRM.
38 1.9 QUALITY ASSiTRANCE SAMPLING, TESTING, AND ACCEPTANCE -
39 A. HPTRM shall be subject to sampling and testing fo verify confarmance with this speciiication.
40 Sampling for testing shaIl be in accordance with ASTM D 4354.
41 B. Acceptance shal� be in accordance wifh AST'M D 4759 based an testing of either canformance
42 samples obtained using Procedure A of ASTM D 4354, or based on manufacturer's certifications
43 and testing of quality control samples obtained using Procedure B of ASTM D 4354.
44 C. Quality Assurance SampIing and Testing will be wai�ved for ISO 9001;2000 Certified
45 Manufacturing Facilities. Documentation of ISO 9001:2000 Ceriification shal] be provided upon
4b reyuest.
47 PART � — PRODUCTS
48 �.1 MATERIALS
44 A. HPTRM:
50 1. Three-dimensional, Iafty woven polypropylene RECP specially designed for erosion
SI control applications on ]evees, steep slopes, and vegetated waterways.
CITY OF FORT WORTH North Riverside drive Phase 4
STANDARD CONSTRUCZ'lON SY�C[F1CAT10N DOCUMCNTS ProjectNo_ 1000.53
)
)
5EC'I'ION 02376 - 4
FLEXIBLE CHANNEL LINING
Page 4 of 4
)
)
I
�
)
7
)
�
)
)
)
�
}
l
)
)
)
�
�
i
3
I
2
3
4
5
6
7
S
9
10
I1
12
13
14
15
16
17
18
19
2D
21
22
23
24
25
26
27
Zs
29
30
31
32
33
2. Matrix composed of Trilobal monofilament yarns waven into uniform configuration of
resiiient pyramid-like projections that minimize watering requirements while enhancing
vegetation establishment.
3. Musi be a homogeneous matrix, and not comprised of layers, composifes, or
disconiinuous materials, or otherwise looseIy held together by sfitched ar glued netting.
4. The woven matrix of Trilobal yarns must be heat-set to improve in#erlock and minimize
yarn displacement around anchars and pins, which also results in greater flexibi]ity for
improved conformance to uneven surfaces.
5. Material is to exhibit very high interlock and reinforcement capacity with both sqil a�nd
root systems and demonstrate high tensile �nodulUs.
6. The HFTRM should meet the followin values:
Property Test Method Test Units property
Parameters Re uirement
Thickness � ASTM D- Mynitz�um mm 10.2
6525 in (0.40
pight Penetration' ASTM D- M���um percent 10
/o Passin 6567
Tensile Strength � ASTM D- Minirr�um kN/m 58.4 x 43.8
6818 lb/ft 4,000 x 3,000
Tensile Elongation � ASTM D- Minimuzm percent 40 x 35
6818
Resiliency � A�TM D- Minunum percent 8Q
6524
z, 3 ASTM D- mg-cm b 15,000
Flexibility �575 M�imum (in-tb 0.534
UV Resistance Z ASTM D- Minimum percent 90 at 6000 hrs
4355
7
N ote:
1. Minimum Average Rall Value (MARV).
2. Typical Value.
3. A smaller value for flexibiliry denotes a more flexible material.
Performance Properties: In a vegetaied s#ate, #he HPTRM must demonsirate acceptable
performance (as defned by the Engineer} when subjected to at leasi 0.5 hrs of continuous
flow producing the fol]owing conditions.
a) Permissible ve]ocity: 7.6 m/sec (25 ft/sec)
b) Aermissible tractive force (shear stress): 0.766 kPa (16 ps�
c) Performance may be demonstrated by:
1) Flume testing at an independent FaciIity under conditions similar to this
project provSded that the manufacturer can demonsirate that the material
tested is functianally equiva]ent to the material being supplied. This may
be deit�onstrated by providing index pro�erty test resulis (listed in
2.2.A.4) fram a GAI-LAP accredited Iaboratory for botli the tested and
supplied rr�at�rials.
2) A docuynented case history of successful perfarma�nce (as defined by the
Engineer) at an installation simi2ar to this projeci where (documented)
hydraulic forces met or exceeded the requirements listed above provided
that the manufacturer can demonstrate ihat the case history material is
functionally equivalent to the material being supplied. This may be
demonstrated by providing index property test resUlts (lis#ed in 2.2.A.4)
CITY OF FOR'1' WORTH
STANDARD CONSTRUCTION SPECiFICATION DQCUM�NTS
Narth Riverside Drive Phase a
Project No_ 100453
SLCTION 02376 - 5
k�GEXIi3LC CHANNEL LINfNG
Page 5 of S
1 from a GAI-LAP accredited laboratary for both the case history and
2 supplied materials.
3 8. Manufacturing Quality Control: Testing shal] be performed at a laboratory accredited by
4 GAI-LAF for tests required for the geosynthetic, at frequency exceeding A�TM D 4354,
5 with followin minimum acce table testin fre uenc :
Property Test Frequency
� (Yd )
Thickness 1I10,97�4 (1113,125)
L�ight Penetration 1/1�,974 (1/13,125)
/a Passin
Tensile Strength 1/10,974 (1/13,125)
Tensile Elongation 1/10,974 (1/13,125)
Resiliency 1/30,727 (1/36,750)
Flexibility 1/30,727 (1/36,754)
UV Resistance Annually
6 2.2 ACCESSORIES
7 A. Securing Pins:
8 1. Securing pins should be at least 0.20 in. diameter steel with a.5 in. stee] washer at the
4 head of the pin. Securing pins should be driven flush to the soil surface.
10 2. Length: 12 to 24 inches; sufficient ground penetration to resist pullout.
11 3. Placement: The pins provide for temporary tie-down of the HFTRM to the slope to aid
12 with vegetation establishrnent. Locations of the pins along trenches are indicated in the
13 drawings at the center of the 1 ft x 1 ft trench spaced ] ft apart. Locations of the pins
14 along the �ertical overlaps are spaced 1 ft apart. HPTRM rolls wider than 10.5 ft must not
15 have a pin spacing greater than 1.5 ft in any direction to nninimize wrinkling of the
16 material common to wide roll width geosynthetics attd th� loss of intimate contact
17 beneath the HPTRM.
18 4. Heavier metal stakes may be required in rocky soils
19 5. Depending on soil pH and design life of the pin, galvanized or stainless sieel pins may be
20 required.
21
22 PPART 3 — EXECUT�ON
23 3.1 PREPARATION
24 A. Grade and compact areas io be treated with HPTRM (compacted as indicated or as directed by
25 Engineer). Subgrade shali be uniform and smaoth.
26 B. Remove large rocks, soil clods, vegetation, and other sharp objects so that the installed mat will
27 have direct contact with �he soil surface.
28 C. Prepare seedbed by loosening 2 to 3 in of soil above final grade. This may be accomplished with
29 a rotary tiller on slopes 3H:1 V or flatter.
30 D. Select and apply soil amendments, fertilizer, and seecE (if applicable), (in an amount equivalent to
3l 50% of the tota] mixture required to be installed on the soil surface) in accordance with Section
32 32 92 I3 Hydro-Mulching, Seeding atad 5odding, to scarified surface prior to installation of
33 HPTRM. Do not muich areas wheze HPTRM is to be placed.
34 E. Keep areas moist as necessary to establish vegetation. When watering seeded areas, use fine spray
35 to prevent erosion of seeds or soil. If as a result of rain, prepared seedbed becomes crusted or
CI'I'Y OF F�RT WORTH North Riverside Drive I'hase 4
STANDARD CONSTRUCTION SPECIFICATIOAI DOCUMEN'1'S Project No. 100453
)
,l
)
�
�
/
)
�
1
f
�
r
1
!
)
�
�
�
)
�
�
�
)
)
,
1
)
S�CTIOM 02376 - 6
FL�XISL� CI-IANNEL LIMNG
Pagc 6 aF6
eroded, or if eroded places, ruts, or depressians exist far any reason, rework soil until smqoth and
reseed such areas.
F. Excavate a Crest of Slope (COS) trench 12 in, wide by 12 in. deep, a minimum of 3 ft. over the
crest of each side slope. Excavate an InitiaZ Channel (IC) and Terminal Channel (TC) trench 12
in. wide by 12 in. deep at the channe] arrnoring limits.
1
2
3
4
5
6
3.2 INSTALLATiON
A. Install HPTRM at e]evation and alignment indicated.
B. Beginning at downstream end of channel, place iniiial end of first rol� of HPTRM in one of the
COS trenches and secure with securing pins at 12 in intervals.
C. Unroll the HFTRM down the initial side sIape and up the opposing side slope, terminating the
HPTRM edge in the IC trench.
D. Secure the HPTRM end in the opposite COS trench with securing pins at 12 in intervals.
�. Position adjacent upstream rolls in same manner, overlapping preceding roil minimwn 3 in unti�
the armoring limits are completed and the last HP`I'RM panel edge terminates in the TC trencl�.
F. BackiilI and compact the trenches with specified soil or as directed by Engineer.
G. Secure HPTRM to channel bottom and side slopes with securing pins at a frequency of 2 pins per
square yard. Increased anchoring frequency may be required if siie conditions are such that the
Engineez- determines it necessary.
H. Alternate installatian methods must be approved by Engineer prior to execution.
I. Soil fill and sod/seed the HPTRM:
1. lnstalled HPTRM shall be seeded (or re-seeded) and soil filled, OR sodded as required by
the project documents.
2. Do not place excessive soil above material.
3. Broadcast additional seed or mulch (if appIicable) above sai]-filled mat and irrigate as
necessary to establish/maintain vegetation.
4. Rubber-tired vehicles must be used, and sharp turns avoided. No heavy and/or tracked
equipment or sharp turns are permitted on the installed HPTRM. Avoid ANY traffic over
the HPTRM if loos� or wet soil conditions exist.
7
8
9
10
11
12
13
14
15
16
17
]8
19
20
21
22
23
Z4
25
26
27
28
29
� 30 3.3 FLEXIBLE CHANNEL LI1�iING SCHEDULE
ti 31 A. Locations indicated on plans.
32 1. HPTRM: Pryamat HPTRM by Propex Operating Campany, LLC, 1 l 10 Market Street,
� 33 Suite 300, Chattanooga, TN 37402 or approved equivalent.
} 34
� 35
36 END OF SECTION
�1 37
,
7
i
)
-� 38
�
]
Revision Lo
DATE NAME SUMMARY OF CHANGE
C3'1'Y OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
North Riverside Drive Phase 4
Project No. 100453
�
3 i 50 00 - 1
SUBGRADE PREPARATION FOR TEMPORARY PAVING
Page 1 of 2
2
SECTION 31 SO 00
GRADING & SUBGRADE PREPARATION FOR TEMPORARY PAVING
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
]0
11
12
l3
A. This section includes the unclassified excavation, grading and subgrade preparation for
temporary pa�vement specified in the Construction Phasing Plans. Areas underneath
temporary pa�ement shall be excavated, graded, loosened, shaped, and moisture
conditioned and compacted to Z00% standard proctor density, between 0% to +4%
paints of the optimum moisture cantent. In area where the native soils are unsuitable
for beaxing surfaces install 6-inches of flexible base, type A, Grade-1 compacted ta
100°/o standard proctor density o�er graded, shaped and compacted nati�e soils. In
ar�as where the iemporary pavement needs to be elevated higher than e�sting grade,
install fle�ible base, type A, Grade-1 compacted to l00% standard practar density.
]4 B. Related Specification Sections include, but are nat necessarily limited to:
15 1. Division 0- Bidding Requirements, Cantract Forms, and Conditions of the Contract
lG 2. Division l-General Requirements
]7 3. Section 3l 23 lb — Unclassified Excavation
18 4. Section 32 11 23 — Flexible Case Course
] 9 5. Section 32 Ol ]$- Temporary Asphalt Pa�ing Repair
20
21 1.2 PRICE AND PAYMENT PROCEDURES
22
23
24
25
26
27
28
29
30
31
32
33
34
35
A. Measurement and Payment
l. Measurement
a. Measurement for this Item will be by the square yard of prepared subgrade or
flexible base.
2. Payinent
a. The work performed and materials iurnished in accordance with this ]tem and
measured as provided under "Measurement" will be paid for at the unit price
bid per square yard of Gradir�g & Subgrade Preparation.
3. The price bid shall include:
a. Excavation
b. Grading
c. Preparation of subgrade
d. Compacting
e. Flexible base, type A, Grade-1 as needed
C['I'Y OF F'OR'l� WOR'1'H Norlh Ri�erside Brive Phase 4
COhISTItUCT10N SPECIFICAI'ION DOCUMENT5 Project No. I00453
315000-2
SUeGRAD� PR�PARATION FORTEIvfPORARY PAVING
Page 2 of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
]4
15
16
I7
i.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.� SUBMITTALS [NUT USED]
1.6 ACTION SUBMITTAL/INFORMATIONAL SUSMITTALS j NOT USED]
1.'� CLOSEOUT SUBMITTALS [NOT IISED]
1.S MAINTENANCE MATERIAL SUBMMITTALS [NOT USED]
1.9 QUAL�TY ASSURANCE [NOT USED)
i10 DELIVERY, STORAGE AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS [NOT USED]
L12 WARRANTY [N4T USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH ]�orth Riverside Drive Phase 4
i� CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100453
1
1
321313-3
CONCRETE PAVSNG
Page I of 2 ]
SECTION 3� 13 13
CONCRETE PAVING
PART1- GENERAL
1.1 SUMMARY
A. Section includes:
1. Finished pavement constructed of portland cement concrete including
monolithically poured curb on the prepared subgrade or other base course.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requirements, Contract Fnrms, and Conditions of t�ie Contract
2. Divisipn l- G�neral Req�irements
3. Section 32 O1 29 - Concrefe Paving Repair
4. Section 32 13 73 - Concrefe Paving Joint Sealants
1.� PRICE AND PAYMENT PROCEDURES
A. Measurement
1. Measurement
a. Measurement for this Item shal] be by the squaxe yard of completed and
accepted Concrete Pavement in its final position as measured from back of curb
for various:
1) Classes
2) Thickr�esses
2. Payment
a. The work performed and inaterials furnished in accordance with this Item will
be paid �ar at the unit price bid per square yard af Concrete Pauement.
3. The price bid sha�� include:
a. �haping and f�ne grading the placement area
b. Furnishing and applying a]] water required
c. Furnishing, ]oading and unloading, staring, hauling and handling all concrete
ingredients including a11 freight and royalty invalved
d. Mixing, placing, finishing and curing all concrete
e. Furnishing and installing al1 reinforcing steel
f Furnishing a11 inaterials and placing longitudanal, wazping, expansion, and
contraction joints, including all steel dowels, dowel caps and load transmission
units required, wire and devices for plac�ng, holding and supporting the steel
bar, load transmission units, and joint filler materiai in fhe proper position; for
coating steel bars where required by the Drawings
g. Sea3ing joints
h. Monolithically poured curb
i. Cleanup
C1TY OF FORT WORTH Norlli Ri�erside Drive Phase 4
STANUARTJ CONSTRUC7'ION SY�C[F1CA'f10N DQCUMENTS ProjcctNo. 100453
Rcviscd Dcccmbcr 20, 2012
1
I
1
�
i
�
�
�
1
)
,
)
7
}
1
)
)
i
)
)
}
�
}
)
l
)
;
}
1
1
�
�
�
�
�
)
)
)
}
�
1
1
321313-2
CQNCRETE PAVING
Aage 2 of 21
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer io the current reference standard
published at the #ime of the Iatest revision date logged at the end of this
speciiication, Unless a date is specifically cited.
2. ASTM International (ASTM}:
a. A615/A615M, Defarmed and Plain Billet-Stee] Bars for Concrete
Reinforcement
b. C3 ], Standard Practice for Making and Curing Concrete Test Specimens in the
Field
c. C33, Concrete Aggregates
d. C39, Standard Test Method for Compressive Strength of Cylindrical Cot�crete
Specimens
e. C42, Standard Test Method for Obtaining and Testing Dri]]ed Cores and Sawed
Beams of Concrete
f. C94/C94M, Standard Speci�cations for Ready-Mixed Concrete
g. C150, Portland Cement
h. C156, Water Retention by Concrete Curing Materials
i. C172, Standard Praciice for Sampling FreshIy Mixed Concrete
j. C260, Air Entraining Admixtures for Concrete
k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2
1. C494, Chemical Admixtures for Cancrete, Types "A", "D", "F" and "G"
m. C618, Coal Fly Ash and Raw or Calcined TTatural Pozzolan for use as a Mineral
Admixture in Concrete
n. C881, Standard Specification for Epoxy-Resin-Base Banding Systems for
Concrete
o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydrau]ic-
Cement Concrete
p. C1602, Standard Specification far Mixing Water Used in the Production of
Hydraulic Cement Concrete.
q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort
(]2,400 ft-Ibflft3)
3. American Concrete Institute (ACl):
a. ACI 305.1-06 Specification for Hot Weather Concreting
b. ACI 306.1-9p, Standard Specification for Cold Weather Concreting
c. ACI 318
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [N4T USED]
1.6 ACTION SUBMITTALS/INF4RMATIONAL SUBMITTALS
A. Mix Design: submit for approval. See Ttem 2.4.A.
C1TY OF FQRT WORTH
3TANDARD COI+ISTRUCTEON SPECIF[CATIOI� DOCUMENTS
Revised Decembcr 20, 2D12
North Riverside Drivc Phase 4
Project No. 100453
321313-3
CONCRETE PAVING
Page 3 of 21
1.� CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD CONDITIONS
A. Weather Conditions
1. Place concrete when concrete temperature is between 4� and l 40 degrees when
measured in accordance with ASTM C1 a64 at point of placement.
2. Hot Weather Concreting
a. Taice immediate corrective action or cease pa�ing when the ambient
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 temp in shade is below 40 degrees and falling.
Concrete may be placeci when ambient temp is above 35 degrees and rising ar
above 40 degrees.
b. Concrete paving operations shall be approved by the City when ambient
temperature is below 40 degrees. See Standard Specification for Cold Weather
Concreting (ACI 306.1-90).
B. Time: Place concrete after sunrise and no later than shall permit the finishing of the
pa�ement in natural light, or as directed by the City.
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2..1 OWNER-FURNISHED PRODUCTS [NOT USED]
�.2 MATERIALS
A. Cementitious Materiai: ASTM C150.
B. Aggregates: ASTM C33.
C. Water: ASTM C] 602.
D. Admixtures: When admixtures are used, conform to the appropriate speciiication:
1. Air-Entraining Admixtures for Concrete: ASTM C260.
2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "C."
3. Fly Ash
a. Caa1 Fly Ash and Raw or Calciraed Natural Pozzolan for Use in Concrete:
ASTM C6l 8.
b. Fly ash may be subs#ituted at ane pound per pound of cement up to 25°/a of the
specified cement content when such batch design is appro�ed by the Engineer.
CITY OP FORT WORTH Norlh Ri�erside Drive Phasa 4
STANDARD GONSTRUCTION SPECIPICATION DOCUMGNTS Praject No. ]00453
Re�ised Decem6er 20, 2012
�
1
�
�
1
�
�
)
)
32 13 13 -4
CONCRETE PAVING
Page 4 of 21
E. Stee1 Reinforcement: ASTM A61 S.
F. Steel Wire Reinforcement: Not used far concrete pavement.
G. Dowels and Tie Bars
1. Dowel and tie bars: ASTM A615.
2. Dowe] Caps
a. Frovide dowel caps with enough range oimovement to allow complete closure
of the expansion joint.
b. Caps for dowel bars shalI be of the len�h shown on the Drawings and sha11
have an interna] dia�neter sufficient to permii the cap to freely slip over the bar.
c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch,
and one end of the cap shafl be rightly closed.
3. Epoxy for Dawel and Tie Bars: ASTM C881.
a. See following table far approved producers of epoxies and adhesives
)
,
J
)
1
}
)
,
,
1
�
Pre-Qualified �'roducers oiEpoxies and Adhesives
Product Name Producer
Concrasive 1420 BASF
HTE-50 Hilti
T 308 + Aowers Fasteners
P � 1000�- Powers Fasteners
C-6 Ramset-Redhead
Epcon G-5 Ramset-Redhead
Pro-Poxy-300 Fast Tube Unitex
5hep-Paxy TxiII CMC Construction Services
Ultrabond 1300 7'ubes Adhesives Technology
Ultrabone 23dQ N.S. A-22-2300 Adhesives Technology
Slow Set
Dynapaxy EP-430 Pecora Corp.
BDOT Simpson Strong Tie
ET22 Simpson Strong Tie
SET 22 Simpson Strong Tie
SpecPoary 3000FS SpecChem
) b. Epoxy Use, Storage and Handling
, 1} Package companents in airtight containers and protect from light and
� moisture.
, 2) Include detailed instructions for the application of the material and all
� safety information and warnings regarding con#act with the components.
3) Epoxy �abel requYrements
� a) Resin or hardener components
� b} Brand na�ne
c} Name of manufacturer
�
1
�
CI7'Y OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFICATION DQCUMEi1TS
Revised December 20, 2012
North Riverside Drive Phase 0.
Praject Na. 100453
.�
321313-5
CONCRETE PAVING
Page 5 of 21
d) Lot or batch number
e) Temperature range for storage
� Date of manufacture
g} Expiration daie
h) Quantity contained
4) Store epoxy and adk�esi�e coinponents at temperatures recommended by the
manufacturer.
5) Da not use damaged or previausly opened cantainers and any maierial that
shows evidence of crystallization, jumps skinning, extreme thickening, or
settiing of pigments that cannot be readily dispersed with normal agitation.
6) Follow sound enviranmental practices when disposing of epoxy and
adhesive wastes.
7) Dispose of all empty containers separately.
8) Dispose of epoxy by completely emptying and mixing the epoxy before
disppsat
H. Reinforcement Bar Cl�airs
1. Reinforcement har chairs or supports shall be of aciequate strength to support the
reinforcement bars and shall not bend or break under the weigl�t of the
reinforcement bars or Contractor's persannel walking on the reinforcing bars.
2. Bar chairs may be made of inetal (free of rust), precast mortar or concrete blocks ar
plastic.
3. Por approval of plastic chairs, tepresentative samples of the plastic shall show no
visible indications of deterioration after immersion in a 5-percent solution of
sodiUm hydroxide for 120-hours.
4. Bar chairs may be rejected for failure to meet any of the requirements of this
specification.
I. Joint FiIler
1. Joint filler is the material placed in concrete pavement and concrete structures to
a11ow for the expansion and contractian pf the concrete.
2. Wood Boards: Used as joint fi�fer for cancrete paving.
a. Boards for expansion joint iilier shall be of the required size, shape and type
indicated on the Drawings or required in the specifications.
l) Boards shall be of selected stoc�C of redwood or cypress. The boards shall
be sound heartwood and shali be free from sapwood, knots, c�ustered
birdseyes, checks and splits.
2) Joint faller, boards, shall be smooth, flat and straight throughaut, and shall
be sufficiently rigid to permit ease of installation.
3} Baards shall be furnished in lengths eqUal to the width between
longitudinal joints, and may be furnislaed in strips or scored sheet of the
required shape.
3. Dimensions. The thickness af the expansion joint filler shall be shown on the
Drawings; the width shall be not less than that shown on the Drawings, providing
for the top seal space.
4. Rejection. Expansion joint filler may be rejected for failure ta meet any of the
requirements ofthis specification.
J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 ] 3 73.
CITY OF FORT W4RTH North Riverside Drive Phase 4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. I OQ453
Revised December 20, 2�12
321313-6
CONCRETE PAVI[YG
Page 6 of 21
K. Curing Materials
Membrane-Forming Compaunds.
a. Conform to the requirements of ASTM C309, Type 2, white pigmented
compound and be of such nature that ii sha11 not produce permanent
discoloration of concrete surfaces nor react deleteriously with the concrete.
b. The compound shall produce a firm, continuous uniform moisture-impermeable
film free from pinholes and shall adhere satisfactorily to the surfaces of darnp
concrete.
c. It shall, when applied to the damp concrete surface at the specifed rate of
coverage, dry to touch in 1 hour and dry through in not inore than 4 hours under
normal conditions suifable for concrete operatians.
d. Tt shall adhere in a tenacious film without running off ar appreciably sagging.
e. It shall not disiniegrate, check, peel or crack during the required curing period.
f. The compound shall not peel or pick up under traffic and shaIl disappear from
the surface of the cancrete by gadual disintegration.
g. The compound shall be delivered to the job site in the manufacturer's original
containers only, which shall be clearly labeled with the manufaeturer's name,
the trade name of the material and a batch number or symboI with which test
samples may be correlated.
h. When tested in accordance with ASTM C156 Water Retention by Concrete
Curing Materials, the liquid membrane-forming compaund shall restrict the loss
of water present in the test specimen at the time of application of tl�e curing
compound to nat mare than Q.O1-oz.-per-2 inches of surface.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL
A. Mix Design
1. Concrete Mix Design and Contral
a. At least 10 calendar days priar to the start of concrete paving operations, the
Contractor shal� submit a design of the concrete mix it proposes to use and a
fulI description of the source of supply of each material componeni.
b. The design of the concreie mix shall produce a quality concrete complying with
these specifications and shall include the following information:
]) Design Reyuirements and Desi� Summary
2) Materia] source
3) Dry weight of cement/cubic yard and type
4) Dry weight of fly ash/cubic yard and type, if used
5) Saturat�d surface dry weight of fine and coarse aggregates/cubic yard
6) Design water/cubic yard
7) Quantities, type, and name of admix#ures with manufacturer`s data sheets
S) Current strength tests or strength tests in accordance with ACI 318
9) Current Sieve Analysis ancE -200 Decantation of fine and coarse a�regates
and date of tests
10) Fineness modulus of fne aggregate
11 } Specific Gravity and Absorption Values of fine and coarse aggregates
l2) L.A. Abrasion of coa.rse aggregates
c. Once mix design approved by City, maintain intent of mix design and
maximum water to cement ratio.
C[TY OF FORT WORTH Norti� Rfverside Drive Phase 4
STANDARD CONSTRUCTION SPECIF[CATIQN UOCUMENTS Project No. 100453
Rcvised December 20, 2U 12
321313-7
CONCR�TE PAVING
Page 7 of 2 I
d. No concrete may be placed on the job site until the mix design has been
appro�ed by �he City.
2. Quality of Concrete
a. Consistency
1) In generai, the corasistency of concrete mixtures shaIl be such that:
a) Mortar shall cling to the coarse aggregate
b) Aggregate shall not segregate in concrete when it is transported to the
place of deposif
c} Concrete, when droppeci directly from the discharge chute of the mixer,
shall flatten out at the center af the pile, but the edges of the pile shall
stand and not flow
d) Concrete and mortar shall show no free water when removed from the
mixer
e) Concrete shall slide and not flow into place when transparted in metal
chutes at an angle of 30 degrees with the horizontal
fl Surface of the finished concrete shafl be free from a surface film or
laitance
2) When field conditions are such that additional moisture is needed for the
final concrete surface finishing operation, the required water shall he
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
qualiiies and be of the stiffest consistency that can be placed and vibrated
into a homogeneous mass.
4) Excessive bleeding shall be a�aided.
5) If the strength or cansistency required for the class of concrete being
produced is not secured with the minimum cement specified or without
exceeding the maximum water/cement ratio, the Contractor may use, or the
City rnay require, an approved cement dispersing agent (water reducer); or
the Contractor shall furnish ad�itional aggregates, or aggr�gates with
different characteristics, or the Contractor may use additional cement in
order to produce the required results.
6} The additiona] cement may be permitked as a temporary measure, until
aggregates are changed and designs checked with the different aggrega�es
or cement dispersing agent.
7) The CQntractor is solely responsible for the quality of the concrete
produced.
8) The City reserves the right io independentiy verify the quality of the
concrete througl� inspection of the batch p]ant, testing of the various
materials used in the conerete and hy casting and testing concrete cylinders
or beams on the concrete actuatly incarporated in ihe pavement.
b. Standard Class
1) Unless otherwise shown on #he Drawings or detailed specificaiions, the
standard class for concrete pa�ing for streets and alleys is st�own in the
following table:
CITY OF FORT WORTH Norih Riverside Drive Phase 4
STAI�IDARI] CONSTRUCTION SPECIPICATION DOCUMENTS Project No. 100453
Re�ised December 20, 2D 12
�
I
)
j
�
t
�
;
s
�
321313-8
COIYCR�TE PAVING
Page 8 of 21
Standard Classes ofPavement Concrete
Class of Minimu�n 28 Day Min. Maximum Course
Concrete' Cementitious, Compressive, Water/ Aggregat�
Lb./CY Strength2 Cementitious, Maximum
psi Ra#io Size
inch
P 517 3600 0.49 1-1/2
H 564 4500 0.45 1-1/2
I. AEI exposed horizontal concrete sha11 have entrained-air.
2. Minimum Compressive Strength 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 of pavements area or leaveouts to traffic.
2) Design class HES to meet the requirements of class specified for concrete
pavement and a minimum compressive strength of 2,fi00 psi in 24 hours,
un�ess ather ear�y strength and time requirements are shown on the
Drawings allowed.
3) Na strength overdesign is required.
Standard Classes of Pavement Concrete
Class of MinimUm 28 Day Min. Maximum Course
Concrete' Cementitious Compressive Water/ Aggregate
�,b./CY Strengthz Cementitious Maximum
psi Ratio Size,
inch
HES 564 4500 0.45 1-1/2
d. Slump
i) Slump requirements far pavement and related concrete shaIl be as specified
in the fo]lowing table:
Concrete Pavement SI
Concrete Clse
Siip-Farnn/Form-Riding Paving
Hand Formed Paving
Sidewalk, C�rb and Gutter, Concrete
Valley Guiter and Other Miscellaneous
Concrete
p Requirements
Recommended
Design
and Flacement
Slump,
inch
1-1/2
4
4
Ma�ianum
Acceptable
Placement
Siump,
inch
3
5
5
2} No concrete shalI be permitted with slump in excess of the rna�imurr�s
shown.
�
,
CITY OP FOKT WORT}I
S7'ANDARD GONSTRUCTIOM SPECIFICATION DOCUM�NTS
Revised December 2Q, 2012
I+lorth Rivcrside Drive Phase 4
Prajcct No. 100453
ti
321313-9
GDNCRETE PAVING
Page 9 of 21
3) Any cancrete mix failing to meet the abo�e consistency requirements,
although meeting the slump requirements, shall be considered
unsatisfactory, and the mix shall be changed to correct such unsatisfactory
conditions.
PART 3 - EXECUTION
3.1 INSTALLER� [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Equipment
1. All equipment necessary for the construction of this item shall be on the project.
2. The equipinent shalf include spreading devices (augers), internal vibration,
tamping, and surface floating necessary to finish the freshly placed concrete in such
a manner as to provide a dense and homogeneous pavement.
3. Machine-Laid Concrete Pavement
a. Fixed-�'orm Paver. Fixed-forrn paving equspment shall be provided with forms
that are unifarmly supparted on a very firm suhbase to prevent sagging under
the weight of machine.
b. SIip-Form Pa�er
1) Slip-form paving equipment shall be provided with tra�eling side forms of
sufficient dimensions, shape and strength so as to support the concrete
]aterally far a sufficient len�th of tiroe during placeinent.
2} City may re3ect use of Slip-Form Paver if pavet requires o�er-digging and
impacts trees, inailbaxes ar other improvements.
4. Hand-Laid Concrete Pavement
a. Machines that do not incorporate these features, such as roller screeds or
vibrating screeds, sha11 be considered tools to be used in hand-laid concrete
construction, as slumps, spreading methods, �ibration, and other procedures are
more common to hand methods than to machine methods.
5. City may reject equipment and siap aperation if equipment does not meet
requirements.
B. Concrete Mixing and Delivery
1. Transit Batching: shall not be used — onsite mixing not permitted
Ready Mixed Concre#e
a. Tne cor►crete shall be produced �n an appraved method conforming #a the
requirements of this specification and ASTM C94/C94M. City shall have access
ready mix #o get samples of materials.
b. City shall have access to ready mix p�ant to obtain materia] samples.
c. When ready-mix concrete is used, sample concrete per ASTM C94 AIternate
Procedure 2:
1) As the mixer is being emptied, indi�idual samples shall be taken afier the
discharge of approximately 15 percent and 85 percent of the load.
GITY OF RORT W4R"I'FI North Riverside Dri�e Phase 4
57'ANDARI7 C41�ISTRUC'I'ION SYECIFICATION DOCUMENTS Yroject Nn. 100453
Acviscd Dcccmber 20, 2012
},
k.
�
i•
!�
�'
�
�
,�
r
}'
1
)
)�
)�
i'
)�
�1
32 13 13 - 10
CONCRETE PAVING
Page I 0 pf 21
3
4.
d
e.
f.
2) The methad of sampling shall provide that the samples are representative of
widely separated portions, buf not from the very ends of the batch.
The mixing of �ach batch, aiter all materials are in the drum, shall cantinue until
it praduces a thoroughly mixed concrete of uniform mass as determi;ned by
established mixer performance ratings and inspection, ar appropriate uniformity
tests as described in ASTM C94.
The entire cpntents of the drum shall be discharged before any materials are
placed therein for the succeeding batch.
Retempering or remixing shall not be permitted.
Delivery
a. Deliver concrete at an interval nat exceeding 30 minutes or as determined by
City to prevent cold joint.
Delivery Tickets
a. For all operations, the manufacturer of the concrete shall, before unloading,
funnish to the purchaser with each batch of concrete at the site a delivery ticket
att which is printed, stamped, or written, the following information to determine
that the concrete was proportioned in accordance with the approved mix design:
1) Name of concrete supplier
2) Serial number of ticket
3) Date
4} Truck number
5) Name of purchaser
6) Specific designation of job (name and locaiion)
7) Speci�'ic class, design identification and designatian pfthe concrete in
canformance with that employed in job specifications
8} Amount qf cancrete in cubic yards
9) Time loaded or of first mixing ai cement and aggregates
10} Water added by receiver of concrete
l 1} Type and amount of admixtures
C. Subgrade
l. When manipulation or treatment of subgrade is required on the Drawings, the work
shall be performed in proper sequence with the preparation of the subgrade for
pavement.
2. The raadbed shali be excavated and shaped in conformity with the typical sections
and to the lines and gades shown on the Drawings or established by the City.
3. All holes, ruts and depressions shall be filled and compacted with suitable material
and, if reyuired, the subgrade shall be thoroughly wetted and reshaped.
4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shal] be
corrected.
5. The subgrade shall be uniformly compacted to at least 95 percent of the maximurn
density as determined by AS7"M D698.
6. Moisture content shall be within minus 2 percent to plus 4 percent of optimam.
7. The prepared subgrade shall be wetted down sufiiciently in advance of placing the
pavement to ensure its being in a firm and moist condition.
8. Sufficient subgrade shali be prepared in advance to ensure satisfac#ory prosecution
of the work.
CITY OF FOR7' WORTH
STANDARD CO3�i5TRUC"1'ION SPSCIPICATION BOCUMENTS
Revised December 20, 2012
Nprth Riverside Drive Phase 4
Projecl No. 100453
321313-]3
CaNCKE'eE PAV[NG
Page t 3 of 21
b. Place as shown an the Drawings.
Epoxy for Tie and Dowel Bar Installation
1} Epaxy bars as shown on the Drawings.
2} Use only drilling operations that do not damage the surrounding operations.
3} B1ow out drilled holes with compressed air.
4) Completely fill the drilled hole with approved epoxy bet'ore inserting the tie
bar into tha hole.
5} Instail epoxy grout and bar at least 6 inches embedded into concrete.
F. Joints
]. loints shall be placed where shawn on the Drawjngs or where directed by the City.
2. The plane of all joints shall make a right angle with the surface of fhe pavement.
3. No joints shall ha�e an error in alignment of more than 1/2 inch at any point.
4. Joint Dimensions
a. The width of the joint sha11 be shawn on the Drawings, creating the jaint
sealant reservoir.
b. The depth of ihe joint shall be shown on the Drawings.
c. Dimensions of t3�e sealant reservair shall be in accordance with manufacturer's
recommendations.
d. After curing, the j oint sealant shall be 1/8 inch to I/4 inch below the pavement
suriace at the center of the joint.
S. Transverse Expansion Joints
a. Expansion joints shall be installed perpendicularly to the surface and to the
centerline of the pavement at the locations shown on the Drawings, or as
appro�ed by the City.
b. J�ints shall be of the design width, and spacing shown on the Dravvings, or as
approved by the City.
c. Dowel bars, shall be of the size and type shown on the Drawings, ar as
approved by ihe City, and shall be installed at the specified spacing.
d. Support dawe] bars with dowel baskets.
e. Dowe�s si�all restrict the free opening and closing of the expansian join and
shall not make planes of weaknesses in the pavement.
f. Greased Dawels for Expansion Joints.
1) Coat dowels with a thin film of gease or other approved de-bonding
material.
2) Pro�ide dowel caps on the �ubricated end of each dowe] bar.
g. Proxiinity to Existing Structures. When the pavement is adjacent to ar around
existing structures, expansions joints shall be constructed in accordance with
the details shown on ihe Drawings.
6. Trans�verse Cantraction Joints
a. Contraction or dummy j oints shall be iilstalled at the locations and at the
intervals shown on the Drawings.
b. Joints sha11 be of the design width, and spacing shown on the Drawings, ar as
approved by the City.
c. Dowel bars, shali be of the size and type shawn on the Drawings, or as
approved by the City, and sha11 be insta]]ed at the specified spacing.
d. Joints shall be sawed into the completed pavement surface as soon after initial
concrete set as possible sa that so�ne raveling ofthe concrete is observed in
order for the sawing process ta prevent uncontrolled shrinkage cracking.
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARD C�NSTRUCT�ON SPECIFICATION DOCUMENTS Project No. l OQ453
Revised december 20, 2012
32 13 13 - l4
CONCRETE PAVING
Page 14 of 21
e. The joints shal] be constructed by sawing to a 1/4 inch width and to a depth of
1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual
pavement thicl�ess, or deeper if so indicated on the Drawings.
f. Complete sawing as soon as possible in hot weather conditions and within a
rnaximum of 24 hours a�ter saw cutting begins under cool weather conditions.
g. If sharp edge joints are being obtained, the sawing process shall be sped up to
the paint where some raveling is observed.
h. Damage by blade action to the slab suriace and to the concrete immediately
adjacent to the joint shall be minimized.
i. Any portion of the curing membrane wk�ich has been disturbed by sawing
operations shall be restored by spraying the areas with additional curing
compound.
7. Transverse Construction Joints
a. Construction joints formed at the close of each day's work ar wl�en ihe placing
oiconcrete has been stopped for 30-minu#es or longer shall be constructed by
use of inetal or wooden bulkheads cut true to the section of the finished
pavement and cleaned.
b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material.
c. Longitudinal bars shall be held securely in place in a plane perpendicuIar to the
surface and at right angles to the centerline pf the pavement.
d. Edges shall be rounded to 1/4 inch radius.
e. Any surplus concrete on the subgrade shall be removed upon the resurnption of
the work.
8. Longitudinal Construction Joints
a. Langitudinal construction joints shall be ofthe type shown on the Drawings.
9. Joint Filler
a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the
Drawings.
b. Redwood Board joints shall be used for all pavement joints except for
expansion joints that are coincident with a butt joint against existing
pavements.
c. Boards with less than 25-percen# of moisture at the time of installation shalI $e
thoroUghly wetted on the j ob.
d. Green ]umber of much higher moisture content is desirable and acceptable.
e. The joint filler shall be appropriately drilled to admit the dowel bars when
required.
f. The bottom edge of the fller shall extend to or slightly below the bottom of the
sIab. The top edge shall 6e held approximately l/Z inch below the finished
surface of the pavement in arder to allow the �nishing operations to be
continuous.
g. The joint filler may be composed of more than one length of board 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 t'emoval of the side forms, the ends of the j oints at the edges of the
slab shall be carefully opened for the entire depth of the slab.
10. loint Sealing. Rouiine pavement joints shall be filled consistent 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 Section
32 13 73. �
CI1'Y QF FORT WOR7'H North Riversidc Drive Phase 4
STA3dDARD COMSTRUCTION SP�,CIFICATION DOCUMENTS Projecf No. 100453
Revised Deccmber 20, 2012
321313-i5
CONCRETE PAVING
Page 15 of 21
G. Piacing Concrete
1. Unless otherwise specified in the Drawings, the finished pa�ement shall be
constructed monolithically and cansiructed by inachined laid method unless
impractical.
2. The concrete shall be rapidly depasifed on the subgrade in successive batches and
shall be ciistribUted #a the required depth arad for the entire width of the pavement
by shoveting or other approved methods.
3. Any concrete not placed as herein prescribed within the time �imits in the following
tab�e will be rejected. Time begins when the water is added to the mixer.
Temperature — Time Reyuirements
Concrete Temperature Ma�c "I'ime — minutes Max Time — minutes
(at oint of placement) (no retardin agent) {with retarding agent)�
Non-A itated Concrete
All tein eratures 45 45
A itated Cancrete
Above 90°F Time may be reduced by 75
Ci
Above 75°F thru 90°F 60 90
75°F and Below 60 120
1 Narmal dosage ofretarder.
4. Rakes shall not be used in handling concrete.
5. At #he end of the day, or in case of unavoidable interruption or delay of more than
30 minutes or longer to prevent cold joints, a transverse construc#ian joint shall be
placed in accordance with 3.4.F.7 of this Section.
6. Honeycombing
a. Special care shall be taken in placing and spading the concrete against the
forms and at all joints and assemblies so as to prevent 1-�oneycombing.
h. Exc�ssive voids and haneycombing in the edge of the pavement, reveajed by
the rernaval of the side forms, may be cause for rejection of the sectian of slab
in which the defect occurs.
H. Finishing
Machine
a. Tolerat�ce Limits
]) While the concrete is still workable, it shalf be tested far irreguIarities with
a 10 foot straightedge placed parallel to the centerline of the pavement so as
ta bridge depressions and to touch all laigh spots.
2) Ordinates measured fram the face of the straightedge to the surface of the
pavement shall at no place exceed 1/16 inch-per-�oot frorra the nearest point
of contact.
3) In no case shall the maximUm ardinate to a] 0 foot straig�tedge be greater
than 1/8 inch.
C[TY OP FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTiON SPECIFICATION DOCUMGNTS Pro�ect No_ 1D0453
Ke�ised Duember26, 20[2
)
1
)
32 13 13 - 16
COI+ICRETE PAVII�TG
Fage l 6 of 21
, 4} Any surface rtot within the tolerance Iimits shall be reworked and
� refinished.
b. Edging
' 1) The edges of slabs and all joints requiring edging shall be carefully tooIed
�, with an edger of ihe radius reyuired by the Drawings at the time the
concrete begins to take i#s "set" and becomes non-workable.
� 2) All such work shalt be 1eft smooth and true to lines.
j 2. Hand
! a. Hand finishing permitted only in intersections and areas inaccessible to a
finishing machine.
i b. When the hand methad of striking off and consolidating is permitted, the
� concrete, as soon as placed, shall be approximately leveled and then struck ofF
with screed bar to such elevation abave grade that, when consolidated and
) tinished, the surface of the pavement shall be at the grade elevation shown or�
� ihe Drawings.
c. A slight excess of material shall be kept in front of ihe cutting edge at all times.
� d. The straighiedge and joint finishing shall be as prescribed herein.
I. Curing
1. The curing of concrete pavement shall be thorough and continuous throughout the
entire curing period.
2. Failure to provide proper curing as herein prescribed shal] be considered as
' sufficient cause for immediate suspension of the paving operations.
) 3. The curing method as herein specified does noi preclude the use of any of the other
. commonly used methods of curing, and the City may approve another method of
' curing if so requesied by the Contractor.
� 4. If any selected method of curing does not afford the desired results, the City shall
J have the right to order that another method of curing be instituted.
ti 5. After removal of #he side forms, tl�e sides of the s]ab shall receive a like coating
� before earth is banked against them.
� G. The solution shall be applied, under pressure with a spray nozzie, in such a rnanner
l as to cover the entire surfaces thoroughly and compleiely with a uniform filtn.
� 7. The rate of application shall be such as to ensure coinplete coverage and shall not
� exceed 20-syuare-yards-per-gailon af curing cornpound.
�
" 8. When thoroughly dry, it shall prov�de a continuous and flexible membrane, free
) from cracks or pinhqles, and shalI not ciisintegrate, check, peel or crack during ti�e
, curing period.
9. If for any reason the seal is broken during the curing period, it shall be immediately
7 repaired with additional sealing salution.
) 1Q. When tested in accardance with ASTM C156 Water Retention by Concrete Curing
� Materials, the curing compound shall pravide a film which shall have retained
within the test specimen a percentage af the moisture present in the specimen when
) th�e curing compound was applied according ta the following.
f 1 1. Contractor shall maintain and properly repair damage to curing materials on
t exposed surFaces of concrete pa�ement continuously for a least 72 hours.
� J. Monolithic Cur6s
CITY OF I'OKT WORTH
STANDARD GONSTRUCT[OAi SPECIFTCA"1'lON DOCUMENTS
Revised December 20, 2012
North Riverside Drive Phase 4
Project No. 100453
32 13 13-17
CONCRETE PAVING
Page 17 of 21
1. Cancrete for monolithic curb shall be the same as for the pavement and, if carried
back from the paving mixer, shall be placed within 20-minutes after being rnixed.
2. After the concrete has been struck off and sufficiently set, the expased surfaces
shali he thoroughly worked with a wooden flat.
3. The exposed edge,s shall be rounded by the use af an edging too] to the radius
indicated on the Drawings.
4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface.
K. Ailey Paving
Alley paving shall be constructed in accordance with the specifcations for concrete
paving hereinbefore described, in accordance with the details shown an the
Drawings, and with the following additional pro�isions:
a. Alley paving shail be constructed ta the typical cross sections shown on the
Drawings.
b. Transverse expansion joints of the type shown on the Drawings shall be
constructed at the groperty line on each end of the a�ley with a maximum
spacing of 600 feet.
c. Trans�erse contractian and dummy joints shall be placed at the spacing shown
on the Drawings.
d. Cantraction and dummy joints shall be formed in such a manner that the
required joints shall be produced ta the satisfaction ofthe City.
e. All joints shall be constructed in accordance with this speciiication and fillecl
in accordance with the requirement of Section 32 13 73.
L. Pavement Leavaouts
1. Pavement lea�eouts as necessary tq maintain and provide for 1oca1 traffic shall be
provided at location indicated on the Drawings ar as directed by the City.
2. The extent and lacation of each leaveout required and a suitable cz-ossover
connection to pro�ide for traffic mo�ements shall be determined in the field by the
City.
3.5 REPAIR
A. Repair of concrete pavement concrete sha�l be cansistent with the Drawings and as
speciiied in Section 32 01 29.
3.6 RE-INSTALLATIQN [N4T USED]
3.'� SITE QUALITY CONTROL
A. Concrete Placement
Piace concrete using a fully automated paving machine. Hand pa�ing only
permitted in areas such as intersections where use of paving mac�ine is not
practical
a. All cancrete pavement na# piaced by hand shall be placed using a fully
automated paving machine as approved by the City.
b. Screeds will not be allowed except if approved by the City.
B. Testing af Materials
]. Samples of all materials far test shall be made at the expense of the City, unless
otherwise specified in the speciaj provisions or in the Drawings.
CITY OF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCT103V SPECIFICATION L70CUMENTS ProjectNo. 1Q0453
TZevised T]ecember 20, 2012
}
}
�
/
�
}
)
)
}
�
�
�
1
)
)
3
,
}
,
}
}
�
}
s
)
�
j
1
3
)
)
6
32 13 13 - 18
CONCRCTC PAVING
Page 18 pf 2 i
2. Tn the event the initial sampling and testing does not comply with the specifications,
all subset�uent testing of the material in order to determine if the rnaterial is
acceptable shall be ai the Contractor's expense at the same rate charged by the
commercia] laboratories.
3. All testing shall be in accordance with applicable ASTM Standards and concrete
testing technician must be ACI certified or equivalent.
C. Pavement Thiclrness Tesi
�. Upon completion of the wark and before final acceptance and final payment shall
be made, pavement ihickness tesi shall be made by the City.
2. The number of tests and locatian shall be at the discretion of the City, unless
otherwise specified in the special provisions or on the Drawings.
3. The cost for the initial pavement thickness iest shall be the expense of the City.
4. In the event a deficiency in the thickness of pavement is revealed during normal
testing operations, subsequent tests necessary to isolate ihe deiiciency shall be at
the Contractor's expense.
5. The cost for additional coring test si�all be at the same rate charged by commercial
laboratories.
6. Where the average thickness of pavement in the area found to be deficient in
thickness by more than Q.20 inch, but not more than 0.54 inch, payment shall be
made at an adjusted price as speci�ed in the following table.
Deficiency in Thickness Proportional Part
Determined b Cores Of Contract Price
Inches Allowed
0.00 — 0.20 100 percent
0.21 -- 0.30 80 percent
a.31 — 0.40 70 percent
0.41 — Q.50 60 percent
7. Any area of pa�ement found deficient in t�ickness by more than 0.50 inch but not
more than 0.75 inch or i/10 of the thickness speciiied on the Drawings, whichever
is greater, sha]] be evatuated by the City.
8. If, in the judgment of the City the area of such deficiency shouId not be removed
and replaced, there shall be no payment for the area tetained.
9. If, in the j�dgment of the City, the area of such deficiency warrants remova�, the
area shall be removed and replaced, at the Contractor's entire expense, with
concreie o,f the thickness shown on the Drawings.
10. Any area af pavement found deficient in #hickness hy more than 0.75 inch or more
than 1/10 of the plan thickness, whichever is greater, shall be removed and
replaced, at the Contractor's e�ntire expense, with concrete of the thickness sl�own
on the Drawings.
11. No additional payment over the contract unit price sha]] be made for any pavement
of a thickness exceeding that required by the Drawings.
D. Pavement Strength Test
C�TY OP PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION i]DCUME3�lTS
Re�ised December 20, 2012
North Riverside Drive Phase 4
Project No. 100453
0
32 13 13 - l4
CONCRETE PAVING
Page I 9 of 2]
1. During the progress of the work the City shall provide trained technicians to cast
test cylinders for conforming to ASTM C31, to axiaintain a check on the
compressive strengths of the concrete being placed.
2. After the cylinders ha�e been cast, they shall remain on the job site and then
transported, moist cured, and tested by the City in accordance with ASTM C31 and
ASTM C39.
3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested ai
28 days, and 1 cylinder shall be held or tested at Sb days, if necessary.
�1. If the 28 day #est results indicate deficient strength, the Contractor may, at its option
and expense, core the pavement in question and have the cores tested by an
appraved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except
the average of all cores must meet 100 gercent of the minimum specified strength,
with no indsvidual core resulting in iess than 90 percent of design strength, to
override the results af the cylinder tests.
5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not
meet minimum specified strength, additional cores shal� be taken to identify the
limits of deficient concrete pavement at the expense of the Contractor.
6. Cylinders and/or cares must ineet minimum specified strength. Pa�ement not
meeting the minimum speciiied strength shall be subject to the money penalties or
removal and placement at the Contractor's expense as show in the follawing table.
Percent Deficient Percent of Contract Price Allowed
Greater Than 0 ercent - Not More Than ] 0 ercent 90- ercent
Greater Than 10 parcent - Not More Than 15 ercent 80- ercent
Greater Than ] 5 percent 0-perce�rt or remo�ed anc3 repiaced at fhe entire cost
and expense of Contractor as direcfed by Ciiy
7. The amount of penalty shall be deducted ftom payment due ta Contractor; such as
penalty deducted is to ciefray the cos# of extra maintenance.
8. The strengih requirements for structures and other concrete work are not altered by
the special provision.
9. No additional payment over the cantract unit price shall be made for any pavement
of strength exceeding that required by the Drawings and/or specificatiqns.
E. Cracked Concrete Acceptance Policy
l. If cracks exist in concrete pavement upon completian of the project, the Project
Inspector sha11 make a determination as to the need for action #o address the
cracking as to its cause and recommended remedial work.
2. If the recommended remedial work is routing and sealing of the cracks to protect
the subgracEe, the Inspector shall make the determination as to whether to rout and
seal the cracks at the time of finai inspection and acceptance or at any time prior to
the end of the project anaintenance period. The Contractor shall perform the routing
and sealing work as directed by the Project Inspector, at no cost io the City,
regardless of the cause of the cracking.
C1TY 4P PORT WOATIi North Riverside Drive Phase 4
STAN�AKD CpNSTRUCT[ON SPCCi�ICATI01�! DOCUMGNTS PrajectNo. [00453
Re�ised December 20, 2012
32 13 13-20
CONCRETE PAVING
Page 20 of 2l
3
�4.
S
Q
7
If remedial wark beyond routing and sealing is determined to be necessary, the
Inspector and the Contractor will attempt to agree on the cause ofthe cracking. If
agreement is reached #hat #he crackit�g is due to deficient materials or workmanship,
the Contractor shall perform the rernedial wark at no cost ta the City. Remedial
work in this case shall be limited to removing and replacing the deficient work with
new material and workmansh�p that tneets the requirements of the contract.
If remedial work beyond routing and sealing is determined to be necessary, and the
Inspector and the Contractor agree that the cause of the cracking is not deficient
materials or workmanship, the City may request the Contractor to provide an
estimate of the cost of the necessary remediai work and/or additional work to
address the cause af the cracking, and the Contractor will perfornn that work at the
agreed-upon price if the City elects to do so.
Jf remedial work is necessary, and the Inspector and the Contractor cannot agree on
the caus� of the cracking, the City may hire an independent geotechnical engineer
to perfarrn testing and analysis to determine the cause of the cracking. The
contractor will escrow 50 percent af the proposed costs of the geotechnical contract
with the City. The Contractor and the City shall use the services of a geotechnical
fir�n acceptable to bath parties.
If the geotechnica3 engineer determines that the primary cause of the cracking is the
Contractor's deficient material or workmanship, the remedial work wi�l be
performed at the CQntractor's entire expense and the Contractor vvill alsa reimburse
the City far the balance of the cost of the geotechnical investigation over and above
the amount that has previously been escrowed. Remedial work in this case shall be
limited to removing and replacing the deficient work with new material and
workmanship that meets the requirements of the contract.
If the geotechnical engineer determines that the primary cause of the cracking is not
the Contractor's deficient material or workmanship, the City will return ihe
escrowed fUnds to the Confractor. The Contractor, on request, will provide the City
an estimate of the costs of the necessary remedial work and/or additional work and
will perform the work at ihe agreed-upon price as directed by the City.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
311 CLOSEQUT ACTIVITIES [NOT USED]
3.1� PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED)
CITY OI' PbKT WORTH North Riverside Drive Phase 4
STANDARD GONSTRUCTION SPECIFICATTON DOCUMENTS Project No. ]00453
Revised December 20, 2012
32 13 13 -21
CONCRETE PAVING
Page 21 of 21
END OF SECTION
Revision Lag
DATE NAME SUMMARY OF CILANGE
12/20/2012 1.2.A — Modified itcros ta be included in price bid
0512112fl 14 Doug Rademaker 2.2.D — Modified ta clarify acceptable fly ash substitution in concrete pa�ing
CiTY OF FQRT WORTH IVorfh Riverside Drive Phase 4
STANDARD CONSTRUCTipN SP]'sC]rICATION DOCUMENTS Project No. 1OD453
12cWised Dccember 20, 2012
)
)
}
�
�
)
)
r
J
)
)
�
)
)
)
)
�
J
}
�
)
,
.
)
;
}
)
�
�
)
)
�
,
)
}
�
)
)
323126-1
WIA� FENCE AND GATES
Page 1 of 5
SECTION 33� 31 �6
WIRE FENCE AND GATES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Furnish and construct fence of barbed or smooth wire.
2. On utility projecis:
a. When existing fence is within the project Site (i.e. parallel to the utility trench
and/or withrn utility easement) and is directly disturbed by const�ruction
activities, fencing will be paid for as listed in Article 1.2 beIow.
b. When existing fence is crossing the proposed utility #rench, the work performed
and materials furnished in accordance with fence replacement will be
considered subsidiary to the trench and no other coanpensation will be allpwed.
c. When existing fence is outside of the limits of the �roject Site or is identified as
protected on the Drawings and is disturbed and/ar by construction ac#ivities,
replacement will be at the expense of the Contractor and no other compensation
will be allowed.
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0- Bidding Requrrernents, Contract Forms, and Conditions of the Contract
2. Division l- General Requirements
1.2 FRICE AND PAYMENT PROCEDURES
A. Measurement and Payrnent
1. Wire Fence
a. Measurement
1) Measurement for this Item shall be by the linear foot of Wire Fence,
excluding gates.
b. Payment
l) The wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid far at the unit
price bid per linear foat of Wire fence installed for various:
a) Post iypes
b) Wire types
c} Nuinber of Sfrands as specified in the Drawings
c. The price bid slaall include:
1} Removal of existing fence and/or, unless specifically defined as a separate
pay item on Drawings
2) Furnishing, preparing, hauling, and installing Wire Fence
3) Excavation, backfilling, and disposal of surplus material
4} Remova� and trimming of brush and tree limbs
2. Steel Gates
a. Measurement
CITY QF FORT WORTH
5'I'AIVDAILD CONSTRUCTIOiV SPG'CIFICATION DOCUMENTS
Revised December 20, 2012
North Riversidc Drive Phase 4
ProjectNo. ]00453
323126-2
WIRE FENCB AND GATES
Page 2 of 5
1) Measurement for this Item shal] be per each Steel Fence.
b. Payment
1) The wark performed and materiais furnished in accordance with this ltem
and measured as provided under "Measurement" will be paid for at the unit
price bid per each Steel Gate by height.
c. The price bid shall include:
1) Removal of existing fence and/or gates, unless specifically defined as a
separate pay item on Drawings
2) Furnishing, preparing, hauling, and installing Steel Gates
3) Exca�ation, bac�i'illing, and disposal of surplus material
4) Removal and trimming of br�ash and tzee limbs
1.3 REFERENCES
A. Reference Standards
1. Reference standards c�ted in this specifcation refer to the current reference s#andard
published at the time of the latest revision date logged at the end of this
specification, unless a date is s�ecifically cited.
2. American Society far �esting and Materials (ASTM):
a. A 702, Standard Specification for Stee1 Fence Posts and Assemblies, Hot
W rought
b. A i21, Standard Specification for Metallic-Coated, Carbon Steel Barbed Wire
c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire Fence
Fabric
d. F I083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated
(Galvanized) Welded, for Fence Structures
3. American Woad Protection Association (AWPA)
a. P8/P9, Standard for Oil-Borne Preservatives
b. C5, Fence Posts - Preservative Treatment by Pressure Processes
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 ACTION SUBMITTALS [N4T USED]
L6 ACT14N SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSE�UT SUBMYTTALS [NOT USED]
1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
L11 FIELD [SITE] CONDITIONS [NOT USEDj
I.1� WARRANTY [NOT USED]
PART�- PRODUCTS
�.1 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 MATERIALS
A. Furnish materials in accordance with detaiIs shown on the Drawings and with the
following requ�rements.
CCCY Ol� FOR'1' WORTH North Riverside Drive Phase 4
S'!'ANDARD CON3TRUCTIOI� SPECI�'ICATIpN DOCUM�,N'CS ProjectNo, 100453
Re�iscd December20, 2012
323] 26-3
WIRE FENCE AND GATES
Page 3 of 5
B. Metal Posts and Braces
1. Steel Pipe: ASTM F 1083
2. T posts: ASTM A 702
3. Use only new steel. Do not use rerolled or open-seam material.
4. Furnish galvanized steel sections in ASTM F 1083.
5. �'ainting
a. Use an approved anticorrosive coating.
b. After installation of painted posts and braces, spot-coai damaged areas with the
same paint color.
c. Use paint with at least the same anticorrosive properties as the original paint.
6. Use the size, weight, and area of posts, braces, and anchor plates shown on the
Drawings.
C. Wood Posts and Braces
1. Untreated Waod: cedar or juniper timber
2. Treated Wood
a. AWPA standards govern rnateria�s and methods of treatments including
seasoning, preservatives, and inspectiqn for tr�atment.
b. Each piece or bundIe of other treated-timber prod�cis must have:
1) Legible brand mark or tag indicating the name of the t�r�aier
2) Date of treatix�ent or lot number
3) AWPA treatment speciiication symbol
c. Provide the �evel of preservative indicated in Tab1e 1.
Table 1
Minimum Retention of Preservative
Penta-
Product chlorophenol AWPA
(lb./cu. tt.) $tandard
AWYA for
Prescrvafivc (PS/P9) ��reatment
5tandard
Wire feuce pasts 0.4 GS
round '
�
E.
F
L Ketention determmed by assay (0 to ].U-mch znnc).
3. Use sound timber that is free from decay, shal�es, splits, or ott�er d�fects that would
weaken the posts or braces or Qtherwise make thern structurally unsuitable for the
purposes intended.
4. Knats that are sound, tight, trimmed flush, and not in clusters wiII be allowed,
provided they do not exceed 1/3 of the smalt diaineter or the least dimension of the
posts and braces.
5. Remqve spurs and splinters, cutting the ends syuare.
Gates and Gateposts: Furnish inaterials to the required dimensions.
Barbed and Smooth Wire: ASTM A 121, Class l
1. Use wire consisting af 2 strand, 12 1/2 gauge, twisted wire
2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart
Wire Mesh: ASTM A 116, Class 1
1. Top and bottom wires: at least 10 gauge wire
CITY OF FORT WOATR North Riverside Drive Phase 4
STANDARD CONSTRUCTION SPECIFICATION DOCUIvIE]VTS ProjectNo.100453
Revised December 20, 2012
323126-4
WIR� F�NCE ANI7 GATE5
Page 4 of 5
2. Intermedia#e wires and vertical stays: 12 1/2 gauge wire
G. Miscellaneous
1. Furnish ga]�anized bolts, nuts, washers, braces, straps, and suitable devices for
holding barbed wire and wire mesh firmly to metal posts.
2. Use materia] of good commercial quaiity and design.
3. Pro�ide galvanized staples, at least � 1/2 inch long.
H. Concrete
l. Minimum 2& day compressive strength of 3,000 psi
2. Bagged concrete allowed.
�.3 ACCESSORIES [NOT USED]
3.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [N4T USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Space fence posts as shown on the Drawings or to match existing.
B. Set fence posts plumb and firm at the intervals, depth, and grade showm on the
Drawings or to rr�atch existing.
C. Brace corner and pull posts in 2 directions.
D. Brace end posts and gateposts in I direction.
E. Install a corner post where the alignment changes 30 degxees or more.
F. At alignment angles between 15 and 30 degrees, brace t17e angIe post to the adjacent
line pqsts witl-► diagonal tension wires.
G. At grade depressians where stresses tend to pul] posts out of the ground, snub or guy
#he fencing at the critical point with a double 9 gauge galvanized wire.
H. Connect the wire to the top horizonta] line of the barbed wire or to the #op and bottom
wire or wire mesh fabric, and to a deadman weighing at least 100 pounds.
I. Stretch the fence before guying and sr�ubbing.
J. Install number stands at spacing shown in Drawings.
K. Install corner, end, or angle post assembly before stretching the wire between posts.
L. Connect e�sting cross fences to the new fences and corner posts at junctions with
existing fences.
M. While drawing barbed wire and wire fabric taut, fasten to posts using gal�anized ties or
staples, or a,s shown on the Drawings.
N. Instali puil post assemblies at 500 feet in#ervals for steel posts and at 1,000 feet
intervals fflr wood posts.
GI'I'Y OF POAT WORTH North Riverside Drivc Phase 4
STANDAC2D CONSTRUCTEON SPECIFICATION DQGUMCIITS ProjectNo. 100453
Re�ised December 20, 20 L2
323126-5
WIl2E FENCC AND GATES
Page 5 of 5
1
3
)
)
y
}
i
}
�
O. Drive metal line posts provided driving does not damage the posts.
P. Set metal corners, ends, pull posts, and braces in concrete fooiings a minimum of 24
inches and crowned at the top to shed water.
Q. Thoroughly tamp backfiIl in � inch Iayers.
R. Notch timber posts.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL (NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT U�ED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20120I2 D. 3ohnson �-� •A. modified io describe when City would pay for fence replacement on utility
projects
crrY oF ro►��r woRTit
STANDARD COiVS`CILUCTION SP�CIPICATION DOCUMENTS
Revised DecemUer 20, 2012
North Riverside Drive Phase 4
Project No. 10a453
�
S
33n�3i-�
CL05ED Cl12CU["[' `l'ELEV[S1QN (CCTV) II�ISPECTION
Page 1 af 7
�
2
sECTroN �3 a13i
CLOSED CIRCUIT TELEVISION {CCTV} 1NSP�CTION
3 PART1- GENERAL
4 11 SUMMARY
5 A. Section Includes:
6 1. Requirements and procedures for Closed Circuit Television {CCTV} Inspection of
7 sanitary sewer or storm sewer mains
S 2. Far sanitary sewer projects all (existing: Pre-CCTV, proposed: Post-CCTV) main
9 shall be inspecied.
10 S. Deviations from this City ofFort Worth Standard Specification
1 l 1. None.
12
13
14
15
16
17
18
] 9 1.2
20
21
22
23
24
25
26
27
28
29
30
3l
32
33
34
35
36
37
38
39
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division l— General Requirements
3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems
4. Section 33 04 50 — Cleaning of Sewer Mains
5. Section 01 32 16 — Construction Progress Schedule
PRICE AND PAYMENT PROCEDURES
A. Pre-CCTV Inspection
1. Measurement
a. Measurement for this Item will be by the linear foot of line televised for CCTV
Inspection performed prior to any line modification or replacement determined
fram the distance recorded on the video 1og.
2. Payment
a. 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 Iinear foot far "Pre-CCTV Inspection".
1) Contractar will not be paid for unaccepted video.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c. Digital fiie
B. Past-CCTV Inspection
1. Measurement
a. Measurement for this Item wi11 be by the ]inear foot of line televised for CCTV
Inspection perfor�ned following repair or installation determined from the
distance recorded on the �ideo �og.
2. Payinent
CITY OF P012T WORTf ] North [Ziverside [�rive Phase 4
STANDARDCONSTRUCTION SPECIF]CA'170h llQCUMEiVTS ProjectNo. ]00453
Ae�ised March 3, 2016
�
)
,
1
�
}
}
)
)
)
)
)
)
)
}
)
�
)
}
)
�
)
)
3
)
)
)
)
}
i
�
)
1
)
�
33 O1 31 - 2
CLOSED CIRCUIT TELEV1510N (CCTV) INSPECTION
Page 2 of 7
1
2
3
4
5
6
7
8
9 1.3
l0
�1
12
13
14
15
16
]7
18
19
20
a. The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" wiIl be paid for at the unit price
bid per linear foot for "Post-CCTV Inspection".
1} Contractor will not be paid for unaccepied video.
3. The price bid shall include:
a. Mobilization
b. Cleaning
c. Digital file
REFERENCES
A. Reference Standarc�s
1. Reference standards cited in this Specification refer to the current reference
standard pubiished at the time of the latest revision date logged at the end af this
Specification, unless a date is speci�ically cited.
2. City of Fort Worth Waier Depa�tment
a. City of For� Worth Water Department CCTV Inspection and Defect Coding
Program (CCTV Manual). The CCTV Manual is available for download on
Buzzsaw. Locafion: Resources170 — Inspection ToolslStandard Construction
b. City of Fart Worth Water Deparhnent CCTV Spread Sheet Log is auailable for
download on Buzzsaw. Location: Resources170 — Inspection ToolslStandard
COt]StCUCt10t1.
21 1.4 ADMINTSTRATIVE REQUIREMENTS
22 A. Coordination
23 1. Sanitary Sewer Lines
24 a. Meet with City of Fort Worth Water Department staff to confinn that the
25 appropriate ec�uipment, software, standard templates, defect codes and defect
26 ra�kings are being used, if required.
27 2. Storm Sewer Lanes
2S a. Meet with C�ty of Fort Worth Transpartation/Public Works Department staff to
29 confirm that the appropriate equipment, software, standard templates, defect
30 codes and defect rankings are being usad, if required.
31
32
33
34
35
36
37
38 1.5
B. Schedule
l. Include Fre and Post CCTV schedule as part of the Construction Progress ScheduIe
per Section O1 32 16.
2. Include time for City review (2 weeks minimum —Notification needs io be send out
to Project Manager & Field Operation}.
3. If CCTV is accepted by City, proceed with work. if rejected, coordinate with City
per Part 1.4 A.
SUBMITTALS
39 A. Submittals shaIl be in accordance with Section O1 33 06.
40 B. All submittals sha�l be approved by the Engineer or the City prior to delivery.
41 C. If inspected with Infrastruciure Technologies I.T. Software per CCTV Manual provide
42 video data per the CCTV Manual. Provide addiiional copy of video in Windows Media
43 Audio/Video (:wmv} format for City Inspection review.
CI7'Y OF RORT WORTI [
5TANDARD CONSTRUCTION SPECIFICATION DOCUMHNTS
Reviscd March 3, 2016
North Riverside Drive Phase 4
Projec# No- ] 00453
�
330131-3
Ci<OS�D CIRCUIT TELHVISION (CCTV} INSPECTIdN
Page 3 of 7
i D. If inspected with other software pro�ide �ideo data in Windows Media Audio/Video
2 {.wm�} format. Provide CCTV log in EXCEL spread sheet forma# — The CCTV spread
3 sheet log can be found on Buzzsaw. Location: Resources170 —[nspection
4 ToolslStandard Canstruction.
5 E. Inspection Report shall include:
6
7
S
9
10
11
12
13
14
l5
1b
17
18
19
20
2]
22
23
24
25
26
27
ZS
29
34
31
32
33
34
35
36
37
1. Asset
a. Date
b. c��y
c. Address and/or Project Name
d. Main Number — G�S ID (If Available)
e. Ups�ream Manhole GIS ID (If Available)
f. Downstream Manhole GIS ID {If Avaiiabie)
g. Pipe Diameter
h. Materia.l
i. Pipe Length
j. Mapsca Loca#ion Number
k. Date Canstructed
I. Pipe Wall Thickness
2. Inspection
a. lnspection Number (i,e. 19t,2"`�,etc...}
h. Crew Number
c. Operator Name
d. Operator Comments
e. Aeason for Inspection
f. Equipment Numbeg
g. Carnera Travel Directiora (Upstream/Downstream)
h. Inspected Length (feet)
i. Work Order Number (if required)
j. City Project Number (if required}
k. City Contract Name
l. DOE/TPW Number (if required}
m. Consultant Company Narrae
n. Consultant Contact Name
o. Consultant Contact Phone Number
p. Coniractor Coinpany Name
q. Contractor Contact Name
r. Contractor Contact Pl�one Number
38 1.6 INFORMATIONAL SUBMITTALS
39
40
41
A. Pre-CCTV submittals
2 copies of CCTV video results on USB dri�e
2. 2 11ard copies of Inspection Report anc! one pdf copy on U�B drive
42 B. Additional inforfnation that �nay be requested by the City
43 1. Listing of cfeaning equipme�t and procedures
44 2. Listing of flow diversion procedures if required
45 3. Listing of CCTV equipment
4G 4. Listing of backup and standby equipment
CITY OF PORT WORTH North Riverside I]rive Phase 4
5TANDARD CONS'fRIJC"['[ON SPEGF[CATION DOCUMENTS Praject No. ]00453
Revised Marcls 3. 2016
33 O1 31 - 4
CLOSrD CIRCUIT TELEVISION (CCTV) IiYSPECTIbN
Page 4 af 7
1 5. Listing of safety precautians and traffc control measures
2 1.'� CLOSEOUT SUBMITTALS
3
4
5
6
7
8
9
10
11
12 1.8
A. Post-CCTV submittals
1. 2 capies af CCTV video results on USB drive
2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submittet� to
the City Inspeetor fqr review prior to scheduling a project fina] walk through.
3. CCTV speadsheet lag in EXCEL %rmat — A b�ank copy of the CCTV spread sheet
log can be found an Buzzsaw. �,ocation: Resources170 — Inspectian ToolslStandard
Construction
4. ConstrueYion Alans identifying the line segments that were videoed. Include cover
sheet, overall line layout sheet(s), and plan and profile sheet(s}.
MAINTENANCE NdATERIAL SUBMITTALS [NQT USED]
13 1.9 QUALITY ASSURANCE [NOT USED]
14 110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
IS
16
1.11 FIELD [SITE] CONDITI�NS [NOT USED]
1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
4i
A. Equiprnent—
1. Closed Circuit Television CaEnera
a. The teievision camera used sha11 be one specifically desrgned and constructec!
for sewer inspection. Lighting for the camera shall be suitable to allaw a clear
picture of the entire periphery of the pipe. The camera shall be operative in 1 Q0
percent humidity/submerged conditions. The equipment wili provide a view af
the pipe ahead of the equipment and af features to the side of fhe equipment
through turning and rotation of the lens. The camera shall be capable of tilting
at right ang�es along the axis of the pipe while panning the camera lens through
a full circle about the circumference of the pipe. The lights on the camera shal]
also be capable of panning 90-degrees to the axis of the pipe.
b. The radial view camera must be solid state colar and have remote control of the
rotational lens. The carnera shall be capable of viewing the comp�ete
circumference of the pipe and manhole structure, including the cone-section or
corbel. The camera lens shall be an auto-iris type with remote controlled
manual override.
2. Video Capture System
a. The video and a�dio recordings of the sewer inspections sha11 be made using
digital video equipment. A video enhancer may be used in conjunction with,
but not in lie�z of, the required equipment. The digital recording equipment
shall capture sewer inspection on USB drive, w�th each sewer segment {from
upstream i�€anhole io downstream manhole) inspection recorded as an
individuai file ir� Windaws Media Audio/Video (.wmv) format. Gity has a right
to change the format from .WMV media to .MP4
CITY OF' FORT WdRTI-I North Riverside Drive Phase 4
STANDARD CONSTRUCTION SPECIh[CAT[ON DOCUMEI�TS Project No. 100453
Itevised March 3, 2016
33 OI 31 - 5
CLOSED CIRCUIT TEL�V I S[ON (CCTV)1NSPECTION
Page 5 of 7
1
2
3
4
5
6
7
8
9
]0
11
b.
G.
d.
e.
The system shall be capable of printing pipeline inspection reports with
captured images of defects or ofher related sigr►ificant visual information on a
standard color printer.
The system shall store digitized color picture images and be saved in digital
for�nat on a USB dri�e.
The system shall be ab�e to produce data reports to include, at a minimum, all
observation points and pertinent data. All data reports sha11 match the defect
severity codes outIined in the City's CCTV rnanual.
Carrzera footage, date & manhole numbers shall be rnai�tained in real ti�ne and
sha1I be displayed on t�e video manitor as well as the video charac�er
generators illuminated faotage display at the control console.
12 PART 3 - EXECUTION
13 31 iNSTALLERS [NOT USED]
14 3.� EXAMINAT14N [NOT USED]
] 5 3.3 PREPARATION
16
l.7
18
19
20
2t
22
23
24
2�
2(
27
28
29
30
31
�z
33
34 3.4
35
36
37
38
39
40
41
A. Genera�
1. Priar to inspection obtain pipe and manhole asset identification numbers from the
plans or City to be used during inspections. Inspections perforined using
identifcation n�unbers other than the plans or from assigned numbers from the City
will be rejected.
2. Inspection shall not commerace until the sewer section to be televised has been
completely cleaned in conformance with S�ction 33 04 50. (Sewer system should
be connected to existing sewer system and shouId be active)
3. Inspection of newly installed sewers {nat yet in service) shal] not begin prior to
camplaiion of the following:
a. Pipe testing
b. AlI manhole wark is complete
c. Installation ofall laterai services
d. Vacuum test of manholes
4. Temporary Bypass Purnping {if required) shall conforn� to Section 33 03 10.
B. Storm Sewer Lines
1. Coordinate with City of Fort Worth Transpartation/Public Works Department for
CCTV equipment and cleaning requirements.
INSPECTION (CCTV)
A. General
1. Begin ir�spection immediately after cleaning of the main.
2. Move camera through the ]ine in either cEirecfion at a moderate rate, stopping when
necessary to permit proper documentation of the main's candition.
3. Do not move camera at a speed greaier thara 30 feet per minute.
4. Use manual winches, power winches, TV cable, and power rewinds that do not
obstruct the camera view, allowing for proper evaluation.
CfTY OP FORT WORTH 3Vorth Riverside Drive Phase 4
STANDARD CONS77ZUC'r10.N SP�CiC'1CATION DOCUMENTS Project 1Vo. 100453
Ae�ised Marcl� 3, 2016
33 Q1 31 - 6
CLOSED CIRCUIT TELEVISION (CCTV)1NSPECT�ON
Page 6 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1s
19
20
2l
22
23
24
5
6
II
8.
During investigation stop camera at each defeci along the main.
a. Record the nature, locatian and orientation of the defect or infiltration Iocation
as specified in the CCTV Ma.�ual.
Pan and tilt the camera to provide additiat�a] detail at:
a. Manholes, Include condition of �nanhote in its entirety and interior corrosion
protection (if applicable) (Camera should pan the �ntire manhole from top as
wei] as while lowering into manhole, alsa show complete view of invert)
b. Service connections, Pan the Camera to get a complete overview of service
connection including zooming into service connection Include 1pcaiion (i.e. 3
o'clock, 9 o'clock, etc...)
c. .Toinis, Include comment on condition, signs of damage, etc...
d. Visible pipe defects such as cracf�s, broken or deformed pipe, holes, offset
joints, obstructions or debris (show as % oipipe diameter). If debris has been
found in the pipe durittg the post-CCTV inspection, additiona] cleaning is
required and pipe shall be re-teler�ised.
e. Infiltration/Inflow locations
£ Fipe material transitions
g. Other Iocations that da not appear to be typical for normal pipe conditions
h. Note Tocations where camera is underwater and Ievel as a% of pipe diameter.
Provide accurate distance measurement.
a. The meter device is to be accurate io the nearest 1/] 0 foot.
CCTV inspections are to be continuous.
a. Do not provide a single se.gment of main on znore than 1 USB drive.
b. A single segment is defined from manho�e to manhple.
25 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated
26 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before
27 rehabilitation work.
2S 2. I�, during inspection, the CCTV will not pass throUgh the entire section of main due
29 to blackage or prpe defect, set up so the inspection can be performed from the
30 opposite manhole.
31 3. Provisions for repairing or replacing the irr�passable location are addressed in
32 5ection 33 3] 20, Section 33 31 21 and Section 33 3I 22.
33 C. Post-Installation tnspection
34 l. Complete manhole insta]]ation before inspection begins.
35 2. Priar to inserting the camera, flush and c�ean the main in accordance io Sectran 33
36 04 50.
37 D. Documentation of CCTV Inspection
38 1. Sanitary Sewer Lines
39 a. Follow ihe CCTV Manual {CCTV standard manual supplied by City upon
40 request) for the inspection video, data logging and reporting or Aart i.5 E of
41 this section.
42 2. Storm Sewer Lines
43 a. Provided documenEation for vid�o, data logging, and reporting in accordance
44 with City of Fort Worth Transporiation/Public Works Department
45 requirements.
CITY OF NOR'f WORTH NorYh Riverside Drive Phase A
STAtYDARD CONSTRUCTION SPECIFICATIOI+} DOCUM�.NTS Project No_ 100453
Revised March 3, 2016
33 a� 3� -�
CLO�ED CIRCUIT TELEVIS[ON (CCTV} INSPECTION
Page 7 of 7
1
2
3
4
5
6
7
8
9
10
11
12
]3
14
3.� REPA�R / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.i FIELD [oR] SITE QUALITY CONTROL [NOT USED�
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUST�NG [N4T U�ED]
3.10 CLEANING
A. See Section 33 04 5Q.
3.11 CLOSEOUT ACTNITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED�
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATB NAME Si_TMMARY Q�' CHANGE
l2/20/2012 D. Johnson Various— Added requuen�ents for coordinatiou with "1'/PW for Storm Sewer CCTV
03/a3/201 b J Kasa�ich Various — Aliernative to CCTV Manual, modified submittal detail requirements
IS
CI'['Y OF FQI2"C W O RTH
STANDARD CONSTRUCTION SYECIF[CATION DOCUMENTS
Revised March 3, 2p16
Narlh Riverside Drive Phase 4
E'roject Na. 100453
\
t
1
}
�
�
,
)
1
33OS]3-1
F12AM�, COVER, AN� GKADE RINGS-CAST 1RON
Page I of 5
SECTION 33 0513
FRAME, COVER, AND GRADE RINGS — CAST IRON
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Cast iron frame, cover and grade rings used as access paris into water, sani#ary
sewer and storm drain structures such manholes or vaults
B. Deviations fram this City of Fort Worth 5tandard Specifcation
1. None.
?
�
)
C. Related Specification Sections include, but are not necessarily �imited to:
i. Division 0— Bidding Requirements, Coniract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
� A. Measurement and Payment
I. Measurement
� a. This Ite�n is considered subsidiary to the structure containing the frame, cover
j and grade rings.
� 2. Payment
a. The work performed and the materials furnished in accordance with this Item
� are subsidiary to the unit price bid per each structure complete in place, and no
y other compensation will be allowed.
1.3 REFERENCES
A. Ref�rence Standards
1. Reference standards cited in this Specification refer to the current reference
standard pubIished 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. ASTM A48 — Standard Specificatian for Gray Iron Castings
b. ASTM A536 - Standard Specification for Ductile Iron Castings
c. ASTM C478 - Specification for Precasi Reinforced Concrete Manhole Sections
3. American Association of State Highways and Transpartation Officials {AASHTO)
a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and
Related Castings
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. SubnnittaIs shall be in accordance with Section O1 33 00.
CITY OF FORT WORTH
S7'ANDARD CONSTKUCTION SPEC�ICATION DOCUMEN7'S
Revised January 22, 201fi
North Riverside Drive Phase 4
Project No. 100453
330513-2
Nl2AME, COVER, AND GRADE RiNGS-CAS"f IRON
Page 2 of 5
B. All submittals shall be approved by the Engineet or the City prior to deli�ery and/or
fabrication for specials.
1.6 ACTION SUBMITTALS/INFQRMAT�ONAL SUBMITTALS
A. Product Data
1. All castings sha11 be cast with:
a. Approved foundry's name
b. Part number
c. Country af origin
2. Provide manufacturer's:
a. 5pecifications
b. Load tables
c. Dimension diagrams
d. Anchor details
e. Installation instructions
B. Certificates
1. Manufacturer shal] certify that all castings conform ta the ASTM and AASHT4
designations.
I.i CLOSEOUT SIIBM�TTALS [NOT USED]
1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [S�TE] CONDITIONS [NOT USED]
1.1� WARRANTY [NOT USED]
PART �, - PRODUCTS
2.1 OWNER-FURNISHED �ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Manufaciurers
1. Only the manufacturers as listed an the City's Standard Products List wilI be
considered as shown in Section Ql 60 00.
a. The rr�anufacturer must comply with this Specification and related Sections.
2. Any product tk�at is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section 01 25 00.
B. Castings
I. Use castings for frames that conform to ASTM A48, Class 35B or better.
2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better.
3. Use clean casting capable af withstanding applicataon of AASHTO HS-20 vehicle
loading with permanent deformation.
4. Covers
CITY OF PpRT WORTII North Riverside Drive Phase 4
STANDARD CONS'1'ItUCT10N SPECIC'ICATION DOCUMENTS Project No. 100453
Revised lanuary 22, 2016
�
1
�
)
}
)
)
�
)
)
1
1
330513-3
FKAME, CQVER, AND GRADE RiIVGS-CAST IRO1V
Page 3 of 5
a. Size to set flush wiih the frame with no Iarger than a 1/8 inch gap between th�
frame and cover
b. Provide with 2 inch wide pick slots in lieu of pick holes.
c. Provide gasket in frame and cover.
d. Standard Dimensions
1) 5anitary Sewer
a} Frovide a clear opening of 30 inches for al] sanitary sewer frames and
cover assemblies unless otherwise speciiied in the Contract Documents.
2) Storm Drain
a) Provide a clear opening oi22 1/2 inches for all storm drain fratnes,
in�ets and cover assemblies unIess otherwise specifed in the Contract
Documents.
b) Provide a minimum clear opening of 30 inches for all storm sewer
manholes and junction structures.
e. Standard Labels
1) Water
a) Cast lid with the word "WATER" in 2-inch le#ters across the lid.
2) Sanitary Sewer
a) Cast lid with the word "SAN[TARY SEWER" in 2-inch letters across
the lid.
3} Storm Drain
a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the
lid.
£ Hinge Covers
1) Provide water tight gasket on all hinged covers.
2) Water
a) Provide hinged covers for all water structures.
3) Sanitary Sewer
a) Provide hinged covers for all manholes or struciures constructed over
24-�nch sewer lines and larger and for manholes where rim elevations
are greater than 12 inches abqve the surface.
C. Grade Rings
1. Provide grade rings in sizes from 2-inch up ta 8-inch.
2. Use concrete in traffic loading areas.
3. In non-traffic areas concrete or HDPE can be used.
� D. .Toint Sealant
� 1. AroWide a pre-formed or trowelable bitumastic sealant in an extrudable ar flat tape
form.
� 2. Provide sealant thai is not dependant on a chemical action for its adhesive
) properties or cohesrve strength.
)
�
}
)
)
)
CITY OF FORT WORTH
STANDARD CO�ISTRUCTION SPEC[FICATION DOCUMENTS
Revised ]anuary 22, 2016
North Riverside Drive Phase 4
Project No. 100453
330513-4
FRAM�, COVER, AND GRADE R1NG5-CAST IRON
Page 4 of 5
�..3 ACCESSORIES [NOT USED]
�,.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTALLER� [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATI4N [NOT USED]
3.4 INSTALLATION
A. Grade Rings
1. Place as shown in the waier and sanitary sewer City Standard Details.
2. Clean surfaces of dir�, sand, mud ar other foreign maiter before placing sealant.
3. Seal each grade ring with sealant specified in tliis Specification and as shown on the
City Standard Detaiis.
B. Frame and Cover
]. Water
a. For water structures instal� frame, cover and grade rings in accordance with
applicable City Standard Detail.
2. Sanitary Sewer
a. For sanitary sewer structures install frame, caver and grade rings in accordance
with applicable City 5tandard Detail.
3. Storm Drain
a. For storm drain structures install frame, cover and grade rings in accordance
with applicable City Standard Detail.
4. Hinge Cover
a. Provide hinge cover on ele�ated manholes, junction boxes, in the flood plain
and where specified on the Drawings.
C. Joint Sealing
1. Seal frame, grade rings and struciure with specified sealant.
D. Concrete Collar
1. Pro�ide concrete callar around alj frame and cover assemblies.
CiTY QF FORT WORTH North Riverside Drive Phase 4
STANDARD CONSTRUCTIQN SPECIFICATION DOC4JMENTS Project No. L00453
Re�ised ]anuary 22, 2016
330513-5
FRAME, COVER, AND GRADE RINGS-CAST IRON
Page 5 of 5
3.S REPAIR I RESTORAT�ON [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.'� FIELD �oe] SITE QUALITY CONTROL [NOT USED]
3.$ SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
3.11 CLOSEOUT ACTNITIES [N�T USED]
3.1� PROTECTION [NOT USED]
313 MA�NTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END O� SECTION
Revision Lag
DATE NAME SUMMARY OF CHANGE
6/25/2014 F. Griffin Corrected error in Part 2-2.2-S-4-d-2-a. Cover size should be 22 '/z inches rather
than 19 3/ inches.
1/22/2d16 F. Griffin P� Z"Z-z-B'4-d-2-a., Cover size updated to 30 inches to match Detai! 33 OS 16-
D417.
$/30/20I7 W. Norwood Change specification name to add Cast Imn
CITY OF H012T WORTH North Riverside Drive Phase 4
STAhlDAR.D CpNSTRUCTION SPECIFICATION DOCUMENTS Praject No. 100453
Revised January 22, 2016