Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 56737-PM1
PROJECT MANUAL FOR THE CONSTRUCTION OF EAST BAILEY BOSWELL ROAD IPRC Record No. 21-0050 City Project No. 103320 FID No. 30114-0200431-103320-E07685 File No. K-2840 X File No. X-26948 Mattie Parker David Cooke Mayor City Manager Christopher P. Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works Department August 2021 3803 Parkwood Blvd. Frisco, TX 75034 TBPELS Firm No. F-312 Stephen CSC No. 56737-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS–DEVELOPER AWARDED PROJECTS City Project Number103320 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 08/05/2021 00 73 00 Supplementary Conditions 03/09/2020 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS–DEVELOPER AWARDED PROJECTS City Project Number103320 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 31 - Earthwork Last Revised 31 23 16 Unclassified Excavation 08/04/2021 Division 32 – Exterior Improvements Last Revised 32 32 13 Cast-In-Place Concrete Retaining Walls 08/04/2021 Division 33 – Utilities Last Revised 33 05 10 Utility Trench Excavation Embedment and Backfill 08/04/2021 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS–DEVELOPER AWARDED PROJECTS City Project Number103320 Revised March 20, 2020 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS–DEVELOPER AWARDED PROJECTS City Project Number103320 Revised March 20, 2020 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS–DEVELOPER AWARDED PROJECTS City Project Number103320 Revised March 20, 2020 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements GR-02 Storm Water Poly Pipe Variance Approval END OF SECTION 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 6, 2020 due to COVID19 Emergency SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVID19 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction of East Bailey Boswell Road (“Project”) will be received by the City of Fort Worth Purchasing Office until {1:30 P.M. CST, Thursday, September 2, 2021} as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: 1. US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through live stream and CFW public television which can be accessed at http://fortworthtexas.gov/fwtv/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Concrete Paving including curb ramps and driveway approaches. 12” Waterline installation 15” & 8” Sanitary Sewer installation, Including bores Large Storm Drain Including Box Culverts Street Lighting for Length of Road Retaining Wall Traffic Signal PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 6, 2020 due to COVID19 Emergency DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth’s Purchasing Division website at http://www.fortworthtexas.gov/purchasing/ and clicking on the link to the advertised project folders on the City’s electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from: Halff Associates, Inc 3803 Parkwood Blvd Frisco, Texas 75034 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with half size drawings: $150.00 PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday August 24, 2021 TIME: 10 a.m. CST If a prebid conference will be held online via a web conferencing application, invitations will be distributed directly to those who have submitted Expressions of Interest in the project to the City Project Manager and/or the Design Engineer. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. 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 presenting the lowest price, qualifications and competencies considered. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 6, 2020 due to COVID19 Emergency INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Patrick Buckley, P.E., City of Fort Worth Email: Patrick.Buckley@fortworthtexas.gov Phone: (817) 392-2443 AND/OR Attn: Joseph Buchanan, P.E., Halff Associates, Inc. Email: Jbuchanan@halff.com Phone: (214) 937-3936 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVID19 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder’s company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth’s purchasing website at http://fortworthtexas.gov/purchasing/ 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, complete and email it to the City Project Manager or the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISEMENT DATES August 12, 2021 August 19, 2021 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and, even if inadvertently opened, shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 3.1.1. Paving – Requirements document located at; https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at; https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at; https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2. TEMPORARY PROCEDURES DUE TO COVID-19: A Bidder whose prequalification has expired during the time period where a valid emergency order is in place (federal, state, local) and for 30 days past the expiration of the emergency order with the furthest expiration date – by day and month, will not be automatically disqualified from having the Bidder’s bid opened. A Bidder in this situation will have its bid opened and read aloud and will be allowed 5 business days (close of business on the 5th day) to submit a complete prequalification renewal package. Failure to timely submit, or submittal of an incomplete package, will render the Bidder’s bid non-responsive. If the prequalification renewal documents show the Bidder as now not-qualified, the bid will be rendered non- responsive. A Bidder may not use this exception to seek a prequalification status greater than that which was in place of the date of expiration. A Bidder who seeks to increase its prequalification status must follow the traditional submittal/review process. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects 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 to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 3.5. Special qualifications required for this project include the following: 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will 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 national origin in consideration of award. 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, 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, investigations, tests and studies. 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. 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 acquired by the City are listed in Paragraph SC 4.01 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. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday 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 clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Patrick Buckley, P.E., City of Fort Worth Development Services Fax: (817) 392-2483 Email: Patrick.Buckley@Fortworthtexas.gov Phone: (817) 392-2443 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City’s electronic document management and collaboration system at https://www.fortworthtexas.gov/departments/finance/purchasing/bids-current 6.4. A Prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified 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 will not be considered by City until after the Effecti ve Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with 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 shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be 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 numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability 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 the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance to State 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 place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall 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 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 14.2. Bidders may modify their Bid by electronic communication at any time 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. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for 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 the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject 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 unqualified or 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 multiplication 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 figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among 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 on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 00 21 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project Number 103320 Temporarily Revised April 24, 2020 due to COVID19 Emergency 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation 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 will not award contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than the lowest bid submitted 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 contract in the state in which the nonresident’s principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION ooa� o0 DAP BID FORM FOR PUBLICLY BID PR07ECTS ONLY Page 1 of3 SECTION 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: Cow Town Owner, L.L.0 Denton Walker 2300 North Field Street Suite 2000 Dallas, Texas 75201 City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 FOR: East Bailey Boswell Road City Project No.: 103320 Units/Sections: Unit I.� Water Improvements Unit II.� Sanitary Sewer Improvements Unit III.� Drainage Improvements Unit IV.� Paving Improvements Unit V.� Street Light Improvements Unit VI.• Traffic Signal Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Developer in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certifcation 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 23. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. CIN OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form — DAP.docx Form Revised April 2, 2014 0o ai o0 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing far the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive Developer of the benefts of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Developer, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Auger Boring — 24-inch diameter casing and less b. Water Distribution — Development, 12-inch diameter and smaller c. CCTV, 12-inches and smaller d. Sewer Collection System, Development, 12-inches and smaller e. Sewer Interceptors, Development, 24-inches and smaller f. Concrete Paving Construction/Reconstruction (1 S, 000 SY and Greater) g. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 300 working days after the date when the Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if applicable, in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the requirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. Business Equity Specifications e. Prequalification Statement, Section 00 45 12 £ Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification application (optional) CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form — DAP.docx Form Revised April 2, 2014 00 41 00 DAP B] D FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on by the entity named below Respectfully submitted, By: ��- /� �C �� (Si iatti�re) Trt�� L..iackson (Printed Name) Title: President Company: ,Tackson Construction, Ltd Address: 5112 Sun Valley Drive Fort Worth, Texas 76119 State of Incorporation: TX Email: office@jacksontx.net Phone: g17-572-3303 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form — DAP.docx Form Revised April 2, 2014 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 EAST BAILEY BOSWELL ROAD CITY PROJECT NO. l 03320 ADDENDUM RELEASE DATE: August 30, 2021 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: A pre-bid meeting was held on 08/24/2021 and the following items were discussed: a. Wlze�l do ynu �;ape�t t3�is jvl� ta start? A: Aa' .s'r1r►�� rrs��u.csihlE°. Carrre►r� rsslinrrrtc� r.r r llru! cr�rrsirrrcliutr ivurelrlstcrr� iir �rrrrl�� Qct[►bc�r. b. Will you pay for materials on hand? A: : No, partia! pay estimates made per month / and partial acceptance of items for material on hand can be made for some items by contractor and inspector on project. No pay for materia[s on hand for project. c. Is the city paying the contractor or is the developer paying directly to the contractor? A: 71re rlc�+=c•lo��er will h� prrti'i�i;; tl�e contraclrl�•; 17ru1�llalti� pay apps will need to be � s��6y�iillcrl ��� rle►�cln�3�•r �s�r►rkiir� with the Cf'W i�tspcc�tur. d. Are there any TxDOT prequalification or contractor approvals required? A: No. I Only need to be prequalified by the City of Forl Worth. e. There were no bid items for traffic control or construction staking for the project. � W ho wi I1 pra�ide these? A: Traffic control and construction staking bid items have Get•�i rrrfrlc r! Irr tlic� hirl,�urm. f. Polypropylene pipe has been approved for use in the City of Fort Worth? Would this he ap�:�a�ed fnr this ��roject? �: : Ye,r, Pulpprt�p��l�r�ae pipe will be allowed per � �;rrirlclijics u f t.l� fir rr�ar! rrppraverl nf sllof� dr�rFti�iilgs. g. Is there a slip form machine requirement for the concrete paving? A: No if you are / pre-qua[ified contractor to place pavement per City of Fort Worth h. Please check and confirm earthwork quantities. A: This guantity has been corrected � on the 13ir1 Ji�rf�t. The qrirrrrtitics u�t tlic� Lid, fur��t rlr� �rot consider the earthwork to be remawe�d for paving �1ric•14�rc.s.�� rrr rr�ti� r�tilitf' sfx�ils. i. Do all the drainage/utility spoils remain onsite at the disposal soil area as well as the i roadway excavation spoils? A: Yes, a!! drainage and utility spoils wil! remain onsite 2. The following items are RFIs that came up during bidding and the responses given: a. Q: Bid Item 45 in Section VI: Traffic Signal Improvements. Should the pay item be in LF in lieu of SY?A: Yes. The quanfity is correct, but the unit was incorrect. This has been corrected in tlae updated bid forrn. b. Q: Where do the backflow preventers on the waterline pay for? A: These are to be installed by the private contractor and are only shown on the plans at the request of the city and are not fo be insfa[led with this project. The waterline insfallations stop at the ROW. Tlze backflow preventor near station 5+75.03 on Water[ine `A' has been greyed back and the callout revised to reflect that it is private. East Bailey Boswell Road Addendum No.1 c. Q: Item 4"-12" Pressure Plug. The bid item is 9 EA. I only found 5 EA in the plans please advise. A: This quantity should be 12 EA and has been corrected in the updated bid form. A callouf has been added at each of these locations on the revised plans. The pressure plug locations are as fo[lows: ■ [6J 8-incl: service lines labeled as "Private Fire Line" ■ [4J 12-inch service lines that stub out west of the road ■ [IJ Yi'rrterline `B' that extends 973 feet east of the road. ■ [IJ 6-inch stub at Station 5+75.03 on Waterline `A' d. Q: Item Controlled Low Strength Material 370 LF (waterline). I only found 300 LF in the plans. Please advise. A: This quanti��� should be 360 LF and has been corrected in the updated bid form. Addifional Conirolled low strerr�,�1h material is now shown on sheet 14 — Water Laterals. e. Q: Where does the remove/replace concrete pavement, curb, and sidewalk on sanitary sewer pages 16 and 17 pay for? A: These were ori��i�rally included in Unit IV.• Paving Improvements Items 14, 17 and 21. They have been removed from this section and added to Unil IL• Sanitary Sewer Irnprovements. f. Q: Where do the trench water stops pay for in the sanitary sewer sheet? A: Please reference standard COFWspecification section 33 3l 20 for Pi�Cgratri��� sewer pipe. Seciion I.2.A.3.h states that unit price bid for this item shall include trench water stops. g. Q: Please verify the quantity of 4' Manholes and extra depth manhole VF. A: Quantity has been updaled to 27 each for t/ze 4' Dia. SS MH. Quantity for the extra depth manhole VF has been verif ed as 358 LF. This measurement is from the top of the manlaole base to where the standard depth (6') manhole would end. h. Q: Where is the watertight hinged manhole frame, cover and grade rings 1 EA located? This watertight hinged manhole frrrme cover and grade rings should be installed on the manhole on Line `A' Station 46+07.03. The sheet has been revised to include this ca!lout in plan and prrafrle. i. Q: Bid Item large stone riprap, dry has a bid quantity of 1,181 SY. I could only find 515 SY called out on sheets 100,101 and 103 Please advise. A: This quantity should be 51 S SY and has been corrected in the updated bid form. j. Q: Where is the 5' Storm Junction Box 1 EA Located? I could not find it in the plan sheets. A: The 5' Storm Junction Box located af Station I7+07.1 on Storm Line B- 1. The sheet has been revised to call out a S' Storm Junction Box at this location. k. Q: Under SC-4.01 A.2 Availability of Lands, are any utilities or other obstructions expected to be listed? A: No other obstructions are expected. 1. Q: Does the agreement with the developer control in the event of conflict with the Standard city Conditions? A: Yes, Developer Agreement controls m. Q: Under 5.17 D of the Standard City Conditions, is it the intent of the City to hold the Contractor responsible for indirect or consequential damages to other work or property? A: If contractor has damaged work adjacent to site contractor is responsible to correct. n. Q: Please confirm whether there will be other work at the Project site as discussed in 6.01 of the Standard City Conditions. A: Yes, the adjacent site wil! have construction work being performed on the private development. o. Q: Is it the intent under 10.03 A of the Standard City Conditions that the Contractor only be allowed an extension of time but not an extension of general conditions for excusable delays? A: Addiliona[ days are allowed in change order along with related costs of work. p. Q: Under Article 13 C, Suspension of Work, will the Contractor be compensated for undertaking the referenced actions? A: If this take place contractor can provide a claim, but contractor shall protect the site. East Bailey Boswell Road Addendum No.l q. Q: Under the DAP Summary of the Work, 1.13 Project Milestones, please confinn that the LD's will be assessed for each of the 9 milestones, and that there are no other milestones or thresholds for LD assessments? A: Yes, the LD's will be assessed for each of the milestones. r. Q: Please confirm that the Owner shall provide the Contractor access to Wark at the Site or indicate any such known barriers or limitations to access imposed by the owner for pricing and inclusion in the Contractor's proposal. A: Owner shall provide t/ze contractor access to the site for the purpose of completing public work. The private conlractor will be working simultaneous[y in fhese areas so please be aware that limitations or temporary barriers to access could exisf. s. Q: Will the Developer provide financial statements or other evidence of its ability to pay and meet its obligations under the Contract Documents? No, Develr��rer puts up a Developer Bond for fhe construction work proposed. t. Q: Will the City pay the Contactor for undisputed payments should the Developer fail to pay? No. Developer wil[pay the contractor. u. Q: Please verify your plan quantity for the concrete retaining wall bid item. I measured it at 1,041 SF accarding to the scale on page 62. A: Quanfily in the contract book I:as been confirmed. Please reference item `v' below for wl:y the quantity rraay be showing differently. Per the specification the wall face is measured from the natural ground at the bottorn of wall fo the top of wall. v. Q: Please verify that all drawings are scaled correctly. I've only checked a few and they are incorrect. A: T/�e "SCALE:1 "=40" text on the s/zeets is incorrect because the sheets were printed in half size (IIx17) and the scnle nofed is for full size. The bar scale wi[l still be correct because il scales up and down with the sheets. w. Q: Where is Fence Removal to be paid for? A: Bid item has been added for Fence Removal. x. Q: What is the thickness of the concrete and asphalt to be removed? A: Thickness of the existing concrefe and asphalt is not known. Price per unit shall include removal and disposal of the pavement regardless of the thickness. y. Q: Regarding the Item 9, "Remove 30" Storm Line", it is not called out on the plan? Please advise. A: Tl:is 30" Stornt Line removal is on the southern end of the project near Horseman Road. A callout has been added on Sheet 50. z. Q: Do we know the thickness of existing gravel driveways? A: Thickness of the existing gravel driveways is not known. Price per unit shall include removal and disposal of the grave! regardless of the thickness. aa. Q: Since we have a private developer, is this a tax exempted project? A: No bb. Q: Who is responsible for testing? A: Testing and Inspection fees are collecfed from the Developer based on days of the contract. Developer will also hire fhe testing lab. cc. Q: Will we quote materials for a 2" water service ending with the standard meter box, or, will we need to include additional materials for the (5) 2" DCDA BFP/Vaults and (6) 2" RPZ on conc. Pad w/insulated above ground enclosure? A: The detector checks and vaults wi!! be insial[ed and paid for by the private contractor. The waterline installations stop at the Right of Way. dd. Q: Will we quote materials for the (6) 8" Dbl. Det. Ck. Valve BFP/Vault as shown on plans, or, simply provide 8" DI Caps for these stub-outs? A: Provide caps for these lines. The detector checks and vaults will be installed and paid for by the private conlractor. ee. Q: Will we quote materials for the (1) 6" BFP/Vault as shown on plans, or, simply provide a 6" DI Caps for this stub-out? A: Provide caps for these lines. The detector checks and vaults will be installed and paid for by the private contractor. East Bailey Boswell Road Addendum No.1 f£ Q: As the sewer pipe is not under pressure, does the 16" D.I. Sewer pipe require restraint? A: No gg. Q: For the 4' Dia. SS MHs, I have found (17) on SS-A, (5) on SS-B, (3) on SS-C, and (1) each on SS-C1 and SS-C2. Will the addendum correct these quantities for a total of 27 each? A: Quantity has been updated fo 27 eacl: for the 4' Dia. SS MH. hh. Q: Can you add a mobilization and prep right of way items? A: Per Project Manua! specification 01 70 00 section 1.2.A.I.A.1 mobilization shall be considered subsirlirrry to the various items bid. Because the site is in a vacant lot, we do not feel that there is a need for a ROW prep bid item. ii. Q: Can you please provide erosion control pay items? A: Bid item 3125.0101 SWPPP > 1 acre has been added to Unit III: Drainage Improvements. jj. Q: In the water, (sheet 13 of 189) I do not see a detail or a bid item for the Kupferle 9800WC Auto Flushing Device. A: Detail was not included in the plans but will be provided and is available from the manufacturer. Please refer to Unil 1: Water Improvements Item number 16 for the Auto Flusher. kk. Q: In the sewer along Thompson Road, the plan calls out 24" steel casing and the profile calls out 30" steel casing. However, other locations call out 30" steel casing in both plan & profile but we do not have a bid item for 30" steel casing. A: Steel casing should be 30': The references to 24" casing on the firsf sewer sf:eet have been removed. The bid form has been updated to reflect 30" steel casing inslead of '24" casing. 11. Q: In the sewer from manhole 46+07.03 to manhole 50+96.28, is the 30" steel casing being installed by open cut or bore? A: This portion of casing is being installed by open cuf. 3. Replace entire proposal section with the version enclosed. (Revised excel spreadsheet has been posted to the purchasing website) 4. Replace entire Bid Form Section 00 41 00 with the version enclosed. Rcti�isecf ►v�.rGirr�= rlrrl:s rom 243 to 300. 5. Replace entire Agreement Section 00 52 43 with the version enclosed. Rcvi�erl Funrki�t,�, rfays rom 243 to 300. 6. SECTION 00 42 43 Bid Form WATER 13i�1 Itent 0241.111 S 9"-12r' Pressrr►•e Plu r rrrt►iti! � is• revised rom 9 EA to 12 EA 7. SECTION 00 42 43 Bid Form WATER airl Ik�►�r 5�949.Oa�$ Coirlru!lerl Znks� St�e�r�•t!1 Mrrteria! r rirr�rtit � r.s r'euisc��! 'rrt►t� 37(I I.T 10 300 LF 8. SECTION 00 42 43 Bid Form SANITARY SEWER IMPROVEMENTS Bid Item 3213.0106 11 " Co►�c►•etc Pave►rre�rt rrrlrlc�cl G� .4Y 9. SECTION 00 42 43 Bid Form SANITARY SEWER IMPROVEMENTS Bid Item 3213.0301 4" Concrete Si�lewrrlk added 405 SF 10. SECTION 00 42 43 Bid Form SANITARY SEWER IMPROVEMENTS Bid Item 3216.0101 d" C�1iivete Crrrfi �nrl Gar�ter added 20 SF 11. SECTION 00 42 43 Bid Form SANITARY SEWER IMPROVEMENTS Bid Item 3399.I001 4' Mrrirlrvlc r rrrr►�tit + rs �•esJiser! rufn 18 EA t� �7 EA 12. SECTION 00 42 43 Bid Form DRAINAGE IMPROVEMENTS Bid Item 372S.OI01 SWPPP >= 1 acre rrrlrle�l 1 EA 13. SECTION 00 42 43 Bid Form DRAINAGE IMPROVEMENTS I3ir! Itcnr 3137.�IIU2 Lrrr�e 5lajte Ri rrr r!r � r rraii�it � is reviser! i•a�r� 1 11�1 SYla 515 SY East Bailey Boswell Road Addendum No.1 14. SECTION 00 42 43 Bid Form DRAINAGE IMPROVEMENTS Bid Item 9999.0009 TxDOT PJB uantif is revi,cer! rom 1 EA to 2 EA 15. SECTION 00 42 43 Bid Form PAVING IMPROVEMENTS Bidlte�n 0171.O1O1 Construction Stakin� �rdilc�rl l EA 16. SECTION 00 42 43 Bid Form PAVING IMPROVEMENTS Bid Item 0171.0102 As-Built Sarrvc•t� �edderl 1 EA 17. SECTION 00 42 43 Bid Form PAVING IMPROVEMENTS I3irll�cr►ii 31 Z3.01l11 LT�rclrra•si rer! excrrtfuliou 6> lrrir is reur►�e{! rnut 25 37'S CY iu .�6 f159 C'Y. 18. SECTION 00 42 43 Bid Form PAVING iMPROVEMENTS 14ir1lteift 321_3.U111311"C"nrrc�rete Prrve�rae�td rlrtrrrr�it�� rc�ti�iser! i'►•unt 31,2675'Y�u 31,.�115 SY 19. SECTION 00 42 43 Bid Form PAVING IMPROVEMENTS Bidltenz 3213.03014" Concrete Sidcs►�rrlk ��rrrrirli��� rcvisc•d fi•u►�r 92,713 SFtn 92._3U�,SF' 20. SECTION 00 42 43 Bid Form PAVING IMPROVEMENTS Bid Item 3216.0101 6" Concrete Clrrb rrftcl Grrltcr rlrrrrirlill� rc�riserl,iru►�� 1$.h�Z I.FtU_18,8Q? 1.I: 21. SECTION 00 42 43 Bid Form PAVING IMPROVEMENTS Bidltem 9999.0023Remove and Di,s nse n Fe�rce adrlec! 508 LF 22. SECTION 00 42 43 Bid Form TRAFFIC SIGNAL IMPROVEMENTS Bid Item 9999.0022 PTZ Gir►�rer•ra Cphlc rx revrser! frni» 9.i � Y 1u 95 LF 23. Replace all plan sheets with the version enclosed. Scales labeled on the sheets were for full size prints (22x34) and the provided plans were in half size (l 1x17). The plan sheets provided with this addendum are full size (22x34) and the text on the scaling now matches the scale itself. 24. Sheet 7(WATERLINE PLAN AND PROFILE) of the construction drawings is hereby revised to add a note for an 8-inch waterline plug at the end of the 31 LF of 8-inch waterline at station 2+17.26 on Waterline `A'. 25. Sheet 8(WATERLINE PLAN AND PROFILE) ofthe construction drawings is hereby revised to add a note for an 8-inch waterline plug at the end of the 30 LF of 8-inch waterline at station 8+'79.50 on Waterline `A'. 26. Sheet 8(WATERLINE PLAN AND PROFILE) of the construction drawings is hereby revised to add a note for an 8-inch waterline plug at the end of the 32 LF of 8-inch waterline at station 9+77.75 on Waterline `A'. 27. Sheet 8(WATERLINE PLAN AND PROFILE) of the construction drawings is hereby revised to add a note for a 6-inch waterline plug at the end of the 31 LF of 6-inch waterline at station 5+75.03 on Waterline `A'. _ 28. Sheet 9(WATERLINE PLAN AND PROFILE) of the construction drawings is hereby revised to add a note for an 8-inch waterline plug at the end of the 31 LF of 8-inch waterline at station 16+43.42 on Waterline `A'. 29. Sheet 10 (WATERLINE PLAN AND PROFILE) of the construction drawings is hereby revised to add a note for an 8-inch waterline plug at the end of the 30 LF of 8-inch waterline at station 22+11.04 on Waterline `A'. 30. Sheet 11 (WATERLINE PLAN AND PROFILE) of the construction drawings is hereby revised to add a note for an 8-inch waterline plug at the end of the 30 LF of 8-inch waterline at station 27+33.67 on Waterline `A'. 31. Sheets 8-14 (WATERLINE PLAN AND PROFILE) of the construction drawings are hereby revised to update water line profiles in order for the main line and laterals to have the necessary clearance to the proposed storm sewer. East Bailey Boswell Road Addendum No.1 32. Sheet 14 (WATERLINE PLAN AND PROFILE) of the construction drawings is hereby revised to update the lateral profiles and add controlled low strength material where laterals cross proposed storm sewer. 33. Sheet 16 (SANITARY SEWER PLAN AND PROFILE) of the construction drawings is hereby revised to remove callouts for 24" steel casing and replace with callouts for 30" steel casing. 34. Sheet 21 (SANITARY SEWER PLAN AND PROFILE) of the construction drawings is hereby revised to add a note for a watertight manhole frame cover and grade rings on the manhole at station 46+07.03 on Sanitary Sewer Line `A'. 35. Sheet 50 (REMOVAL PLAN) of the construction drawings is hereby revised to add a note for 30" storm line removal near roadway station 46+80.00.21 36. Sheet 93 (STORM DRAIN PLAN AND PROFILE) of the construction drawings is hereby revised to update the note at station 17+07.1 of Storm Line `B-1'. This was called out as a 4' square junction box and has been revised to show a 5' junction box. 37. Sheet 99 (STORM DRAIN PLAN AND PROFILE) of the construction drawings is hereby revised to update the note at station 17+07.1 of Storm Line `B-1'. This was called out as a 4' square junction box and has been revised to show a 5' junction box. Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) lndicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 1" Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By: G�� � Title: p�esident CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 EAST BAILEY BOSWELL ROAD CITY PROJECT NO. 103320 ADDENDUM RELEASE DATE: August 31, 2021 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: i. The following items are RFIs that came up after addendum number 1 was issued. The responses are shown in RED below: a. Q: The quantity sheets and Addendum No. 1 do not match for Water Bid Item 9999.0008 Controlled Low Strength Material. Addendum shows 300 LF and the quantity sheet (excel and pd fl shows 360 LF. Which is correct? A: Bid Form Section 00 42 43 is correcL The quantity for Water Bid Item 9999.0008 Controlled Low Strength Materia! should be 360 LF. b. Q: The quantity sheets and Addendum No. 1 do not match for Drainage Bid Item 9999.0009 TxDOT PJB. Addendum shows 2 EA and the quantity sheet (excel and pd fl shows 1 EA. Which is Correct? A: The addendum was correct. The quantity for Drainage Bid Item 9999.0009 TxDOT PJB should be 2 EA. Bid form has been revised and included witlz this addendum. c. Q: Bid item for hydrated lime by the ton seems to be missing. A: A bid item for hydrated lime by the ton has been added to the Bid Form. d. Q: On previous City of Fort Worth developer awarded projects it was eventually determined that the projects were tax exempt. Please clarify. A: Yes. Materials will be tax exempt. e. Q: Can you confirm if the illumination poles (Item 34413003) are to be standard galvanized? There are separate pay items to powder coat the traffic signal poles so please confirm these poles are not to be powder coated. A: Yes, the poles are to be galvanized. No powder coating will be required on the traffic signal poles. 2. Replace entire proposal section with the version enclosed. (Revised excel spreadsheet has been posted to the purchasing website) 3. Replace all plan sheets with the version enclosed. No changes have been made to the plans. The traffic signal plans (sheets 167-189) were not included in the plans issued with Addendum No.l. 4. SECTION 00 42 43 Bid Farm DRAINAGE IMPROVEMENTS Bid Item 9999.0009 TxDOT P.I,[� tlrrnitlft�� Ts rc�viser! rrn►�r I EA to 2 EA 5. SECTION 00 42 43 Bid Form PAVING IMPROVEMENTS 13id Ilenr 3211.Q4p(i H��rlrrrte�l I.irrre rrdrle�! 1.118 TQN East Bailey Boswell Road Addendum No.1 Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 2" Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disc�ualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: . � By: t� Title: Pre��den� CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 3 EAST BAILEY BOSWELL ROAD CITY PROJECT NO. 103320 ADDENDUM RELEASE DATE: September 1, 2021 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above referenced project are hereby revised and amended as follows: 1. The following items are RFIs that came up after addendum number 2 was issued. The responses are shown in RED below: a. Q: During the Prebid meeting, I wrote down that the Payment and Performance bonds are not necessary for this project. Can you please confirm this? A: The performance bond tis�i!! j�cyt be requirec� A Payment bond in the amount of $4,000,000.00 will be required. b. Q: In Addendum No. 1, question LL it was stated that a portion of the 30" casing will be installed by open cut. We wanted to make sure that the portion that will be open cut, will be paid under bid item#4 — 3305.1104 30" Casing By Other Than Open Cut. Could you please clarify? A: This has been corrected in the Bid Proposal. The guantity is now split into two separate bid items, 30"casing by other than open cut (bore) and 30" casing by open cut. 2. Replace entire proposal section with the version enclosed. (Revised excel spreadsheet has been posted to the purchasing website) 3. The following is a clarification on the tax-exempt status of this project: a. The City of Fort Worth is tax exempt. Some or all of the work my be tax exempt. It is up to the contractor to be able to prove to the state Comptroller that the project qualifies. The City is not required to issue anything. Permanent materials are tax exempt, the contractor may be able to claim tax exemption permanent materials. 4. SECTION 00 42 43 Bid Form SANITARY SEWER IMPROVEMENTS Bid Item 3305.1005 30" Crrsi�r.�� l�t� Ut3c�ir Cce� frrrs hc•e►r rrrlrler! 4$9 LF 5. SECTION 00 42 43 Bid Form SANITARY SEWER IMPROVEMENTS Bid Item 3305.1104 30" Casin B Other than O en Cu! � rra�zlit has been revised rom 2 272 LF to I 783 LF �-� �l�� Joseph W. Buchanan, P.E. Project Manager East Bailey Boswel/ Road Addendum No.1 Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 3" Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By:� � �'� � ' Title: ��$j���'j� ' 00 J2 43 DM - �ID PROPOSAL Pege 1 aCJ SECTION 00 42 43 Developer Awarded Projecls - PROPOSAL FORM UNIT PRICE BID - EAST BAILEY BOSWELL ROAD Project Ilem InFormalion Bidlisl Ilem No. Descriplion Specificalion Seclion No � Unil of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1B 19 20 21 22 23 24 1.1118 4"-12" Pressure Plug 5 0109 Trench Safely 5 0110 Utility Markers 1 0001 Ductile Iron Water Fittings wl Res[rain[ 1 0141 6" Water Pipe 1 0241 8" Water Pipe 1 0441 12" Water Pipe 2 0001 Fire Hydrant 2 0117 Connection to Existing 4"-12" Water Main 2.2201 2" Water Service, Meter Reconnection 2.3002 6" Gate Valve 2. 3003 8" Gate Valve 2.3005 12" Gate Valve 9.0004 12"xB" Reducer 9.0005 Conlrolled Low Strength Malerial 9 0006 Auta Flushing Device 3304.pp02 Posl-CCTV Inspecfian 3301 0101 Manhole Vacuum Testing 3305 0109 Trench Safety 3305 1005 30" Casing By Open Cut 3305.1104 30" Casing By Other Than Open Cut 3305.0110 Utility Markers B" Ductile Iron Sanitary Sewer Pipe 8" SDR 26 PVC Sanitary Sewer Pipe 16" Ductile Iron Sanitary Sewer Pipe 15" SDR 26 PVC Sanitary Sewer Pipe 0241.2103 B" Sewer Abandonment Plug 0330.0001 Concrete Encase Sewer Pipe 3213.0106 11" Conc Pvmt 3213.0301 4" Conc Sidewalk 3216.0101 6" Conc Curb and Gul[er 3331.3401 Ductile Iron Sewer Fittings 3305.0107 Manhole Adjustment, Minor 3339.0001 Epoxy Manhole Liner 3339.1001 4' Manhole 3339.1002 4' Drop Manhole 3339.1003 Extra Deplh Manhole 9999.0007 Water-Tight Hinged Manhole Frame, Cover and Grade Rings 9999.0008 Controlled Low Strength Material 9999.0023 Conlrolled Low Strength Material Backfill Between Manholes 1 D2d1.d4d7 Remove Headwall/SET 2 D241.3i 02 18" S[orm Abandonment Plug 3 U244.3103 21" S[orm Abandonment Plug 4 024t.3104 24" Storm Abandonmen[ Plug 5 [}24t.3100 36" Slorm Abandonment Plug 6 02d1 3710 42" Storm Abandonment Plug 7 3t256701 SWPPP >_ 1 acre 8 3305.6�09 Trench Safety 9 3305.6110 Utility Markers 10 33di 0103 16" RCP, Class III 11 33d� 0201 21" RCP, Class III 12 334� 0205 24" RCP. Class III 13 33d1.0302 30" RCP, Class III 14 33d1.0309 36" RCP. Class III 15 33d1.0402 42" RCP, Class III 16 33d1 0409 48" RCP, Class III 17 3341.0503 54" RCP. Class III 18 3341 0602 60" RCP, Class III 19 3341.1305 6x6 Box CulveR 20 3341.1404 7x6 Box Culvert 21 33d9.0001 4' Storm Junction Box 22 3349.0002 5' Storm Junction Box 23 3349.0003 6' Storm Junction Box 24 3349.0102 4' Stacked Manhole 25 3305.0112 Concrete Collar 26 3349.6001 10' Recessed Inle[ 27 3349.6002 15' Recessed Inle[ 28 3349.7001 4' Drop Inlet 29 3349.7003 6' Drop Inlet CIIVOF'h'OI2"I WORTH STANDARD C'ONSTRUCTION SPECIFICATION DOCUMLNTS - DEVLLOPER A WARDFII I'ROJECTS Fomi Version Moy 22, 2019 D2 41 14 33 05 10 33 05 26 33 11 11 33 11 10, 33 11 12 33 11 10, 33 11 12 33 11 10, 33 11 12 33 12 40 33 12 25 33 12 10 33 12 20 33 12 20 33 12 20 99 99 04 99 99 05 99 99 06 01 31 01 30 05 10 OS 22 05 22 05 26 11 10, 33 31 12, 33 31 20 11 10, 33 31 12, 33 31 20 11 10, 33 31 12, 33 31 20 11 10, 33 31 12, 33 31 20 41 14 30 00 13 13 13 20 16 13 11 11 05 14 39 60 39 10, 33 39 20 39 10, 33 39 20 39 10, 33 39 20 99 07 99 08 99 23 41 14 41 14 41 14 41 14 41 14 41 14 25 00 05 10 05 26 41 10 41 10 41 10 41 10 41 10 41 10 41 10 41 10 41 10 41 10 41 10 49 10 49 10 49 10 49 10 05 17 49 20 49 20 49 20 49 20 IPRC21-0050 Bidder's Application Bidders Proposal Bid Ouanlity Unit Price Bid Value EA 12 5475.9� $5,700. LF 4,352 8100 $4,352 LS 1 55,2d0.00 $5,200. LS 1 S45,OOO.OD $45,000. LF 31 $67 �0 $2,077. LF 1B0 SSB.pD $12,240 LF 4,141 S97 Up $376,831 EA 1 3B4OQO.OD $6,000 EA 2 S3,ApQ.pp $6,800 EA 11 SA.O� � $44,000 EA 1 $1.504 � $1,500 EA 12 $3,100 � $37,200 EA 18 53.dp0.�0 $61,200 EA i 3aoo 00 $800 LF 360 5�5.00 $27,000. EA 1 $7,00�.00 $7,000 LF EA LF LF LF EA LF LF LF LF EA CY SY SF LF LS EA VF EA EA VF EA LF EA 7,921 19 6,400 489 1,783 10 127 3,064 2,272 2,725 5 5 62 405 20 1 5 375 27 1 358 1 200 1 $1 S38 $127 $111 $12B $11 $75 $500 $100 $825 $130 $20,000 $5,700.00 $6,400.00 $139,365.00 $1,123,290.00 $1,000.00 $11,430 00 $116,432 00 $288,544 00 5302.475 DO 5275 f}p $1.06t7.0� $7.°3fi.fk7 $a, d 55 90 $1,5�0.00 5500 00 52, 500.0� 5108,75f5 pb 52SR.O�O.QO $13.OD�.aD �.3$.84a �0 5825 Gti S2fi.060 00 520,066 00 8 14 1 3 3 1 1 8,710 1 47 1,431 1,388 422 1,373 280 491 453 1,745 511 564 9 1 5 2 8 25 6 4 1 $60.00 $1,120 W $100.00 $100 W $110.00 583U.(Ip $180.00 554[l.�p $zoo.00 Szna.00 $30,000.00 S30.Q60.i1p $2,00 $17.A2t�,pp $4,200.00 �A,206.W $63.00 $2,9610� $67.00 $95,877 00 $77� Sip6.878.pp x�a.00 $ai.rfa.00 5133.00 5392.609.00 S 1 Sp.pp S50.d0a.0� 52�3.UD 5�W1.583.00 sx�a.aa s+zs,o�a.00 5336.QD 5589.$1�.Q0 $572.OD $261,fi37.00 56�9.uD 53a3.hrs.o0 56,300.90 55fi 760.60 $13.00CS.ap $13.066.60 51d,OQ�6.Up 570.�66.(70 �a.vaa.nv 5a,[saa.ao 5+ou.ov Ssaa.o� $7.fi�0.6Q $d5,6a6.00 5�.fi60.6p $18,d60.00 59,566.aQ 59.5a6.40 Ees[ �Ailey �oswell Rd ADMd3 -FTW alsx OOJ2q3 DM-�N PROPOSAL PaBe 2 oCJ SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM IPRC21-0050 UNIT PRICE BID - EAST BAILEY BOSWELL ROAD Bidder's Application Project Item Informalion Bidders Proposal Bidlisl Ilem No Descriplion Specification Seclion No Unit of Measure Bid quantity Unit Price Bid Value 30 3137 0102 Large Slone Riprap, dry 31 37 00 SY 515 $75 00 $38,625 00 31 '9999 0009 TxDOT PJB 99 99 09 EA 2 $20,000 00 $40,000 00 32 '9999 0010 TxDOT CH-PW-O 99 99 10 EA 2 $15,000.00 $30,000 00 33 �9999 0011 TxDOT Wingwall PW-1, HW=7', (4:1) 99 99 11 EA 1 $19,000 00 $19,000 00 T TA Nf7 tll: RAIN E 1MPR V Ni T 82,A3p.2�5.00 SJ1�1� IV�AVING_lMPRDYEM�NIS 1 Ot79 0101 Construclion Staking 01 71 23 LS 1 $80,000 00 $80,000 00 2 0577 0102 As-Built Survey Ot 71 23 LS 1 $9,000 00 $9,000.00 3 02d9 0800 Remove Rip Rap 02 41 13 SF 1420 $2 00 $2,840.00 4 02a1 1000 Remave Conc Pvm[ 02 41 15 SY 1289 $17 00 $21,913.00 5 D2ai 1100 Remove Asphalt Pvmt 02 41 15 SY 1S7 $16 00 $2,992 00 6 �2A7 0300 Remove ADA Ramp 02 41 13 EA 1 $400 00 $400 00 7 3a47 4108 Remove Sign Panel and Post 34 41 30 EA 4 $150 00 $600 00 B O7.A1 4401 Remove Headwall/SET 02 q1 14 EA 8 $600 00 $4,800 00 9 0741 3014 Remove 21" Storm Line 02 41 14 LF 90 $33 00 $2,970 00 10 0241 3015 Remove 24" Storm Line 02 41 14 LF 19 $37 00 $703 00 11 0241 3017 Remove 30" Storm Line 02 41 14 LF 12 $42 00 $504 00 12 0241 3023 Remove 4B" Storm Line 02 41 14 LF 20 $45 00 $900 00 13 3110 0102 6"-12" Tree Removal 31 10 00 EA 2 $2,000 00 $4,000 00 14 3123 0101 Unclassified Excavation by Plan (Cut:25,203 , Fi11:10,851 ) 31 23 16 CY 36,054 $11 00 $396,594 00 15 3211 0400 Hydrated Lime 32 11 29 TON 1,118 $20000 $223,600.00 16 3211.0502 S" Lime Treatment 32 11 29 SY 33,860 $5 50 $186,230.00 17 3213 0106 11" Conc Pvmt 32 13 13 SY 31,205 $65 00 $2,028,325.00 18 3213.0206 11" Conc Pvmt HES 32 13 13 SY 569 $128 00 $75,392 00 19 3212 0505 8" Asphalt Base Type B(Detour) 32 12 16 SY 172 $140 00 $24,080 00 20 3213.0301 4" Conc Sidewalk 32 13 20 SF 92,308 $5 50 $507,694 00 21 3213.0504 Barrier Free Ramp Type M-2 32 13 20 EA 3 $3,000 00 $9,000 00 22 3213.0509 Barrier Free Ramp, Type C-2 32 13 20 EA 3 $3,000 00 $9,000 00 23 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 25 $3,000 00 $75,000 00 24 3216.0101 6" Conc Curb and Gu[ter 32 16 13 LF 18,802 $1 50 $28,203 00 25 3217.0101 6" SLD Pvm[ Marking HAS (W) 32 17 23 LF 4,597 $1 60 $7,355 20 26 3217.0102 6" SLD Pvm[ Marking HAS (Y) 32 17 23 LF 2,324 $1 60 $3,718 40 27 3217.0103 6" BRK Pvmt Marking HAS (W) 32 17 23 LF 2,042 $1 60 $3,267 20 28 3217.0104 6" DOT Pvmt Marking HAS (W) 32 17 23 LF 71 $1 60 $113 60 29 3217.026" SLD Pvmt Marking HAS (V� 32 17 23 LF 453 $1 80 $815 40 30 3217.0401 16" SLD Pvmt Marking HAE (W) 32 17 23 LF 588 $4 00 $2,352 00 31 3217.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 LF 783 $13 00 $10,179 00 32 3217.1002 Lane Legend Arrow 32 17 23 EA 25 $120 00 $3,000 00 33 3217.1003 Lane Legend DBL Arrow 32 17 23 EA 2 $180 00 $360 00 34 3217.1004 Lane Legend Only 32 17 23 EA 11 $130 00 $1,430 00 35 3217.2104 REFL Raised Marker TY I I-C-R 32 17 23 EA 227 $4 00 $908 00 36 3217.2103 REFL Raised Marker TY I I-A-A 32 17 23 EA 27 $4 00 $108 00 37 3217.4301 Remove 4" Pvmt Marking 32 17 23 LF 1,360 $1 00 $1,360 00 38 3217.4303 Remove 8" Pvmt Marking 32 17 23 LF 275 $1 80 $495.00 39 3217.4307 Remove Raised Marker 32 17 23 EA 250 $1 00 $250 00 40 3232.0201 TxDOT Sld Ret Wall - RW 1(L) A 32 32 13 SF 527 $46 00 $25,296 00 41 3291.0100 Topsoil 32 91 19 CY 5,953 $27.00 $160,731 00 42 3292.0100 Block Sod Placement 32 92 13 SY 18,643 $5.00 $93,215.00 43 3292 0400 Seeding, Hydromulch 32 92 13 SY 4,411 $1.50 $6,616.50 44 3292 0500 Seeding, Soil Retention Blanket 32 92 13 SY 12,664 $2 00 $25,328.00 45 3441 3501 Salvage Street Lighl Pole 34 41 20 EA 1 $2,000.00 $2,000.00 46 3441 4003 Furnish/Install Alum Sign Ground Mount City Std 34 41 30 EA 22 $460 00 $10,120.00 47 9999 0011 Monolilhic Concrete Median Nose 99 99 11 SY 42 $340 00 $14,280.00 48 9999 0012 6" SLD Pvmt Marking HAE (Black) 99 99 12 LF 900 $4 00 $3,600.00 49 9999 0013 12" DOT Pvmt Marhing HAS (W) 99 99 13 LF 37 $4.00 $148.00 50 9999.0014 18" SLD Pvmt Marking HAE (Y) 99 99 14 LF 25 $5.00 $125.00 51 9999.0015 Yield Lines 99 99 15 LF 14 $23.00 $322 00 52 9999.0016 Flexible Delineator Post (Y) 99 99 16 EA 5 $200.00 $1,000.00 53 9999.0017 Remove Gravel Driveway 99 99 17 SF 9,126 $0.50 $4,563.00 54 9999.001 B Remove Cattle Guard 9g g9 18 LS 1 $600.00 $600 00 55 9999 0019 Remove Gate 99 99 19 LS 1 $600.00 $600 00 56 9999.0023 Remove and Dispose of Fence 99 99 23 LF 506 $5 00 $2,540 00 TOTAL 131T IV: PAVIk IMPR VEMEAlT $A.68S.538.30 crrr or rorzT woen i STANDARD CONSTRUCTION SPCCIFICATIDN DOCIIMF;N'f5 - DEVELOPLR AWARDCD PROICCTS Fom� Version Mey 22, 2019 Eesl �Ailey Dos�vell Rd ADMq3 - Ff W�;Isx SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID - EAST BAILEY BOSWELL ROAD 00 J2 J3 DAP-�IDI'ROI'OSAL Pegc 3 ofJ IPRC21-0050 Bidder's Application Project Item Informafion Bidders Proposal Bidlisl Item No Descriplion Specifcation Section No Unil of Measure Bid �uanlity Unil Price Bid Value SJPlIT y_' $rFj��T LiC�}ITENG FMPROVEAM1ENTS 1 2605 0112 Install Elec Sery Pedestal 26 05 00 EA 1 $8,800 00 $8,800 00 2 2605 3015 2" CONDT PVC SCH 60 (T) 26 05 33 LF 4950 $30 00 $148,500 00 3 3441 1502 Ground Box Type B, w/ Apron 34 41 10 EA 24 $1,100 00 $26,400 00 4 3441 1645 Furnish/Install Type 33A Arm 34 41 20 EA 44 $500 00 $22,000 00 5 3441 3003 Rtlwy Illum Assmbly TY 1 B 34 41 20 EA 26 $2,400 00 $62,400 00 6 3441 3201 LED Lighting Fixlure 34 41 20 EA 44 $700 00 $30,800 00 7 3441 3302 Rdwy Illum Foundalion TY 3 34 41 20 EA 26 $1,900 00 $49,400 00 8 3441 1405 No 2 Insula[ed Elec Conduit 34 41 10 LF 24111 $6 00 $144,666 00 T T L NIT V: STREET LIGHTING IMPROVEMENTS Sd92.96S.QQ F LI R VEMENT 1 26fl5.U111 Fumish/Install Elec Sery Pedestal 26 05 00 EA 1 $7,600 00 $7,600 00 2 2$�5 8015 2" CONDT PVC SCH 80 {T) 26 05 33 LF 90 $30 00 $2,940 00 3 2805.8015 2" CONDT PVC SCH 80 (B) 26 05 33 LF 50 $38 00 $1,900 00 4 2$a5.3025 3" CONDT PVC SCH 80 (T) 26 OS 33 LF 194 $38 00 $7,372 00 5 2b{}5.303A 4" CONDT PVC SCH 80 (B) 26 05 33 LF 407 $53 00 $21,571 00 6 3A41 1001 3-Sect Signal Head Assmbly 34 41 10 EA 8 $1,300 00 $10,400 00 7 3441 1002 4-Sect Signal Head Assmbly 34 41 10 EA 5 $1,600 00 $8,000 00 8 34d f 101 S Ped Signal Head Assmbly 34 41 10 EA 8 $900 00 $7,200 00 9 3dd5 1031 Audible Pedeslrian Pushbutton Station 34 41 10 EA 8 $900 00 $7,200 00 10 3441.1209 Furnish/Install BBU Sys[em EXT Mounted 34 41 10 EA 1 $13,000 00 $13,000.00 11 3441.1221 Furnish/Install Model 712 Preemption Detector 34 41 10 EA 3 $1,100 00 $3,300.00 12 3441.1230 Fumish/Install Radar Presence Detection Device 34 41 10 EA 4 $8,700.00 $34,800.00 13 3441.1231 Furnish/Install RadarAdvance Detection Device 3441 10 EA 3 $8,700.00 $26,100.00 14 3441.1234 Furnishllnstall Radar Cable 34 41 10 LF 1,360 $3.00 $4,080.00 15 3441.1311 5/C 14 AWG Mul[i-Conductor Cable 34 41 10 LF 172 $2.00 $344.00 16 3441.1312 7IC 14 AWG Mulli-Conductor Cable 34 41 10 LF 637 $3.00 $1,911.00 17 3441 1315 20/C 14 AWG Multi-Conductor Cable 34 41 10 LF 571 $5.00 $2,655.00 1B 3441.1322 3/C 14 AWG Multi-Conductor Cable 34 41 10 LF 1,155 $2.00 $2,310,00 19 3441.1408 NO 6 Insulated Elec Condr 34 41 10 LF 8 $3.00 $24.00 20 3441 1409 NO 8 Insulated Elec Condr 34 41 10 LF 2,000 $3.00 $6,000.00 21 3441 1413 NO 6 Bare Elec Condr SLD 34 41 10 LF 4 $3.00 $12 00 22 3441 1502 Ground Box Type B, w/Apran 34 41 10 EA 5 $1,100.00 $5,500 00 23 3441 1503 Ground Box Type D, w/Apran 34 41 10 EA 1 $1,500.00 $1,500 00 24 3441 1601 Furnish/Ins[all 5' Pedestrian Push Button Pole 34 41 10 EA 3 $500.00 $2,400 00 25 3441 1603 Furnishllnstall 10' - 14' Ped Pole Assmbly 34 41 10 EA 2 $1,100 00 $2,200 00 26 3441 1611 Furnishllnstall Type 41 Signal Pole 34 41 10 EA 1 $10,000 00 $10,000 00 27 3441 1612 Furnishllnstall Type 42 Signal Pole 34 41 10 EA 1 $9,000 00 $9,000 00 2B 3441 1615 Furnish/Install Type 45 Signal Pole 34 41 10 EA 2 $15,000 00 $30,000 00 29 3441 1623 Fumish/Install Mast Arm 16' - 36' 34 41 10 EA 2 $4,600 00 $9,200 00 30 3441 1625 Furnishllnstall Mast Arm 52' - 60' 34 41 10 EA 2 $9,600 00 $19,200 00 31 3441 1701 TY 1 Signal Foundation 34 41 10 EA 5 $1,400 00 $7,000 00 32 3441 1703 TY 3 Signal Foundation 34 41 10 EA 2 $4,000 00 $8,000 00 33 3441.1705 TY 5 Signal Foundation 34 41 10 EA 2 $6,500 00 $13,000 00 34 3441.1715 Signal Cabinet Foundation - 352i & BBU 34 41 10 EA 1 $6,000.00 $6,000.00 36 3441.1741 Furnish/Install 352i Controller Cabine[ Assembly 34 41 10 EA 1 $20,000.00 $20,000.00 37 3441.1901 Powder Coat Sig Pole and MA 16' - 36' 34 41 10 EA 2 $3,000.00 $6,000.00 38 3441.1903 Powder Coat Sig Pole and MA 52' - 60' 34 41 10 EA 2 $4,000.00 $8,000.00 39 3441.1904 Powder Coat Ped Pole 34 41 10 EA 2 $300.00 $600.00 40 3441.1905 Powder Coa[ Ped Pushbulton Pole 34 41 10 EA 3 $200.00 $600.00 41 3441.3052 Furnishllns[all LED Lighling Fixture (167 watt ATB2 Cobra Head) 34 41 20 EA 3 $750.00 $2,250 00 42 3441.4001 Furnish/Inslall Alum Sign Mast Arm Mount 34 41 30 EA 10 $900 00 $9,000 00 43 9999.0020 Opticom Detector Cable 99 99 20 LF 620 $3 00 $1,860 00 44 9999.0021 PTZ Camera 99 99 21 EA 1 $5,900 00 $5,900 00 45 9999 0022 PTZ Camera Cable 99 99 22 LF 95 $3 00 $285 00 7 VI: TliAFFlC I N PR V NT $34B,d7-0.plJ Bid 5u mmnry VNiT I WA7ER UNIT II: SANITARY SEWER UNIT III: DRAINAGE UNIT IV: PAVING UNIT V: STREET LIGHTING UNIT VI: TRAFFIC SIGNAL Tofal Conslrucliou CfI Y OF FORT W ORTH STAN�ARDCONSTRUCTIONSPECIFICAIION DOCUMLNTS-�EVELOI'FIfAWARDLDPRO1FCfti Fami Vcrsion Mey 22, 2019 52,472,762 aa92,95G $3a6.nia �10.466,8G3.3� Eusl BNlcy doswcll Rd ADMN3 -1•TW a�lsa SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM 00 J243 DAP- Bm PROPOSAL Pegaq oF4 IPRC21-0050 UNIT PRICE BID - EAST BAILEY BOSWELL ROAD Bidder's Application ProJecl Item Informetion Bidders Proposel Bidlist Nem No Descriplion Specifcalion Section No. Unit of Meesure Bid Quanlily Unif Price Bid Value This Bid is submi[[ed bY the enti .ty named below: BIDDER: Jackson CansMuction, L[d. Sll2 Suu Velley Drive Fort Worth, Texes 76119 Contrac[ar agrees to complefe WORK for FINAL ACCEPTANCE wifhio WNTRACI' commences to run as provided io the Ceneral Conditions. END OF SECf10N C[TYOFFORT WORTH STANDARD CONSTRUCTfON SPGCIFICATION DOCUMEM 5- DEVELOPER AWARDED PROJECTS Fom� Varsion Mey 22, 2019 BY: II on .�� � _ �.�� TITLE: President DATE: September 2, 2021 300 worldng days after the dafe wheo the Eaal BAiley Baswall Rd ADMk3 - FIW xlsz 00 43 13 DAP BID BOND FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 1 CITY OF FORT WORTH STANDARD CONSTRUCTION BID BOND FORM – DEVELOPER AWARDED PROJECTS 00 43 13_Bid Bond_DAP.docx Form Version April 2, 2014 SECTION 00 43 13 DAP - BID BOND BY THESE PRESENTS: That we, _____________________called the Principal, and ______________________ a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of ____________________ and No/100 Dollars said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS the Principal has submitted a proposal to perform work for the following project of the Obligee identified as: East Bailey Boswell Road NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal’s Total Bid Amount and the next selected Bidder’s Total Bid Amount. SIGNED this ________ day of __________________, 20___. By: _______________________________________________________________________ (Signature and Title of Principal) By: _______________________________________________________________________ (Signature of Attorney-of-Fact) *Attach Power of Attorney (Surety) for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION Document A314T� - 2�'�� Conforms with The Amertcan Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: {:1�`mue, lcgal shrfta� o�idadclr��+y Jackson Construction, Ltd. 5112 Sun Valley Drive Fort wortn Tx OWNER: ,l,1,'cmn, lc:Ral sla�rrs and adc�i essl ciry of Fort wortn 76119 TX SURETY: ,/.'b'tml� le�►trlslalus curd princfpa! pince t jhu�i�ee�.�} The Hanover Insurance Company 440 Lincoln Street Worcester MA 01653 BOND AMOUNT: $ 5% Five Percent of Amount Bid PROJECT: {.'�'anrc. localfo�r or oddres� a�rd 1'roject �irrn�ber, �'�u} j East Bailey Boswell Road. Project No. 103320 This document has important legal consequences. Consulta8on with an attorney is encouraged witf► respect to its oompletion or modfication. Any singular reference to Contractor, Surety, Ovmer or other party shail be considered plural where applicable. Tl�c Contractor and Suret}• aro bound to thc O��rocr in Il�c amount sct forth abovc, for thc p�}�mcnt of «l�ich thc Controctor snd Surct}� bind tl�crosclvcs, tl�cin c�irs, cxccutors, administr3tors, succcssors and nssigns, jointl�� and scvcrally, As provided hcrcin. Tlic conditions of this Bond are such tl�at if thc O+vncr acccpts thc bid of tlic Contractor «ithin tha timc spcciCcd in thc bid documcnts, or ���tliin sucli timc period as may be agreed to by the Ut�ner �nd Contractor, and the Contractor either (1) enters into a contract ���d� the U��ner in accord�nce �vith tl�e terms of such bid, and gives such bond or bonds os n�ay be specified in the bidding or Contrnct �ocunients, �r•ith � surety udmitted in tl�c jurisdiction of tlie 1'roject mid othern�ise acceptable to tl�e U«ncr, for tlie faitl�ful perFormance of sucl� Contract and for tl�e prompt parment of labor and material furnished in the prosecution thereof•. or (2) pays to tlie (h�ner the dit2erence, not to exceed t[ie amount of tl�is f3ond, bet��een t[ie amount specified in said bid and such larger mnount for ��hicli the Uti�ner may in good f�ith contract �eith another parl; to perlimn Q� n�ork cwered by said bid, then this obligation shall t� null and void, olhenvise lo rentain in liill IiinC und ellecL ThC Surety herehy ami�es uny notice ul'mi ugreement beuvecn lhe Awner und Gmtructor to e�.tend the lime in �vhich the n��7ter muy uccept the hid.l�l'aiver af nc�ti�;e hy th� Surety sha11 nat upply [u any extensicm e�ceedin� rixly (6Q) duyz in the uggregute be��ond lhe time li►r acceptance ol'bidti speciliecl in the bid document�: and the Oa�ier und Cuntmclor tihall ohtuin ihe Suret��s cunsent li�r s�n extension bey�ond tiixly (6Q) da}s. IFthis Bond is issucd in conncction ��ith a subcontractors bid to a Contractor, thc tcmi Contractor in tlus Bond shall bc dccmcd to bc Subcontractor and thc tcmi O«ncr shall bc dccmcd to bc Contractor. VVhen thix �3ond hus been lumishecl to comply �rith a stututc�ry or other legal requir�ment in the Icwation of lhe Prajecl, uny prt►cision in this T3ond co�illicting ��•ith suid statutoq� or legal requiremenl shotl t� deemecl deleled hcrel'n�m und �ro��itiions cunliim�ing tu st�ch tilatutory ur other le�al rcyuirement sha11 be deemecl incomc�mted her�iia. When tii� lumixhed, thC intent is thu� thir f3ond shull be contitr��d as u�tatutorg bond and not ns a common lu�v bond. Si�ncd and sca[ed this 2R� day of September, 2021 Jackson Construction, Ltd. � �,/� (Priircipn!) (S��l) I!!•7rnass� - BY� �l� �rle) �51 81] S��a'�uc� �Ti'inrecr� en ararn The Hanove� Insurance Company I�tirr�Yty j (.Seal) ��f �p� �F Q]I. `:I �'-'L_.. '-T ^-C R7rle)Teuta Luri Attorney-in-Fact S-0054/AS 8l10 THE HANOVERINSURANCECOMPANY MASSACHUSETTS BAYINSURANCECOMPANY CITIZENS INSURANCE COMPANY OF AMERICA POYYER OF ATTaRlYEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and e�sting underihe laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a wrporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Company") dces hereby oonsNtute and appoint, Steven R. Foster, Jack M. Crowley, Laurie Pflug , and Teuta Lurf Ofwllis Towers Watson Insurance Services West, Inc of Dallas, TX each individually, ifthere be more than one named, as its true and lawful attomey(s)-in- fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attesfed by the secretary of the Company, in their own proper persons. Provided however, that this power of attomey limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Five Million and NoH00 (535,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Diredors ofsaid Company, and said Resolutions remain in full Torce and effect: RE50LVED: That the Preside�t or any vice President, in conjunction with any vce President, be and they hereby are authorized and empowered to appoint Attomeys-in-iact of the Company, in its name and as it acts, to execute and acknowledge for and on ds behalf as surety, eny and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal ofthe Company. Any such w�tings so executed by such Attomeys-in-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regulariy elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attomey and certification in respect thereto, granted and executed by ttie President or�lce President in conjunction with any Vice President of the Company, shall be binding on the Company tothe same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted Odober 7,1981 � The Hanover Insurance Company; Adopted April 14,1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001— Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANYand CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two vce Presidents, fhis 10"' day of January, 2020. THE HANOVER INSUit E COINPANY THE HANOVER IN9URANCE CpMPANY MASSACFIU5ETT3 Y I URAHCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSl1RA � G MPANEY OF AMERICA CkTf2�HS INSURANCE COMPANY OF AMERICA VIe6 i'ra��dant y�x � ' �oia 'E ti�'�...+' -si t THE COMMONWEALTH OF MASSACHUSETTS ] COUNTY OF WORCESTER ) ss. On ihis 10"' day of January, 2020 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company ofAmerica, to me personally known to be the individuals and officersdesaibed herein, and acknowledged that the seals affixed to the preceding instrument are the cprporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as o�cers were duly affixed and subscribed to said instniment by the authority and direction of said Corporations. � ARLEEN V. SIMONS t Narxry Pubpc ��ON��Lih OF �CNU9E7Y5 My Commiasfon EYpiree Juno t5, 2023 �. • Ar:een V. S�mons, rvolary u Ec My Commissfon Expires June 15, 2023 I, the undersigned Vce Presiderrt of �he Hanover Insurance Company; Massachusetts Bay Insurartce Company and Citizens Insurance Company of America, hereby ceRifythatthe above and foregoing is a full, We and correct copy ofthe Original PowerofAttomey issued by said Companies, and do hereby further certity that the said Powers ofAttomey are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 2nd day of September, 2021 CERTIFIED COPY THE MANOVER INSURANCE COMPANY fAA ACHUSETTS BAY 1NSURANCE COMVANY C��S 1!iffiUR$��CPHiPAHY OF AMERICA � ! t _ . ��-7t. I f L__.a� —� � CBrrfekA.Bilgh, sldan! 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2014 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 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 Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information 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 day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm’s e-mail address and fax number. (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (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 statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (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 independent who is not, in fact, independent. (6) The accountant’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) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not 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 determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2014 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2014 0o as t z DAP PREQUAL]FICATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. I�7 tlie "Majar Work T e" bnx �ro�icie the co��i lete n�a'ar wcrrk t e asid actual desci•i �tion as ro�ided !� the Water De artineiit #'or water� a�iJ se��+er aiztl "rf'W 1c�r� avi�� . Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Auger Boring — 24-inch diameter casin and less Skaggs Road Boring Inc 04/30/2022 Water Distribution — Development, 12-inch diameter and smaller Jackson Construction, Ltd. 4/30/2022 CCTV, 12-inches and smaller ACE Pipe Cleaning Inc 2/28/2022 Sewer Collection System, Development, 12-inch diameter and smaller Jackson Construction, Ltd. 4/30/2022 Sewer Interceptors, Development, 24-inches and Jackson Construction Ltd smaller � 4/30/2022 Concrete Paving Construction/Reconstruction (15,000 SY and Greater Jackson Construction, Ltd. 2/1/2023 Roadway and Pedestrian ' Li htin /� r � � � � C Y i . � � � � � The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Jackson Construction, Ltd. 5112 Sun Valley Drive BY: "['r�y L. Jackson Fort Worth, TX 76119 � � �G i��aature) TITLE: president DATE: September 2, 2021 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP.docx Form Version September 1, 2015 SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: “BIDDER PREQUALIFICATION APPLICATION” Name under which you wish to qualify 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling – 36-Inches – 60 –inches, and 350 LF or less Tunneling - 36-Inches – 60 –inches, and greater than 350 LF Tunneling – 66” and greater, 350 LF and greater Tunneling – 66” and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches – 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? 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 contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/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) Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 14. Equipment $_______________ TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. 00 45 13 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. _______________________________________________, being duly sworn, deposes and says that he/she is the __________________________________ of ___________________________, the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 �$ 36 37 �$ 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 103320 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Jackson Construction, Ltd. By; Troy L. Jackson Company (Please Print) .,---------"�;' 5112 Sun Valle Drive y Signature: -:�-� ' �,�'-s!'�� Address Fort Worth, TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT Title: President � 0 (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Ti'01i La Jc'�CkS�� , known to me to be the person whose name is subscribed to the foregoing instrume�ra�n�d;��k��wledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GIVE LJNDER MY HAND AND SEAL OF OFFICE this � day of , 20v�.1• r �Y��!?� Nicole McCollum %� z�r n My Comrnission Expl�as �� �_-�� ^� :q �oiso+2oa2 ary Public in an or the State of Texas qj�:�;�i�� ID No. 129952648 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 EAST BAILEY BOSWELL ROAD Ciry Project Number 103320 00 45 40 - 1 Business Equity Ordinance Specifications Page 1 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 2, 2021 1 SECTION 00 45 40 2 TEMPORARY REVISION (COVID-19) 3 Business Equity Specifications 4 APPLICATION OF POLICY 5 If the total dollar value of the City Participation in the contract is greater than $100,000, then a Business 6 Equity goal is applicable. 7 A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises 8 (M/WBE). 9 10 POLICY STATEMENT 11 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 12 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 13 stated in the City’s current Business Equity Ordinance No.24534-11-2020 apply to this bid. 14 15 BUSINESS EQUITY PROJECT GOALS 16 The City's M/WBE goal on this project is 18% of $4,000,000, the City’s participation in the contract. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On contracts where a Business Equity Goal is applied, offerors are required to comply with the intent of 21 the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the 22 following methods: 1. Business Equity subcontracting participation; 2. Commercial useful function 23 services performed by the Business Equity Prime to count towards the goal; 3. Combination of 24 Business Equity Prime services and Business Equity subcontracting participation ; 4. Business 25 Equity Joint Venture participation; 5. Good Faith Effort documentation; or 6. Prime Waiver 26 documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must 30 be received by City Project Manager within the time allocated, in order for the entire bid to be considered 31 responsive to the specifications. The offeror shall EMAIL the Business Equity documentation to the 32 assigned City of Fort Worth Project Manager or Department Designee. Documents are to be received no 33 later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid 34 opening date. A faxed copy will not be accepted. 35 36 The Offeror must submit one of the following documentation: 37 1. Utilization Form, if the goal is met or exceeded, 38 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 39 participation is less than stated goal, or no Business Equity participation is accomplished, 40 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 41 all subcontracting/supplier opportunities, 42 4. Joint Venture Form, if goal is met or exceeded with a Joint Venture. 43 00 45 40 - 2 Business Equity Ordinance Specifications Page 2 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 2, 2021 1 These forms can be found on-line at: 2 3 Business Equity Utilization Form 4 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP_60%20-5 %20MWBE_NEW%20Business%20Equity%20Ordinance_Business%20Equity%20Utilization%20Form.6 pdf 7 8 Business Equity Prime Contractor Waiver Form 9 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-10 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Prime%20Contractor11 %20Waiver.pdf 12 13 Business Equity Good Faith Effort Form 14 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-15 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Good%20Faith%20Ef16 fort%20Form.pdf 17 18 Business Equity Joint Venture Form 19 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60%20-20 %20MWBE/NEW%20Business%20Equity%20Ordinance/Business%20Equity%20Joint%20Venture.pdf 21 22 23 24 25 26 27 28 Any Questions, Please Contact The Business Equity Division at (817) 392-2674. 29 END OF SECTION 30 31 Revision Log DATE NAME SUMMARY OF CHANGE 6/2/2021 Patrick Buckley Adding Business Equity to City’s participation for Developer led projects. 32 33 FAILURE TO COMPLY WITH THE CITY’S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTIY DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 10/20/2021 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 5 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the 40 Contract Documents an amount in current funds of ten million four hundred siztv-six thousand 41 eight hundred sixty-three dollars and thi cents ($10 466,863 30) 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 1. This Agreement. 47 48 49 50 51 52 53 54 55 56 57 58 59 60 2 3. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. Business Equity Specifications Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 68 69 70 71 72 73 74 75 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH EASTBAILEYBOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS Ciry Project Nunsber 103320 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project Number 103320 Revised June 16, 2016 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 provision is specifically intended to operate and be effective even if it is alle ged or 93 proven that all or some of the damages being sought were caused, in whole or in part, 94 by any act, omission or negligence of the city 95 96 6.3 To the fullest extent permitted by applicable law, Contractor agrees to indemnify, 97 defend and hold harmless Developer, Transwestern Development Company and the 98 development manager (collectively, the foregoing are referred to as “Developer 99 Parties”); and each of their respective affiliated companies, partners, successors, 100 assigns, heirs, legal representatives, devises, officers, directors, shareholders, 101 employees, consultants and agents, now existing or which may hereafter exist, (herein 102 collectively “Indemnitees”) for, from and against any and all claims, liabilities, suits, 103 actions, legal proceedings, awards, judgments, damages, fines, penalties, losses, costs 104 and expenses, including attorneys’ fees (whether or not suit is filed) and costs and 105 expenses of litigation and of investigation (collectively “Losses and Liabilities”) to the 106 extent caused by or resulting from the negligence of, fault of, or breach of this 107 Contract by Contractor, any Subcontractor, anyone directly or indirectly employed by 108 either the Contractor or Subcontractor, or anyone that the Contractor or 109 Subcontractor control or exercise control. 110 6.4 In claims against any person or entity indemnified under this Section 6.4 by an 111 employee of the Contractor, a Subcontractor, anyone directly or indirectly employed 112 by them or anyone for whose acts they may be liable, the indemnification obligation 113 under Section 6.4 shall not be limited by a limitation on amount or type of damages, 114 compensation or benefits payable by or for the Contractor or a Subcontractor under 115 workers’ compensation acts, disability benefit acts or other employee benefit acts. 116 Without intending to limit the scope of liabilities in any way, and to the extent 117 permitted by applicable law, the Contractor expressly waives its immunity under the 118 applicable worker’s compensation statute in connection with any indemnitee’s claim 119 for indemnification under this Section 6.4. 120 121 00 52 43 - 4 Developer Awarded Project Agreement Page 4 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS City Project Number 103320 Revised June 16, 2016 122 123 Article 7. MISCELLANEOUS 124 7.1 Terms. 125 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 126 the Construction Contract for Developer Awarded Projects. 127 7.2 Assignment of Contract. 128 This Agreement, including all of the Contract Documents may not be assigned by the 129 Contractor without the advanced express written consent of the Developer. 130 7.3 Successors and Assigns. 131 Developer and Contractor each binds itself, its partners, successors, assigns and legal 132 representatives to the other party hereto, in respect to all covenants, agreements and 133 obligations contained in the Contract Documents. 134 7.4 Severability. 135 Any provision or part of the Contract Documents held to be unconstitutional, void or 136 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 137 remaining provisions shall continue to be valid and binding upon DEVELOPER and 138 CONTRACTOR. 139 7.5 Governing Law and Venue. 140 This Agreement, including all of the Contract Documents is performable in the State of 141 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 142 Northern District of Texas, Fort Worth Division. 143 144 7.6 Authority to Sign. 145 Contractor shall attach evidence of authority to sign Agreement, if other than duly 146 authorized signatory of the Contractor. 147 148 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 149 counterparts. 150 151 This Agreement is effective as of the last date signed by the Parties (“Effective Date”). 152 153 154 155 156 157 158 159 160 161 162 163 10/20/2021 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement rnodifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a written contract or agreement to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an endors� ment under this Coverage Part which includes such person or organization in the endorsemenYs schedule; is an insured, but: a. Only with respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injur�l' caused by an offense that is committed, subsequent to the signing of that contract or agreement and while that part of the contract or agreement is in effect; and b. Only as described in Paragraph (1), (2) or (3) be- low, whichever applies: (1) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: (a) The Additional Insured — Owners, Les- sees or Contractors —(Form B) endors� ment CG 20 10 11 85; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10 10 01, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 10 01; the person or organization is an additional in- sured only if the injury or damage arises out of "your work" to which the written contract or agreement applies; (2) If the written contract or agreement specifical- ly requires you to provide additional insured coverage to that person or organization by the use of: CG D6 04 02 19 O 2017 The Travelers IndemnityCompany. All rights reserved. (a) The Additional Insured — Owners, L2S- sees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contrac- tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Addi- tional Insured — Owners, Lessees or Con- tractors — Scheduled Person Or Organi- zation endorsement CG 20 10, or the Ad- ditional Insured — Owners, Lessees or Contractors — Completed Operations en- dorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional in- sured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the written contract or agreement applies; or (3) If neither Paragraph (1) nor (2) above applies: (a) The person or organization is an addi- tional insured only if, and to the extent that, the injury or damage is caused by acts or omissions of you or your subcon- tractor in the performance of "your work" to which the written contract or agree- ment applies; and (b) Such person or organization does not qualify as an additional insured with re- spect to the independent acts or omis- sions of such person or organization. The insurance provided to such additional insured is subject to the following provisions: a. If the Limits of Insurance of this Coverage Part shown in the Dedarations exceed the minimum limits required by the written contract or agree- ment, the insurance provided to the additional in- sured will be limited to such minimum required limits. For the purposes of determining whether Page 1 of 2 64153830 � 21-22 GL/Auto/WC/$lOmi1 Umb/Equip � Krista Aburrow � 9/27/2021 ll:24:55 AM (PDT) I Page 3 of 16 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required by the written contract or agreement will be con- sidered to include the minimum limits of any Um- brella or Excess liability coverage required for the additional insured by that written contract or agreement. This provision will not increase the limits of insurance described in Section III — Limits Of Insurance. b. The insurance provided to such additional insured does not apply to: (1) Any "bodily injur�!', "property damage" or "personal injury" arising out of the providing, or failure to provide, any professional archi- tectural, engineering or surveying services, including: (a) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (b) Supervisory, inspection, architectural or engineering activities. (2) Any "bodily injury' or "property damage" caused by "your work' and included in the "products-completed operations hazard" un- less the written contract or agreement specifi- cally requires you to provide such coverage for that additional insured during the policy period. c. The additional insured must comply with the fol- lowing duties: (1) Give us written notice as soon as practicable of an "oocurrence" or an offense which may Page 2 of 2 result in a claim. To the extent possible, such notice should include: (a) How, when and where the "occurrence" or offense took place; (b) The names and addresses of any injured persons and witnesses; and (c) The nature and location of any injury or damage arising out of the "occurrence" or offense. (2) If a claim is made or "suiY' is brought against the additional insured: (a) Immediately record the specifics of the claim or "suit" and the date received; and (b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as soon as practicable. (3) Immediately send us copies of all legal pa- pers received in connection with the claim or "suiY', cooperate with us in the investigation or settlement of the claim or defense against the "suif', and otherwise comply with all policy conditions. (4) Tender the defense and indemnity of any claim or "suit" to any provider of other insur- ance which would cover such additional in- sured for a loss we cover. However, this con- dition does not affect whether the insurance provided to such additional insured is primary to other insurance available to such additional insured which covers that person or organiza- tion as a named insured as described in Par- agraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions. 02017 The Travelers IndemnityCompany. All rights reserved CG D6 04 02 19 64153830 I 21-22 GL/Auto/WC/$lOmi1 Umb/Equip � Krista Aburrow j 9/27/2021 11:24:55 AM (PDT) I Page 4 of 16 COMMERCIAL GENERAL LIABI�ITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical e�enses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions af this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured — Unnamed Subsidiaries B. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Operations C. Incidental Medical Malpractice D. Blanket Waiver Of Subrogation E. Contractual Liability — Railroads F. Damage To Premises Rented To You PROVISIONS a. An organization other than a partnership, joint A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or SUBSIDIARIES b. A trust; The following is added to SECTION II — WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, g, g�,qNKET ADDRIONAL INSURED — joirrt venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORQATIONS RELATING TO OPERATIONS Declarations is a Named Insured if: a. You are the sde owner of, or maintain an ownership interest of more than 50% in, such subsidiary on the first day of the policy period; and b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injur�!' or "property damage" that occurred, a- "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% in such subsidiary; or b. After the date, if any, during the policy period that you no longer maintain an ownership interest of more than 50% in such subsidiary. For purposes of Paragraph 1. of Section II — Who Is An Insured, each such subsidiary will be deemed to be designated in the Declarations as: The following is added to SECTION II — WHO IS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to operations perFormed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operations. The insurance provided to such governmental entity does not apply to: a. Any "bodily injur�l', "property damage" or "personal and advertising injury" arising out of operations performed for the governmental entity; or b. Any "bodily injury' or "property damage" included in the "products-completed operations hazard". CG D3 16 0219 O 2017 The Travelers Indemnity Company. All rights reser�ed. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 64153830 � 21-22 GL/Auto/WC/$lOmil Umb/Equip � Krista Aburrow � 9j27/2021 11:24:55 AM (PDT) � Page 5 of 16 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE 1. The fdlowing replaces Paragraph b. of the definition of "occurrence" in the DEFINRIONS Section: b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The fdlowing replaces the last paragraph of Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing a-failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician or paramedic; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed a- volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The fdlowing replaces the last sentence of Paragraph 5. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". 4. The fdlowing exdusion is added to Paragraph 2., Exclusions, of SECTION 1— COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury' or "property damage" arising out of the violation of a penal statute or ordinance relating to the sale of pharmaceuticals committed by, or with the Imowledge or consent of, the insured. 5. The following is added to the DEFlNRIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related fumishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. 6. The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidenta� medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. D. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: a. "Bodily injury" or "property damage" that occurs; or b. "Personal and advertising injury" caused by an offense that is committed; subsequent to the execution of the contract or agreement. E. CONTRACTUAL LIABILITY—RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINffIONS Section: c. Any easement or license agreement; Page 2 of 3 O 2017 The Travelers Indemnity Company. All rights reserved. CG D3 'I s OZ 'I9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 64153830 � 21-22 GL/Auto/WC/$lOmi1 Umb/Equip � Krista Aburrow � 9/27/2021 11:24:55 AM (PDT) j Page 6 of 16 COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. F. DAMAGE TO PREMISES RENTED TO YOU The following replaces the definition of "premises damage" in the DEFINITIONS Section: "Premises damage" means "property damage" to: a. Any premises while rented to you or temporarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. CG D3 16 02 19 O 2017 The Travelers Indemnity Company. All rights reserved. Pag2 3 Of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 64153830 � 21-22 GL/Auto/WC/$lOmil Umb/Equip I Krista Aburrow �I 9/27/2021 11:24:55 AM (PpT) � Page 7 of 16 ��AV��ERS� ONE TOWER SQUARF HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) — 001 POLICY NUMBER: Us-3R693578-20-26-G TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsementapplies onlytothe insurance provided bythe policy becauseTexas is shown in Item 3.A. of the Information Page. We havethe rightto recoverour paymentsfrom anyone liableforan injurycovered bythis policy. Wewill not enforceourrightagainsttheperson ororganization named intheSchedule, butthiswaiverappliesonlywith respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall notoperate directlyor indirectlyto benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. �• ❑ Specific Waiver U Blanket Waiver Any person or organization forwhom the Named Insured has agreed bywritten contractto furnish this waiver. 2• Operations: ALL TEXAS OPERATIONS 3• Premium: The premium charge forthis endorsement shall be 2. oo percent ofthe premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described.. 4• Advance Premium: $ sEE SCxEDULE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium DATE OF ISSUE: 10-16-20 STASSIGN: Page 1 of 1 O Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. 64153830 � 21-22 GL/Auto/WC/$lOmi1 Umb/Eguip � Krista Aburrow � 9/27/2021 11:24:55 AM (PDT) I Page 8 of 16 COMMERCIAL AUTO POLICY NUMBER: 810-8N321824-19-26-G ISSUE DATE: 10-08-19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION/NONRENEWAL PROVIDED BY US - TEXAS This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SCHEDULE CANCELLATION: WHEN WE DO NOT RENEW (Nonrenewal) Number of Days Notice: 60 Number of Days Notice: 60 PROVISIONS: A. For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state cancellation endorsement applicable to this insurance, is in- creased to the number of days shown in the SCHEDULE above. B. For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of When We Do Not Renew (Nonrenewal), as provided in the CONDITIONS Section of this insurance, or as amended by any applicable state When We Do Not Renew (Non- renewal) endorsement applicable to this insur- ance, is increased to the number of days shown in the SCHEDULE above. CA FO 85 02 15 O 2015 The Travelers Indemnity Company. All rights reserved. Page 1 Of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. 64153830 � 21-22 GL/Auto/WC/$lOmil Umb/Equip I Krista Aburrow � 9/27/2021 11:29:55 AM (PDT) I Page 9 of 16 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONALPROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION il — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which 2. The following replaces Paragraph b. in B.S., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 02 15 O 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. 64153830 � 21-22 GL/Auto/WC/$lOmil Umb/Equip I Krista Aburrow � 9/27/2021 11:24:55 AM (PDT) I Page 10 of 16 COMMERCIAL AUTO permission, while perForming duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or yQur personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time ofF from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph 6.7., Policy Period, Coverage Territory, of SECTION IV — SUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 OO 2015 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. CA T3 53 02 15 64153630 � 21-22 GL/Auto/WC/$lOmil Umb/Equip j Krista Aburrow I 9/27/2021 11:24;55 AM (PDT) � Page 11 of 16 COMMERCIAL AUTO You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and The following is added to Paragraph D., Deducti- ble, of SECTION 111 — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to � glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accidenY'. I. PHYSICAL DAMAGE — TRAIVSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of M $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONALPROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.S., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS : 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by CA T3 53 02 15 O 2015 The Travelers Indemnity Company. All rights reserved. Pag2 3 Of 4 Includes copyrighted material of Insurance Services Offce, Inc. with its permission. 64153830 I 21-22 GL/Auto/WC/$lOmil Umb/Equip � Krista Aburrow � 9/27/2021 11:24:55 AM (PDT) � Page i2 of 16 COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV — BUSINESS AUTO CONDITIONS: Page 4 of 4 O 2015 The Travelers Indemnity Compa ny. All rights reserved . CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. 64153830 � 21-22 GL/Auto/WC/$lOmil Umb/Equip i Krista Aburrow I 9/27j2021 11:24:55 AM (PDT) j Page 13 of 16 POLICY NUMBER: 810-SN321824-19-26-G ISSUE DATE: 10-08-19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 3 0 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ- ATION INCLUDED IN SUCH WRYTTEN REQUEST FROM YOU TO US. PROVISIONS: If we cancel this policy for any statutorily permitted above. We will mail such notice to the address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 11 OO 2011 The Travelers Indemnity Company. AII rights reserved. Page 1 Of 1 64153830 � 21-22 GL/Auto/WC/$lOmil Umb/Equip � Krista Aburrow I 9/27/2021 11:24:55 AM (PDT) � Page 14 of 16 POLICY NUMBER: DT-co-8rr320483-Pxx-20 COMMERCIAL GENERAL LIABILITY ISSUE DATE: 10-14-20 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED IN A WRITTEN CONTRACT THAT IS IN EFFECT DURING TIiIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C(SECTION I), which can be attributed only to operations at a single desig- nated "project" shown in the Schedule abo ve: 1. A separate Designated Project General Ag- gregate Li mit applies to each designated "pro- ject", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations, unless separate Designated Project General Aggregate(s) are sched- uled above. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A., except damages because of "bodily injury" or "prop- erty damage" included in the "products- completed operations hazard", and for medi- cal expenses under COVERAGE C, regard- less of the number of: a. I nsured s; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Designated Project General Aggregate(s): GENER.AL AGGREGATE LIMIT SHOWN ON THE DECLARATIONS. 3. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the Desig- nated Project General Aggregate Limit for that designated "project". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they re- duce any other Designated Project General Aggregate Limit for any other designated "project" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Ag- gregate Li mit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A. (SECTION I), and for all medical expenses caused by accidents un- der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule abo ve: CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 64153830 I 21-22 GL/Auto/WC/$lOmi1 Umb/Equip � Krista Aburrow � 9/2?/2021 11:24:55 AM (PDTi I Page 15 of 16 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. for damages or under COVERAGE C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Ag- gregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Project General Aggregate L imit. C. Part 2. of SECTION III — LIMITS OF INSURANCE is deleted and rep laced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Damages under Coverage B; and b. Damages from "occurrences" under COVERAGE A(SECTION I) and for all medical expenses caused by accidents under COVERAGE C(SECTION I) which cannot be attributed only to operations at a single designated "project" shown in the SCHEDULE above. D. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "properry damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gate Limit nor the Designated Project General Aggregate Li mit. E. For the purposes of this endorsement the Defini- tions Section is amended by the addition of the following definition: "Project" means an area away from premises owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the applicable aggregate limit of insurance, each "project" that includes premises involving the same or connecting lots, or premises whose con- nection is interrupted only by a street, roadway, waterway or right-of-way of a railroad shall be considered a single "project". F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this en- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, The Travelers Indemniry Company, 2004 CG D2 1"I 01 04 64153830 �, 21-22 GL/Auto/WC/$lOmil Umb/Equip � Kri.sta Aburrow � 9/27/2021 11:24:55 AM (PDT) I Page 16 of 16 20th October 21 20th October 21 20th October 21 oa6zi9-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 6 7 8 9 10 11 12 13 NOW THEREFORE, the condition of this obligation is such that if Principal sha11 remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactary to the City, then this obligation sha11 become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and all such defective Work to be repaired and/or reconstructed with a11 associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 20 21 22 23 PROVIDED FURTHER, that this obligation sha11 be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVEIAPER AWARDED PROJECTS Revised January 31, 2012 EAST BAILEY BOSWELL ROAD CiryProjectNumber 103320 20th October 21 THE HANOVERINSURANCE C�MPANY MASSACi-IUSETTS BAY INSURANCE GOMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OFA770RNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein siated. 4CNOW ALL PER50NS BY THESE PRESENTS: That TH E HANOVER I NS U RANCE COMPANYand MASSACH USETTS B,qY INSU RANCE COMPANY, both being corporations organized and existing under the laws of the State ofi New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the "Compan�l') does hereby constitute and appoint, Steven R. Foster, Jack M. Crowley, Laurie Pflug , and Teuta Luri Of Willis Towers Watsan Insurance Services West, lnc of Dallas, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in- fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surefy obligations. The execuiion of such surety bonds, recognizances, undertakings orsuretyobligations, in pursuance ofthese presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits fhe acts of those named herein; and fhey have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Five Million and No/100 {$35,OOO,D00) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed bythe Board of Directors of said Company, and said Resolutions remain in fuil force and effect: RESOLVED: That the President or any Vice President, in conjunc6on with any Uce President, be and they hereby are authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety,�any and ali bonds, recognizances, contracts of indemnity, waivers of citation and all otherwritings obligatory in the nature thereof, with powerto attach thereio the seal ofthe Company. Any such writings so executed by such Attorneys-in-fact shall be binding upon the Companyas ifthey had been dulyexecuted and acknowledged bythe regularly elected officers of the Company in their own proper persons. RESOLVED: That anyand ail Powers ofAttorney and Certified Copies of such Powers of Attorney and certitication in respectthereto, granted and executed by the President or Uce President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if ail signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopied October 7, 1981 — The Hanover insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America and affirmed by each Company on March 24, 2014) IN WITN ESS WH EREOF, TH E HANOVER INSURANCE COMPANY, MASSACH USETTS BAY INSU RANCE COMPANYand CITIZENS INSU RANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seais, duly attested by two Vice Presidents, this 10�' day of January, 2020. �'IiE 1�tAh4V�i? IhIStJ � �flFAP��` MASSACHUS�TTS Y' J ttl�,#t�EG� �t3Y1iPFsNY �I�'I��TtS it��ilf2A E'� H#P/kNY 4?� Al�IER4Cld Vice Presidcnt �4 �5� THE COMMONWEALTH OF MASSACHUSETTS } COUNTY OF WORCESTER ) ss_ �'� �,�"s� � 1 y� �t�,v��i �,Y - a �.,..r On fhis 10th day of January, 2020 before me came the above natned Executive Uce President and Vice President of The Hanover Insurance Company, Massachusetts Baylnsurance Companyand Citizens lnsurance Companyof America, to me personal(y known to bethe individuals and offtcers descrbed herein, and acknowledged that fhe seals affixed to the preceding instrument are the corporate seals of The Hanover lnsurance Company, Massachusetts Bay insurance Company and Citizens Insurance Companyof America, respeetively, and thatthe said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corooraiions. � 1���.�EiY V. 51t�fC'�RiS * MptaTy t�ublic �GOi�TAl0,�1W�iH OF h;ASSACHl)S�iTS 1!y C�mrttission €xpires June ;5, 2033 � � Arl�an V. Sim�ns, h�otary a� ic �iy Camrr,i5sion Expires Juns 15, 2p23 I, the undersigned �ce President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance CompanyofAmerica, hereby certifythat the above and foregoing is a full, true and correct copy of fhe Original Power of Attorney issued by said Companies, find do herebyfurther certify that the said Powers of Attorney are sfill in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day ofi 7 CERTIFIED COPY � TH� i�.6MQVER li�lSURAPlC� C41YlPAHY IS�A ,4CNEISE�S BAY lMSURAl+3GE COIt4PAHY }� t�$ tAl$URA. . NCE �QMPAtdY C'/Fl�h9ERtCA I z. -'`-, rf' - �� -CerricKA. 6{igh, siden4 iFI� t%d1Nt�Y�R l�4�UF��G� G�it4P�iY M,�,��RC#�E[�S€Ti� �P,Y Ft+i�UkAN�� CCi�lP�t3} ClTt?�l�� t9+1S��fi��� �QllAPAidY OF,�NlE�t�� � Hanover Insurance Group� The Hanover insurance Company � 440 Linmin Stree� Worcester, MA 01653 Gtizens insurance Company of America � 645 West Grand River Avenue, Howeli, MI 48843 Texas Compiaint Notice IMPORTANT NOTICE To obtain informatian or make a complaint: You may call The Hanover Insurance CompanylCitizens Insurance Company of America's toll-free telephone number for information or to make a complaint at: 1-800-608-8141 AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para someter una queja al: 1-800-608-8141 You may also write to The Hanover Insurance Company/ Usted ta.mbien puede escribir a. The i�arover l�s�ranc� Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01615 You may contact the Texas Department of. Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: httpJ/www.tdi.texas.gov E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute conceming your premium or about a claim you should contact the agent or the com- pany first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or con- dition of the attached document. 440 Lincoln Street Worcester, MA 01615 Puede comunicarse con el Departamento de Seguros de Texas para. obtener informacion acerca de campanias, coberturas, derechos o quejas al: 1-80Q-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fa�c: (512) 475-1771 Web: http://www.tdi.texasgov E-mail: ConsumerProtection a�tdi.state.�.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un rec lamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa., puede entonces comunicarse con el departamento (TDI}. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. �Bi-1457 (5/1� Document A201® – 2017 General Conditions of the Contract for Construction Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 1 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AIA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. For guidance in modifying this document to include supplementary conditions, see AIA Document A503™, Guide for Supplementary Conditions. for the following PROJECT: (Name and location or address) East Bailey Boswell Road Fort Worth, Texas THE OWNER: (Name, legal status and address) Cow Town, LLC, a Delaware Limited Liability Company 2300 North Field Street, Suite 2000 Dallas, Texas, 75201 (972) 774-2500 THE ENGINEER: (Name, legal status and address) Halff Associate, Inc 3809 Parkwood Blvd Frisco, TX 75034 (214)937-3936 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 2 TABLE OF ARTICLES 1 GENERAL PROVISIONS 2 OWNER 3 CONTRACTOR 4 ENGINEER 5 SUBCONTRACTORS 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 7 CHANGES IN THE WORK 8 TIME 9 PAYMENTS AND COMPLETION 10 PROTECTION OF PERSONS AND PROPERTY 11 INSURANCE AND BONDS 12 UNCOVERING AND CORRECTION OF WORK 13 MISCELLANEOUS PROVISIONS 14 TERMINATION OR SUSPENSION OF THE CONTRACT 15 CLAIMS AND DISPUTES Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 3 INDEX (Topics and numbers in bold are Section headings.) Acceptance of Nonconforming Work 9.6.6, 9.9.3, 12.3 Acceptance of Work 9.6.6, 9.8.2, 9.9.3, 9.10.1, 9.10.3, 12.3 Access to Work 3.16, 6.2.1, 12.1 Accident Prevention 10 Acts and Omissions 3.2, 3.3.2, 3.12.8, 3.18, 4.2.3, 8.3.1, 9.5.1, 10.2.5, 10.2.8, 13.3.2, 14.1, 15.1.2, 15.2 Addenda 1.1.1 Additional Costs, Claims for 3.7.4, 3.7.5, 10.3.2, 15.1.5 Additional Inspections and Testing 9.4.2, 9.8.3, 12.2.1, 13.4 Additional Time, Claims for 3.2.4, 3.7.4, 3.7.5, 3.10.2, 8.3.2, 15.1.6 Administration of the Contract 3.1.3, 4.2, 9.4, 9.5 Advertisement or Invitation to Bid 1.1.1 Aesthetic Effect 4.2.13 Allowances 3.8 Applications for Payment 4.2.5, 7.3.9, 9.2, 9.3, 9.4, 9.5.1, 9.5.4, 9.6.3, 9.7, 9.10 Approvals 2.1.1, 2.3.1, 2.5, 3.1.3, 3.10.2, 3.12.8, 3.12.9, 3.12.10.1, 4.2.7, 9.3.2, 13.4.1 Arbitration 8.3.1, 15.3.2, 15.4 ENGINEER 4 Engineer, Definition of 4.1.1 Engineer, Extent of Authority 2.5, 3.12.7, 4.1.2, 4.2, 5.2, 6.3, 7.1.2, 7.3.4, 7.4, 9.2, 9.3.1, 9.4, 9.5, 9.6.3, 9.8, 9.10.1, 9.10.3, 12.1, 12.2.1, 13.4.1, 13.4.2, 14.2.2, 14.2.4, 15.1.4, 15.2.1 Engineer, Limitations of Authority and Responsibility 2.1.1, 3.12.4, 3.12.8, 3.12.10, 4.1.2, 4.2.1, 4.2.2, 4.2.3, 4.2.6, 4.2.7, 4.2.10, 4.2.12, 4.2.13, 5.2.1, 7.4, 9.4.2, 9.5.4, 9.6.4, 15.1.4, 15.2 Engineer’s Additional Services and Expenses 2.5, 12.2.1, 13.4.2, 13.4.3, 14.2.4 Engineer’s Administration of the Contract 3.1.3, 3.7.4, 15.2, 9.4.1, 9.5 Engineer’s Approvals 2.5, 3.1.3, 3.5, 3.10.2, 4.2.7 Engineer’s Authority to Reject Work 3.5, 4.2.6, 12.1.2, 12.2.1 Engineer’s Copyright 1.1.7, 1.5 Engineer’s Decisions 3.7.4, 4.2.6, 4.2.7, 4.2.11, 4.2.12, 4.2.13, 4.2.14, 6.3, 7.3.4, 7.3.9, 8.1.3, 8.3.1, 9.2, 9.4.1, 9.5, 9.8.4, 9.9.1, 13.4.2, 15.2 Engineer’s Inspections 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.8.3, 9.9.2, 9.10.1, 13.4 Engineer’s Instructions 3.2.4, 3.3.1, 4.2.6, 4.2.7, 13.4.2 Engineer’s Interpretations 4.2.11, 4.2.12 Engineer’s Project Representative 4.2.10 Engineer’s Relationship with Contractor 1.1.2, 1.5, 2.3.3, 3.1.3, 3.2.2, 3.2.3, 3.2.4, 3.3.1, 3.4.2, 3.5, 3.7.4, 3.7.5, 3.9.2, 3.9.3, 3.10, 3.11, 3.12, 3.16, 3.18, 4.1.2, 4.2, 5.2, 6.2.2, 7, 8.3.1, 9.2, 9.3, 9.4, 9.5, 9.7, 9.8, 9.9, 10.2.6, 10.3, 11.3, 12, 13.3.2, 13.4, 15.2 Engineer’s Relationship with Subcontractors 1.1.2, 4.2.3, 4.2.4, 4.2.6, 9.6.3, 9.6.4, 11.3 Engineer’s Representations 9.4.2, 9.5.1, 9.10.1 Engineer’s Site Visits 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.5.1, 9.9.2, 9.10.1, 13.4 Asbestos 10.3.1 Attorneys’ Fees 3.18.1, 9.6.8, 9.10.2, 10.3.3 Award of Separate Contracts 6.1.1, 6.1.2 Award of Subcontracts and Other Contracts for Portions of the Work 5.2 Basic Definitions 1.1 Bidding Requirements 1.1.1 Binding Dispute Resolution 8.3.1, 9.7, 11.5, 13.1, 15.1.2, 15.1.3, 15.2.1, 15.2.5, 15.2.6.1, 15.3.1, 15.3.2, 15.3.3, 15.4.1 Bonds, Lien 7.3.4.4, 9.6.8, 9.10.2, 9.10.3 Bonds, Performance, and Payment 7.3.4.4, 9.6.7, 9.10.3, 11.1.2, 11.1.3, 11.5 Building Information Models Use and Reliance 1.8 Building Permit 3.7.1 Capitalization 1.3 Certificate of Substantial Completion 9.8.3, 9.8.4, 9.8.5 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 4 Certificates for Payment 4.2.1, 4.2.5, 4.2.9, 9.3.3, 9.4, 9.5, 9.6.1, 9.6.6, 9.7, 9.10.1, 9.10.3, 14.1.1.3, 14.2.4, 15.1.4 Certificates of Inspection, Testing or Approval 13.4.4 Certificates of Insurance 9.10.2 Change Orders 1.1.1, 3.4.2, 3.7.4, 3.8.2.3, 3.11, 3.12.8, 4.2.8, 5.2.3, 7.1.2, 7.1.3, 7.2, 7.3.2, 7.3.7, 7.3.9, 7.3.10, 8.3.1, 9.3.1.1, 9.10.3, 10.3.2, 11.2, 11.5, 12.1.2 Change Orders, Definition of 7.2.1 CHANGES IN THE WORK 2.2.2, 3.11, 4.2.8, 7, 7.2.1, 7.3.1, 7.4, 8.3.1, 9.3.1.1, 11.5 Claims, Definition of 15.1.1 Claims, Notice of 1.6.2, 15.1.3 CLAIMS AND DISPUTES 3.2.4, 6.1.1, 6.3, 7.3.9, 9.3.3, 9.10.4, 10.3.3, 15, 15.4 Claims and Timely Assertion of Claims 15.4.1 Claims for Additional Cost 3.2.4, 3.3.1, 3.7.4, 7.3.9, 9.5.2, 10.2.5, 10.3.2, 15.1.5 Claims for Additional Time 3.2.4, 3.3.1, 3.7.4, 6.1.1, 8.3.2, 9.5.2, 10.3.2, 15.1.6 Concealed or Unknown Conditions, Claims for 3.7.4 Claims for Damages 3.2.4, 3.18, 8.3.3, 9.5.1, 9.6.7, 10.2.5, 10.3.3, 11.3, 11.3.2, 14.2.4, 15.1.7 Claims Subject to Arbitration 15.4.1 Cleaning Up 3.15, 6.3 Commencement of the Work, Conditions Relating to 2.2.1, 3.2.2, 3.4.1, 3.7.1, 3.10.1, 3.12.6, 5.2.1, 5.2.3, 6.2.2, 8.1.2, 8.2.2, 8.3.1, 11.1, 11.2, 15.1.5 Commencement of the Work, Definition of 8.1.2 Communications 3.9.1, 4.2.4 Completion, Conditions Relating to 3.4.1, 3.11, 3.15, 4.2.2, 4.2.9, 8.2, 9.4.2, 9.8, 9.9.1, 9.10, 12.2, 14.1.2, 15.1.2 COMPLETION, PAYMENTS AND 9 Completion, Substantial 3.10.1, 4.2.9, 8.1.1, 8.1.3, 8.2.3, 9.4.2, 9.8, 9.9.1, 9.10.3, 12.2, 15.1.2 Compliance with Laws 2.3.2, 3.2.3, 3.6, 3.7, 3.12.10, 3.13, 9.6.4, 10.2.2, 13.1, 13.3, 13.4.1, 13.4.2, 13.5, 14.1.1, 14.2.1.3, 15.2.8, 15.4.2, 15.4.3 Concealed or Unknown Conditions 3.7.4, 4.2.8, 8.3.1, 10.3 Conditions of the Contract 1.1.1, 6.1.1, 6.1.4 Consent, Written 3.4.2, 3.14.2, 4.1.2, 9.8.5, 9.9.1, 9.10.2, 9.10.3, 13.2, 15.4.4.2 Consolidation or Joinder 15.4.4 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 1.1.4, 6 Construction Change Directive, Definition of 7.3.1 Construction Change Directives 1.1.1, 3.4.2, 3.11, 3.12.8, 4.2.8, 7.1.1, 7.1.2, 7.1.3, 7.3, 9.3.1.1 Construction Schedules, Contractor’s 3.10, 3.11, 3.12.1, 3.12.2, 6.1.3, 15.1.6.2 Contingent Assignment of Subcontracts 5.4, 14.2.2.2 Continuing Contract Performance 15.1.4 Contract, Definition of 1.1.2 CONTRACT, TERMINATION OR SUSPENSION OF THE 5.4.1.1, 5.4.2, 11.5, 14 Contract Administration 3.1.3, 4, 9.4, 9.5 Contract Award and Execution, Conditions Relating to 3.7.1, 3.10, 5.2, 6.1 Contract Documents, Copies Furnished and Use of 1.5.2, 2.3.6, 5.3 Contract Documents, Definition of 1.1.1 Contract Sum 2.2.2, 2.2.4, 3.7.4, 3.7.5, 3.8, 3.10.2, 5.2.3, 7.3, 7.4, 9.1, 9.2, 9.4.2, 9.5.1.4, 9.6.7, 9.7, 10.3.2, 11.5, 12.1.2, 12.3, 14.2.4, 14.3.2, 15.1.4.2, 15.1.5, 15.2.5 Contract Sum, Definition of 9.1 Contract Time 1.1.4, 2.2.1, 2.2.2, 3.7.4, 3.7.5, 3.10.2, 5.2.3, 6.1.5, 7.2.1.3, 7.3.1, 7.3.5, 7.3.6, 7, 7, 7.3.10, 7.4, 8.1.1, 8.2.1, 8.2.3, 8.3.1, 9.5.1, 9.7, 10.3.2, 12.1.1, 12.1.2, 14.3.2, 15.1.4.2, 15.1.6.1, 15.2.5 Contract Time, Definition of 8.1.1 CONTRACTOR 3 Contractor, Definition of 3.1, 6.1.2 Contractor’s Construction and Submittal Schedules 3.10, 3.12.1, 3.12.2, 4.2.3, 6.1.3, 15.1.6.2 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 5 Contractor’s Employees 2.2.4, 3.3.2, 3.4.3, 3.8.1, 3.9, 3.18.2, 4.2.3, 4.2.6, 10.2, 10.3, 11.3, 14.1, 14.2.1.1 Contractor’s Liability Insurance 11.1 Contractor’s Relationship with Separate Contractors and Owner’s Forces 3.12.5, 3.14.2, 4.2.4, 6, 11.3, 12.2.4 Contractor’s Relationship with Subcontractors 1.2.2, 2.2.4, 3.3.2, 3.18.1, 3.18.2, 4.2.4, 5, 9.6.2, 9.6.7, 9.10.2, 11.2, 11.3, 11.4 Contractor’s Relationship with the Engineer 1.1.2, 1.5, 2.3.3, 3.1.3, 3.2.2, 3.2.3, 3.2.4, 3.3.1, 3.4.2, 3.5.1, 3.7.4, 3.10, 3.11, 3.12, 3.16, 3.18, 4.2, 5.2, 6.2.2, 7, 8.3.1, 9.2, 9.3, 9.4, 9.5, 9.7, 9.8, 9.9, 10.2.6, 10.3, 11.3, 12, 13.4, 15.1.3, 15.2.1 Contractor’s Representations 3.2.1, 3.2.2, 3.5, 3.12.6, 6.2.2, 8.2.1, 9.3.3, 9.8.2 Contractor’s Responsibility for Those Performing the Work 3.3.2, 3.18, 5.3, 6.1.3, 6.2, 9.5.1, 10.2.8 Contractor’s Review of Contract Documents 3.2 Contractor’s Right to Stop the Work 2.2.2, 9.7 Contractor’s Right to Terminate the Contract 14.1 Contractor’s Submittals 3.10, 3.11, 3.12, 4.2.7, 5.2.1, 5.2.3, 9.2, 9.3, 9.8.2, 9.8.3, 9.9.1, 9.10.2, 9.10.3 Contractor’s Superintendent 3.9, 10.2.6 Contractor’s Supervision and Construction Procedures 1.2.2, 3.3, 3.4, 3.12.10, 4.2.2, 4.2.7, 6.1.3, 6.2.4, 7.1.3, 7.3.4, 7.3.6, 8.2, 10, 12, 14, 15.1.4 Coordination and Correlation 1.2, 3.2.1, 3.3.1, 3.10, 3.12.6, 6.1.3, 6.2.1 Copies Furnished of Drawings and Specifications 1.5, 2.3.6, 3.11 Copyrights 1.5, 3.17 Correction of Work 2.5, 3.7.3, 9.4.2, 9.8.2, 9.8.3, 9.9.1, 12.1.2, 12.2, 12.3, 15.1.3.1, 15.1.3.2, 15.2.1 Correlation and Intent of the Contract Documents 1.2 Cost, Definition of 7.3.4 Costs 2.5, 3.2.4, 3.7.3, 3.8.2, 3.15.2, 5.4.2, 6.1.1, 6.2.3, 7.3.3.3, 7.3.4, 7.3.8, 7.3.9, 9.10.2, 10.3.2, 10.3.6, 11.2, 12.1.2, 12.2.1, 12.2.4, 13.4, 14 Cutting and Patching 3.14, 6.2.5 Damage to Construction of Owner or Separate Contractors 3.14.2, 6.2.4, 10.2.1.2, 10.2.5, 10.4, 12.2.4 Damage to the Work 3.14.2, 9.9.1, 10.2.1.2, 10.2.5, 10.4, 12.2.4 Damages, Claims for 3.2.4, 3.18, 6.1.1, 8.3.3, 9.5.1, 9.6.7, 10.3.3, 11.3.2, 11.3, 14.2.4, 15.1.7 Damages for Delay 6.2.3, 8.3.3, 9.5.1.6, 9.7, 10.3.2, 14.3.2 Date of Commencement of the Work, Definition of 8.1.2 Date of Substantial Completion, Definition of 8.1.3 Day, Definition of 8.1.4 Decisions of the Engineer 3.7.4, 4.2.6, 4.2.7, 4.2.11, 4.2.12, 4.2.13, 6.3, 7.3.4, 7.3.9, 8.1.3, 8.3.1, 9.2, 9.4, 9.5.1, 9.8.4, 9.9.1, 13.4.2, 14.2.2, 14.2.4, 15.1, 15.2 Decisions to Withhold Certification 9.4.1, 9.5, 9.7, 14.1.1.3 Defective or Nonconforming Work, Acceptance, Rejection and Correction of 2.5, 3.5, 4.2.6, 6.2.3, 9.5.1, 9.5.3, 9.6.6, 9.8.2, 9.9.3, 9.10.4, 12.2.1 Definitions 1.1, 2.1.1, 3.1.1, 3.5, 3.12.1, 3.12.2, 3.12.3, 4.1.1, 5.1, 6.1.2, 7.2.1, 7.3.1, 8.1, 9.1, 9.8.1, 15.1.1 Delays and Extensions of Time 3.2, 3.7.4, 5.2.3, 7.2.1, 7.3.1, 7.4, 8.3, 9.5.1, 9.7, 10.3.2, 10.4, 14.3.2, 15.1.6, 15.2.5 Digital Data Use and Transmission 1.7 Disputes 6.3, 7.3.9, 15.1, 15.2 Documents and Samples at the Site 3.11 Drawings, Definition of 1.1.5 Drawings and Specifications, Use and Ownership of 3.11 Effective Date of Insurance 8.2.2 Emergencies 10.4, 14.1.1.2, 15.1.5 Employees, Contractor’s 3.3.2, 3.4.3, 3.8.1, 3.9, 3.18.2, 4.2.3, 4.2.6, 10.2, 10.3.3, 11.3, 14.1, 14.2.1.1 Equipment, Labor, or Materials 1.1.3, 1.1.6, 3.4, 3.5, 3.8.2, 3.8.3, 3.12, 3.13, 3.15.1, 4.2.6, 4.2.7, 5.2.1, 6.2.1, 7.3.4, 9.3.2, 9.3.3, 9.5.1.3, 9.10.2, 10.2.1, 10.2.4, 14.2.1.1, 14.2.1.2 Execution and Progress of the Work 1.1.3, 1.2.1, 1.2.2, 2.3.4, 2.3.6, 3.1, 3.3.1, 3.4.1, 3.7.1, 3.10.1, 3.12, 3.14, 4.2, 6.2.2, 7.1.3, 7.3.6, 8.2, 9.5.1, 9.9.1, 10.2, 10.3, 12.1, 12.2, 14.2, 14.3.1, 15.1.4 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 6 Extensions of Time 3.2.4, 3.7.4, 5.2.3, 7.2.1, 7.3, 7.4, 9.5.1, 9.7, 10.3.2, 10.4, 14.3, 15.1.6, 15.2.5 Failure of Payment 9.5.1.3, 9.7, 9.10.2, 13.5, 14.1.1.3, 14.2.1.2 Faulty Work (See Defective or Nonconforming Work) Final Completion and Final Payment 4.2.1, 4.2.9, 9.8.2, 9.10, 12.3, 14.2.4, 14.4.3 Financial Arrangements, Owner’s 2.2.1, 13.2.2, 14.1.1.4 GENERAL PROVISIONS 1 Governing Law 13.1 Guarantees (See Warranty) Hazardous Materials and Substances 10.2.4, 10.3 Identification of Subcontractors and Suppliers 5.2.1 Indemnification 3.17, 3.18, 9.6.8, 9.10.2, 10.3.3, 11.3 Information and Services Required of the Owner 2.1.2, 2.2, 2.3, 3.2.2, 3.12.10.1, 6.1.3, 6.1.4, 6.2.5, 9.6.1, 9.9.2, 9.10.3, 10.3.3, 11.2, 13.4.1, 13.4.2, 14.1.1.4, 14.1.4, 15.1.4 Initial Decision 15.2 Initial Decision Maker, Definition of 1.1.8 Initial Decision Maker, Decisions 14.2.4, 15.1.4.2, 15.2.1, 15.2.2, 15.2.3, 15.2.4, 15.2.5 Initial Decision Maker, Extent of Authority 14.2.4, 15.1.4.2, 15.2.1, 15.2.2, 15.2.3, 15.2.4, 15.2.5 Injury or Damage to Person or Property 10.2.8, 10.4 Inspections 3.1.3, 3.3.3, 3.7.1, 4.2.2, 4.2.6, 4.2.9, 9.4.2, 9.8.3, 9.9.2, 9.10.1, 12.2.1, 13.4 Instructions to Bidders 1.1.1 Instructions to the Contractor 3.2.4, 3.3.1, 3.8.1, 5.2.1, 7, 8.2.2, 12, 13.4.2 Instruments of Service, Definition of 1.1.7 Insurance 6.1.1, 7.3.4, 8.2.2, 9.3.2, 9.8.4, 9.9.1, 9.10.2, 10.2.5, 11 Insurance, Notice of Cancellation or Expiration 11.1.4, 11.2.3 Insurance, Contractor’s Liability 11.1 Insurance, Effective Date of 8.2.2, 14.4.2 Insurance, Owner’s Liability 11.2 Insurance, Property 10.2.5, 11.2, 11.4, 11.5 Insurance, Stored Materials 9.3.2 INSURANCE AND BONDS 11 Insurance Companies, Consent to Partial Occupancy 9.9.1 Insured loss, Adjustment and Settlement of 11.5 Intent of the Contract Documents 1.2.1, 4.2.7, 4.2.12, 4.2.13 Interest 13.5 Interpretation 1.1.8, 1.2.3, 1.4, 4.1.1, 5.1, 6.1.2, 15.1.1 Interpretations, Written 4.2.11, 4.2.12 Judgment on Final Award 15.4.2 Labor and Materials, Equipment 1.1.3, 1.1.6, 3.4, 3.5, 3.8.2, 3.8.3, 3.12, 3.13, 3.15.1, 5.2.1, 6.2.1, 7.3.4, 9.3.2, 9.3.3, 9.5.1.3, 9.10.2, 10.2.1, 10.2.4, 14.2.1.1, 14.2.1.2 Labor Disputes 8.3.1 Laws and Regulations 1.5, 2.3.2, 3.2.3, 3.2.4, 3.6, 3.7, 3.12.10, 3.13, 9.6.4, 9.9.1, 10.2.2, 13.1, 13.3.1, 13.4.2, 13.5, 14, 15.2.8, 15.4 Liens 2.1.2, 9.3.1, 9.3.3, 9.6.8, 9.10.2, 9.10.4, 15.2.8 Limitations, Statutes of 12.2.5, 15.1.2, 15.4.1.1 Limitations of Liability 3.2.2, 3.5, 3.12.10, 3.12.10.1, 3.17, 3.18.1, 4.2.6, 4.2.7, 6.2.2, 9.4.2, 9.6.4, 9.6.7, 9.6.8, 10.2.5, 10.3.3, 11.3, 12.2.5, 13.3.1 Limitations of Time 2.1.2, 2.2, 2.5, 3.2.2, 3.10, 3.11, 3.12.5, 3.15.1, 4.2.7, 5.2, 5.3, 5.4.1, 6.2.4, 7.3, 7.4, 8.2, 9.2, 9.3.1, 9.3.3, 9.4.1, 9.5, 9.6, 9.7, 9.8, 9.9, 9.10, 12.2, 13.4, 14, 15, 15.1.2, 15.1.3, 15.1.5 Materials, Hazardous 10.2.4, 10.3 Materials, Labor, Equipment and 1.1.3, 1.1.6, 3.4.1, 3.5, 3.8.2, 3.8.3, 3.12, 3.13, 3.15.1, 5.2.1, 6.2.1, 7.3.4, 9.3.2, 9.3.3, 9.5.1.3, 9.10.2, 10.2.1.2, 10.2.4, 14.2.1.1, 14.2.1.2 Means, Methods, Techniques, Sequences and Procedures of Construction 3.3.1, 3.12.10, 4.2.2, 4.2.7, 9.4.2 Mechanic’s Lien 2.1.2, 9.3.1, 9.3.3, 9.6.8, 9.10.2, 9.10.4, 15.2.8 Mediation 8.3.1, 15.1.3.2, 15.2.1, 15.2.5, 15.2.6, 15.3, 15.4.1, 15.4.1.1 Minor Changes in the Work 1.1.1, 3.4.2, 3.12.8, 4.2.8, 7.1, 7.4 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 7 MISCELLANEOUS PROVISIONS 13 Modifications, Definition of 1.1.1 Modifications to the Contract 1.1.1, 1.1.2, 2.5, 3.11, 4.1.2, 4.2.1, 5.2.3, 7, 8.3.1, 9.7, 10.3.2 Mutual Responsibility 6.2 Nonconforming Work, Acceptance of 9.6.6, 9.9.3, 12.3 Nonconforming Work, Rejection and Correction of 2.4, 2.5, 3.5, 4.2.6, 6.2.4, 9.5.1, 9.8.2, 9.9.3, 9.10.4, 12.2 Notice 1.6, 1.6.1, 1.6.2, 2.1.2, 2.2.2., 2.2.3, 2.2.4, 2.5, 3.2.4, 3.3.1, 3.7.4, 3.7.5, 3.9.2, 3.12.9, 3.12.10, 5.2.1, 7.4, 8.2.2 9.6.8, 9.7, 9.10.1, 10.2.8, 10.3.2, 11.5, 12.2.2.1, 13.4.1, 13.4.2, 14.1, 14.2.2, 14.4.2, 15.1.3, 15.1.5, 15.1.6, 15.4.1 Notice of Cancellation or Expiration of Insurance 11.1.4, 11.2.3 Notice of Claims 1.6.2, 2.1.2, 3.7.4, 9.6.8, 10.2.8, 15.1.3, 15.1.5, 15.1.6, 15.2.8, 15.3.2, 15.4.1 Notice of Testing and Inspections 13.4.1, 13.4.2 Observations, Contractor’s 3.2, 3.7.4 Occupancy 2.3.1, 9.6.6, 9.8 Orders, Written 1.1.1, 2.4, 3.9.2, 7, 8.2.2, 11.5, 12.1, 12.2.2.1, 13.4.2, 14.3.1 OWNER 2 Owner, Definition of 2.1.1 Owner, Evidence of Financial Arrangements 2.2, 13.2.2, 14.1.1.4 Owner, Information and Services Required of the 2.1.2, 2.2, 2.3, 3.2.2, 3.12.10, 6.1.3, 6.1.4, 6.2.5, 9.3.2, 9.6.1, 9.6.4, 9.9.2, 9.10.3, 10.3.3, 11.2, 13.4.1, 13.4.2, 14.1.1.4, 14.1.4, 15.1.4 Owner’s Authority 1.5, 2.1.1, 2.3.32.4, 2.5, 3.4.2, 3.8.1, 3.12.10, 3.14.2, 4.1.2, 4.2.4, 4.2.9, 5.2.1, 5.2.4, 5.4.1, 6.1, 6.3, 7.2.1, 7.3.1, 8.2.2, 8.3.1, 9.3.2, 9.5.1, 9.6.4, 9.9.1, 9.10.2, 10.3.2, 11.4, 11.5, 12.2.2, 12.3, 13.2.2, 14.3, 14.4, 15.2.7 Owner’s Insurance 11.2 Owner’s Relationship with Subcontractors 1.1.2, 5.2, 5.3, 5.4, 9.6.4, 9.10.2, 14.2.2 Owner’s Right to Carry Out the Work 2.5, 14.2.2 Owner’s Right to Clean Up 6.3 Owner’s Right to Perform Construction and to Award Separate Contracts 6.1 Owner’s Right to Stop the Work 2.4 Owner’s Right to Suspend the Work 14.3 Owner’s Right to Terminate the Contract 14.2, 14.4 Ownership and Use of Drawings, Specifications and Other Instruments of Service 1.1.1, 1.1.6, 1.1.7, 1.5, 2.3.6, 3.2.2, 3.11, 3.17, 4.2.12, 5.3 Partial Occupancy or Use 9.6.6, 9.9 Patching, Cutting and 3.14, 6.2.5 Patents 3.17 Payment, Applications for 4.2.5, 7.3.9, 9.2, 9.3, 9.4, 9.5, 9.6.3, 9.7, 9.8.5, 9.10.1, 14.2.3, 14.2.4, 14.4.3 Payment, Certificates for 4.2.5, 4.2.9, 9.3.3, 9.4, 9.5, 9.6.1, 9.6.6, 9.7, 9.10.1, 9.10.3, 14.1.1.3, 14.2.4 Payment, Failure of 9.5.1.3, 9.7, 9.10.2, 13.5, 14.1.1.3, 14.2.1.2 Payment, Final 4.2.1, 4.2.9, 9.10, 12.3, 14.2.4, 14.4.3 Payment Bond, Performance Bond and 7.3.4.4, 9.6.7, 9.10.3, 11.1.2 Payments, Progress 9.3, 9.6, 9.8.5, 9.10.3, 14.2.3, 15.1.4 PAYMENTS AND COMPLETION 9 Payments to Subcontractors 5.4.2, 9.5.1.3, 9.6.2, 9.6.3, 9.6.4, 9.6.7, 14.2.1.2 PCB 10.3.1 Performance Bond and Payment Bond 7.3.4.4, 9.6.7, 9.10.3, 11.1.2 Permits, Fees, Notices and Compliance with Laws 2.3.1, 3.7, 3.13, 7.3.4.4, 10.2.2 PERSONS AND PROPERTY, PROTECTION OF 10 Polychlorinated Biphenyl 10.3.1 Product Data, Definition of 3.12.2 Product Data and Samples, Shop Drawings 3.11, 3.12, 4.2.7 Progress and Completion 4.2.2, 8.2, 9.8, 9.9.1, 14.1.4, 15.1.4 Progress Payments 9.3, 9.6, 9.8.5, 9.10.3, 14.2.3, 15.1.4 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 8 Project, Definition of 1.1.4 Project Representatives 4.2.10 Property Insurance 10.2.5, 11.2 Proposal Requirements 1.1.1 PROTECTION OF PERSONS AND PROPERTY 10 Regulations and Laws 1.5, 2.3.2, 3.2.3, 3.6, 3.7, 3.12.10, 3.13, 9.6.4, 9.9.1, 10.2.2, 13.1, 13.3, 13.4.1, 13.4.2, 13.5, 14, 15.2.8, 15.4 Rejection of Work 4.2.6, 12.2.1 Releases and Waivers of Liens 9.3.1, 9.10.2 Representations 3.2.1, 3.5, 3.12.6, 8.2.1, 9.3.3, 9.4.2, 9.5.1, 9.10.1 Representatives 2.1.1, 3.1.1, 3.9, 4.1.1, 4.2.10, 13.2.1 Responsibility for Those Performing the Work 3.3.2, 3.18, 4.2.2, 4.2.3, 5.3, 6.1.3, 6.2, 6.3, 9.5.1, 10 Retainage 9.3.1, 9.6.2, 9.8.5, 9.9.1, 9.10.2, 9.10.3 Review of Contract Documents and Field Conditions by Contractor 3.2, 3.12.7, 6.1.3 Review of Contractor’s Submittals by Owner and Engineer 3.10.1, 3.10.2, 3.11, 3.12, 4.2, 5.2, 6.1.3, 9.2, 9.8.2 Review of Shop Drawings, Product Data and Samples by Contractor 3.12 Rights and Remedies 1.1.2, 2.4, 2.5, 3.5, 3.7.4, 3.15.2, 4.2.6, 5.3, 5.4, 6.1, 6.3, 7.3.1, 8.3, 9.5.1, 9.7, 10.2.5, 10.3, 12.2.1, 12.2.2, 12.2.4, 13.3, 14, 15.4 Royalties, Patents and Copyrights 3.17 Rules and Notices for Arbitration 15.4.1 Safety of Persons and Property 10.2, 10.4 Safety Precautions and Programs 3.3.1, 4.2.2, 4.2.7, 5.3, 10.1, 10.2, 10.4 Samples, Definition of 3.12.3 Samples, Shop Drawings, Product Data and 3.11, 3.12, 4.2.7 Samples at the Site, Documents and 3.11 Schedule of Values 9.2, 9.3.1 Schedules, Construction 3.10, 3.12.1, 3.12.2, 6.1.3, 15.1.6.2 Separate Contracts and Contractors 1.1.4, 3.12.5, 3.14.2, 4.2.4, 4.2.7, 6, 8.3.1, 12.1.2 Separate Contractors, Definition of 6.1.1 Shop Drawings, Definition of 3.12.1 Shop Drawings, Product Data and Samples 3.11, 3.12, 4.2.7 Site, Use of 3.13, 6.1.1, 6.2.1 Site Inspections 3.2.2, 3.3.3, 3.7.1, 3.7.4, 4.2, 9.9.2, 9.4.2, 9.10.1, 13.4 Site Visits, Engineer’s 3.7.4, 4.2.2, 4.2.9, 9.4.2, 9.5.1, 9.9.2, 9.10.1, 13.4 Special Inspections and Testing 4.2.6, 12.2.1, 13.4 Specifications, Definition of 1.1.6 Specifications 1.1.1, 1.1.6, 1.2.2, 1.5, 3.12.10, 3.17, 4.2.14 Statute of Limitations 15.1.2, 15.4.1.1 Stopping the Work 2.2.2, 2.4, 9.7, 10.3, 14.1 Stored Materials 6.2.1, 9.3.2, 10.2.1.2, 10.2.4 Subcontractor, Definition of 5.1.1 SUBCONTRACTORS 5 Subcontractors, Work by 1.2.2, 3.3.2, 3.12.1, 3.18, 4.2.3, 5.2.3, 5.3, 5.4, 9.3.1.2, 9.6.7 Subcontractual Relations 5.3, 5.4, 9.3.1.2, 9.6, 9.10, 10.2.1, 14.1, 14.2.1 Submittals 3.10, 3.11, 3.12, 4.2.7, 5.2.1, 5.2.3, 7.3.4, 9.2, 9.3, 9.8, 9.9.1, 9.10.2, 9.10.3 Submittal Schedule 3.10.2, 3.12.5, 4.2.7 Subrogation, Waivers of 6.1.1, 11.3 Substances, Hazardous 10.3 Substantial Completion 4.2.9, 8.1.1, 8.1.3, 8.2.3, 9.4.2, 9.8, 9.9.1, 9.10.3, 12.2, 15.1.2 Substantial Completion, Definition of 9.8.1 Substitution of Subcontractors 5.2.3, 5.2.4 Substitution of Engineer 2.3.3 Substitutions of Materials 3.4.2, 3.5, 7.3.8 Sub-subcontractor, Definition of 5.1.2 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 9 Subsurface Conditions 3.7.4 Successors and Assigns 13.2 Superintendent 3.9, 10.2.6 Supervision and Construction Procedures 1.2.2, 3.3, 3.4, 3.12.10, 4.2.2, 4.2.7, 6.1.3, 6.2.4, 7.1.3, 7.3.4, 8.2, 8.3.1, 9.4.2, 10, 12, 14, 15.1.4 Suppliers 1.5, 3.12.1, 4.2.4, 4.2.6, 5.2.1, 9.3, 9.4.2, 9.5.4, 9.6, 9.10.5, 14.2.1 Surety 5.4.1.2, 9.6.8, 9.8.5, 9.10.2, 9.10.3, 11.1.2, 14.2.2, 15.2.7 Surety, Consent of 9.8.5, 9.10.2, 9.10.3 Surveys 1.1.7, 2.3.4 Suspension by the Owner for Convenience 14.3 Suspension of the Work 3.7.5, 5.4.2, 14.3 Suspension or Termination of the Contract 5.4.1.1, 14 Taxes 3.6, 3.8.2.1, 7.3.4.4 Termination by the Contractor 14.1, 15.1.7 Termination by the Owner for Cause 5.4.1.1, 14.2, 15.1.7 Termination by the Owner for Convenience 14.4 Termination of the Engineer 2.3.3 Termination of the Contractor Employment 14.2.2 TERMINATION OR SUSPENSION OF THE CONTRACT 14 Tests and Inspections 3.1.3, 3.3.3, 3.7.1, 4.2.2, 4.2.6, 4.2.9, 9.4.2, 9.8.3, 9.9.2, 9.10.1, 10.3.2, 12.2.1, 13.4 TIME 8 Time, Delays and Extensions of 3.2.4, 3.7.4, 5.2.3, 7.2.1, 7.3.1, 7.4, 8.3, 9.5.1, 9.7, 10.3.2, 10.4, 14.3.2, 15.1.6, 15.2.5 Time Limits 2.1.2, 2.2, 2.5, 3.2.2, 3.10, 3.11, 3.12.5, 3.15.1, 4.2, 5.2, 5.3, 5.4, 6.2.4, 7.3, 7.4, 8.2, 9.2, 9.3.1, 9.3.3, 9.4.1, 9.5, 9.6, 9.7, 9.8, 9.9, 9.10, 12.2, 13.4, 14, 15.1.2, 15.1.3, 15.4 Time Limits on Claims 3.7.4, 10.2.8, 15.1.2, 15.1.3 Title to Work 9.3.2, 9.3.3 UNCOVERING AND CORRECTION OF WORK 12 Uncovering of Work 12.1 Unforeseen Conditions, Concealed or Unknown 3.7.4, 8.3.1, 10.3 Unit Prices 7.3.3.2, 9.1.2 Use of Documents 1.1.1, 1.5, 2.3.6, 3.12.6, 5.3 Use of Site 3.13, 6.1.1, 6.2.1 Values, Schedule of 9.2, 9.3.1 Waiver of Claims by the Engineer 13.3.2 Waiver of Claims by the Contractor 9.10.5, 13.3.2, 15.1.7 Waiver of Claims by the Owner 9.9.3, 9.10.3, 9.10.4, 12.2.2.1, 13.3.2, 14.2.4, 15.1.7 Waiver of Consequential Damages 14.2.4, 15.1.7 Waiver of Liens 9.3, 9.10.2, 9.10.4 Waivers of Subrogation 6.1.1, 11.3 Warranty 3.5, 4.2.9, 9.3.3, 9.8.4, 9.9.1, 9.10.2, 9.10.4, 12.2.2, 15.1.2 Weather Delays 8.3, 15.1.6.2 Work, Definition of 1.1.3 Written Consent 1.5.2, 3.4.2, 3.7.4, 3.12.8, 3.14.2, 4.1.2, 9.3.2, 9.10.3, 13.2, 13.3.2, 15.4.4.2 Written Interpretations 4.2.11, 4.2.12 Written Orders 1.1.1, 2.4, 3.9, 7, 8.2.2, 12.1, 12.2, 13.4.2, 14.3.1 Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 10 ARTICLE 1 GENERAL PROVISIONS § 1.1 Basic Definitions § 1.1.1 The Contract Documents The Contract Documents are enumerated in the Agreement between the Owner and Contractor (hereinafter the "Agreement") and consist of the Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of the Contract, other documents listed in the Agreement, and Modifications issued after execution of the Contract. A "Modification" is (1) a written amendment to the Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directive, or (4) a written order for a minor change in the Work issued by the Engineer or Owner pursuant to the provisions hereof. Unless specifically enumerated in the Agreement, the Contract Documents do not include the advertisement or invitation to bid, Instructions to Bidders, sample forms, other information furnished by the Owner in anticipation of receiving bids or proposals, the Contractor’s bid or proposal, or portions of Addenda relating to bidding requirements. All Change Order, Application and Certificate for Payment, Certificate of Substantial Completion, and other forms used during construction shall be, as the Owner may elect, either (i) the current AIA form, or (ii) modifications thereto or other form approved or reasonably required by the Owner. All terms used but not defined in these General Conditions shall have the meaning ascribed to same in the other Contract Documents. § 1.1.2 The Contract The Contract Documents form the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations, or agreements, either written or oral. The Contract may be amended or modified only by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between the Contractor and the Engineer or the Engineer’s consultants, (2) between the Owner and a Subcontractor or a Sub-subcontractor, except as set forth in Section 5.3 and Section 5.4, (3) between the Owner and the Engineer or the Engineer’s consultants, or (4) between any persons or entities other than the Owner and the Contractor. The Engineer shall, however, be entitled to performance and enforcement of obligations under the Contract intended to facilitate performance of the Engineer’s duties. § 1.1.3 The Work The term "Work" means the construction and services required by and reasonably inferable from the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment, and services provided or to be provided by the Contractor to fulfill the Contractor’s obligations set forth in the Contract Documents. The Work may constitute the whole or a part of the Project. § 1.1.4 The Project The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the Owner and by Separate Contractor (hereafter defined). § 1.1.5 The Drawings The Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location and dimensions of the Work, generally including plans, elevations, sections, details, schedules, and diagrams. § 1.1.6 The Specifications The Specifications are that portion of the Contract Documents consisting of the written requirements for materials, equipment, systems, standards and workmanship for the Work, and performance of related services. § 1.1.7 Instruments of Service Instruments of Service are representations, in any medium of expression now known or later developed, of the tangible and intangible creative work performed by the Engineer and the Engineer’s consultants under their respective professional services agreements. Instruments of Service may include, without limitation, studies, surveys, models, sketches, drawings, specifications, and other similar materials. (Paragraphs deleted) § 1.1.8 The Project Manual The Project Manual is a volume assembled for the Work which may include the bidding requirements, sample forms, Conditions of the Contract and Specifications. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 11 §1.1.9 Knowledge The terms "knowledge," "recognize," and "discover," their respective derivatives, and similar terms in the Contract Documents, as used in reference to the Contractor, shall be interpreted to mean that which the Contractor knows, recognizes, and discovers in exercising the degree of care, skill, competence and diligence ordinarily possessed by reputable contractors practicing in the locale of the Project with experience in the construction of buildings and other improvements similar to those detailed in the Contract Documents, but expressly does not include any inference that Contractor "should have known", "should have recognized" or "should have discovered" together with any respective derivatives of those terms, it being the intention to only include actual knowledge, actual recognition and actual discovery. However, the expression "reasonably inferable" and similar terms in the Contract Documents shall be interrupted to mean reasonably inferable by a contractor familiar with the Project and exercising the degree of care, skill, competence and diligence ordinarily possessed by reputable contractors practicing in the locale of the Project with experience in the construction of buildings and other improvements similar to those detailed in the Contract Documents. 1.1.10 Equal to (or Approved Equal) Products by manufacturers other than those specified in the Contract Documents which the Contractor may submit for substitution as equal to those specified in the Contact Documents and which may be incorporated in the Work after review and approval by the Engineer of the information about such products and acceptance by the owner in writing. 1.1.11 Punch List A written list of items that are uncompleted, damaged, or unacceptable items of the Work that do not interfere with the Owner’s or any of its tenants’ or other occupants’ use and occupancy of any part of the Project. 1.1.12 Intellectual Property Rights Intellectual Property Rights shall mean: (a) all software, source code and object code, and modifications (including software under development), ideas and discoveries and inventions (whether or not patentable), trade secrets, information (confidential or otherwise), technical data, techniques, processes, methods, plans, designs, drawings, schematics, specifications, communications protocols, test procedures, algorithms, technology, know-how, customer lists, marketing and customer information, documentation, materials and works of authorship which are the subject matter of copyright, regardless of how embodied; and (b) all intangible intellectual property rights therein, including the right to make, sell, license or otherwise distribute, and use, and any and all applications for United States or foreign patents or issued patents; all trademarks, service marks, trade names, or trade dress, and all pending or issued United States or foreign registrations thereof; and copyrights and United States and foreign applications and registrations thereof, including the rights to copy, sell, license or otherwise distribute, display, publish and create derivative works therefrom. § 1.1.13 Safety When the word "safety," or any derivative thereof, is used in the Contract Documents, it shall be construed to mean "safety and health." § 1.1.14 Contractor’s Sole Cost or Expense When the words "Contractor’s sole cost," "Contractor’s sole expense," or words of similar effect are used in the Contract Documents, it shall be construed to mean that the cost or expense is a non-reimbursable expense under the Contract. § 1.1.15 Pronouns and Titles All personal pronouns used in this Contract, whether used in the masculine, feminine, or neuter gender, shall include all other genders, and the singular shall include the plural and vice versa. Titles of articles and sections are for convenience only and neither limit nor amplify the provisions of this Contract in itself. § 1.1.16 "Including" The use herein of the word "including," when following any general statement, term, or matter, shall not be construed to limit such statement, term, or matter to the specific items or matters set forth immediately following such word or to similar items or matters, whether or not non-limiting language (such words as "without limitation," or "but not limited to," or words of similar import) is used with reference thereto, but rather shall be deemed to refer to all other items or matters that could reasonably fall within the broadest possible scope of such general statement, term, or matter. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 12 § 1.1.17 "Herein" The words "herein," hereunder," and similar words mean and refer to this entire Contract and not merely the provision in which such term is used. § 1.1.18 "Costs" or "costs" "Costs" or "costs" as used in the Contract Documents shall be actual costs paid by the Contractor, less all discounts, rebates, and salvages that shall be taken by the Contractor, subject to Article 9 of the Agreement. All payments made by the Owner pursuant to Article 7 of the Agreement, whether those payments are actually made before or after the execution of the Contract, are included within the Guaranteed Maximum Price ("GMP") specified in Section 5.2 of the Agreement; provided, however, that in no event shall the Owner be required to reimburse the Contractor for any portion of the Cost of the Work (except for preconstruction costs which are expressly identified as part of the General Conditions Costs) incurred prior to the Commencement Date unless the Contractor has received the Owner’s written consent prior to incurring such cost. The Cost of the Work shall include only the items set forth in Article 7 of the Agreement. § 1.2 Correlation and Intent of the Contract Documents § 1.2.1 The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work by the Contractor. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required only to the extent consistent with the Contract Documents and reasonably inferable from them as being necessary to produce the indicated results. § 1.2.1.1 The invalidity of any provision of the Contract Documents shall not invalidate the Contract or its remaining provisions. If it is determined that any provision of the Contract Documents violates any law, or is otherwise invalid or unenforceable, then that provision shall be revised to the extent necessary to make that provision legal and enforceable. In such case the Contract Documents shall be construed, to the fullest extent permitted by law, to give effect to the parties’ intentions and purposes in executing the Contract. § 1.2.2 Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing the extent of Work to be performed by any trade. § 1.2.3 Unless otherwise stated in the Contract Documents, words that have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. § 1.2.4 If Contractor has actual knowledge that Work is required in a manner to make it impossible to produce work of the quality required by or reasonably inferred from the Contract Documents, or should discrepancies appear among the Contract Documents, the Contractor shall request in writing an interpretation from the Engineer before proceeding with the Work. If the Contractor has actual knowledge of the facts described in the preceding grammatical sentence and fails to make such a request, no excuse will thereafter be entertained for failure to carry out Work in the required manner or provide required guarantees or warranties, and the Contractor shall not be entitled to any change in the Contract Sum or the Contract Time on account of such failure. § 1.3 Capitalization Terms capitalized in these General Conditions include those that are (1) specifically defined, (2) the titles of numbered articles, or (3) the titles of other documents specifically referenced in this document that are published by the American Institute of Architects. § 1.4 Interpretation In the interest of brevity the Contract Documents frequently omit modifying words such as "all" and "any" and articles such as "the" and "an," but the fact that a modifier or an article is absent from one statement and appears in another is not intended to affect the interpretation of either statement. § 1.5 Ownership and Use of Drawings, Specifications, and Other Instruments of Service § 1.5.1 The Drawings, Specifications and other documents, including those in electronic form, even if prepared by or on behalf of Contractor, and all copyrights and other intellectual property rights in such Drawings, Specifications, and other documents, as between Owner and Contractor are the property of the Owner. All Instruments of Service and Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 13 other Contract Documents shall be used by the Contractor solely on the Project. They shall not be used on any other project without the written consent of the Owner, and the Contractor shall advise its Subcontractors and suppliers by written notice of this contractual requirement. The Contractor, Subcontractors, sub-subcontractors and material and equipment suppliers are granted a limited license to use and reproduce applicable portions of the Instruments of Service and other Contract Documents appropriate to and for use in the execution of their Work under the Contract Documents. § 1.5.2 The Contractor, Subcontractors, Sub-subcontractors, and material or equipment suppliers are authorized to use and reproduce the Instruments of Service provided to them solely and exclusively for execution of the Work. All copies made under this authorization shall bear the copyright notice, if any, shown on the Instruments of Service. The Contractor, Subcontractors, Sub-subcontractors, and material or equipment suppliers may not use the Instruments of Service on other projects or for additions to this Project outside the scope of the Work without the specific written consent of the Owner, Engineer, and the Engineer’s consultants. § 1.6 Notice § 1.6.1 Except as otherwise provided in Section 13.3, where the Contract Documents require one party to notify or give notice to the other party, including, without limitation, notice of Claims, such notice shall be provided in writing to the designated representative of the party to whom the notice is addressed and shall be deemed to have been duly served if delivered in person, by mail, by courier, or by electronic transmission if a method for electronic transmission is set forth in the Agreement. (Paragraph deleted) § 1.7 Digital Data Use and Transmission The parties shall agree upon protocols governing the transmission and use of Instruments of Service or any other information or documentation in digital form. The parties will use AIA Document E203™–2013, Building Information Modeling and Digital Data Exhibit, to establish the protocols for the development, use, transmission, and exchange of digital data. § 1.8 Building Information Models Use and Reliance Any use of, or reliance on, all or a portion of a building information model without agreement to protocols governing the use of, and reliance on, the information contained in the model and without having those protocols set forth in AIA Document E203™–2013, Building Information Modeling and Digital Data Exhibit, and the requisite AIA Document G202™–2013, Project Building Information Modeling Protocol Form, shall be at the using or relying party’s sole risk and without liability to the other party and its contractors or consultants, the authors of, or contributors to, the building information model, and each of their agents and employees. ARTICLE 2 OWNER § 2.1 General § 2.1.1 The Owner is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Owner shall designate in writing a representative who shall have express authority to bind the Owner with respect to all matters requiring the Owner’s approval or authorization. Except as otherwise provided in Section 4.2.1, the Engineer does not have such authority. The term "Owner" means the Owner or the Owner’s authorized representative. § 2.1.2 The Owner has furnished to the Contractor information necessary and relevant for the Contractor to evaluate, give notice of, or enforce mechanic’s lien rights, and Contractor acknowledges receipt of the same. Such information shall include a correct statement of the record legal title to the property on which the Project is located, usually referred to as the site, and the Owner’s interest therein. As of the date of execution of the Contract, Contractor acknowledges receipt of the same and agrees that such information satisfies any and all Legal Requirements relating thereto. § 2.2 Information and Services Required of the Owner § 2.2.1 The Owner has delivered to Contractor satisfactory evidence that Owner has made financial arrangements to fulfill Owner’s obligations under this Agreement and, as of the date of execution of the Contract, Contractor acknowledges receipt of the same and agrees that such evidence satisfies any and all Legal Requirements relating thereto. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 14 § 2.2.2 Except for permits and fees that are the responsibility of the Contractor under the Contract Documents, including those required under Section 3.7.1, the Owner shall secure and pay for necessary approvals, easements, assessments and charges required for construction, use or occupancy of permanent structures or for permanent changes in existing facilities. § 2.2.3 The Owner shall furnish general property surveys describing physical characteristics, legal limitations and utility locations for the site of the Project, and a legal description of the site. The Contractor shall be entitled to rely on the accuracy of information furnished by the Owner but shall exercise proper precautions relating to the safe performance of the Work and shall immediately notify Owner if Contractor believes that the document or information supplied by the Owner is inadequate, incomplete or incorrect. § 2.2.4 The Owner shall furnish information or services required of the Owner by the Contract Documents with reasonable promptness. The Owner shall also furnish any other information or services under the Owner’s control and relevant to the Contractor’s performance of the Work with reasonable promptness after receiving the Contractor’s written request for such information or services. The Contractor shall review all documents and information received from the Owner and Contractor shall notify Owner promptly if the Contractor discovers or has reason to believe that the documents or information supplied by the Owner are inadequate, incomplete or incorrect. (Paragraph deleted) § 2.2.5 Unless otherwise provided in the Contract Documents, the Owner shall furnish to the Contractor one copy of the Contract Documents for purposes of making reproductions pursuant to Section 1.5.2. § 2.2.6 The Owner’s participation in the Project shall in no way relieve the Contractor of its duties and responsibilities under applicable Legal Requirements or the Contract Documents, except in the event of the Owner’s fault or negligence. § 2.2.7 The Owner shall not be responsible for the resolution of differences or disputes between or among the Contractor Parties. § 2.3 Owner’s Right to Stop the Work § 2.3.1 If Contractor fails to correct Work that is not in accordance with the requirements of the Contract Documents as required by Section 12.2 or repeatedly fails to carry out Work in accordance with the Contract Documents, the Owner may issue a written order to the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; provided, however, the right of the Owner to stop the Work shall not give rise to a duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other person or entity. § 2.3.2 After consultation with the Engineer, if suspension of the Work is warranted by reason of unforeseen conditions which may adversely affect the Work if such Work were continued, the Owner may suspend the Work by written notice to the Contractor. In such event, the Contract Time shall be adjusted accordingly, and the Contract Sum shall be adjusted to the extent that additional costs are incurred by reason of such suspension, as more particularly described in Section 14.3. If the Contractor, in its reasonable judgment, believes a suspension is warranted by unforeseen circumstances which may adversely affect the Work if the Work were continued, the Contractor shall immediately notify the Owner and the Engineer of such belief and describe in detail the particular reasons therefor. (Paragraphs deleted) § 2.4 Owner’s Right to Carry Out the Work If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a ten-day period after receipt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may, without prejudice to other remedies the Owner may have, correct such deficiencies. In such case, an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the reasonable cost of correcting such deficiencies, including Owner’s expenses and compensation for the Engineer’s additional services made necessary by such default, neglect or failure. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. If the Contractor disagrees with the actions of the Owner or the Engineer, or the amounts claimed as costs to the Owner, the Contractor may file a Claim pursuant to Article 15. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 15 § 2.5 Extent of Owner’s Rights § 2.5.1 The rights stated in this Section 2 and elsewhere in the Contract Documents are cumulative and not in limitation of any rights of Owner granted in the Contract Documents, at law, or in equity. § 2.5.2 In no event shall the Owner have control over, charge of, or any responsibility for construction means, methods, techniques, sequences, or procedures or for safety precautions and programs in connection with the Work, notwithstanding any of the rights and authority granted the Owner in the Contract Documents. § 2.6 Owner’s Right to Audit § 2.6.1 The Contractor’s records, which shall include but not be limited to accounting records, written policies and procedures, subcontractor files (including proposals of successful and unsuccessful bidders), original estimates, estimating work sheets, correspondence, change order files (including documentation covering negotiated settlements), and any other supporting evidence necessary to substantiate charges related to this Agreement (all of the foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction, upon reasonable advance written notice from Owner, during normal working hours by Owner’s agent or authorized representative to the extent necessary to adequately permit evaluation and verification of any invoices, payments or claims submitted by the Contractor or any of his payees pursuant to the execution of the Work on the Project and the Cost of the Work of the Project. Such Records shall also include, without limitation, those documents or other records deemed necessary by Owner to evaluate and verify direct and indirect costs (including overhead allocations) as they may apply to costs associated with this Agreement. § 2.6.2 For the purposes of such audits, inspections, examinations and evaluations, the Owner’s agent or authorized representative shall have access to said Records from the effective date of this Agreement for duration of the Work and until three (3) years (or longer if required by law), after the date of the final payment by Owner to Contractor pursuant to this Agreement. If requested in writing by Owner, Contractor shall transfer or deliver a complete copy of the Records to Owner upon final payment, with the reasonable copying expense to be paid by Owner. § 2.6.3 Owner’s agent or its authorized representative shall have access to the Contractor’s facilities, shall have access to all necessary Records and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this Section 2.6. Owner’s agent or authorized representative shall give Contractor reasonable notice of intended audits. § 2.6.4 To the extent practicable, Contractor shall use good faith efforts to require all subcontractors and material suppliers ("Payees") to comply with the provisions of this Section 2.6 by insertion of the requirements hereof into each written agreement between Contractor and Payees solely as to Change Orders. § 2.6.5 If an audit, inspection or examination in accordance with Section 2.6 discloses overcharges (of any nature ) by the Contractor to Owner in excess of one percent (1%) of the total billings pursuant to this Agreement, the reasonable cost of the Owner’s audit shall be paid by the Contractor. § 2.7 ACCELERATIONS FOR OWNER’S CONVENIENCE § 2.7.1 Owner shall be entitled to direct the acceleration or re-sequencing of the Work in order to achieve completion prior to the milestone dates or the scheduled Substantial Completion Date. In the event Owner desires to accelerate the base-line Project Schedule or the latest revised Project Schedule as applicable, in whole or in part, for reasons other than delays caused by or attributable in whole or in part to a concurrent delay, Owner shall so notify the Contractor in writing and shall equitably adjust the Contract Time and Contract Sum accordingly. § 2.7.2 Upon receipt of such written instruction, Contractor shall provide Owner with a plan, provided such plan is feasible, to achieve the acceleration and its anticipated not-to-exceed cost. Before proceeding with any such Owner-directed acceleration plan under this Section 2.7, the Contractor shall have received the Owner’s prior written approval of the plan and its anticipated not-to-exceed cost. Upon approval by Owner, Contractor shall require its personnel and its Subcontractors to work such overtime hours and/or to increase their respective work forces as may be reasonably necessary to meet Owner’s acceleration schedule. § 2.7.3 Such written acceleration instructions shall be considered a Construction Change Directive and Contractor shall respond in accordance with Section 7.3; provided, however, that if Owner has accepted Contractor’s plan in full, the accepted plan shall govern adjustments to the Contract Sum and Contract Time. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 16 ARTICLE 3 CONTRACTOR § 3.1 General § 3.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Contractor shall be lawfully licensed, if required in the jurisdiction where the Project is located. The Contractor shall designate in writing a representative who shall have express authority to bind the Contractor with respect to all matters under this Contract. The term "Contractor" means the Contractor or the Contractor’s authorized representative. § 3.1.2 Except as expressly provided for in the Contract Documents to the contrary, the Contractor, at its sole cost, risk, and expense, shall construct, equip, provide, purchase, pay for, perform and furnish all of the Work in accordance with the Contract Documents, Applicable Laws governmental codes and regulations as they apply to performance of the Work and as shown in the Contract Documents, but Contractor shall remain responsible for complying with governmental codes and regulations relating to means, methods and procedures applicable to Contractor’s performance of the Work. Without limiting the foregoing, Contractor shall purchase all materials, equipment and services required for the Work, except for those items designated by Owner as the responsibility of the Owner to furnish and/or install ("Owner-furnished Items"). § 3.1.3 The Contractor shall not be relieved of its obligations to perform the Work in accordance with the Contract Documents either by activities or duties of the Engineer in the Engineer’s administration of the Contract, or by tests, inspections or approvals required or performed by persons or entities other than the Contractor. § 3.1.4 The Contractor represents and warrants the following to the Owner (in addition to the other representations and warranties in the Contract Documents), as an inducement to the Owner to execute the Agreement, which representations and warranties shall survive the execution and delivery of the Agreement and the final completion of the Work: (a) that the Contractor is financially solvent, able to pay its debts as they mature and possessed of sufficient working capital to complete the Work and perform its obligations under the Contract Documents, (b) that the Contractor is able to furnish the plant, tools, material, supplies, equipment and labor required to complete the Work and perform its obligations hereunder and has sufficient experience and competence to do so, and (c) that the Contractor is authorized to do business in the state where the Project is located and properly licensed by all necessary governmental and public and quasi-public authorities having jurisdiction over it and over the Work and the site of the Project. § 3.1.5 OFAC REPRESENTATION Contractor further represents and warrants that Contractor is not and shall not be, and, after making due inquiry, no person or entity ("Person") who owns a controlling interest in or otherwise controls Contractor, is an employee, agent or contractor of Contractor is or shall be (a) listed on the Specially Designated Nationals and Blocked Persons List (the "SDN List") maintained by the Office of Foreign Assets Control ("OFAC"), Department of the Treasury, and/or on any other similar list ("Other Lists" and, collectively with the SDN List, the "Lists") maintained by the OFAC pursuant to any authorizing statute, Executive Order or regulation (collectively, "OFAC Laws and Regulations"); or (b) a Person (a "Designated Person") either (i) included within the term "designated national" as defined in the Cuban Assets Control Regulations, 31 C.F.R. Part 515, or (ii) designated under Sections 1(a), 1(b), 1(c) or 1(d) of Executive Order No. 13224, 66Fed. Reg. 49079 (published September 25, 2001) or similarly designated under any related enabling legislation, or any other similar Executive Orders (collectively, the "Executive Orders"). The OFAC Laws and Regulations and the Executive Orders are collectively referred to in this Agreement as the "Anti-Terrorism Laws". Contractor also shall require, and shall take reasonable measures to ensure compliance with the requirement, that no Person who owns any other direct interest in Contractor is or shall be listed on any of the Lists or is or shall be a Designated Person. This Section shall not apply to any Person to the extent that such Person’s interest in the Contractor is through a U.S. Publicly-Traded Entity. As used in this Agreement, "U.S. Publicly-Traded Entity" means a Person (other than an individual) whose securities are listed on a national securities exchange, or quoted on an automated quotation system, in the United States, or a wholly-owned subsidiary of such a Person. § 3.1.6 Background Checks. Contractor has no actual knowledge that any of "Contractor’s Employees" (which shall include employees of Contractor and employees of Contractor’s subcontractors and consultants of whatever tier) would not pass a reasonable background check with respect to criminal behavior that could endanger other Contractor Employees and authorized guests and invitees at the Project site. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 17 § 3.1.7 Proof of Employment Eligibility. Contractor warrants that all Contractor Employees names and social security numbers match and that all Contractor Employees hired after the date of this Agreement are United States citizens or they have one of the documents currently accepted by the USCIS as proof of employment eligibility, as shown on USCIS website’s instructions for Form I-9 (www.uscis.gov/portal/site/uscis). For Contractor Employees hired prior to the date of this Agreement, Contractor warrants that all Contractor Employees are United States citizens or they provided proof of employment eligibility documents accepted by the USCIS or its predecessors at the time of said Contractor Employee’s hire. Any Contractor Employee whose proof of employment eligibility documents (such as temporary work visas issued by USCIS, Bureau of Citizenship and Immigration Service or Immigration and Naturalization Service) expire while said Contractor Employee is providing services, must have their I-9 form re-verified according to USCIS requirements. § 3.2 Review of Contract Documents and Field Conditions by Contractor § 3.2.1 The Contractor acknowledges that it has visited the site of the Project prior to submitting a proposal. Such site visit shall be for the purpose of familiarizing the Contractor with the conditions as they exist and the character of the operations to be carried on under the Contract Documents, including all existing site conditions, access to the site, physical characteristics of the site and surrounding areas; provided, however, and notwithstanding anything in the foregoing provisions which may be interpreted to the contrary, the representations and/or warranties contained in this Section 3.2.1 shall not be interpreted to imply that the Contractor, after reasonable diligence and/or investigation consistent with the Contractor’s applicable standard of care, is responsible for unknown underground condition for which the Contractor did not have knowledge. § 3.2.1.1 Execution of the Contract by the Contractor is a representation that the Contractor has examined the site and its surroundings and become familiar with the conditions (based on Contractor’s observations and tests and studies provided by Owner on which Contractor may rely as provided herein and tests and studies performed by or for Contractor [herein referred to as the "Known Information"]) under which the Work is to be performed. Although the Contractor may be entitled to rely upon the accuracy of the Known Information, the Contractor may not rely upon such information or any other information provided by or on behalf of the Owner when the Contractor knows that such information is inaccurate, inadequate, noncomplete or otherwise unfit for its intended purpose. As provided below, Contractor shall promptly notify Owner whenever Contractor has actual knowledge that any of the Known Information or other information provided by the Owner is inaccurate, inadequate, noncomplete or otherwise unfit for its intended purpose. It is recognized that the Contractor’s review is made in the Contractor’s capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. Prior to execution of the Agreement, the Contractor evaluated and satisfied itself as to the conditions and limitations under which the Work is to be performed, including, without limitation: (a) the location, condition, layout and nature of the Project site and surrounding areas, (b) technical reports (c) generally prevailing climatic conditions, (d) anticipated labor supply and costs, (e) availability and cost of materials, tools and equipment, and (f) other similar issues. The Guaranteed Maximum Price has been calculated and Contract Time established on the basis of the documents provided in Exhibit B to the Agreement, which represent approximately [100] % completion of the final Drawings and Specifications. In determining the Guaranteed Maximum Price and Contract Time, the Contractor has taken into account the level of completeness of these documents and has exercised the best skill and efforts of the Contractor to make (i) appropriate judgments and inferences in connection with the requirements of such documents and (ii) all inquiries of the Owner to clarify these documents as necessary to calculate and establish both the Guaranteed Maximum Price and the Contact Time. § 3.2.1.2 Except as otherwise required to be included in a clarification document or supplemental document that may contain value engineering refinements and other required classifications, the Contractor acknowledges and warrants that (i) it has closely examined all the Contract Documents in order to enable the Contractor to complete the Work in a timely manner for the Contract Sum, (ii) that, to the best of Contractor’s knowledge, information, and belief, the Contract Documents are sufficient to enable the Contractor to determine the Cost of Work as shown in the Contract Documents, and (iii) to the best of its knowledge the Drawings, Specifications and addenda do not vary with applicable Legal Requirements. The Contractor further acknowledges that, having carefully examined all Drawings, Specifications and other documents, to the best of its knowledge there are no material discrepancies among the Contract Documents. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 18 § 3.2.1.3 While the exactness of grades, elevations, dimensions, or locations given on any Drawings issued by the Engineer or Engineer’s consultants, or the work installed by other contractors, is not guaranteed by the Owner, the Contractor may rely on the drawings. The Contractor is not expected to perform exhaustive verification of existing grades, benchmarks, inverts, property lines or other empirical data that is required for the accuracy and basis of the placement of structures and construction of the Project, but shall perform customary verification of such items. The Contractor shall, therefore, based on reliance on benchmarks, inverts and property lines shall satisfy itself as to the accuracy of all design grades, elevations, dimensions, and locations. In addition, Contractor may specifically rely on the Engineer’s dimensions, chain of dimensions and coordination of the documents by the Owner’s Consultants in order to establish layout. In all cases of interconnection of its Work with existing or other work, it shall verify at the site all dimensions relating to such existing or other work. In the event of discovered errors or issues, prior to or at the time of the performance of Contractor’s Work affected by such errors or issues, the Contractor will stop any Work affected by such errors or issues and immediately notify the Owner and Engineer. If any Work is required to be corrected or replaced due to Contractor’s failure to timely perform its obligations under this Section 3.2.1, it shall be promptly corrected or replaced by the Contractor at no cost or expense to Owner. § 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner, Engineer or Engineer’s consultants, pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe and verify any conditions at the site affecting it, which can be ascertained by a reasonable on-site inspection or pursuant to tests furnished by Owner and/or obtained by Contractor. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Engineer and Owner any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Engineer may require. It is recognized that the Contractor’s review is made in the Contractor’s capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. § 3.2.3 The recommendations and advice of the Contractor concerning design alternatives shall be subject to the review and approval of the Owner and the Owner’s professional consultants. Although the Contractor shall exercise an applicable standard of care in connection with its services and the Work, the Contractor is not required to ascertain that the Contract Documents are in accordance with Applicable Laws, except those drawings prepared by the Contractor or its Subcontractors, but the Contractor shall promptly report to the Engineer and Owner in writing of any nonconformity or variance from Applicable Laws the Contractor recognizes, discovers, learns or knows, and necessary changes shall be accomplished by appropriate Modification. However, if the Contractor performs any construction activity when it knew it was not in accordance with Applicable Laws without such notice to the Engineer, with a copy to Owner, and instruction to proceed, the Contractor shall be liable for any damages, costs or liability resulting therefrom, including, without limitation, any fines, Engineer’s fees, consulting fees, and costs attributable to correction of the Work. § 3.2.4 If the Contractor believes that additional cost or time is involved because of clarifications or instructions the Engineer issues in response to the Contractor’s notices or requests for information pursuant to Sections 3.2.2 or 3.2.3, the Contractor shall make Claims as provided in Article 15. If the Contractor fails to perform the obligations of Sections 3.2.2 or 3.2.3, the Contractor shall pay such costs and damages to the Owner as would have been avoided if the Contractor had performed such obligations. If the Contractor performs those obligations, the Contractor shall not be liable to the Owner or Engineer for damages resulting from errors, inconsistencies or omissions in the Contract Documents, for differences between field measurements or conditions and the Contract Documents, or for nonconformities of the Contract Documents to Applicable Laws, unless Contractor recognized such error, inconsistency or omission and knowingly failed to promptly report it to the Engineer or Owner. § 3.3 Supervision and Construction Procedures § 3.3.1 The Contractor shall supervise and direct the Work, using the Contractor’s best skill and attention. The Contractor shall be solely responsible for, and have control over, construction means, methods, techniques, sequences, and procedures, and for coordinating all portions of the Work under the Contract, unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences, or procedures, the Contractor shall evaluate the jobsite safety thereof and, except as stated below, shall be fully and solely responsible for the jobsite safety of such means, methods, Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 19 techniques, sequences, or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give timely written notice to the Owner and Engineer, which notice shall specify the Contractor’s concerns and shall propose alternative means, methods, techniques, sequences or procedures and the reasons therefor and shall not proceed with that portion of the Work without further written instructions from the Engineer. If the Contractor is then instructed to proceed with the required means, methods, techniques, sequences or procedures without acceptance of changes proposed by the Contractor, the Owner shall be solely responsible for any loss or damage arising solely from those Owner-required means, methods, techniques, sequences or procedures. § 3.3.1.1 The Contractor shall furnish only skilled properly trained staff for the performance of the Work. The key members of the Contractor’s staff shall be persons agreed upon with the Owner and identified in the "Schedule of Key Personnel" attached to the Agreement as Exhibit J. § 3.3.1.2 Such key members of the Contractor’s staff shall not be changed without the mutual consent of the Owner and Contractor, which consent shall not be unreasonably withheld, unless such person becomes unable to perform any required duties due to death, disability, transfer, resignation or termination of employment with the Contractor. If a key member is no longer capable of performing in the capacity described in Exhibit J to the Agreement, the Owner and the Contractor shall agree on a mutually acceptable substitute, which agreement shall not be unreasonably withheld. § 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor’s employees, Subcontractors, Sub-subcontractors (which includes, but is not limited to, suppliers and materialmen), and their agents and employees, and other persons or entities performing portions of the Work for, or on behalf of, the Contractor or any of its Subcontractors or Sub-subcontractors. The Contractor shall be responsible to the Owner for all damages, losses, costs and expenses resulting from the acts and omissions of the Contractor’s employees, Subcontractors, and their agents and employees, and other persons performing any of the Work under a contract with the Contractor or supplying any material for the Work. § 3.3.3 The Contractor shall be responsible for inspection of portions of Work already performed to determine that such portions are in proper condition to receive subsequent Work. § 3.3.3.1 In addition to the foregoing, the Contractor shall require each of its Subcontractors and Sub-subcontractors to inspect Work in place prior to proceeding with the Subcontractor’s or Sub-subcontractor’s Work to determine that such Work is in proper condition to receive the Subcontractor’s or Sub-subcontractor’s Work. The Contractor shall attempt to include in each subcontract a provision that a decision by a Subcontractor or Sub-subcontractor to proceed with its Work shall constitute an acknowledgement that the Subcontractor or Sub-subcontractor in question has inspected the Work in place, a provision that the Work is in proper condition to receive the Subcontractor’s or Sub-subcontractor’s Work, and a waiver of any Claims related to or resulting from such failure to make such inspection. § 3.3.4 The Contractor acknowledges that it is the Contractor’s responsibility to hire all personnel for the proper and diligent performance of the Work and the Contractor shall use its best efforts to maintain labor peace for the duration of the Project. In the event of a labor dispute unique to the Project and not a general labor dispute, the Contractor shall not be entitled to any increase in the Contract Sum or extension of the Contract Time. § 3.3.5 The Contractor shall keep and maintain on the Project site at all times and make available to the Owner one or more copies, as reasonably required by the Owner, of the Contractor’s daily log, all Drawings, Specifications, field orders, Samples, approved Shop Drawings, Change Orders, catalog cuts and the like, in good order and marked to record all changes made during construction. The daily log form shall be subject to Owner’s approval and shall contain details of the weather conditions, materials delivered, Work performed, operating hours, equipment counts, any failure on any person’s part to perform its Work, the number of persons workings on the Project for Contactor and each Subcontractor (itemized per job title and trade), and any delays. The daily log shall be provided to the Owner and the Engineer weekly (which may be provided on an online records site. Each subcontractor shall be require to prepare similar reports which shall be available to the Owner upon request. All of the above documents shall be delivered to the Owner upon Substantial Completion. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 20 § 3.3.6 The Contractor shall make all Work fit together and function properly as set forth in Contract Documents. The Contractor shall perform or cause to be performed, all cutting, fitting or patching of the Work, whether originally performed by the Contractor, a Subcontractor or anyone else under the Contractor’s control, that may be required to make all parts of the Work fit together and function properly, in conformity with the Contract Documents and so as not to endanger the Work or any part of it; and to that end the Contractor shall diligently coordinate, inspect, and supervise all aspects of the Work, whether performed by the Contractor or any of its Subcontractors, shall guard against any and all defects and deficiencies, shall stop any part of the Work that does not meet the requirements of the Contract Documents, and shall replace all and any of such Work irrespective of whether the same shall be fabricated, installed or completed. § 3.3.7 The Contractor shall familiarize the Owner’s personnel with the operation of all systems and equipment. In cooperation with the Engineer, the Contractor, prior to Substantial Completion, shall provide the Owner with such services as may be necessary or useful in checking for readiness of the utilities, systems and equipment installed in the Project, assist in their initial start-up and testing, and provide initial training of such personnel to make them familiar with such systems and equipment, and videotape such training sessions. § 3.3.8 Consistent with the need to avoid impeding progress of the Work and the availability of materials at the time of placing orders, the Contractor shall use its good faith efforts to keep the amount of surplus construction materials to a minimum and to avoid unnecessary stockpiling of materials at the Project site in advance of the time when such materials will be needed. § 3.3.9 The Contractor shall keep the floors and stairs of the Project site reasonably clean and safe at all times. Owner acknowledges that as a process of construction materials/debris will accumulate, then are cleaned within a reasonable time and the process repeats. The Contractor acknowledges that the Owner may from time to time visit the Project site and may bring any lenders, investors, affiliates and their representatives. All such visitors shall follow the safety procedures and precautions established by the Contractor. § 3.4 Labor and Materials § 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. § 3.4.2 Except in the case of minor changes in the Work authorized by the Owner or Engineer in accordance with Sections 3.12.8 or 7.4, the Contractor may make substitutions only with the consent of the Owner, after evaluation by the Engineer and Owner and in accordance with a Change Order or Construction Change Directive. If the Contractor submits an alternate product or method in lieu of what has been specified or shown in the Contract Documents, the following provisions apply. § 3.4.2.1 The Contractor must submit to the Engineer and the Owner (a) a full explanation of the proposed substitution and submittal of all supporting data, including technical information, catalog cuts, warranties, test results, installation instructions, operating procedures, and other like information necessary for a complete evaluation of the substitution; (b) a written explanation of the reasons the substitution is advantageous and necessary, including the benefits to the Owner and the Work in the event the substitution is acceptable; (c) the adjustment, if any, in the Contract Sum, in the event the substitution is acceptable; (d) the adjustment, if any, in the Completion Date and the construction schedule in the event the substitution is acceptable; (e) an identification of all Drawings and Specifications that may be affected by the substitution, changes required thereto, and the adjustment, if any, in the Guaranteed Maximum Price and/or Contract Time, in the event that substitution is acceptable; and (f) written confirmation that the proposed substitution conforms to and meets all the requirements of the pertinent Specifications and the requirements shown on the Drawings, and that the Contractor accepts the warranty and correction obligations in connection with the proposed substitution as if originally specified by the Engineer. Proposals for substitutions shall be submitted in triplicate to the Engineer and Owner in sufficient time to allow the Engineer no less than ten (10) working days for review. No substitutions will be considered or allowed without the Contractor’s submittal of complete substantiating data and information as required in this Section 3.4.2.1. § 3.4.2.2 Substitutions and alternates may be rejected without explanation and will be considered only under one or more of the following conditions: (a) the proposal is required for compliance with interpretation of code requirements Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 21 or insurance regulations then existing; (b) specified products are unavailable through no fault of the Contractor; (c) subsequent information discloses the inability of specified products to perform properly or to fit in the designated space; (d) the manufacturer/fabricator refuses to certify or guarantee the performance of the specified product as required; and (e) when in the judgment of the Owner or the Engineer, a substitution would be substantially in the Owner’s best interests, in terms of cost, time or other considerations. § 3.4.3 The Contractor shall enforce strict discipline and good order among the Contractor’s employees and other persons carrying out the Work. The Contractor shall not permit employment of unfit persons or persons not properly skilled in tasks assigned to them. Any employee of Contractor or any of its Subcontractors or Sub-Subcontractors whom the Owner reasonably deems to be unsuitable in qualifications, performance, and conduct shall be dismissed from the Work by the Contractor upon notice from the Owner, with no increase in the Guaranteed Maximum Price or Contract Time. § 3.5 Warranty § 3.5.1 The Contractor warrants to the Owner and Engineer that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform to the requirements of the Contract Documents and will be free from defects, except for those inherent in the quality of the Work the Contract Documents require or permit, and that the Work will be performed in a good and workmanlike manner. Work, materials, or equipment not conforming to these requirements may be considered defective. The Contractor’s warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. Modifications, extensions, attachments to, completion of, or repair to systems in the Work by persons other than by or through the Contractor (including the Owner or tenants performing tenant improvement work), shall not void the Contractor’s warranty so long as the same are done in accordance with the original design and installation standards. If required by the Engineer or Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. All manufactured articles, materials and equipment shall be applied, installed, connected, created, used, cleaned and conditioned in accordance with the manufacturer’s written or printed instructions unless otherwise indicated in the Contract Documents. Other warranties or guarantees may be detailed elsewhere in the Contract Documents with specified coverages or time periods, but these shall in no event be construed to negate or diminish the warranty detailed in this Section 3.5. The Contractor does not warrant or guarantee the design or sufficiency of the design of the improvements or that the materials and equipment furnished (except for any of Contractor’s design-build portions of the Project, such as pre-engineered trusses and fire protection), assuming that they are the materials and equipment specified, will accomplish the purposes intended by the design professional. § 3.5.2 The Contractor acknowledges that the cost for all Contractor’s warranty work and obligations has been included in the GMP, and that the Contractor will not be entitled to additional compensation for such Contractor’s warranty Work. § 3.5.3 The Contractor agrees to assign to the Owner at the time of final completion of the Work any and all manufacturer’s warranties relating to materials and labor used in the Work and further agrees to perform the Work in such manner so as to preserve any and all such manufacturer’s warranties. If necessary as a matter of law, the Contractor may retain the right to enforce directly any such manufacturers’ warranties during the one-year period following the date of Substantial Completion, referred to in Section 12.2 of this Agreement. § 3.6 Taxes The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect and all required employment-related taxes imposed on Contractor. § 3.6.1 If any governmental authority assesses any tax against the Owner, which tax is the obligation of a Contractor Party, including any sales tax on materials purchased by a Contractor Party, then within ten (10) days after the Owner’s request for payment from the Contractor, the Owner may deduct the amount of the tax and any penalty from any amount due the Contractor and/or the Contractor shall be obligated to reimburse the Owner an amount equal to the assessed tax and any penalties associated with such assessed tax plus interest at the rate set forth in Section 15.2 of this Agreement. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 22 § 3.7 Permits, Fees, Notices and Compliance with Laws § 3.7.1 The Contractor shall secure all building permits (the "Permits") required for the Project with the Drawings and Specifications provided by the Owner and provide a list of all such required Permits to the Owner. The cost of any Permits shall be included in the Contract Sum, without an increase in the Contract Sum, all other trade permits, governmental fees, licenses and inspections necessary for proper execution and completion of the Work which are customarily secured after execution of the Agreement and which are legally required when bids are received or negotiations concluded. Among other things, the Contractor shall provide licenses and related fees, inspection fees, special inspection fees, and taxes on such fees, and give all notices necessary and incidental to the due and lawful prosecution of the Work. The Contractor shall post copies of all obtained Permits at the Project site and deliver copies of all such Permits to the Owner and Engineer prior to execution of the Work and originals upon Substantial Completion. Certificates of inspection, use and occupancy shall be delivered to the Owner upon Substantial Completion of the Work in accordance with the deadlines set forth in the Contract Documents. § 3.7.2 The Contractor shall comply with, and give notices required by, Applicable Laws, and lawful orders of public authorities applicable to performance of the Work. The Contractor shall coordinate its Work with public or private authorities, such as utility companies, as required or necessary for performance of the Work. The Contractor shall procure and perform the Work so that the Owner may obtain the release of all bonds required of the Owner or the Contractor by the locality in which the Project is located or any other public or private body with jurisdiction over the Project. § 3.7.3 Intentionally Omitted § 3.7.4 Concealed or Unknown Conditions If the Contractor encounters conditions at the site that are (1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Engineer before conditions are disturbed. The Engineer or Owner will promptly investigate such conditions and, if the Owner determines that the conditions differ materially and cause an increase or decrease in the Contractor’s cost of, or time required for, performance of any part of the Work, Contractor shall be entitled to an equitable adjustment in the Contract Sum or Contract Time, or both. If the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Owner (or its Engineer) shall promptly notify the Contractor, in writing, stating the reasons. If Contractor disputes the Owner’s determination or recommendation, Contractor may submit a Claim as provided in Article 15. No adjustment in the Contract Time or Contract Sum shall be permitted, however, in connection with a concealed or unknown condition that does not differ materially from those conditions disclosed by the Contractor’s prior inspections, tests, reviews, and preconstruction services for the Project, or inspections, tests, reviews, and preconstruction services that the Contractor had the opportunity to make or should have performed in connection with the project. § 3.7.5 If, in the course of the Work, the Contractor encounters human remains or recognizes the existence of burial markers, archaeological sites or wetlands not indicated in the Contract Documents, the Contractor shall immediately suspend any operations that would affect them and shall notify the Owner and Engineer. Upon receipt of such notice, the Owner shall promptly take any action necessary to obtain governmental authorization required to resume the operations. The Contractor shall continue to suspend such operations until otherwise instructed by the Owner but shall continue with all other operations that do not affect those remains or features. Requests for adjustments in the Contract Sum and Contract Time arising from the existence of such remains or features may be made as provided in Article 15. Notwithstanding the foregoing, no adjustment in the Guaranteed Maximum Price or Contract Time shall be allowed to the extent that the Contractor knew of those conditions prior to the date of the Agreement. All items of value or significance discovered at the Project site shall be deemed to be the absolute property of Owner. § 3.8 Allowances § 3.8.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Items covered by allowances shall be supplied for such amounts and by such persons or entities as the Owner may direct, but the Contractor shall not be required to employ persons or entities to whom the Contractor has reasonable objection. § 3.8.2 Unless otherwise provided in the Contract Documents, Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 23 .1 Allowances shall cover the cost to the Contractor of materials and equipment delivered at the site and all required taxes, less applicable trade discounts; .2 Contractor’s costs for unloading and handling at the site, labor, installation costs, overhead, profit, and other expenses contemplated for stated allowance amounts shall be included in the Contract Sum but not in the allowances; and .3 Whenever costs are more than or less than allowances, the Contract Sum shall be adjusted accordingly by Change Order. The amount of the Change Order shall reflect (1) the difference between actual costs and the allowances under Section 3.8.2.1 and (2) changes in Contractor’s costs under Section 3.8.2.2. § 3.8.3 The Contractor shall give the Owner at least ten (10) business days’ notice of when selections under each allowance should be made, and materials and equipment under an allowance shall be selected by the Owner with reasonable promptness. § 3.9 Superintendent § 3.9.1 The Contractor shall employ a competent and qualified project superintendent (the "Project Superintendent") and necessary assistants who shall be in attendance at the Project site during performance of the Work. The superintendent shall represent the Contractor, and communications (including notice from the Owner or the Engineer to such Project Superintendent in connection with defective Work, instructions for performance of the Work, or any other matters pertaining to the Work) given to the Project Superintendent shall be as binding as if given to the Contractor. The Contractor shall provide such on-site supervision as is necessary in order to properly manage and execute the Work. The Contractor warrants that the Project Superintendent will direct and supervise the Work. The Project Superintendent shall be in charge of the Work, fully authorized to act on behalf of the Contractor, and be present at the Property during performance of the Work until final completion of the Work. § 3.9.2 Contractor shall not change or reassign key Project staff members, including project managers, project engineers, superintendents, and their assistants assigned to this Project without approval of Owner, unless that individual ceases to be employed by Contractor, as more particularly described in Article 2 of the Agreement. Contractor shall keep Owner continuously informed, by organization chart or other similar method, of the identities of all Contractor’s employees performing in a supervisory, administrative, or management role with responsibility for this Project at all times during the course of the Work. § 3.9.3 The Contractor shall not employ a proposed superintendent to whom the Owner or Engineer has made reasonable and timely objection. The Contractor shall not change the superintendent without the Owner’s consent, which shall not unreasonably be withheld or delayed. § 3.10 Contractor’s Construction Schedules § 3.10.1 The Contractor, promptly after being awarded the Contract, shall submit for the Owner’s and Engineer’s information a Contractor’s construction schedule for the Work. The schedule shall contain detail appropriate for the Project, including (1) the date of commencement of the Work, interim schedule milestone dates, and the date of Substantial Completion; (2) an apportionment of the Work by construction activity; and (3) the time required for completion of each portion of the Work. The schedule shall provide for the orderly progression of the Work to completion and shall not exceed time limits current under the Contract Documents, shall be revised at appropriate intervals as required by the conditions of the Work and Project, shall be related to the entire Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work. § 3.10.2 The Contractor, working with the Engineer, shall prepare a submittal schedule, promptly after being awarded the Contract and thereafter as necessary to maintain a current submittal schedule, and deliver the same to Owner for Owner’s approval, with a copy to the Engineer. The submittal schedule shall (1) be coordinated with the Contractor’s construction schedule, and (2) allow the Engineer reasonable time to review submittals. If the Contractor fails to submit a submittal schedule, or fails to provide submittals in accordance with the approved submittal schedule, the Contractor shall not be entitled to any increase in Contract Sum or extension of Contract Time based on the time required for review of submittals. § 3.10.3 The Contractor shall perform the Work in accordance with the most recent schedules submitted to, and approved by, the Owner and Engineer. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 24 § 3.10.4 The Contractor shall monitor the progress of the Work for conformance with the requirements of the construction schedule and shall promptly advise the Owner and the Engineer of any delays or potential delays. The accepted construction schedule shall be updated to reflect actual conditions as set forth in Section 3.10.1 or if requested by the Owner or the Engineer. If Contractor indicates any delays, the Contractor shall propose an affirmative plan to correct the delay (if feasible), including overtime and additional labor. In no event shall any report by the Contractor of any delay be deemed an adjustment to the Contract Time or Contract Sum unless agreed to by the Owner (within a reasonable time) and authorized in writing by a Change Order executed by all parties. § 3.10.5 (a) The Contractor, Engineer and/or Owner will meet bi-weekly or more often if required by the Owner, at the Project, to review the progress of the Work and determine if the Work is on schedule. (b) If the Owner, in good faith, determines that the Contractor is behind the Project Schedule or Contract Time, and the impact is due to the fault of the Contractor, including, without limitation, any Subcontractor or supplier, the Owner shall give the Contractor thirty (30) days to bring the Work back in conformance with the Project Schedule and Contract Time; provided, however, that the Contractor may decide to compress the Project Schedule at any time during the Contract Time to bring the Work back in conformance with the Contract Time by written notice to Owner of such recovery plan within thirty (30) days following receipt of Owner’s demand to accelerate the Work. The Contractor shall provide Owner with reasonable evidence that the applicable Subcontractors and/or suppliers have agreed to such revised Project Schedule, including the reasonable compression of the Project Schedule, by delivery of meeting minutes reflecting such reasonable compression of the Project Schedule. Additionally, the Owner may request the Contractor to arrange a meeting for Owner with Contractor and the applicable Subcontractors and suppliers so that Contractor can cause the applicable Subcontractors and suppliers to confirm to Owner such compression of the Project Schedule. After such thirty (30) day period, if the Owner determines that the Work is still behind the Project Schedule or Contract Time or the agreed upon (by Contractor, Subcontractors and/or suppliers) adjustment in the Project Schedule by compressing the schedule for the Work, the Owner shall give the Contractor another three (3) days to take whatever action is necessary to return the Work to adherence to the Project Schedule and Contract Time or Project Schedule adjustment pursuant to the approved compression schedule. After such three (3) day period, if the Owner determines that the Work is still behind schedule and/or the Owner has not received the approved compression schedule that provides an adjustment of the Project Schedule acceptable to Owner in the exercise of reasonable judgment, the Owner may terminate the Contract and pursue the remedies as provided in Section 14.2 of the A201-2017 AIA General Conditions ("General Conditions") or correct the deficiency at the Contractor’s expense as provided in Sections 2.4.1 and 2.5 of the General Conditions. (c) It is understood that modifications to the Project Schedule or Contract Time may be required occasionally. Any such modifications to the Contract Time to become effective must be agreed to by the Contractor and Owner and contained in a Change Order to the Contract signed by both parties. § 3.10.6 Contractor will record on a daily basis whether its critical path job progress has been materially affected by adverse weather conditions. Contractor will report to the Owner of any such adverse weather delays in writing on a weekly basis. The Contractor will further report to the Owner substantiating any days claimed to have been lost, over and above those allotted for in the Project Schedule, due to adverse weather conditions. Claims for additional time shall be awarded per Section 8.3.1 of the General Conditions. All adverse weather days beyond those included in the Project Schedule that cause the delay in the critical path shall be reimbursed by Owner at a pre-agreed daily rate for General Conditions Costs, subject to the provisions of Section 8.3.1 of the General Conditions. The Contractor shall include in the Project Schedule the average number of adverse weather days based on the historical data from the National Weather Service. The historical data will be indexed to the zip code of the Project site. § 3.11 Documents and Samples at the Site § 3.11.1 The Contractor shall maintain at the Project site for the Owner one record copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to record all changes to the Work, indicate field changes and selections made during construction, and one copy of approved Shop Drawings, Product Data, Samples and similar required submittals. These shall be available to the Engineer and Owner and shall be delivered to the Engineer for submittal to the Owner upon completion of the Work as a record of the Work as constructed. Said "record" documents shall show the location, size and configuration of all underground or otherwise concealed conditions of the Work which may vary from the Contract Documents. Prior to final payment, the Contractor shall transfer all such "record" information onto a set of reproducible Drawings and submit same to the Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 25 Engineer for the Engineer’s review. The Contractor shall be responsible for the completeness and accuracy of such "record" Drawings and Specifications, notwithstanding any review of same by the Engineer. § 3.11.1.1 Two (2) complete sets of "as-built / red-line" Drawings which correctly indicate the Work as finally constructed shall be delivered to the Owner upon Substantial Completion of the Project. These sets will be in electronic format and delivered via compact disk and via email to the Owner. § 3.11.1.2 The Contractor shall certify by letter that the record copy of all documents which it delivers to the Owner are, to the best of the Contractor’s knowledge, accurate and represent actual field conditions at Substantial Completion of the Project with any and all Modifications shown and described thereon. § 3.11.2 The Contractor shall keep the record copy of all documents up-to-date as the Work progresses and changes occur. Recorded changes shall include all engineering changes;; and changes to grades, utilities and other Work as well as Work required by Change Orders. § 3.12 Shop Drawings, Product Data and Samples § 3.12.1 The term Shop Drawings includes fabrication, erection, layout and setting drawings, manufacturer’s standard drawings, diagrams, schematics, schedules, descriptive literature, illustrations, catalogs and brochures, performance and test data, wiring and control diagrams, other drawings and descriptive data prepared and furnished by the Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or vendor pertaining to and illustrating some portion of the Work, including materials, equipment, piping, and methods of construction as required to show that materials, equipment or systems, and the positions thereof, conform to the Contract Documents. The term "manufacture(d)" applies to and means standard units usually mass produced. The term "fabricate(d)" means specifically assembled or made out of selected materials to meet individual design requirements. Shop Drawings shall establish actual detail of all manufactured or fabricated items, indicate their proper relation to adjoining Work, amplify design details of mechanical and electrical equipment in proper relation to physical spaces on the structure, and incorporate minor changes of design or construction to suit actual conditions. § 3.12.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work. § 3.12.3 Samples are physical examples that illustrate materials, equipment, or workmanship, and establish standards by which the Work will be judged. § 3.12.4 Shop Drawings, Product Data, Samples, and similar submittals are not Contract Documents. Their purpose is to demonstrate the way by which the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents for those portions of the Work for which the Contract Documents require submittals. Review by the Engineer is subject to the limitations of Section 4.2.7. Informational submittals upon which the Engineer is not expected to take responsive action may be so identified in the Contract Documents. Submittals that are not required by the Contract Documents may be returned by the Engineer without action. All Shop Drawings shall (i) comply with performance Specifications and other criteria established by the Engineer; and (ii) permit the Work, when completed, to conform with the requirements of the Contract Documents. Shop Drawings shall be modified at no cost to the Owner as necessary to obtain any Permits, certificate or approvals and as required to comply with any requirements of the Contract Documents. The Contractor shall not be relieved from responsibility for errors or omissions in the Shop Drawings, Product Data or Samples by the Engineer’s approval thereof. § 3.12.5 The Contractor shall review for compliance with the Contract Documents, approve, and submit to the Engineer, Shop Drawings, Product Data, Samples, and similar submittals required by the Contract Documents, in accordance with the submittal schedule approved by the Engineer or, in the absence of an approved submittal schedule, with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Owner or of Separate contractors, while allowing the Engineer at least 15 business days to respond to the submittal. The Contractor shall sign each submittal and stamp it, in its capacity as a contractor and not as a licensed design professional, with "REVIEWED FOR COMPLIANCE WITH THE CONTRACT DOCUMENTS WITH NO EXCEPTIONS TAKEN OR AS NOTED.". Submittals which are not marked as reviewed for compliance with the Contract Documents and approved by the Contractor may be returned by the Engineer without action, for correction by the Contractor. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 26 § 3.12.6 By submitting Shop Drawings, Product Data, Samples, and similar submittals, the Contractor represents to the Owner and Engineer that the Contractor has (1) reviewed and approved them, for the limited purpose of (2) determining and verifying materials, field measurements and field construction criteria related thereto, or will do so, and (3) checking and coordinating the information contained within such submittals with the requirements of the Work and of the Contract Documents. The Owner and Engineer may rely on such information. § 3.12.7 The Contractor shall perform no portion of the Work for which the Contract Documents require submittal and review of Shop Drawings, Product Data, Samples, or similar submittals, until the respective submittal has been approved by the Engineer. § 3.12.7.1 Shop Drawings, Product Data and Samples shall be properly identified with the name of the Project, the Contract, the Subcontractor and the date. Each set submitted shall be accompanied by an approved transmittal form referring to the name of the Project, to the number of the Specifications section and to the Section number, when applicable, for identification of each item. Shop Drawings for each section of the Work shall be numbered consecutively and the numbering system shall be retained throughout all revisions. Each Shop Drawing and Sample shall be retained throughout all revisions. Each Shop Drawing and Sample shall have a clear space for the stamps of the Contractor and Engineer. Where a clear space is not available on Samples, Samples should be submitted with tags or stickers attached thereto. § 3.12.7.2 Shop Drawings and Samples shall bear the Contractor’s stamp certifying that the Contractor has verified (as to existing conditions) or will verify (as to Work not then constructed or installed) all materials, field measurements and field conditions applicable thereto, and that such Shop Drawings and Samples have been coordinated and checked by the Contractor for completeness and compliance with the Contract Documents, Submissions without this stamp and submissions which, in the Engineer’s opinion, are incomplete, contain numerous errors, or have not been checked or have only been checked superficially, will be returned for resubmission. Proposed deviations and substitutions from the Contract Documents shall be clearly noted on the submittals and handled as elsewhere herein described. The Contractor shall be solely responsible for any quantities and dimensions which may be shown on the submittals. § 3.12.7.3 Samples of materials which are generally furnished in containers bearing manufacturer’s descriptive labels and printed application instructions shall, if not submitted in standard containers, be furnished with such labels and application instructions. § 3.12.7.4 The Contractor shall prepare or cause to be prepared, coordination drawings that depict composite Shop Drawings and field installation layouts to depict all conditions as necessary to coordinate the Work and to depict proposed solutions for tight field conditions. These Shop Drawings and field installation layouts shall be coordinated in the field by the Contractor and Subcontractors for proper relationship to the Work of all other trades based on field conditions. Before materials are fabricated or Work begun, the Contractor shall submit to the Engineer complete Shop Drawings at not less than the scale of Engineer’s Drawings. The Contractor shall make the Shop Drawings and installation layouts available at all times at the Project site. The Contractor shall coordinate all field work and Shop Drawings of the various trades prior to installation of the Work. In spaces where various installations cannot be accommodated, the Contractor shall, prior to fabrication or installation of the Work, notify the Engineer and Owner and shall cooperate with the Engineer and Owner in developing a solution to the problem. The Contractor shall be responsible for coordinating the various trades involving the location and size of all sleeves, electrical outlets, inserts, piping, conduits, hangers, ducts and similar installations. The Contractor agrees that all such installations shall be clear of obstructions and shall be constructed in a manner presenting an orderly appearance at no additional cost or increase in time to the Owner. § 3.12.8 The Work shall be in accordance with approved submittals except that the Contractor shall not be relieved of responsibility for deviations from the requirements of the Contract Documents by the Engineer’s approval of Shop Drawings, Product Data, Samples, or similar submittals, unless the Contractor has specifically informed the Engineer in writing of such deviation at the time of submittal and (1) the Owner or Engineer (if permitted under the Contract Documents) has given written approval to the specific deviation as a minor change in the Work, or (2) a Change Order or Construction Change Directive has been issued authorizing the deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples, or similar submittals, by the Engineer’s approval thereof. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 27 § 3.12.9 The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples or similar submittals, to revisions other than those requested by the Engineer on previous submittals. In the absence of such written notice, the Engineer’s approval of a resubmission shall not apply to such revisions. § 3.12.10 The Contractor shall not be required to provide professional services that constitute the practice of engineering unless such services are specifically required by the Contract Documents for a portion of the Work or unless the Contractor needs to provide such services in order to carry out the Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures and as Applicable Laws bear upon the performance of the Work. The Contractor shall not be required to provide professional services in violation of applicable law. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, the Owner and the Engineer will specify all performance and design criteria that such services must satisfy. If the Contractor Party’s design professional needs further information from the Engineer, the Contractor shall promptly so inform the Owner and Engineer in writing. The Contractor shall cause such services or certifications to be provided by a properly licensed design professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional and who shall comply with the reasonable requirements of the Owner regarding qualifications and insurance. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to the Engineer. The Owner and the Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications and approvals performed or provided by such design professionals, provided the Owner and Engineer have specified to the Contractor all performance and design criteria that such services must satisfy. Pursuant to this Section 3.12.10, the Engineer will review, approve or take other appropriate action on submittals only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. (Paragraphs deleted) § 3.12.10.1 If the Contract Documents require the Contractor’s design professional to certify that the Work has been performed in accordance with the design criteria, the Contractor shall furnish such certifications to the Engineer at the time and in the form specified by the Engineer. § 3.13 Use of Site § 3.13.1.The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, lawful orders of public authorities, and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. After equipment is no longer required for the Work, it shall be promptly removed from the project site. Protection of construction materials and equipment stored at the Project site from weather, theft, damage, and all other adversity is solely the responsibility of the Contractor. The Contractor shall provide a clean and secure site so as to limit Project site damage from vandalism, theft, and other occurrences. The Work shall be performed, to the fullest extent reasonably possible, in such a manner that public areas adjacent to the site of the Work shall be free from all debris, building materials, and equipment likely to cause hazardous conditions. Upon request by Owner, but in no case later than thirty (30) days after execution of the Agreement, the Contractor shall prepare for the Owner’s review, and the Contractor shall use, a plan for efficient and effective use of the Project site and for secure storage of materials and equipment by the Contractor any and/or all Subcontractors. § 3.13.2 Neither the Contractor nor any subcontractor shall interrupt utility service to adjacent or nearby occupied buildings or the portions of the Project site that are in use and occupied by others. If Contractor or any subcontractor is required to interrupt utility services to perform the Work, the Contractor shall coordinate such interruption with the Owner and any affected persons so as to avoid any damage to the Owner or the affected persons. Neither the Contractor nor any subcontractor shall interrupt utility service to occupied buildings or portions of the Project site that are in use and occupied by others during business hours for any reason unless required by the Contract Documents, and the Contractor shall pay any related outage fee and/or premium or overtime charges if such interruption is due to the Contractor’s or subcontractor’s negligence. § 3.13.3 Neither the Contractor nor any subcontractor nor any Contractor related party (the "Contractor Parties") shall interfere with the occupancy or beneficial use of (i) any areas and buildings adjacent to or nearby the Project site and Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 28 (ii) the Project site in the event of partial occupancy. The Contractor shall ensure that the Work does not encumber the free, convenient, and direct access to properties neighboring and nearby the Project site, or the use of the alley, street and sidewalk, to the extent reasonably possible. The Owner and the Contractor shall work together to coordinate any planned disruptions of the street, sidewalk, and alley areas with affected adjacent property owners and property managers. The Work shall be performed, to the fullest extent reasonably possible, in such a manner that public areas adjacent to the Project site shall be free from all debris, building materials, and equipment likely to cause hazardous conditions. § 3.13.4 Without prior approval of the Owner, the Contractor shall not permit any workers to use any existing facilities at the Project site including lavatories, toilets, entrances, and parking areas other than those designated by the Owner. § 3.13.5 The Contractor Parties shall not encroach upon adjacent property for storage of materials or any other reason, nor shall any of the Contractor Parties’ employees be permitted on said properties without permission of the adjacent property owners, with a copy of such permission provided to the Owner. As between the Owner and the Contractor, the Contractor shall repair at its sole cost and expense any and all damage or injury to adjacent property caused by performance of the Work and leave the property in as good condition as before work was started. The Contractor shall, at its sole cost and expense, indemnify, defend and hold harmless the Owner from any liability or responsibility for any claims due to such damage or injury. § 3.13.6 While on the Project site or at the Owner’s offices, the Contractor Parties shall comply with all policies, rules and regulations promulgated by the Owner in connection with the use and occupancy of the Project site and the Work outlined on Exhibit B attached to the Agreement, as such rules and regulations may be amended from time-to-time, including, without limitation: (i) no smoking; (ii) drug-free environment; (iii) dress code; (iv) non-harassment; (y) travel/expense guidelines; (vi) time reporting; (vii) all safety and security policies (including a prohibition against weapons); (viii) computer security and use policies; and (ix) Owner’s Physical Security Policy. All of Contractor’s employees ("Contractor Employees") may be required to attend a short orientation program prior to performing services on Owner’s premises. Owner may require Contractor to immediately remove any of its personnel that do not comply with these policies or who are otherwise objectionable to Owner for any reason. The Contractor shall immediately notify the Owner if, during the performance of the Work, the Contractor finds compliance with any portion of such rules and regulations to be impracticable, setting forth the problems of such compliance and suggesting alternatives through which the same results intended by such portions of the rules and regulations can be achieved. The Owner may, in the Owner’s sole discretion, adopt such suggestions, develop new alternatives, or require compliance with the existing requirements. § 3.13.7 Only materials and equipment that are to be used directly in the Work shall be brought to and stored on the Project site by the Contractor Parties. After equipment is no longer required for the Work, it shall be promptly removed from the Project site. Protection of construction materials and equipment stored at the Project site from weather, theft, damage, and all other adversity is solely the responsibility of the Contractor. § 3.13.8 The Contractor Parties shall not be permitted, without the Owner’s consent (which may be withheld in the reasonable discretion of the Owner), to place any signs stating the name of any of the Contractor Parties at the Project site. § 3.14 Cutting and Patching § 3.14.1 The Contractor shall be responsible for cutting, fitting, or patching required to complete the Work or to make its parts fit together properly. All areas requiring cutting, fitting, and patching shall be restored to the condition existing prior to the cutting, fitting, and patching, unless otherwise required by the Contract Documents. § 3.14.2 The Contractor shall not damage or endanger a portion of the Work or fully or partially completed construction of the Owner or Separate Contractors by cutting, patching, or otherwise altering such construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the Owner or a Separate Contractor except with written consent of the Owner and of the Separate Contractor, such consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold, from the Owner or a Separate Contractor, the Contractor’s consent to cutting or otherwise altering the Work. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 29 § 3.15 Cleaning Up § 3.15.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract as more particularly described in Sections 3.15.3 below, and as also required by the Specifications. At completion of the Work, the Contractor shall remove waste materials, rubbish, the Contractor’s tools, construction equipment, machinery, and surplus materials from and about the Project. § 3.15.2 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so and Owner shall be entitled to reimbursement from the Contractor. § 3.15.3 During its Work, Contractor and each Subcontractor shall keep the Work neat and orderly by frequent periodic waste removal and cleanup. Crates and cartons in which materials, equipment or fixtures are received shall be removed daily. Upon completion of its division of the Work, each Subcontractor shall collect and remove all rubbish, surplus material, tools and scaffolding pertaining to its Work. The Contractor is fully responsible for all rodent control until Substantial Completion of the entire Work, and any rodent problems affecting the Owner or its tenants shall be remediated by the Contractor. Contractor and each Subcontractor shall be responsible for collection and disposal of rubbish created by its materials, workers and Work § 3.15.4 At the Date of Substantial Completion of the Project, Contractor in addition to removal of accumulated debris and rubbish, shall clean all glass, and replace any broken glass, remove stains, spots and marks from finish work and hardware. Building hard floors shall be damp mop clean, and carpeted floors shall be vacuumed at the time they are turned over to Owner. § 3.15.5 Garbage, used wrappings, and other refuse generated during lunch and break periods, and cups used at drinking facilities shall be immediately placed in waste containers provided by Contractor; said containers shall be emptied daily or weekly to prevent any rodent problems and unsanitary conditions. § 3.15.6 § 3.15.7 Contractor shall maintain streets and sidewalks around the Project site in a clean condition. Contractor shall remove all spillage and tracking arising from the performance of the Work from such areas, shall repair any damage to such areas, and shall establish a regular maintenance program of sweeping and hosing to minimize accumulation of dirt and dust upon such area. § 3.16 Access to Work The Contractor shall provide the Owner, Owner’s other representatives, Lender, Separate Contractors, if any, and Engineer access to the Work in preparation and progress wherever located. § 3.17 Royalties, Patents and Copyrights The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of copyrights and patent rights and shall hold the Owner and Engineer harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process, or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications, or other documents prepared by the Owner or Engineer. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or a patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Engineer. § 3.18 Indemnification § 3.18.1 The Contractor shall, to the fullest extent permitted by law, with respect to its obligations under the Contract Documents, indemnify, defend and hold harmless Owner and its constituent partners and/or members, any subsidiary or affiliated company of Owner, Owner’s asset manager, Owner’s development manager and Owner’s and its affiliates’ lender(s), as well as the foregoing parties’ respective employees, officers, directors, direct and indirect managers, partners and shareholders, trustees, counsel, advisors and agents and the respective heirs, executors, administrators, successors and assigns of all of them (including Owner an "Indemnified Party", and collectively, the "Indemnified Parties") from and against each and all of the following: § 3.18.1.1 Any claims, liabilities, losses, damages, costs, expenses, including attorney’s fees, awards, fines or judgments, resulting from or arising out of (i) any default under the Contract Documents (including failure in the Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 30 performance of the Work), other than a default caused solely by any Indemnified Party, or (ii) damage or injury to or destruction of tangible property (other than the Work itself), but only to the extent caused by the negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Section 3.18. Notwithstanding the foregoing or anything else to the contrary appearing herein, it is understood and agreed that the obligations of the Contractor under this paragraph shall not extend to liability for the errors or omissions of the Engineer, the Engineer’s consultants, and agents and employees of any of them arising in whole or in part out of (1) the preparation or approval of maps, drawings, opinions, reports, surveys, designs or specifications, or (2) the giving of or failure to give directions or instructions by the Engineer, the Engineer’s consultants, and agents and employees of any of them, it being understood that Owner shall look solely to Engineers and its insurers in the event of any loss, injury or damage due in whole or in part to the causes set forth above, subject, however, to Contractor’s responsibilities hereunder with respect to Contractor’s actual knowledge of errors or omissions in the Drawings and Specifications. § 3.18.1.2 Any and all liens and charges of every type, nature, kind or description, including attorney’s fees, which may at any time be filed or claimed against the Project, or any portion thereof, as a consequence of acts or omissions of Contractor, Contractor’s agents, servants, employees, Subcontractors, Sub-subcontractors or any or all of them and which are not due to Owner’s failure to perform its obligations under the Contract Documents. § 3.18.1.3 Any claim, liability, loss, cost, damage or expense, including attorneys’ fees, arising out of or in connection with any claim for the bodily injury or death of any employee of Contractor, employee of any Subcontractor, employee of any Sub-subcontractor, anyone employed directly or indirectly by any of them or for whose acts they may be liable. Contractor shall be obligated to indemnify and hold harmless an Indemnified Party even if the concurrent negligence or fault of Owner or another Indemnified Party is alleged or proven. § 3.18.1.4 Any claim, damages, liability, fine, penalty, loss, costs, judgment, or expense, including attorneys’ fees, arising out of or in connection with any violations or alleged violations of the Immigration Reform and Control Act, 8 U.S.C. § 1324a, et seq., associated with employees hired to perform Work on the project by Contractor, any Subcontractor, any Sub-subcontractor, or anyone employed directly or indirectly by any of them or for whose acts they may be liable. § 3.18.2 Owner shall have the right, at its option, upon notice to Contractor, to approve (in the exercise of reasonable judgment) such counsel as Contractor deems necessary to represent Owner in connection with any liability indemnified under this Section 3.18 (provided that if Contractor’s insurer reserves the right to select such counsel, the counsel selected by Contractor’s insurer shall be deemed approved by Owner), and all reasonable fees and expenses of such counsel shall be the sole responsibility of Contractor. § 3.18.3 TO THE MAXIMUM EXTENT PERMITTED BY LAW, WITH RESPECT TO ANY CLAIM, LIABILITY, LOSS, COST, DAMAGE OR EXPENSE, INCLUDING ATTORNEYS’ FEES, ARISING OUT OF OR IN CONNECTION WITH ANY CLAIM FOR THE BODILY INJURY OR DEATH OF ANY EMPLOYEE OF CONTRACTOR, EMPLOYEE OF ANY SUBCONTRACTOR, EMPLOYEE OF ANY SUB-SUBCONTRACTOR, ANYONE EMPLOYED DIRECTLY OR INDIRECTLY BY ANY OF THEM OR FOR WHOSE ACTS THEY MAY BE LIABLE, CONTRACTOR SHALL BE OBLIGATED TO DEFEND, INDEMNIFY, AND HOLD HARMLESS AN INDEMNIFIED PARTY EVEN IF THE SOLE OR CONCURRENT NEGLIGENCE OR FAULT OF OWNER OR ANOTHER INDEMNIFIED PARTY IS ALLEGED OR PROVEN. § 3.18.4 Additionally, in any and all claims against any Indemnified Party by any employee of Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any Subcontractor of any tier under workers’ compensation acts, disability benefit acts or other employee benefit acts, it being clearly agreed and understood by the parties hereto that Contractor and/or each Subcontractor, as applicable, expressly waive for purposes of the indemnification obligations hereunder any immunity it might otherwise have or assert under the workers’ compensation laws of the state in which the Property is located. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 31 § 3.19 RECORD DRAWINGS § 3.19.1 All record drawings shall be kept electronically. § 3.19.2 Contractor shall supply electronic copies of all maintenance manuals, installation instructions, and warranties for all products or equipment installed or furnished to the Project. § 3.19.3 Proper Record Drawings shall be submitted to the Engineer as soon as possible after completion of the Work and before request for Final Payment, if possible. § 3.19.4 Record Drawings shall include the following additional drawings of as-built conditions: (1) for any new building, a drawing to show location of each building as built on the property and its said location to be certified by registered surveyor; and (2) drawings of any underground pipes, lines, tanks, or structures shall indicate the locations, identifications and sizes of such lines, tanks, and structures. § 3.20 Certificate of Occupancy Contractor shall obtain Certificates of Occupancy if and as required by governing Town, City, County or State authorities, and give same to Owner at the earliest feasible date, but in no event later than the Date of Substantial Completion, unless withheld for reasons beyond Contractor’s scope or control. As provided in the Agreement, there may be multiple Substantial Completion dates and certificates of occupancy with respect to the Project. ARTICLE 4 ENGINEER § 4.1 General § 4.1.1 The Owner shall retain an Engineer lawfully licensed to practice engineering or an entity lawfully practicing engineering in the jurisdiction where the Project is located. That person or entity is identified as the Engineer in the Agreement and is referred to throughout the Contract Documents as if singular in number. The Owner may in its sole discretion, from time to time, assign to others some of the Engineer’s functions or duties, for any period of time as determined by the Owner. The duties and functions of the Engineer may be partially assumed and partially assigned and may be divided among several different persons or entities, all as the Owner deems fit, provided Owner selects one of these persons or entities as its decision maker in matters pertaining to the Engineer. Whether singular or plural in number, the above described parties are referred to throughout the Contract Documents as singular in number. All references to Engineer refer to the civil engineer responsible for the services of the Engineer under the Contract Documents. Any references to an Architect under the Contract documents also shall refer to the Engineer unless the context clearly requires a reference to an Architect.§ 4.1.2 Duties, responsibilities, and limitations of authority of the Engineer as set forth in the Contract Documents shall not be restricted, modified, or extended without written consent of the Owner, Contractor, and Engineer. Consent shall not be unreasonably withheld. (Paragraph deleted) § 4.1.3 If the employment of the Engineer is terminated, the Owner shall employ a successor Engineer whose status under the Contract Documents shall be that of the Engineer. § 4.2 Administration of the Contract § 4.2.1 The Engineer will provide administration of the Contract as described in the Contract Documents and will be an Owner’s representative during construction until the date the Engineer issues the final Certificate for Payment. The Engineer will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. § 4.2.1.1 The Engineer’s services and administration of the Contract shall be limited in accordance with the executed agreement between the Owner and Engineer. § 4.2.2 The Engineer will visit the site at intervals appropriate to the stage of construction, or as otherwise agreed with the Owner, to become familiar with the progress and quality of the portion of the Work completed, to determine if the Work observed is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents, and to keep Owner apprised of progress of the Work. However, the Engineer will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. The Engineer will not have control over, charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for the safety precautions and programs in connection with the Work, since these are solely the Contractor’s rights and responsibilities under the Contract Documents, except as provided in Section 3.3.1. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 32 § 4.2.3 On the basis of the site visits, the Engineer will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and promptly report to the Owner (1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and (2) defects and deficiencies observed in the Work. The Engineer will not be responsible for the Contractor’s failure to perform the Work in accordance with the requirements of the Contract Documents. The Engineer will not have control over or charge of, and will not be responsible for acts or omissions of, the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. § 4.2.4 Communications Facilitating Contract Administration The Owner and Contractor shall endeavor to communicate with each other about matters arising out of or relating to the Contract. Communications by and with the Engineer’s consultants shall be through the Engineer. Communications by and with Subcontractors and material suppliers shall be through the Contractor. Communications by and with Separate Contractors shall be through the Owner. Notwithstanding anything to the contrary, the Owner has not relinquished its right to communicate directly with the Engineer’s consultants or with the Contractor. § 4.2.5 Based on the Engineer’s evaluations of the Contractor’s Applications for Payment, the Engineer will review and certify the amounts due the Contractor and will issue Certificates for Payment in such amounts. § 4.2.6 The Engineer and the Owner have s authority to reasonably reject Work that does not conform to the Contract Documents. Whenever the Engineer or the Owner considers it necessary or advisable, the Engineer or the Owner will have authority to require inspection or testing of the Work in accordance with Sections 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Engineer or the Owner, nor a decision made in good faith either to exercise or not to exercise such authority, or the Owner shall give rise to a duty or responsibility of the Engineer or the Owner to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons or entities performing portions of the Work. All costs, including compensation for the Owner’s and the Engineer’s services and expenses, made necessary by such failure of the Work to conform to the Contract Documents, including those of repeated procedures, shall not result in an increase in the Guaranteed Maximum Price. § 4.2.7 The Engineer will review and approve, or take other appropriate action upon, the Contractor’s submittals such as Shop Drawings, Product Data, and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Engineer’s action will be taken in accordance with the submittal schedule approved by the Engineer or, in the absence of an approved submittal schedule, with reasonable promptness while allowing sufficient time in the Engineer’s professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the Contractor as required by the Contract Documents. The Engineer’s review of the Contractor’s submittals shall not relieve the Contractor of the obligations under Sections 3.3, 3.5, and 3.12. The Engineer’s review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Engineer, of any construction means, methods, techniques, sequences, or procedures. The Engineer’s approval of a specific item shall not indicate approval of an assembly of which the item is a component. § 4.2.8 The Engineer (if directed by Owner) or the Owner will prepare Construction Change Directives, and may authorize minor changes in the Work whereas Change Orders shall be prepared by the Contractor, as provided in Section 7.4. The Engineer or the Owner will investigate and make determinations and recommendations regarding concealed and unknown conditions as provided in Section 3.7.4. § 4.2.9 The Engineer and the Owner will conduct inspections to determine the date or dates of Substantial Completion and the date of final completion; the Engineer shall issue Certificates of Substantial Completion pursuant to Section 9.8; the Engineer shall receive and forward to the Owner, for the Owner’s review and records, written warranties and related documents required by the Contract and assembled by the Contractor pursuant to Section 9.10; and the Engineer shall issue a final Certificate for Payment pursuant to Section 9.10. § 4.2.10 If the Owner and Engineer agree, the Engineer or the Owner will provide one or more Project representatives to assist in carrying out the Engineer’s responsibilities during the Project at the site. The duties, responsibilities and Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 33 limitations of authority of the Project representatives shall be as set forth in an Exhibit to be incorporated in the Contract Documents. § 4.2.11 The Engineer will interpret requirements of the Contract Documents and make recommendations on performance thereafter. The Engineer’s interpretations will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. § 4.2.12 Interpretations and decisions of the Engineer will be consistent with the intent of, and reasonably inferable from, the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and decisions, the Engineer will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either, and will not be liable for results of interpretations or decisions rendered in good faith. § 4.2.13 Decisions of the Engineer shall not be binding upon Owner and Contractor to the extent of any Claim Owner or Contractor may have against each other relating to such decision. § 4.2.14 The Engineer will review and respond to requests for information about the Contract Documents. The Engineer’s response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If appropriate, the Engineer will prepare and issue supplemental Drawings and Specifications in response to the requests for information. ARTICLE 5 SUBCONTRACTORS § 5.1 Definitions § 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of the Work at the site, or supply materials and/or equipment for the Work. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a Separate Contractor or the separate contractor or subcontractors of a Separate Contractor. § 5.1.2 A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site, or supply materials and/or equipment for the Work. The term "Sub-subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub-subcontractor or an authorized representative of the Sub-subcontractor. § 5.2 Award of Subcontracts and Other Contracts for Portions of the Work § 5.2.1 The Contractor may subcontract all or a portion of the Work. Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Engineer the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Engineer may reply within fourteen (14) days to the Contractor in writing stating (1) whether the Owner or the Engineer has reasonable objection to any such proposed person or entity or (2) that the Engineer requires additional time for review. Failure of the Owner or Engineer to reply within the 14-day period shall constitute notice of no reasonable objection. Subcontracts shall be competitively bid in accordance with the Contract Documents. Each proposed Subcontractor shall be financially sound and shall be experienced and skilled to perform its portion of the Work. § 5.2.1.1 Except as may be otherwise directed or approved by Owner and wherever reasonably possible, all subcontracts and purchase orders shall be awarded pursuant to competitive bids and according to the procedures set forth in Article 10 of the Agreement and in Section 5.2 herein. The Contractor must disclose to Owner its intention to perform any Work, other than supervision of the Work, by the Contractor’s own forces. Upon Owner’s request, the Contractor shall be required to solicit competitive bids from other qualified subcontractors for the Work the Contractor proposes to perform with its own forces in compliance with the same procedures. .1 Contractor shall provide Exhibit K to the Agreement containing a list of the "Major Subcontractors" (defined herein as those Subcontractors providing more than $250,000 of labor and/or materials to the Project), and any trade or vendor for which the Contractor will receive less than three (3) bidders. The Owner understands that due to current market conditions the quantity of qualified and available bidders may be limited, and Owner agrees that less than three (3) bidders may be provided as Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 34 described in Exhibit G to the Agreement. The Owner may designate specific persons from which the Contractor shall obtain bids. Otherwise, the Contractor shall obtain bids from Subcontractors and from suppliers of materials or equipment fabricated to a special design for the Work from the list of acceptable entities previously developed pursuant to Section 10.1 of the Agreement. .2 The Contractor shall prepare written requests for proposals for all bid packages. § 5.2.1.2 Except as otherwise agreed to by the Owner and the Contractor, the Contractor shall competitively bid any trade Work that the Contractor wishes to perform with the Contractor’s own labor, or through a related party, and shall obtain no fewer than two (2) additional responsive bids (if possible) from responsible Subcontractors acceptable to the Owner. The Contractor, or a related party, shall be permitted to perform such trade Work only if the Owner consents thereto after full written disclosure by the Contractor to the Owner of the affiliation or relationship of such related party to the Contractor and the Owner approves any subcontract, contract, purchase order, agreement or other arrangement between the Contractor and such related party in form and substance. If a related party is performing Work, it shall do so under a subcontract meeting the requirements set forth herein and in the Contract Documents. If approved by the Owner, the Contractor shall submit the bid for its self perform work in advance of the receipt of competitive subcontractor bids. Competitive bids for any self perform category, shall be submitted directly to the Owner in a sealed envelope and will be opened in the presence of the Owner and General Contractor. In addition, the Owner shall be permitted to review the Contractor’s bid estimate in detail. The Owner, in its sole and absolute discretion, shall determine whether or not to accept the bid recommended by the Contractor or whether to select another bid furnished by the Contractor, and the Contractor shall follow the Owner’s direction in that regard. If the Owner fails to authorize a transaction with a related party, the Contractor shall procure the Work, equipment, goods or service from some person or entity other than a related party according to the terms of Article 10 of the Agreement. § 5.2.2 The Contractor shall not contract with a proposed person or entity to whom the Owner, Owner’s lenders, or Engineer has made reasonable and timely objection. The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection. § 5.2.3 If the Owner, Owner’s lenders, or Engineer has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Owner, Owner’s lenders, or Engineer has no reasonable objection. If the proposed but rejected Subcontractor was reasonably capable of performing the Work, the Contract Sum and Contract Time shall be increased or decreased by the difference, if any, occasioned by such change, and an appropriate Change Order shall be issued before commencement of the substitute Subcontractor’s Work. However, no increase in the Contract Sum or Contract Time shall be allowed for such change unless the Contractor has acted promptly and responsively in submitting names as required. § 5.2.4 The Contractor shall not substitute a Subcontractor, person, or entity previously selected if the Owner or Engineer makes reasonable objection to such substitution. If the Contractor proposes to terminate a Subcontractor, the Contractor shall advise the Owner and the Engineer of all information relating to the proposed termination. Costs related to any such termination or related re-procurement shall not constitute a basis for an increase in the Contract Time or Guaranteed Maximum Price, except to the extent that the applicable subcontract was initially entered into between the Owner and the Subcontractor and subsequently assigned or novated to the Contractor. The Owner may require the Contractor to change any Subcontractor or Sub-subcontractor previously approved based on Owner’s reasonable objection(s) as to such Subcontractor’s or Sub-subcontractor’s performance with respect to the Project and, if at such time the Contractor is not in default hereunder, the Contract Sum shall be increased or decreased by the difference in cost occasioned by such change. § 5.2.5 Acceptance of or failure to object to any or all listed Subcontractors by the Owner or the Engineer does not relieve the Contractor from any responsibility for its Subcontractors. § 5.3 Subcontractual Relations § 5.3.1 By appropriate written agreement, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibility for safety of the Subcontractor’s Work which the Contractor, by these Documents, assumes toward the Owner and Engineer. Each subcontract agreement shall preserve and protect the rights of the Owner and Engineer under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 35 rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies, and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement that may be at variance with the Contract Documents. Subcontractors will similarly make copies of applicable portions of such documents available to their respective proposed Sub-subcontractors. § 5.3.2 Contractor shall use good faith efforts to cause each subcontract agreement and/or purchase order, as applicable, in excess of $10,000 (herein referred to as a "Major Subcontract" and the Subcontractor under the Major Subcontract being referred to as "Major Subcontractor") to be in writing on Contractor’s standard form subcontract agreement or purchase order, as applicable, with general terms and conditions. If requested in writing by Owner, Contractor shall deliver copies of certain executed subcontract agreements and purchase orders to Owner within five (5) days after the effective date hereof with respect to those subcontract agreements and purchase orders entered into as of such date. With respect to subcontract agreements and purchase orders entered into after the effective date hereof, copies of requested subcontract agreements shall be delivered to Owner within five (5) days following the execution thereof. Contractor also shall use good faith efforts to cause each written subcontract agreement to: (1) require that the Work be performed in accordance with the requirements of the Contract Documents; (2) require submission to Contractor of applications for payment under each subcontract to which Contractor is a party, in reasonable time to enable Contractor to apply for payment; (3) require the Subcontractor to carry and maintain liability insurance in accordance with the Contract Documents; (4) provide that Owner is a third-party beneficiary of the subcontract; (5) indemnify the Indemnified Parties to the same extent as Contractor is required to indemnify the Indemnified Parties under the Contract Documents; (6) furnish a release or waiver of rights to liens in form and substance acceptable to Owner as required by the Contract Documents; and (7) require the Subcontractor to furnish to Contractor in a timely fashion all information necessary for the preparation and submission of the reports required under the Contract Documents. In addition, the subcontract shall provide that (a) the Subcontractor shall not be entitled to any increase in the amount due under the subcontract in the event of an assignment, except as set forth in Section 5.4.3; and (b) if a Subcontract is terminated, the Subcontractor shall notify the appropriate government authorities and close out or transfer (at the Owner’s specific request and election) its permit at no additional cost. The Contractor shall also require its surety, if any, to approve such assignments. § 5.4 Contingent Assignment of Subcontracts § 5.4.1 Each subcontract agreement for a portion of the Work is assigned by the Contractor to the Owner, provided that .1 assignment is effective only after termination of the Contract by the Owner for cause pursuant to Section 14.2 and only for those subcontract agreements that the Owner accepts by notifying the Subcontractor and Contractor in writing; and .2 assignment is subject to the prior rights of the surety, if any, obligated under bond relating to the Contract. When the Owner, Owner’s assigns and/or Owner’s lenders, accepts the assignment of a subcontract agreement, the Owner, Owner’s assigns and/or Owner’s lenders assumes the Contractor’s rights and obligations under the subcontract. The Contractor shall also require its surety, if any, to approve such assignments. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 36 § 5.4.2 Upon such assignment to the Owner, Owner’s assigns and/or Owner’s lenders, under this Section 5.4, the Owner may further assign the subcontract to a successor contractor or other entity. If the Owner assigns the subcontract to a successor contractor or other entity, the Owner shall not remain legally responsible for the successor contractor’s obligations under the subcontract. § 5.4.3 Upon such assignment, if the Work of a particular Subcontractor has been suspended for more than 60 days, such Subcontractor’s compensation shall be equitably adjusted for documented increases in cost resulting from the suspension. § 5.4.4 The Owner assumes no liability in connection with the Contractor’s use of any other Contractor Party to perform its obligations under this Contract. All rights and remedies of any Contractor Party shall be against the Contractor; provided, however, that nothing herein shall be construed to affect any Contractor Party’s in rem rights against the Project arising under applicable lien laws, if any such rights exist. ARTICLE 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS § 6.1 Owner’s Right to Perform Construction and to Award Separate Contracts § 6.1.1 The term "Separate Contractor(s)" shall mean other contractors retained by the Owner under separate agreements. The Owner reserves the right to perform construction or operations related to the Project with the Owner’s own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these including those portions related to insurance and waiver of subrogation. If the Contractor claims that delay or additional cost is involved because of such action by the Owner, the Contractor shall make such Claim as provided in Article 15. § 6.1.2 When separate contracts are awarded for different portions of the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the Contractor who executes each separate Owner-Contractor Agreement. § 6.1.3 The Contractor shall provide for coordination of the activities of the Owner’s own forces including, without limitation, any of Owner’s tenants’ contractors, special equipment installers, telephone/data vendors, signage installers, and of each Separate Contractor with the Work of the Contractor, who shall cooperate with them. The Contractor shall participate with any Separate Contractors and the Owner in reviewing their construction schedules. The Contractor shall make any revisions to the construction schedule as (i) required by Owner (if Contractor claims additional costs is involved because of such revisions to the scheduled Contractor shall make such claim for such costs as well as for additional days to perform such revisions as provided elsewhere in the Contract Documents), and (ii) deemed necessary after a joint review and mutual agreement by the Owner and the Contractor. The construction schedules shall then constitute the schedules to be used by the Contractor, Separate Contractors and the Owner until subsequently revised. § 6.1.4 Unless otherwise provided in the Contract Documents, when the Owner performs construction or operations related to the Project with the Owner’s own forces or with Separate Contractors, the Owner or its Separate Contractors shall be deemed to be subject to the same obligations and to have the same rights that apply to the Contractor under the Conditions of the Contract, including, without excluding others, those stated in Article 3, this Article 6, and Articles 10, 11, and 12. § 6.1.5 Owner-Furnished Items. Notwithstanding Contractor’s coordination and cooperation responsibility, Contractor shall not be liable for any defects in the work done by Owner’s separate contractors, except to the extent that such work is damaged by Contractor or any subcontractor of Contractor. Contractor agrees to fully cooperate with Owner in order to efficiently incorporate the Owner-furnished Items into the Work. Owner shall require its separate contractors to cooperate and coordinate with Contractor. With respect to the Owner-furnished Items to be installed by Contractor. Contractor shall remain fully responsible for furnishing the necessary services and other items necessary to install and incorporate such Owner-furnished Items. Provided that Contractor installs such Owner-furnished Items in accordance with the instructions furnished by Owner with respect thereto and does not damage such Owner-furnished Items, Contractor shall have no warranty liability with respect to such Owner-furnished Items themselves, only with respect to the installation of such Owner-furnished Items. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 37 Contractor will visually inspect any Owner-furnished Items to be installed by Contractor as part of the Work before incorporating such Owner-furnished Items into the Work and shall promptly inform Owner in writing of any apparent deficiencies such as visible damage, but excluding latent defects, observed by Contractor in such Owner-furnished Items or any other objections that Contractor has to using such Owner-furnished Items in connection with the Work. Notwithstanding anything contained in this Section 6 to the contrary, Contractor’s failure to inform the Owner in writing of any such observed deficiencies or objections, when such deficiencies or objections become known shall constitute a waiver by Contractor of any claims or damages based on Owner having furnished the Owner-furnished Items instead of Contractor and Contractor, at no cost or expense to Owner, shall be responsible for causing such defective Owner-furnished Items to be replaced with non-defective Owner-furnished Items. § 6.2 Mutual Responsibility § 6.2.1 The Contractor shall afford the Owner and Separate Contractors reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities, and shall connect and coordinate the Contractor’s construction and operations with theirs as required by the Contract Documents. § 6.2.2 If part of the Contractor’s Work depends for proper execution or results upon construction or operations by the Owner or a Separate Contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Engineer apparent discrepancies or defects in such other construction that would render it unsuitable for such proper execution and results. Failure of the Contractor so to report shall constitute an acknowledgment that the Owner’s or Separate Contractor’s completed or partially completed construction is fit and proper to receive the Contractor’s Work, except as to defects not then reasonably discoverable. § 6.2.3 The Contractor shall reimburse the Owner for costs the Owner incurs that are payable to a Separate Contractor because of the Contractor’s delays, improperly timed activities or defective construction. The Owner shall be responsible to the Contractor for costs the Contractor incurs because of a Separate Contractor’s delays, improperly timed activities, damage to the Work or defective construction. § 6.2.4 The Contractor shall promptly remedy damage that the Contractor wrongfully causes to completed or partially completed construction or to property of the Owner or Separate Contractor as provided in Section 10.2.5. § 6.2.5 The Owner and each Separate Contractor shall have the same responsibilities for cutting and patching as are described for the Contractor in Section 3.14. § 6.2.6 If any Separate Contractor initiates legal or any other proceedings against the Owner on account of any damage caused by the Contractor, the Owner shall notify the Contractor, who shall defend such proceedings at its own expense, and if any judgment or award against the Owner arises therefrom, the Contractor shall pay or satisfy it and shall reimburse the Owner for all attorneys’ fees and court and other costs which the Owner has incurred over and above those paid for directly by the Contractor. The Owner shall require other contractors that perform work in the areas where the Work is performed under this Agreement to indemnify and defend the Owner and the Contractor and to hold the Owner and the Contractor harmless from all claims for bodily injury and property damage that may arise from the Separate Contractor’s operations. § 6.3 Owner’s Right to Clean Up If a dispute arises among the Contractor, Separate Contractors and the Owner as to the responsibility under their respective contracts for maintaining the premises and surrounding area free from waste materials and rubbish, the Owner may clean up and the Owner (or the Engineer if so designated by Owner) will allocate the cost among those responsible as part of the Contract Sum. ARTICLE 7 CHANGES IN THE WORK § 7.1 General § 7.1.1 Changes in the Work may be accomplished after execution of the Contract, and without invalidating the Contract, by Change Order, Construction Change Directive or order for a minor change in the Work, subject to the limitations stated in this Article 7 and elsewhere in the Contract Documents. § 7.1.2 A Change Order shall be based upon agreement among the Owner, Contractor, and Engineer; a Construction Change Directive requires agreement by the Owner and Engineer and may or may not be agreed to by the Contractor; Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 38 an order for a minor change in the Work may be issued by the Owner or the Engineer (to the extent directed by Owner) alone. § 7.1.3 Changes in the Work shall be performed under applicable provisions of the Contract Documents; and the Contractor shall proceed promptly, unless otherwise provided in the Change Order, Construction Change Directive, or order for a minor change in the Work. Except as permitted in Section 7.3 and Section 9.7.2, a change in the Contract Sum or the Contract Time shall be accomplished only by Change Order. Accordingly, no course of conduct or dealings between the parties, nor express or implied acceptance of alterations or additions to the Work, and no claim that the Owner has been unjustly enriched by any alteration or addition to the Work, whether or not there is, in fact, any unjust enrichment to the Work, shall be the basis of any claim to any increase in any amounts due under the Contract Documents or a change in any time period provided for in the Contact Documents. § 7.2 Change Orders § 7.2.1 A Change Order is a written instrument prepared by the Engineer and signed by the Owner, Contractor, and if Owner requests the same, the Engineer, stating their agreement upon all of the following: .1 The change in the Work; .2 The amount of the adjustment, if any, in the Contract Sum; and .3 The extent of the adjustment, if any, in the Contract Time. § 7.2.2 Agreement on any Change Order shall constitute a final settlement of all matters relating to the change in the Work that is the subject of the Change Order, including, but not limited to, all direct and indirect costs associated with such change and any and all adjustments to the Contract Sum, the Contract Time, and the construction schedule. § 7.2.3 All Change Orders shall be accompanied by a complete itemization of costs, including labor, and materials. Subcontracts shall be itemized similarly. Contractor shall submit proposed Change Order pricing promptly, and if possible within fourteen (14) calendar days after it has received the information relating to the change from Owner and/or Engineer. If the preparation of the Change Order will take more than fourteen (14) calendar days, the Contractor will promptly notify the Owner in writing via email of the anticipated additional time required. § 7.2.4 If Contractor becomes aware of any proposed change that it believes will produce results inconsistent with the intent of the Contract Documents, the design or nature of the Work indicated by the Drawings and Specifications or cause mechanical or procedural problems with respect to the performance of the Work or delay the critical path schedule for the Work, Contractor shall promptly notify Owner and Engineer. § 7.2.5 In the event of a credit Change Order, the Contractor’s Fee shall be included in the credited amount. § 7.2.6 The Guaranteed Maximum Price or Contract Time shall not be adjusted unless the net effect of all Changes in the Work require such adjustment as provided in Section 5.1.2 of the Agreement. § 7.3 Construction Change Directives § 7.3.1 A Construction Change Directive is a written order prepared by the Engineer and signed by the Owner and Engineer, directing a change in the Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. The Owner may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions, or other revisions, the Contract Sum and Contract Time being adjusted accordingly. The Owner at any time may also by Construction Change Directive, without invalidating the Contract, order the Contractor to perform work in the event of a dispute with the Contractor as to whether such work is part of the Work under the Contract Documents. § 7.3.2 A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. § 7.3.3 If the Construction Change Directive provides for an adjustment to the Contract Sum, the adjustment shall be based on one of the following methods: .1 Mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation; .2 Unit prices stated in the Contract Documents without any additional mark-up or as subsequently agreed upon; Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 39 .3 Cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee; or .4 As provided in Section 7.3.7. § 7.3.4 If (Paragraphs deleted) unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities originally contemplated are materially changed in a proposed Change Order or Construction Change Directive so that application of such unit prices to quantities of Work proposed will cause substantial inequity to the Owner or Contractor, the applicable unit prices shall be equitably adjusted. § 7.3.5 Upon receipt of a Construction Change Directive, the Contractor shall promptly proceed with the change in the Work involved and advise the Owner of the Contractor’s agreement or disagreement with the method, if any, provided in the Construction Change Directive for determining the proposed adjustment in the Contract Sum or Contract Time. § 7.3.6 A Construction Change Directive signed by the Contractor indicates the Contractor’s agreement therewith, including adjustment in Contract Sum and Contract Time or the method for determining them. Such agreement shall be effective immediately and shall be recorded as a Change Order. § 7.3.7 Contractor has twenty-one (21) days following receipt of a Construction Change Directive or minor change in the work to inform the Owner and Engineer in writing that it disagrees with (i) the amount or method for determining the amount set forth in the Construction Change Directive for change in the Contract Sum or Contract Time, or (ii) if it believes that the minor change in the work involves an adjustment in the Contract Sum or extension of the Contract Time or is inconsistent with the design or nature of the Work indicated by the Drawings and Specifications or the intent of the Contract Documents, or (iii) will cause mechanical or procedural problems with respect to the performance of the Work. If Contractor should fail to timely respond (as outlined above) to any applicable Construction Change Order, the Contractor shall be deemed to have irrevocably consented to and agreed to all terms and information contained in the applicable Construction Change Order. § 7.3.8 If agreement cannot be reached, the cost of the Construction Change Directive shall be the sum of the following: 1. Labor, including social security, old age and unemployment insurance, fringe benefits required by agreement or custom, and workers’ compensation insurance; 2. Actual costs of materials, supplies and equipment, including cost of transportation, whether incorporated or consumed; 3. Reasonable rental costs of machinery and equipment, exclusive of hand tools, obtained specifically for such Work, whether rented from Contractor or others; 4. Costs of premiums for all bonds, insurance, permit fees, and sales, use or similar taxes related to the Work in accordance with the laws in effect on the date of the Change Order; and 5. Additional costs of on-site supervision and field office personnel directly attributable to the change. § 7.3.9 The amount of credit to be allowed by the Contractor to the Owner for a deletion or change that results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Engineer. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. § 7.3.10 Pending final determination of the total cost of a Construction Change Directive to the Owner, amounts not in dispute for such changes in the Work shall be included in Applications for Payment accompanied by a Change Order indicating the parties’ agreement with part or all of such costs. For any portion of such cost that remains in dispute, the Owner will make an interim determination for purposes of monthly certification for payment for those costs. That determination of cost shall adjust the Contract Sum on the same basis as a Change Order, subject to the right of either party to disagree and assert a claim in accordance with Article 15.5. § 7.3.11 When the Owner and Contractor agree with the determination made by the Owner concerning the adjustments in the Contract Sum and Contract Time, or otherwise reach agreement upon the adjustments, such agreement shall be effective immediately and shall be recorded by preparation and execution of an appropriate Change Order. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 40 § 7.4 Minor Changes in the Work § 7.4.1 The Owner (or the Engineer if elected by the Owner, and then only to the extent and under the conditions directed by Owner) has authority to order minor changes in the Work not involving adjustment in the Contract Sum or extension of the Contract Time, will not delay a critical path schedule item for the Work, not inconsistent with the intent of the Contract Documents, and will not cause mechanical or procedural problems with respect to the performance of the Work. A change shall not be considered a minor change if it involves an alteration, addition or deletion in the Work which increases or decreases the Cost of the Work or changes the critical path of the performance of the Work as a direct result of: (i) the addition of a new element of scope to the Work that is not required by, or reasonably inferable from, the Contract Documents and is not covered by an allowance or alternate set forth in the Contract Documents, or (ii) a requirement of additional construction means, methods, techniques, sequences or procedures that differ substantially from those that would have been used, but for such change in the Work that is not caused by or attributable to the fault or neglect, in whole or in part, of the Contractor, a Subcontractor, or any person performing Work on any of their behalf or for whom the Contractor or any Subcontractor may be responsible, including, without limitation, the failure to perform the Work in strict compliance with the requirements of the Contract Documents. § 7.4.2 Notwithstanding anything contained in Article 7 to the contrary, in no event shall any changes in the Work with respect to the manufacturer of a specified item or material. or the color, quality or grade, or physical composition of any specific item or material be made without the written consent of the Owner, nor shall any change in any dimension of any component of the Work or equipment incorporated into the Work be made without the written consent of Owner if such changes affect the operation or functionability of the Project or aesthetics of the Project, even if any of the above described changes would otherwise be considered a minor change in the Work. § 7.5 Overhead and profit will not be paid by the Owner for overtime. ARTICLE 8 TIME § 8.1 Definitions § 8.1.1 Unless otherwise provided, Contract Time is the period of time, including authorized adjustments, allotted in the Contract Documents for Substantial Completion of the Work. § 8.1.2 The date of commencement of the Work is the date established in the Agreement. § 8.1.3 The date of Substantial Completion is the date certified by the Engineer in accordance with Section 9.8. § 8.1.4 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. The overall duration of the Project is expressed in calendar days. § 8.1.5 The term "work day" or "business day" in the Contract document shall mean Monday through Friday exclusive of weekends, and any state or federal holidays. Construction activities contained within the construction schedule are based on "work days." § 8.1.6 All time limits and durations set forth herein are subject to adjustment by Owner, in Owner’s reasonable discretion, to accommodate third party timing concerns, including, without limitation, competing timing requirements of its lender(s), investor(s) and title insurer(s).. § 8.2 Progress and Completion § 8.2.1 Time is of the essence with respect to the Contract. By executing the Agreement, the Contractor confirms that the Contract Time is a reasonable period for performing the Work. § 8.2.2 The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance required by Article 11 to be furnished by the Contractor and Owner. The date of commencement of the Work shall not be changed by the effective date of such insurance. § 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 41 § 8.3 Delays and Extensions of Time § 8.3.1 If the Contractor is delayed at any time in the commencement or progress of the Work by (1) an act or neglect of the Owner or Engineer, or of an employee of either, or of a Separate Contractor employed by the Owner; or by changes ordered in the Work; or by labor disputes, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractor’s control; or by delay authorized by the Owner pending mediation and litigation or arbitration, if applicable; or by other causes that the Engineer determines may justify delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Engineer and Owner may determine. § 8.3.1.1 Notwithstanding the provisions of Section 8.3.1 above, no extension of time shall be granted unless the Contractor shall demonstrate that the delay in completion of the Work was caused by a delay in a portion of the Work that was on the critical path of the Project. All time extensions for adverse weather delays shall be provided in accordance with the Built-In Adverse Weather Days Exhibit ("Weather Days Exhibit"). The Contractor further acknowledges and agrees that adjustments in the Contract Time will be permitted for a delay in the critical path of the Project attributable to inclement weather as permitted by the Weather Days Exhibit only to the extent that such delay: (1) is not caused, or could not have been reasonably anticipated, or prevented by the Contractor; and (2) could not be limited or avoided by the Contractor’s timely notice to the Owner of the delay. § 8.3.2 Claims relating to time shall be made in accordance with applicable provisions of Article 15. § 8.3.3 Contract Time, to the extent permitted under Section 8.3.1, shall be the sole remedy of the Contractor for any (i) delay in the commencement, prosecution, or completion of the Work, (ii) hindrance, interference, suspension or obstruction in the performance of the Work, (iii) loss of productivity, or (iv) other similar claims (items i through iv herein collectively referred to in this Section 8.3.3 as "Delays") whether or not such Delays are foreseeable, unless a Delay is caused by acts of the Owner constituting intentional interference with the Contractor’s performance of the Work, and only to the extent such acts continue after the Contractor furnishes the Owner with notice of such interference. Except where, as a matter of law or equity, liquidated damages are not an available remedy to Owner, in no event shall the Contractor be entitled to any compensation or recovery of any damages, in connection with any Delay, including, without limitation, consequential damages, lost opportunity costs, impact damages, or other similar remuneration. The Owner’s exercise of any of its rights or remedies under the Contract Documents (including, without limitation, ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of the Owner’s exercise of such rights or remedies, shall not be construed as intentional interference with the Contractor’s performance of the Work. ARTICLE 9 PAYMENTS AND COMPLETION § 9.1 Contract Sum The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. (Paragraphs deleted) § 9.2 Schedule of Values § 9.2.1 Where the Contract is based on a stipulated sum or Guaranteed Maximum Price, the Contractor shall submit to the Owner and the Engineer, before the first Application for Payment, a schedule of values allocating the entire Contract Sum to the various portions of the Work and prepared in such form and supported by such data to substantiate its accuracy as the Owner or the Engineer may reasonably require. This schedule shall be used as a basis for reviewing the Contractor’s Applications for Payment. § 9.2.2 As soon as Subcontractors and Vendors are identified, the Contractor shall identify, by submitting a list to the Owner, of all Subcontractors who will be working on or furnishing material or equipment to the Project. § 9.3 Applications for Payment § 9.3.1 Except as otherwise provided in Article 5 of the Agreement, at least five (5) days before the date established for each progress payment, the Contractor shall submit to the Owner and Engineer an itemized Application for Payment prepared in accordance with the Schedule of Values, if required under Section 9.2., for completed portions of the Work. Such application shall be notarized and supported by such data substantiating the Contractor’s right to payment as the Owner or Engineer may require, such as copies of requisitions from Subcontractors and material suppliers, and shall reflect retainage if provided for in the Contract Documents. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 42 § 9.3.1.1 Based upon Applications for Payment in a form reasonably satisfactory to the Owner and the Engineer and accompanied by all supporting documentation required by Owner and the Engineer on the Application for Payment, including all required mechanic’s lien waivers and releases, submitted to the Owner and the Engineer by the Contractor and Certificates for Payment issued by the Owner and the Engineer, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. As provided in Section 7.3.9, such applications may include requests for payment on account of changes in the Work that have been properly authorized by Construction Change Directives, or by interim determinations of the Owner and the Engineer, but not yet included in Change Orders. § 9.3.1.2 Applications for Payment shall not include requests for payment for portions of the Work for which the Contractor does not intend to pay a Subcontractor or material supplier, unless such Work has been performed by others whom the Contractor intends to pay, and if payment is received but for some reason not paid to the Subcontractors, Sub-subcontractors or material suppliers, that portion of the payment shall be returned to the Owner not later than seven (7) days after receipt. § 9.3.2 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. If approved in advance by the Owner, payment may similarly be made for materials and equipment suitably stored off the site at a location agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures satisfactory to the Owner to establish the Owner’s title to such materials and equipment or otherwise protect the Owner’s interest, and shall include the costs of applicable insurance, storage, and transportation to the site, for such materials and equipment stored off the site. § 9.3.3 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment all Work for which Certificates for Payment have been previously issued and payments received from the Owner shall be free and clear of liens, claims, security interests, or encumbrances, in favor of the Contractor, Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials, and equipment relating to the Work. § 9.3.4 In each Application for Payment, on forms AIA G702 and G703, the Contractor shall certify that except for any "Contested Lien" (hereafter defined) there are no known mechanic’s or materialmen’s liens or claims outstanding on the date of the Application, that all due and payable bills with respect to the Work have been paid to date or are included in the amount requested in the current Application, that all bills or obligations for which funds were requested in all previous Applications have been paid, and that, except for such bills not paid but so included, there is no known basis for the filing of any mechanic’s or materialmen’s liens on the Work, or for asserting mechanic’s or materialmen’s claims with respect thereto. § 9.3.4.2 Contractor acknowledges that Owner will borrow certain funds to finance the construction of the Work and, that as a condition to any loans to Owner, the Lender may require from time to time certain statements, certificates, and documents from Contractor. Contractor, for itself covenants and agrees that any lien, statutory, expressed or implied, right and interest (whether choate or inchoate and including, without limitation, all mechanics’ and materialmen’s liens under the Applicable Laws and statutes of the state where the Project is located) which are owned or claimed by Contractor or shall exist or shall hereafter accrue to the benefit of Contractor for labor performed, materials furnished and Work done on this Project, shall be and remain subordinate, second and inferior to a first lien securing the payment of an interim construction loan and all advances made thereunder, and to any renewals, extensions or rearrangements thereof. Contractor (but not its Subcontractors) shall not be permitted to remove any improvements or other property constructed or installed or delivered in connection with the Work notwithstanding that such improvements or other property can be removed without material injury to any improvements not sought to be removed by any lien claimant and without such injury to any improvements sought to be removed by any lien claimant. Contractor shall use good faith efforts to cause a subordination provision to this effect applicable to liens and lien rights of Subcontractors to be contained in all Subcontracts entered into by Contractor. This subordination of lien provision is made in consideration of and as an inducement to the execution and delivery of the Contract Documents. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 43 § 9.3.4.3 The Contractor shall promptly advise the Owner of any action, administrative or legal proceeding or investigation as to which this indemnification may apply, and the Contractor, at the Contractor’s expense, shall assume on behalf of the Owner and Lender and conduct with due diligence and in good faith the defense thereof with counsel satisfactory to the Owner or Lender, provided that (i) the Owner or Lender shall have the right to be represented therein by advisory counsel of its own selection and at its own expense, and (ii) if the Owner or Lender reasonably conclude that there may be legal defenses available to any of them which are different from or additional to, or inconsistent with, those available to the Contractor, or if the Owner or Lender reasonably concludes the Contractor has a conflict of interest and cannot adequately represent the Owner or Lender, then the Owner and Lender shall have the right to select separate counsel to participate in the defense of such action on their own behalf. In the event of failure by the Contractor to fully perform in accordance with this indemnification section, the Owner or Lender, at the option of either of them, and without relieving the Contractor of its obligations hereunder, may so perform, but all costs and expenses including attorneys’ fees and expert fees so incurred by the Owner or Lender in that event shall be reimbursed by the Contractor to the Owner or Lender, together with interest on the same from the date that any such expense was paid by the Owner or Lender until reimbursed by the Contractor, at the rate of interest provided in Section 15.2 of the Agreement. The obligations of the Contractor under this Section shall survive the completion of the Work and the expiration or termination of the Contract. § 9.4 Certificates for Payment § 9.4.1 The Engineer will, within seven (7) days after receipt, or as may be required to facilitate Owner’s processing per Article 12 of the Agreement, of the Contractor’s Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Engineer determines is properly due, or notify the Contractor and Owner in writing of the Engineer’s reasons for withholding certification in whole or in part as provided in Section 9.5.1. All Certificates and payments, including those pursuant to a pending Claim, shall be subject to the Owner’s approval, and it shall not be necessary for the Engineer to make any statement to this effect. § 9.4.2 The issuance of a Certificate for Payment will constitute a representation by the Engineer to the Owner, based on the Engineer’s observations at the site, evaluation of the Work, and the data comprising the Application for Payment, that, to the best of the Engineer’s knowledge, information and belief, the Work has progressed to the point indicated and that the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections, to correction of minor deviations from the Contract Documents prior to completion and to specific qualifications expressed by the Engineer. The issuance of a Certificate for Payment will further constitute a representation that the Contractor is entitled to payment in the amount certified. However, the issuance of a Certificate for Payment will not be a representation that the Engineer has (1) made exhaustive or continuous on-site inspections to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Owner to substantiate the Contractor’s right to payment, or (4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. § 9.5 Decisions to Withhold Certification § 9.5.1 The Engineer may withhold a Certificate for Payment in whole or in part, to the extent reasonably necessary to protect the Owner, if in the Engineer’s opinion the representations to the Owner required by Section 9.4.2 cannot be made. If the Engineer is unable to certify payment in the amount of the Application, the Engineer will notify the Contractor and Owner as provided in Section 9.4.1. If the Contractor and Engineer cannot agree on a revised amount, the Engineer will promptly issue a Certificate for Payment for the amount for which the Engineer is able to make such representations to the Owner. The Engineer may also withhold a Certificate for Payment or, because of subsequently discovered evidence, may nullify the whole or a part of a Certificate for Payment previously issued, to such extent as may be necessary in the Engineer’s opinion to protect the Owner from loss for which the Contractor is responsible, including loss resulting from acts and omissions described in Section 3.3.2, because of .1 defective Work not remedied; .2 third party claims filed or reasonable evidence indicating probable filing of such claims, unless security acceptable to the Owner is provided by the Contractor; .3 failure of the Contractor to make payments properly to Subcontractors for labor, materials or equipment; .4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum; .5 damage to the Owner or a Separate Contractor; Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 44 .6 reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; .7 persistent failure to carry out the Work in accordance with the Contract Documents. .8 the filing of a lien, except if the lien is one that the Contractor is not required to discharge pursuant to Section 13.8 or the Contractor has provided a bond in an amount sufficient to discharge the lien; .9 erroneous estimates by the Contractor of the values of the Work performed; or .10 a material breach of the Contract. Notwithstanding anything to the contrary contained in the Contract Documents, the Owner may also withhold a reasonable portion of any payment for any of the above-stated reasons. The Owner shall inform the Contractor of such reason for withholding. § 9.5.2 Notwithstanding anything to the contrary contained in the Contract Documents, the Owner also may withhold any payment to the Contractor hereunder for the reasons listed in Section 9.5.1, above; provided, however, that any such holdback shall be limited to the amount sufficient in the reasonable opinion of the Owner to cure, or to otherwise protect Owner from loss resulting from, any such default or failure of performance by the Contractor. When the above reasons for withholding certification are removed, certification will be made for amounts previously withheld. § 9.5.3 If the Engineer withholds certification for payment under Section 9.5.1.3, the Owner may, at its sole option, issue joint checks to the Contractor and to any Subcontractor or material or equipment suppliers to whom the Contractor failed to make payment for Work properly performed or material or equipment suitably delivered. If the Owner makes payments by joint check, the Owner shall notify the Engineer and the Engineer will reflect such payment on the next Certificate for Payment. (Paragraph deleted) § 9.5.4 If the Contractor disputes any determination by the Engineer or the Owner with respect to any Application for Payment or any Certificate of Payment, the Contractor shall nevertheless expeditiously continue to prosecute the Work. § 9.6 Progress Payments § 9.6.1 After the Engineer has issued a Certificate for Payment, the Owner shall make payment in the manner and within the time provided in the Contract Documents, and shall so notify the Engineer. § 9.6.2 The Contractor shall pay each Subcontractor, no later than seven days after receipt of payment from the Owner, the amount to which the Subcontractor is entitled, reflecting percentages actually retained from payments to the Contractor on account of the Subcontractor’s portion of the Work. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to Sub-subcontractors in a similar manner. Except with the Owner’s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 9.6.3 The Engineer will, on request, furnish to a Subcontractor, if practicable, information regarding percentages of completion or amounts applied for by the Contractor and action taken thereon by the Engineer and Owner on account of portions of the Work done by such Subcontractor. § 9.6.4 The Owner has the right to request written evidence from the Contractor that the Contractor has properly paid Subcontractors and material and equipment suppliers amounts paid by the Owner to the Contractor for subcontracted Work. If the Contractor fails to furnish such evidence within seven (7) days, the Owner shall have the right to contact Subcontractors to ascertain whether they have been properly paid. Neither the Owner nor Engineer shall have an obligation to pay or to see to the payment of money to a Subcontractor, except as may otherwise be required by law. § 9.6.5 The Contractor’s payments to material and equipment suppliers shall be treated in a manner similar to that provided in Sections 9.6.2, 9.6.3 and 9.6.4. § 9.6.6 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the Project by the Owner shall not constitute acceptance of Work not in accordance with the Contract Documents, acceptance of stored materials, or a waiver of any right or Claim by the Owner regarding such Work or stored materials. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 45 § 9.6.7 The Owner may, at any time, and from time to time, provided such action by the Owner is reasonable under the circumstances or the Contractor is in default under this Contract beyond any applicable notice or cure period, pay Subcontractors (or lower tier Sub-subcontractors) and/or material suppliers by joint check payable to the order of the Contractor, such Subcontractor and Sub-Subcontractor, or such material supplier, as applicable, and upon any such payment the amount thereof shall be deducted from the amounts due or to become due to the Contractor hereunder. (Paragraph deleted) § 9.7 Failure of Payment If, through no fault of the Contractor, the Owner does not pay the Contractor within fourteen (14) days after the date established in the Contract Documents the amount properly due Contractor under the terms of the Contract or awarded by dispute resolution or a judge, as applicable, then the Contractor may, upon seven (7) additional days’ written notice to the Owner and Engineer, stop the Work until payment of the amount owing has been received. Notwithstanding the foregoing or anything to the contrary in the Contract Documents, nonpayment of amounts that are subject to a good faith dispute shall not entitle the Contractor to stop the Work. The Contract Time shall be extended appropriately and the Contract Sum shall be increased by the amount of the Contractor’s reasonable costs of shut-down, delay and start-up, plus interest as provided for in the Contract Documents. § 9.7.1 If the Owner is entitled to reimbursement or payment from the Contractor under or pursuant to the Contract Documents, provided that the Owner is not in default of the payment provisions of the Contract, such payment shall be made promptly upon demand by the Owner. Notwithstanding anything contained in the Contract Documents to the contrary, if the Contractor fails to promptly make any payment due the Owner, or the Owner incurs any costs and expenses to cure any default of the Contractor or to correct defective Work caused by the negligent act or omission and/or willful misconduct of the Contractor, the Owner shall have an absolute right to offset such amount (and applicable interest) against the GMP and may, in the Owner’s sole discretion, after five (5) business days written notice to the Contractor, elect either to: (i) deduct an amount equal to that which the Owner is entitled (from any payment then or thereafter due the Contractor from the Owner) or (ii) issue a written notice to the Contractor reducing the GMP by an amount equal to that which the Owner is entitled. § 9.8 Substantial Completion § 9.8.1 "Substantial Completion" or "Substantially Complete" means the stage in the progress of the Work when the Work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use; provided, however, as a condition precedent to Substantial Completion, the Owner has received all certificates of occupancy and any other permits, approvals, licenses, and other documents from any governmental authority having jurisdiction thereof necessary for the beneficial occupancy of the Project unless receipt of such permits and approvals is delayed by others. § 9.8.2 When the Contractor considers that the Work, or a portion thereof which the Owner agrees to accept separately, is Substantially Complete, the Contractor shall prepare and submit to the Engineer and the Owner a comprehensive list of items to be completed or corrected prior to final payment. The Contractor shall proceed promptly to complete and correct items on the list. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. § 9.8.3 Upon receipt of the Contractor’s list, the Engineer will make an inspection to determine whether the Work or designated portion thereof is substantially complete. If the Engineer’s inspection discloses any item, whether or not included on the Contractor’s list, which is not sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work or designated portion thereof for its intended use, the Contractor shall, before issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by the Engineer. In such case, the Contractor shall then submit a request for another inspection by the Engineer to determine Substantial Completion. § 9.8.4 When the Work or designated Portion thereof is Substantially Complete, the Engineer will prepare a Certificate of Substantial Completion that, when approved by Owner, shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the entire Work (all Portions) unless otherwise approved by Owner and provided in the Certificate of Substantial Completion. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 46 § 9.8.5 The Certificate of Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in such Certificate. Upon such acceptance, and consent of surety if any, the Owner shall make payment of retainage applying to such Work or designated Portion thereof. Such payment shall be adjusted for Work that is incomplete or not in accordance with the requirements of the Contract Documents and shall be subject to Lender approval. § 9.8.6 The Contractor shall endeavor to complete any punchlist Work by the tenth (10th)day (the "Punchlist Finish Date"), but in no event more than thirty (30) days (the "Outside Punchlist Finish Date") following the delivery of the punchlist for the Project to the Contractor. § 9.8.7 The Contractor acknowledges and recognizes that the Owner is entitled to full and beneficial occupancy and use of the completed Work following expiration of the Contract Time, as modified by Change Orders and Contractor’s excusable or otherwise approved delays, that the Owner may enter into binding agreements demising all or part of the premises where Work is to be completed, and that Owner may have entered into financing agreements based upon the Contractor’s achieving Substantial Completion of the Work within the Contract Time as modified by Change Orders and Contractor’s excusable or otherwise approved delays. The Contractor further acknowledges and agrees that if the Contractor fails to cause the Substantial Completion of any portion of the Work within the specified Contract Time, the Owner may sustain extensive damages and serious loss as a result of such failure. § 9.9 Partial Occupancy or Use § 9.9.1 The Owner may occupy or use any completed or partially completed area of the Work or a Portion at any stage when such portion is designated by separate agreement with the Contractor, provided such occupancy or use is consented to by the insurer as required under Exhibit A to the Agreement and authorized by public authorities having jurisdiction over the Project. Such partial occupancy or use may commence whether or not the portion is substantially complete, provided the Owner and Contractor have accepted in writing the responsibilities assigned to each of them for payments, retainage, if any, security, maintenance, heat, utilities, damage to the Work and insurance, and have agreed in writing concerning the period for correction of the Work and commencement of warranties required by the Contract Documents. When the Contractor considers a portion substantially complete, the Contractor shall prepare and submit a list to the Engineer as provided under Section 9.8.2. Consent of the Contractor to partial occupancy or use shall not be unreasonably withheld. The stage of the progress of the Work shall be determined by written agreement between the Owner and Contractor or, if no agreement is reached, by decision of the Owner, subject to the Contractor’s right to make a Claim as set forth in Article 15. § 9.9.2 In the event that the Owner desires to exercise its rights under Section 9.9.1, the Contractor shall cooperate to the extent practical in making available for the Owner’s use such building services as heating, ventilating, cooling, water, lighting and equipment required to furnish such services. The Owner will promptly reimburse the Contractor for any additional costs or expenses incurred thereby. § 9.9.3 Immediately prior to such partial occupancy or use, the Owner, Contractor, and Engineer shall jointly inspect the area to be occupied or portion of the Work to be used in order to determine and record the condition of the Work. § 9.9.4 Unless otherwise agreed upon, partial occupancy or use of a portion or portions of the Work shall not (i) constitute acceptance of Work not complying with the requirements of the Contract Documents, (ii) relieve the Contractor for responsibility for loss or damage due to or arising out of defects in, or malfunctioning of any Work, material, or equipment, or from any other unfulfilled obligations or responsibilities of the Contractor under the Contract Documents, or (iii) commence any warranty periods from the Contract Documents. § 9.9.5 Subject to the terms and conditions provided herein, if Contractor claims that delay or additional costs is involved because of partial occupancy by Owner, Contractor shall make such claims as provided elsewhere in the Contract Documents. § 9.10 Final Completion and Final Payment § 9.10.1 Contractor shall achieve Final Completion of the Work within thirty (30) calendar days of the achievement of Substantial Completion of the Work. The Contractor shall inspect the Work to determine that it has achieved Final Completion, is in accordance with the Contract Documents, and that the Contract has been fully performed. Upon receipt of the Contractor’s written notice that the Work is ready for final inspection and acceptance and upon receipt of Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 47 a final Application for Payment, the Engineer and Owner’s representative will promptly make such inspection and, when the Engineer and Owner’s representative finds the Work acceptable under the Contract Documents and the Contract fully performed and the items set forth on the final iteration of the punchlist is complete (the "Final Punchlist"), and if the Owner agrees, the Engineer will promptly issue a final Certificate for Payment stating that to the best of the Engineer’s knowledge, information and belief, and on the basis of the Engineer’s on-site visits and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance found to be due the Contractor and noted in the final Certificate is due and payable. All warranties, guarantees, and contract closeout documents required under or pursuant to the Contract Documents shall be assembled and delivered by the Contractor to the Engineer as part of the final Application for Payment. The final Certificate for Payment will not be issued by the Engineer until all warranties, guarantees, and contract closeout documents have been received by the Owner. The Engineer’s final Certificate for Payment will constitute a further representation that conditions listed in Section 9.10.2 as precedent to the Contractor’s being entitled to final payment have been fulfilled. § 9.10.2 Final payment and any remaining retained percentage shall become due when the requirements of Section 5.2.1 of the Agreement have been satisfied and when the Contractor submits to the Engineer and Owner (1) an affidavit that payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or the Owner’s property might be responsible or encumbered (less amounts withheld by Owner) have conditional final waivers issued or otherwise satisfied, (2) a certificate evidencing that insurance required by the Contract Documents to remain in force after final payment is currently in effect and will not be canceled or allowed to expire until at least 30 days’ prior written notice has been given to the Owner, (3) a written statement that the Contractor knows of no substantial reason that the insurance will not be renewable to cover the period required by the Contract Documents, (4) consent of surety, if any, to final payment and (5) other reasonable data establishing payment or satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be designated by the Owner. If a Subcontractor, refuses to furnish a release or waiver required by the Owner, and if the Owner has paid Contractor all sums due in accordance with the terms of this Agreement, the Contractor may furnish a bond satisfactory to the Owner to indemnify against such lien; provided, however and for the purposes of clarification, nothing in this Section 9.10.2 shall be interpreted as alleviating, waiving or limiting the Contractor’s obligations to indemnify the Owner as said obligations are outlined and described under the terms of Section 3.18. If the Contractor has received payment in full for the Work that is the subject of such Subcontractor’s claim and such lien remains unsatisfied after said payments are made by the Owner, Contractor shall refund to the Owner all money that the Owner may be compelled to pay in discharging such lien, including all costs and reasonable attorneys’ fees. § 9.10.3 If, after Substantial Completion of the Work, Final Completion thereof is materially delayed through no fault of the Contractor or by issuance of Change Orders affecting Final Completion, the Owner shall, upon application by the Contractor and certification by the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If bonds have been furnished, the written consent of the surety to payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the Engineer prior to certification of such payment. Such payment shall be made under terms and conditions governing final payment, except that it shall not constitute a waiver of claims. § 9.10.4 The making of final payment shall constitute a waiver of Claims by the Owner except those arising from .1 liens, Claims, security interests, or encumbrances arising out of the Contract and unsettled; .2 failure of the Work to comply with the requirements of the Contract Documents; or .3 terms of special warranties required by the Contract Documents; .4 obligations that expressly, survive the completion of the Work, such as without limitation, Contractor’s insurance, defense and indemnity obligations; .5 continuing obligations, liabilities or responsibilities of the Contractor that would otherwise survive completion and acceptance of the Work and final payment by the Owner including the Contractor’s indemnification obligations under the Contract Documents; or .6 matters arising after final payment. § 9.10.5 Acceptance of final payment by the Contractor, a Subcontractor, or a material supplier, shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment. Following receipt and clearing of Final Payment, the final unconditional waivers will be issued as required per state statute per Article 12 of the Agreement. In the event a final unconditional Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 48 waiver is not received, the final conditional waiver shall become the binding representing final unconditional per state statute. § 9.11 Notwithstanding anything in the Contract Documents to the contrary, the Owner shall be entitled to retain the amounts set forth in Section 5.2.1 of the Agreement until (a) thirty (30) days after the completion of the Work, (b) all of the items specified in Subparagraph 9.10.2 have been provided to the Owner, (c) the Contractor has delivered to the Owner conditional final releases in full of mechanic’s and materialmen’s liens as required hereby, and (d) an affidavit of completion or similar document has been executed, notarized and filed of record with the appropriate governmental agency having jurisdiction, in form and substance, and within the time frames, satisfactory to satisfy any construction close-out provisions under state or local law that have the effect of benefitting Owner (i.e., by limiting the time frames for any future liens against the Property, etc.) if properly complied with. ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY § 10.1 Safety Precautions and Programs The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the Contract. The Contractor shall include provisions in all subcontracts requiring the Contractor Parties to observe all appropriate safety precautions and programs and to comply with all applicable safety laws and regulations; provided, however, that nothing herein shall relieve the Contractor Parties of their day-to-day responsibility for the safety of persons and property in the performance of their contracts. § 10.2 Safety of Persons and Property § 10.2.1 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury, or loss to .1 employees on the Work and other persons who may be affected thereby, including Owner and its employees; .2 the Work and materials and equipment to be incorporated therein, whether in storage on or off the site, under care, custody, or control of the Contractor or the Contractor’s Subcontractors or Sub-subcontractors; and .3 other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. § 10.2.2 The Contractor shall comply with and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. The Contractor shall be responsible for any fines, penalties or charges by any regulatory body by reason of any violation of safety or health regulations by a Contractor Party. The Contractor shall also be responsible for reimbursement of any OSHA fines incurred by the Owner or Engineer for Project site safety conditions created or controlled by the Contractor Parties that result in the Owner or Engineer receiving a citation under the OSHA multi-employer citation provision. If the Contractor fails to pay or contest any such fines, penalties or charges, the Owner may, upon notice to the Contractor, pay them and deduct such amount from moneys due or to become due to the Contractor. § 10.2.3 The Contractor shall cause its Subcontractors to erect and maintain, as required by existing conditions and performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent sites and utilities. The Contractor shall also be responsible, as a Cost of the Work, for all measures necessary to protect any property adjacent to the Project and improvements therein as recommended by the property insurance carrier as a job cost added to the GMP pursuant to a Change Order. Any damage to such property or improvements caused by a negligent act or omission of the Contractor or any Subcontractor of the Contractor shall be promptly repaired by the Contractor with the prior written approval of Owner. § 10.2.4 When use or storage of explosives or other hazardous materials or equipment, or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel, and shall give the Owner and the Engineer reasonable advance notice in writing. The Contractor is strictly liable and fully responsible for any and all damages, claims, and for the defense of all actions against the Owner and the Engineer, and their consultants and employees resulting from the prosecution of such Work. The Contractor is strictly liable and fully responsible for any and all damages, claims, and for the defense Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 49 of all actions against the Owner and the Engineer, and their consultants and employees resulting from the prosecution of such Work. § 10.2.5 The Contractor shall promptly remedy damage and loss (other than damage or loss insured under property insurance required by the Contract Documents, subject to Contractor being responsible for the deductible if the damage or loss is caused by Contractor) to property referred to in Sections 10.2.1.2 and 10.2.1.3 caused in whole or in part by the Contractor, a Subcontractor, a Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under Sections 10.2.1.2 and 10.2.1.3, except damage or loss attributable to acts or omissions of the Owner or Engineer or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to the Contractor’s obligations under Section 3.18. § 10.2.6 The Contractor shall establish and administer its Safety, Loss Prevention and Security Plan, including fire prevention, in compliance with governmental authorities having jurisdiction thereof. The Contractor shall designate a safety, loss prevention and security supervisor whose duty shall be the prevention of accidents, and the coordination and enforcement of such Plan. This person shall be on the Project site and shall be the Contractor’s superintendent unless otherwise designated by the Contractor in writing to the Owner and Engineer. § 10.2.7 The Contractor shall not permit any part of the construction or site to be loaded so as to cause damage or create an unsafe condition at the Project or at adjacent existing buildings or so as to endanger the safety and health of persons or property. The Contractor shall have full responsibility for preventing overstress of any structure or any part or member of the Project during construction. The Contractor shall fully check the effect of its operations in this regard, and shall provide all temporary support and connections required. (Paragraphs deleted) § 10.2.8 The Contractor shall promptly report to the Owner in writing any accident occurring on or off the Project site that relates to the Work and, in no event, later than twenty-four (24) hours after the Contractor’s learning of such accident, and shall, in addition, immediately give notice, by telephone or messenger, of any accident resulting in death or serious personal injury or property damage. Such report shall include all known details of the circumstances, the nature and extent of any injuries or property damage, the names of all witnesses and other persons who may have knowledge of the circumstances of the accident, and such other details as the Owner or the Owner’s insurer shall require. If any claim for damage or otherwise is made as a result of any accident, the Contractor shall promptly report the facts in writing to the Owner, giving full details of the claim so that the Owner may assess responsibility, if any, protect its interest in the Project and prepare in a timely fashion relevant information for its insurance carrier. The Contractor shall be liable for all costs, whether direct or indirect, incurred by the Owner arising out of or related to accidents proximately caused by the negligent act or omission and/or willful misconduct of the Contractor or a Subcontractor. § 10.2.9 Contractor shall protect adjoining private or municipal property and shall provide barricades, temporary fences, and covered walkways as necessary to protect the safety of passersby, as required by prudent construction practices, local building codes, ordinances or other laws, and the Contract Documents, as a Cost of the Work, but subject to the GMP. § 10.2.10 When required by Applicable Laws or for the safety of the Work or existing structures, Contractor shall shore up, brace, underpin and protect foundations and other portion of existing structures and partially completed portions of the Work which are in any way affected by the Work. All parts of the Work shall be braced to resist wind or other loads. Contractor shall perform the Work with the explicit understanding that the design of the Project is based on all parts of the Work having been completed. Temporary items such as, but not limited to, scaffolding, staging, lifting and hoisting devices, shoring, excavation, barricades, and safety and construction procedures necessary for the completion of the Project shall be the responsibility of the Contractor and its Subcontractors and shall comply with all Applicable Laws. It shall not be the responsibility of Owner, Engineer or their representatives to determine if Contractor, Subcontractors or their representatives are in compliance with Applicable Laws. In addition to its other obligations pursuant to this Article 10, the Contractor shall promptly repair any damage or disturbance to walls, utilities, sidewalks, streets, curbs and the property of third parties (including municipalities) resulting from the performance of the Work, as a Cost of the Work, but subject to the GMP. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 50 § 10.2.11 Contractor shall employ such practices as are necessary to protect all completed and partially completed Work and all existing improvements located on the Project site from loss and damage, including from subsequent operations of the Contractor or later to be performed Work, theft or damage by weather and, if necessary, shall provide suitable shelter therefor. Contractor shall correct at its own expense any damage or disfigurement to work or property (whether or not located on the Project site) resulting from the fault, neglect or omission of Contractor, any Subcontractor, any Sub-subcontractor or any other person or entity for whom any of them is legally responsible. § 10.2.12 Contractor shall be responsible for any of its fines, penalties or charges by any regulatory body by reason of any violation of safety or health regulations by Contractor, its Subcontractors, Sub-subcontractors or any other person or entity for whom any of them is legally responsible in the performance of the Work. § 10.3 Hazardous Materials and Substances § 10.3.1 The Contractor is responsible for compliance with any requirements included in the Contract Documents regarding hazardous materials. If the Contractor encounters a hazardous material or substance not addressed in the Contract Documents and if reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance, including but not limited to asbestos or polychlorinated biphenyl (PCB), encountered on the site by the Contractor, the Contractor shall, upon recognizing the condition, immediately stop Work in the affected area and report the condition to the Owner and Engineer in writing. The Owner, Contractor, and Engineer shall then proceed in the same manner prescribed in Subsection 10.3.2 of the General Conditions. The Owner shall be responsible for obtaining the services of a licensed laboratory to verify the presence or absence of the material or substance reported by the Contractor and, in the event such material or substance is found to be present, to verify that it has been rendered harmless. § 10.3.2 Upon receipt of the Contractor’s written notice, the Owner shall obtain the services of a licensed laboratory to verify the presence or absence of the material or substance reported by the Contractor and, in the event such material or substance is found to be present, to cause it to be rendered harmless. Unless otherwise required by the Contract Documents, the Owner shall furnish in writing to the Contractor and Engineer the names and qualifications of persons or entities who are to perform tests verifying the presence or absence of such material or substance or who are to perform the task of removal or safe containment of such material or substance. The Contractor and the Engineer will promptly reply to the Owner in writing stating whether or not either has reasonable objection to the persons or entities proposed by the Owner. If either the Contractor or Engineer has an objection to a person or entity proposed by the Owner, the Owner shall propose another to whom the Contractor and the Engineer have no reasonable objection. When the material or substance has been rendered harmless, Work in the affected area shall resume upon written agreement of the Owner and Contractor. By Change Order, the Contract Time shall be extended appropriately and the Contract Sum shall be increased in the amount of the Contractor’s reasonable additional costs of shut-down, delay and start-up. § 10.3.3 To the fullest extent permitted by law, the Owner shall defend, indemnify and hold harmless the Contractor, Subcontractors, Engineer, Engineer’s consultants, and agents and employees of any of them from and against claims, damages, losses, and expenses, including but not limited to attorneys’ fees, arising out of or resulting from performance of the Work in the affected area if in fact the material or substance presents the risk of bodily injury or death as described in Section 10.3.1 and has not been rendered harmless, provided that such claim, damage, loss, or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), except to the extent that such damage, loss, or expense is due to the fault or negligence of the party seeking indemnity. § 10.3.4 The Owner shall not be responsible under this Section 10.3 for materials or substances the Contractor brings to the site unless such materials or substances are required by the Contract Documents. The Owner shall be responsible for materials or substances required by the Contract Documents, except to the extent of the Contractor’s fault or negligence in the use and handling of such materials or substances. § 10.3.5 The Contractor shall indemnify the Owner for the cost and expense the Owner incurs (1) for remediation of a material or substance the Contractor brings to the site and negligently handles, or (2) where the Contractor fails to perform its obligations under Section 10.3.1, except to the extent that the cost and expense are due to the Owner’s fault or negligence. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 51 § 10.3.6 If, without negligence on the part of the Contractor, the Contractor is held liable by a government agency for the cost of remediation of a hazardous material or substance solely by reason of performing Work as required by the Contract Documents, the Owner shall reimburse the Contractor for all reasonable costs and expenses thereby incurred. § 10.3.8 The term "rendered harmless" shall be interpreted to mean the levels of hazardous materials, including but not limited to asbestos and polychlorinated biphenyls, that are less than any applicable exposure standard set forth in OSHA, EPA or any other applicable federal, state or municipal regulations. In no event however, shall the Owner have any responsibility for any substance or material that is brought to the Project site by the Contractor, any Subcontractor, any Sub-subcontractor, materialman or supplier or any person or entity for whom any of them is responsible. The Contractor agrees not to use any fill or other materials to be incorporated into the Work which are hazardous, toxic or comprised of any items that are hazardous or toxic. § 10.3.9 The Contractor shall notify the Owner and Engineer immediately and stop Work in the area affected if any one of the products or materials specified in the Contract Documents or proposed by the Contractor or its Subcontractors contain or are suspected to contain hazardous materials in any form, so that a qualified consultant retained by the Owner can determine whether such materials may be used in the Work or need to be removed from the Project site or rendered harmless in a manner which will not adversely affect the health of any persons and which will comply with Applicable Laws. § 10.3.10 Work in the affected area shall be immediately resumed in the absence of any hazardous materials or when such hazardous materials have been rendered harmless. § 10.4 Emergencies In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor’s discretion, to prevent threatened damage, injury, or loss. Additional compensation or extension of time claimed by the Contractor on account of an emergency shall be determined as provided in Article 15 and Article 7. The Contractor shall notify the Owner and Engineer of such emergency as promptly as is practicable under the circumstances. In the event that emergency repairs or emergency work is necessary to prevent or minimize further damage and the Contractor is not available, the Owner may make such repairs or do such work. The Contractor shall pay the expenses of the repairs or work when necessitated by defects in the Contractor’s work or failure of the Contractor to perform its obligations under this Contract. ARTICLE 11 INSURANCE AND BONDS § 11.1 Contractor’s Insurance and Bonds § 11.1.1 The Contractor shall purchase and maintain insurance of the types and limits of liability, containing the endorsements, and subject to the terms and conditions, as described in the Exhibit A to the Agreement or elsewhere in the Contract Documents.. § 11.1.2 The Contractor shall provide surety bonds of the types, for such penal sums, and subject to such terms and conditions as required by the Contract Documents. The Contractor shall purchase and maintain the required bonds from a company or companies lawfully authorized to issue surety bonds in the jurisdiction where the Project is located. § 11.1.3 Upon the request of any person or entity appearing to be a potential beneficiary of bonds covering payment of obligations arising under the Contract, the Contractor shall promptly furnish a copy of the bonds or shall authorize a copy to be furnished. (Paragraph deleted) § 11.2 Owner’s Insurance § 11.2.1 The Owner shall purchase and maintain insurance of the types and limits of liability, containing the endorsements, and subject to the terms and conditions, as described in the Exhibit A of the Agreement or elsewhere in the Contract Documents. (Paragraphs deleted) Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 52 ARTICLE 12 UNCOVERING AND CORRECTION OF WORK § 12.1 Uncovering of Work § 12.1.1 If a portion of the Work is covered contrary to the Engineer’s or Owner’s request or to requirements specifically expressed in the Contract Documents, it must, if requested in writing by the Engineer or Owner, be uncovered for the Engineer’s or Owner’s examination and be replaced at the Contractor’s expense without change in the Contract Time. § 12.1.2 If a portion of the Work has been covered that the Engineer or Owner has not specifically requested to examine prior to its being covered, the Engineer or Owner may request to see such Work and it shall be uncovered by the Contractor. If such Work is in accordance with the Contract Documents, costs of uncovering and replacement shall, by appropriate Change Order, be at the Owner’s expense. If such Work is not in accordance with the Contract Documents, such costs and the cost of correction shall be at the Contractor’s expense unless the condition was caused by the Owner or a Separate Contractor in which event the Owner shall be responsible for payment of such costs. § 12.2 Correction of Work § 12.2.1 Before or After Substantial Completion § 12.2.1.1 The Contractor shall promptly correct Work rejected by the Engineer or the Owner due to such Work failing to conform to the requirements of the Contract Documents, whether discovered before or after Substantial Completion and whether or not fabricated, installed or completed. Costs of correcting such rejected Work, including additional testing and inspections and reasonable and necessary costs reasonably incurred by the Owner for the Engineer’s services and expenses made necessary thereby if the Engineer is required to make a special trip to inspect the corrected Work, shall be at the Contractor’s expense. If prior to the date of Substantial Completion, the Contractor, a Subcontractor or anyone for whom either is responsible uses or damages any portion of the Work, including, without limitationequipment or other mechanical device, the Contractor shall cause such item to be restored to "like new" condition at no expense to the Owner. § 12.2.2 After Substantial Completion § 12.2.2.1 In addition to the Contractor’s obligations under Section 3.5, if, within one year after the date of Substantial Completion of the Work or designated portion thereof or after the date for commencement of warranties established under Section 9.9.1, or by terms of an applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly after receipt of written notice from the Owner to do so unless the Owner has previously given the Contractor a written acceptance of such condition. The Owner shall give such notice promptly after discovery of the condition. During the one-year period for correction of Work, if the Owner fails to notify the Contractor and give the Contractor an opportunity to make the correction, the Owner waives the rights to require correction by the Contractor. If the Contractor fails to correct nonconforming Work within a reasonable time during that period after receipt of notice from the Owner or Engineer, the Owner may correct it in accordance with Section 2.4. If the Contractor does not proceed with correction of such nonconforming work within a reasonable time as fixed by the written notice, the Owner may remove it and store the salvageable materials or equipment at the Contractor’s expense. If the Contractor does not pay the costs of such removal and storage within ten (10) days after written notice, the Owner may, upon ten (10) additional days’ notice, sell such materials and equipment at auction or at private sale and shall account for the proceeds thereof, after deducting the costs and damages that should have been borne by the Contractor, including compensation for the Engineer’s services and expenses made necessary thereby. If such proceeds of sale do not cover costs, the Contract Sum shall be reduced by the deficiency. If payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall immediately upon demand pay the difference to the Owner. § 12.2.2.2 The one-year period for correction of Work shall be extended with respect to portions of Work first performed after Substantial Completion by the period of time between Substantial Completion and the actual completion of that portion of the Work except that warranties shall be issued based on Substantial Completion of the applicable building which represents the "date placed in service". § 12.2.2.3 Upon completion of any Work pursuant to Section 12.2, the one-year correction period in connection with the Work requiring correction shall be renewed and recommence not to exceed eighteen (18) months in the aggregate. The obligations under Section 12.2 shall cover any repairs and replacement to any part of the Work or other property that is damaged by the defective Work. It is understood that this warranty requirement in Section 12.2.2.3 will be stated in the Engineer’s Specifications. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 53 The Contractor warrants that all manufacturers or other warranties and guarantees on all materials and equipment furnished by or to the Contractor Parties shall run directly to or be specifically assigned to the Owner or to such other entity as the Owner may direct. Promptly after the Owner so requests, the Contractor Parties shall execute such assignment documentation (in a form acceptable to the Owner) as may be necessary for the Contractor Parties to assign such warranties and guaranties. The Contractor shall not take any action that would limit or void a warranty on the Work or on any work performed by the Owner’s separate contractors, if any. If a manufacturer’s warranty or guaranty is ineffective because the material or equipment has been incorrectly installed, the Contractor shall be responsible to the Owner for the incorrect installation and the consequences thereof. On the Date of Substantial Completion, the Contractor shall deliver true and correct copies of all warranties and guaranties to the Owner. § 12.2.2.4 As to Work that the Contractor has repeatedly corrected or on which the Contractor has performed a material correction pursuant to this Section 12.2, the one-year period for correction of Work shall re-commence to run for one year after the last such correction; provided, however, that the cumulative correction period for any given item shall not exceed eighteen (18) months except in the case of a continuing issue. § 12.2.2.5 The obligation under Section 12.2.2 shall survive acceptance of the Work and termination of the Contract and final payment by the Owner. § 12.2.3 The Contractor shall remove from the site portions of the Work that are not in accordance with the requirements of the Contract Documents and are neither corrected by the Contractor nor accepted by the Owner. § 12.2.4 The Contractor shall bear the cost of correcting destroyed or damaged construction , whether completed or partially completed, of the Owner or separate contractors caused by the Contractor’s correction or removal of Work that is not in accordance with the requirements of the Contract Documents. § 12.2.5 Nothing contained in this Section 12.2 shall be construed to establish a period of limitation with respect to other obligations the Contractor has under the Contract Documents. Establishment of the one-year period for correction of Work as described in Section 12.2.2 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor’s liability with respect to the Contractor’s obligations other than specifically to correct the Work. § 12.2.6 If during the correction period any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall undertake all required corrective work within seventy-two (72) hours after receiving the notice and work diligently until corrective work is completed. If the Contractor does not, in accordance with the terms and provisions of the Contract Documents, commence all corrective work within forty-eight (48) hours or if the Contractor commences such work but does not pursue it in an expeditious manner, the Owner may either notify the bonding company (if any) to have such work and/or obligations performed at no additional cost to the Owner or may perform such work and/or obligations and charge the costs thereof to the Contractor. Notwithstanding the foregoing, the Contractor shall provide all emergency service within twelve (12) hours or such lesser time required because of the severity of the emergency. The Contractor shall correct any defects noted by the Owner, and if it is later determined that such defects were the responsibility of others, the Owner will pay the Contractor an amount calculated in accordance with Section 7.3.7. The obligations of the Contractor under the terms and provisions of the Contract Documents shall not be limited to the payments made by the surety (if any) under the provisions of this Contract. § 12.2.7 Without limiting the Contractor’s obligations, the Contractor shall perform a walk-through of the Project with the Owner at a mutually-convenient time during the tenth to twelfth month following Substantial Completion of the Project to create a list of deficiencies to be corrected during the correction period. § 12.3 Acceptance of Nonconforming Work If the Owner prefers to accept Work that is not in accordance with the requirements of the Contract Documents, the Owner may do so instead of requiring its removal and correction, in which case the Contract Sum will be reduced as appropriate and equitable as agreed to by both parties or determined pursuant to dispute resolution procedures if not agreed to by the parties in writing without delay. Such adjustment shall be effected whether or not final payment has been made; if acceptance occurs after final payment, the Contractor shall pay an appropriate amount to the Owner. If the Contractor requests the Owner to accept nonconforming Work, the Contractor shall pay the Owner all costs Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 54 incurred in the Owner’s investigation of whether to accept such Work including fees and charges of the Engineer, engineers, testing agencies, etc. ARTICLE 13 MISCELLANEOUS PROVISIONS § 13.1 Governing Law/ Counterparts/ Misc. The Contract shall be governed by the law of the place where the Project is located, excluding that jurisdiction’s choice of law rules. This Contract may be executed in multiple counterparts, each of which will be deemed an original agreement and all of which together will constitute one agreement. The Contract is a negotiated document, and in the event of any dispute between the parties, the Contract shall not be construed against either party by virtue of the fact that the party may have prepared it or the provision in question. The headings contained in the Contract are inserted only for convenience and reference and are not meant to define, limit or describe the scope or intent of the Contract Documents or in any way to affect the terms and provisions set forth herein. Each party hereto agrees to do all acts and things and to make, execute and deliver such written instruments as shall from time to time be reasonably required to carry out the terms and provisions of the Contract Documents. § 13.2 Successors and Assigns § 13.2.1 The Owner and Contractor respectively bind themselves, their partners, successors, assigns and legal representatives to covenants, agreements and obligations contained in the Contract Documents. The Contractor shall not assign this Agreement in whole or in part without the written consent of the Owner, nor shall the Contractor assign any monies due or to become due to it hereunder, without the prior written consent of the Owner. § 13.2.2 The Owner may, without consent of the Contractor, assign the Contract to (i) a Lender (defined below) providing financing for the Project, and its successors and assigns, as security for a loan, (ii) to an affiliate entity that acquires the Project, and/or (iii) to any future owner of the property provided as a condition precedent to such assignment pursuant to this subclause (iii) to a non-affiliated entity provided that such non-affiliated entity shall, prior to such assignment, provide proof reasonably satisfactory to Contractor that the assignee has made financial arrangements to fulfill an Owner’s obligations under this Agreement. The Contractor shall execute, and shall cause its Subcontractors to execute, all consents reasonably required to facilitate such assignment and such further and additional evidence of such assignments as Owner’s Lenders, investors or any lessee may require. The Contractor may not assign the Contract without the written consent of the Owner. § 13.2.3 Lender/ Title Company Cooperation and Compliance. "Lender" as used herein shall mean any third-party lender, grantor, funder, underwriter, or government agency providing financing for all or any part of the construction of the Project. Contractor agrees to cooperate with Owner in complying with the usual and customary payment and other procedures of Lender and provide all documents, reports, and other information reasonably requested by the Lender or any escrow or title insurer of Owner, including, without limitation, any mutually agreed upon required consent and assignment instruments from the Contractor, any subcontractor or materials provider. Contractor shall make the Project site and Work available at reasonable times for inspection by the Lender, and shall cooperate with the Lender’s inspecting person. Upon request, the Contractor shall deliver to the Owner and the Lender the resume and current publicly available financial statement of the Contractor. The Contractor agrees to execute, and have executed by Subcontractors, such documents as may be reasonably required by the Lender, and to agree to such modifications to this Contract as the Lender may reasonably require. If as a result of such modifications the Contractor’s costs or time of performance are increased, this Contract shall be equitably adjusted. The Contractor acknowledges that the Owner may be required to provide evidence to its Lender, partners, and/or tenants of the Project that the Project was completed in accordance with the Contract Documents and to the best of the Contractor’s knowledge in compliance with all applicable environmental laws and other Legal Requirements. Upon request by the Owner, the Contractor shall provide the Owner, its Lender, partners, and/or any tenants of the Project designated by the Owner with a certification of compliance to such effect. § 13.3 Written Notice Any notice, consent, waiver, approval, advice, notification, request, recommendation, acceptance, rejection, report, permission, authorization, direction, decision, instruction, explanation, information, order, designation, agreement, RFI, Change Order, Construction Change Directive, or other communication required or permitted to be sent pursuant to this Contract shall be deemed valid if and only if made in writing. Except as set forth below, such communications shall be transmitted either (a) by hand-delivery, (b) by registered or certified mail, return receipt requested, or (c) by reputable overnight courier, transmitted with all requisite postage prepaid, and addressed to the respective addressee at the address shown below, or to such other address as may be established pursuant to notice sent to the last address so Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 55 fixed and in accordance with this Section 13.3. Such notice, if hand-delivered as above provided, shall be effective upon delivery to the addressee, and if transmitted by mail shall be effective upon receipt by the addressee. Routine communications in furtherance of the Work (such as RFIs, change proposals, and routine informative communications), however, may be transmitted by either party hereto to the other by any of the foregoing methods or by electronic mail.: If to Owner: Address: ______________________ ______________________ Email: Phone: With a copy to: Address: ______________________ ______________________ Email: Phone: If to Engineer: Address: ______________________ ______________________ Email: Phone: If to Contractor: Address: ______________________ ______________________ Email: Phone: (Paragraphs deleted) § 13.4 Rights and Remedies § 13.4.1 Duties and obligations imposed by the Contract Documents and rights and remedies available thereunder shall be in addition to and not a limitation of duties, obligations, rights, and remedies otherwise imposed or available by law. § 13.4.2 No action or failure to act by the Owner, Engineer, or Contractor shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except as may be specifically agreed in writing. (Paragraph deleted) § 13.5 Tests and Inspections (Paragraph deleted) § 13.5.1 Tests, inspections, and approvals of portions of the Work shall be made as required by the Contract Documents and by Applicable Laws. The Contractor shall permit the Owner and anyone designated by the Owner to enter upon the Project site, inspect the Work and all materials to be used in the construction thereof, and examine all Drawings and Specifications, Shop Drawings and other Contract Documents which are or may be kept by the Contractor Parties at the Project site. The Contractor Parties shall cooperate with the Owner in this regard. For each inspection by the Owner, the Contractor shall make available, on demand, daily log sheets covering the period from the date of the immediately preceding inspection and showing the date, weather, Contractor Parties on the job, number of workers and status of the Work. Although the Engineer, the Owner and any Lender shall have no obligation to do Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 56 so, they shall have the right to inspect any material or equipment at any stage of development or fabrication, whether specified or noted, including the manufacturer’s plant or mill. Such inspection shall not release the Contractor from any responsibility or liability with respect to such material or equipment. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections, and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests. However, the Owner will hire and pay for the materials testing laboratory (for soils, concrete, steel, and similar structural items), inspections, and approvals. The Contractor shall give the Engineer timely notice of when and where tests and inspections are to be made so that the Engineer may be present for such procedures. The Owner shall bear costs of (1) tests, inspections, or approvals that do not become requirements until after bids are received or negotiations concluded and (2) tests, inspections, or approvals where building codes or Applicable Laws or regulations prohibit the Owner from delegating their cost to the Contractor. § 13.5.2 If the Engineer, Owner, or public authorities having jurisdiction determine that portions of the Work require additional testing, inspection, or approval not included under Section 13.5.1, the Engineer will, upon written authorization from the Owner, instruct the Contractor to make arrangements for such additional testing, inspection, or approval, by an entity acceptable to the Owner, and the Contractor shall give timely notice to the Engineer and the Owner of when and where tests and inspections are to be made so that the Engineer may be present for such procedures. Such costs, except as provided in Section 13.5.3, shall be at the Owner’s expense. (Paragraph deleted) § 13.5.3 If such procedures for testing, inspection, or approval under Sections 13.5.1 and 13.5.2 reveal failure due to Contractor’s or any Subcontractor’s negligence or other breach of the portions of the Work to comply with requirements established by the Contract Documents, at Owner’s option it will be replaced and the entire area of the affected Work involved shall be corrected, and all costs made necessary by such failure, including those of repeated procedures and compensation for the Engineer’s services and expenses, shall be at the Contractor’s expense, and such costs shall not be included in computing the Contract Sum, including the cost of testing, retesting, sampling or inspecting, as well as architectural and other professional design and consulting services, needed to define non-conforming work and for verification of compliance if necessary, until the Engineer certifies that the Work in question does comply with the requirement of the Contract Documents. Contractor shall employ Owner’s independent testing laboratory, or a mutually satisfactory independent testing laboratory if such services are required. Work that may fail testing during the normal process such as soil densities, may fail requiring additional work as part of the normal and expected process and such procedure shall be covered within the Cost of the Work. Contractor’s obligation is to ensure that the Work complies with the Contract Documents, standards established by applicable laws, statutes, ordinances, codes, rules and regulations or lawful orders of public authorities using established testing, inspection and approval protocols to meet those standards. § 13.5.4 Required certificates of testing, inspection, or approval shall, unless otherwise required by the Contract Documents, be secured by the Contractor and promptly delivered to the Engineer. (Paragraph deleted) § 13.5.5 If the Engineer is to observe tests, inspections, or approvals required by the Contract Documents, the Engineer will do so promptly and, where practicable, at the normal place of testing. § 13.5.6 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work. (Paragraphs deleted) § 13.5.7 All observations, tests and approvals of any methods or means of construction, materials or workmanship included in the Work required by the Specifications or by Applicable Laws shall be performed by independent agencies acceptable to the Owner. Representatives of the testing laboratories and observers shall have access to the Work at any place performed and during normal business hours. The Contractor shall furnish samples of all materials and component parts of the Work reasonably required as test specimens in connection with the tests and observations and shall furnish labor and facilities at the Project site as reasonably necessary in connection with testing and observation services. § 13.5.8 The Owner may require testing or observation, not required by the Specifications or by Applicable Laws, or by any methods or means of construction, materials or workmanship, in order to determine the acceptability thereof Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 57 under the Contract Documents. Representatives of the testing laboratories and observers shall have access to the Work at all reasonable times when such testing is scheduled with Contractor. The Contractor shall furnish samples of all materials and component parts of the Work required as test specimens in connection with the testing and observation services. All observations or testing shall be done in a timely manner so as to avoid unnecessary delay in the completion of the Work by the Contractor. If such testing or observation discloses that the methods or means of construction material or workmanship are in compliance with the Contract Documents, the Owner shall bear the cost of such testing and observation and of the labor and facilities in connection with such testing and observations. If such testing or observation discloses that such methods or means of construction, material or workmanship are not in compliance with the Contract Documents, the Contractor shall bear all such related costs and the time for corrections required thereby and shall not increase the Contract Time. § 13.5.9 The Contractor shall provide quality control services throughout the term of the Contract. The Owner may in its discretion provide and pay for such other tests and inspections it deems necessary or appropriate during the construction through an independent quality control agency. The Contractor shall cooperate with such tests and shall notify the testing agency at least twenty-four (24) hours prior to performing any test directed by the Owner or required by the Contract Documents. The Contractor acknowledges that the tests referred to herein may include, without limitation, concrete and reinforcement inspection and testing, waterproofing inspection, structural steel inspection, and inspections and testing in connection with mechanical, plumbing, electrical and other installations. Notwithstanding the foregoing, the Contractor will be responsible for any testing and inspection costs associated with defective or non-conforming Work caused by the Contractor and its Subcontractors. § 13.6 Interest Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the Default Rate. § 13.7 Time Limits on Claims As between the Owner and Contractor, any applicable statute of limitations shall commence to run and any alleged cause of action shall be deemed to have accrued in any and all events as provided by Applicable Laws. §13.8 Nondiscrimination § 13.8.1 During the performance of this Contract, Contractor and its subcontractors shall not deny the Contract’s benefits to any person on the basis of religion, color, ethnic group identification, sex, age, physical or mental disability, nor shall they discriminate unlawfully against any employee or applicant for employment because of race, religion, color, national origin, ancestry, physical handicap, mental disability, medical condition, marital status, age (over 40) or sex, or any other protected class under applicable federal, state or local law. Contractor shall insure that the evaluation and treatment of employees and applicants for employment are free of such discrimination. § 13.8.2 Contractor and its subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement. § 13.8.3 Contractor shall include the nondiscrimination and compliance provisions of this clause in all subcontracts to perform Work under the agreement. § 13.9 Notices Regarding Liens. Contractor shall provide all notices required or permitted by the laws of the state in which the Project is located for protection of Owner from liens and claims of lien if permitted or required by applicable law. Contractor shall be responsible for filing in the appropriate court or other governmental office records all such notices as required or permitted by the laws of the state in which the Project is located. Contractor shall provide Owner with copies of all notices received by Contractor from subcontractors, sub-subcontractors and/or suppliers to Contractor. § 13.10 Confidentiality. The Contractor shall maintain the confidentiality of Project and Owner information, unless withholding such information would violate the law, create the risk of significant harm to the public or prevent the Contractor from establishing a claim or defense in an adjudicatory proceeding. The Contractor shall require of the Subcontractors similar agreements to maintain the confidentiality of Project and Owner information. This subparagraph is not intended to limit the use by Contractor or its Subcontractors of Project information to perform its Work under this Agreement. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 58 § 13.10.1 The Contractor, at any time upon the request of the Owner, shall immediately return and surrender to the Owner all copies of any materials, records, notices, memoranda, recordings, drawings, specifications, and mock-ups and any other documents furnished by the Owner or the Engineer to the Contractor. Contractor shall require the Subcontractors to agree to all of the same requirements outlined in Section 3.10. § 13.10.2 The covenants contained in this Section 13.10 shall survive the complete performance of the Work or earlier termination of this Agreement. § 13.11 No Waiver. No consent or waiver, express or implied, by either party to this Agreement to or of any breach or default by the other in performance of any obligations hereunder shall be deemed or construed to be a consent to or waiver of any other breach or default by such party hereunder. Failure on the part of any party hereto to com-plain of any act or failure to act of the other party or to declare the other party in default hereunder, irrespective of how long such failure continues, shall not constitute a waiver of the rights of such party hereunder. Inspection or failure of the Owner to perform any inspection hereunder shall not release the Contractor of any of its obligations hereunder. § 13.12 No Kickbacks. Contractor warrants that it has not given any commissions, payments, gifts of substantial value, kickbacks, lavish or extensive entertainment, or other things of value to any employee, member of the employee’s family, or agent of Owner or received any such item from any vendor, supplier, or contractor in connection with this Contract and acknowledges that the giving or receiving of any such payments, gifts, kickbacks, extensive entertainment, or other things of value is strictly in violation of Owner’s policies and constitutes a material breach of this Agreement entitling Owner to terminate this and any other contracts between Owner (or any affiliate thereof) and Contractor (or any affiliate thereof). Contractor shall notify Owner of any such solicitation by any of Owner’s employees, family members, or agents. Owner has the right to audit Contractor’s records pertaining to compliance with this paragraph. § 13.13 Contractor’s Miscellaneous Obligations. Contractor shall: (1) Use materials that are new, unless otherwise specified by the Contract Documents, and be: (a) Corresponding in quality to related materials in the absence of a complete specification. (b) Of good appearance where exposed to view. (c) Plainly marked and delivered to the site in their original unopened containers when the nature of the materials is suitable for containers. (2) Follow supplier’s instructions when they conflict with the Contract Documents and notify Engineer for clarification before proceeding. Keep a copy of the manufacturer’s instructions on the job and make available to Engineer and Owner. (3) Report discovered errors or inconsistencies that are discovered before commencing Work to Engineer and Owner. Errors or inconsistencies discovered after commencing Work shall be reported to Owner immediately upon discovery. § 13.14 Limitation of Liability. No general or limited partner, member, manager, affiliate, or shareholder of the Owner, any lender to the Owner or any successor Owner (except as set forth in a consent to or collateral assignment), or any party providing financing to the Owner (including its insurance carrier) (except as set forth in a consent to or collateral assignment), or other holder of any equity interest in the Project site, the Owner, or its members, nor any holder of any interest in any of the foregoing shall be personally liable for the performance of the Owner’s obligations under the Contract (whether express or implied). The liability of the Owner for the Owner’s obligations under the Contract shall be limited to the Owner’s interest in the Project, and the Contractor shall not look to any other assets of the Owner or any of the aforesaid persons or entities seeking either to enforce the Owner’s obligations under this Contract or to satisfy a judgment for the Owner’s failure to perform such obligations. § 13.15 Survival. The parties’ obligations with respect to the termination of the Contract, insurance, indemnification, warranty, guaranty, bonds, records, audits and other reviews of accounting records, unresolved claims and disputes and any other obligations which by their nature, or to give force and effect to the intent of the parties herein, are intended to or should survive the termination of the Contract, shall survive the completion of the Work or the earlier termination or expiration of the Contract. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 59 ARTICLE 14 TERMINATION OR SUSPENSION OF THE CONTRACT § 14.1 Termination by the Contractor § 14.1.1 The Contractor may terminate the Contract if the Work is stopped for a period of forty-five (45) consecutive days through no act or fault of the Contractor or a Subcontractor, Sub-subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, for any of the following reasons: .1 Issuance of an order of a court or other public authority having jurisdiction that requires all Work to be stopped; .2 An act of government, such as a declaration of national emergency, that requires all Work to be stopped; .3 Because the Engineer has not issued a Certificate for Payment and has not notified the Contractor of the reason for withholding certification as provided in Section 9.4.1, or because the Owner has not made payment on a Certificate for Payment within the time stated in the Contract Documents (inclusive of Contractor satisfying all requirements for payment); or .4 The Owner has failed to furnish to the Contractor promptly, upon the Contractor’s request, reasonable evidence as required by Section 2.2.1. Should Contractor elect to suspend Work due to Owner’s failure to make payment when due in lieu of terminating the Contract and in accordance with Section 9.7 of the AIA A201 General Conditions, Contractor shall be entitled to a Change Order extending the Substantial Completion date by the number of days such Work was delayed due to the suspension of Work and increasing the amount of the Contract Sum by the amount of the costs resulting from such suspension, if such suspension lasts more than ten (10) days. § 14.1.2 The Contractor may terminate the Contract if, through no act or fault of the Contractor or a Subcontractor, Sub-subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, repeated suspensions, delays or interruptions of the entire Work by the Owner as described in Section 14.3 constitute in the aggregate more than 100 percent of the total number of days scheduled for completion, or 120 days in any 365-day period, whichever is less. § 14.1.3 If one of the reasons described in Section 14.1.1 or 14.1.2 exists, the Contractor may, upon seven (7) days’ written notice to the Owner and Engineer, terminate the Contract and recover from the Owner payment for Work executed, including reasonable overhead and profit, and direct costs incurred by reason of such termination, and damages, including, but not limited to, reasonable demobilization and cancellation damages. However, in no event shall the Owner be liable to the Contractor (i) for an amount in excess of the Guaranteed Maximum Price less amounts already paid to the Contractor, (ii) for damages other than as set forth in (a) and (b) above, or (iii) for any anticipated profits for unperformed Work. In addition, such payments to the Contractor shall be reduced by any setoffs to which the Owner is entitled under this Contract. § 14.1.4 If the Work is stopped for a period of 60 consecutive days through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing portions of the Work under contract with the Contractor because the Owner has repeatedly failed to fulfill the Owner’s obligations under the Contract Documents with respect to matters important to the progress of the Work, the Contractor may, upon seven additional days’ written notice to the Owner, Lender and the Engineer, terminate the Contract and recover from the Owner as provided in Section 14.1.3. § 14.2 Termination by the Owner for Cause § 14.2.1 Should the Contractor: (a) cease Work or fail to maintain the Project Schedule, as defined in Article 2 of the Agreement, due to the fault of the Contractor for a continuous and uncorrected period of thirty (30) days; (b) repeatedly refuse or fail to supply enough properly skilled workers or proper (Paragraphs deleted) materials to adhere to the Contract Time and applicable Project Schedule as required to meet the performance criteria of Article 4 of the Agreement and Section 14.2.1(a), above; (c) fail to make payment to the Subcontractors or suppliers for materials or labor in accordance with its agreements with the Subcontractors or suppliers; (d) cause delay or disruption of the Project Schedule for a continuous and uncorrected period of ten (10) days; (e) be guilty of a substantial breach of the Contract Documents; (f) perform the Work in a manner that is repeatedly rejected, without the Contractor’s correction, by the Owner, the Engineer or governmental inspectors having jurisdiction over the Project, for a period of ten (10) days; (g) file bankruptcy, assign assets for the benefit of creditors, become insolvent, or Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 60 be unable or fail to pay its obligations as they mature; (h) disregard laws, ordinances, or rules, regulations or orders of a governmental authority having jurisdiction over the Project; or (i) fail to maintain bonds or insurance as required herein, then the Owner may deem the Contractor to be in default, and, at the Owner’s sole option, without limitation to any other remedies available at law or in equity, may take one or more of the following actions after giving the Contractor seven (7) days’ written notice, provided that the Contractor’s default remains uncured: ,1 Exclude the Contractor from the site and take possession of all materials, equipment, tools, and construction equipment and machinery thereon owned by the Contractor; .2 undertake and obtain temporary possession of all of the Contractor’s materials and equipment intended for or related to performance of the Work (whether or not located on the Project site) for a period up to 120 hours in order to assure availability thereof for the completion of the Work; .3 take appropriate steps to cure and remedy defaults at the Contractor’s expense, and deduct the cost thereof, plus ten percent (10%) for the Owner’s overhead, from the GMP or payment due Contractor. .4 bring an action against the Contractor for damages incurred due to the default; .5 accept assignment of subcontracts pursuant to Section 5.4; and .6 finish the Work by whatever reasonable method the Owner may deem expedient. Upon request of the Contractor, the Owner shall furnish to the Contractor a detailed accounting of the costs incurred by the Owner in finishing the Work. § 14.2.2 In the event of termination of the Contract as provided, in Section 14.2.1, the Contractor shall receive no further payment until such time as the Work is completed. When any of the above reasons exist, the Owner may without prejudice to any other rights or remedies of the Owner and after giving the Contractor and the Contractor’s surety, if any, seven (7) days’ notice, terminate employment of the Contractor and/or this Contract and may, subject to any prior rights of the surety: .1 Exclude the Contractor from the Project site and take possession of all materials, equipment, tools, and construction equipment and machinery thereon owned by the Contractor; .2 Accept assignment of subcontracts pursuant to the terms of the Contract Documents; and .3 Finish the Work by whatever reasonable method the Owner may deem expedient. Upon request of the Contractor, the Owner shall furnish to the Contractor an accounting of the costs incurred by the Owner in finishing the Work. § 14.2.3 Except as otherwise specified herein, if the unpaid balance of the GMP exceeds costs of finishing the Work, including compensation for the Engineer’s services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs and damages exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. (Paragraph deleted) § 14.2.4 In addition to the remedies set forth in Section 14.2 if Contractor is a debtor in bankruptcy, or makes a general assignment for the benefit of creditors, or if a receiver is appointed for the benefit of its creditors, or if a receiver is appointed to operate or liquidate Contractor on account of its insolvency (a "Bankruptcy Event"), it is recognized that if a Bankruptcy Event occurs, such could impair or frustrate Contractor’s performance of this Agreement. Accordingly, it is agreed that upon the occurrence of a Bankruptcy Event, Owner shall be entitled to request of Contractor or its successor in interest adequate assurance of future performance in accordance with the terms and conditions hereof. Failure to comply with such request within ten (10) days of delivery of the request shall entitle Owner to terminate this Agreement and to the accompanying rights set forth above. In all events pending receipt of adequate assurance of performance and actual performance in accordance therewith, Owner shall be entitled to proceed with the Work with its own forces or with other contractors on a time and material or other appropriate basis, the cost of which will be backcharged against the Contract Sum hereof. § 14.3 Suspension by the Owner for Convenience § 14.3.1 The Owner may, without cause, order the Contractor in writing to suspend, delay or interrupt the Work, in whole or in part for a reasonable period of time as the Owner may reasonably determine; provided, however, that such period of time shall not exceed forty-five (45) days as provided in Section 14.1.1, except as otherwise approved in writing by Contractor. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 61 § 14.3.2 The Contract Sum and Contract Time shall be adjusted for increases in the cost and time caused by suspension, delay, or interruption as described in Section 13.3.1. Adjustment of the Contract Sum shall include profit at the same percentage rate as used in the original Agreement. No adjustment shall be made to the extent .1 that performance is, was, or would have been, so suspended, delayed, or interrupted, by another cause for which the Contractor is responsible; or .2 that an equitable adjustment is made or denied under another provision of the Contract. § 14.4 Termination by the Owner for Convenience § 14.4.1 Owner shall have the right to terminate this Contract without cause at any time by giving to Contractor seventy-two (72) hours written notice thereof. Upon receipt of such notice, Contractor immediately shall terminate performance of the Work and make reasonable efforts to mitigate its losses and damages hereunder; provided, however, that in connection with such termination, Contractor shall perform such acts as may be necessary to preserve and protect that part of the Work theretofore performed hereunder. Upon such termination without cause, Contractor shall retain all sums of money theretofore paid hereunder to Contractor and provided that no liens or claims have been filed of record or otherwise delivered to Owner with respect to the Work performed hereunder by Contractor, Owner, contemporaneously with Owner’s receipt of a conditional lien release from Contractor and conditional lien releases from subcontractors and suppliers covering the period up to the time of termination and being paid in connection with the termination of the Contract, shall pay to Contractor (i) all retainages, if any, theretofore retained hereunder by Owner in respect of the Work properly performed to the date of such termination, (other than the retainage relating to portions of the Work performed by Subcontractors whose subcontracts Owner assumes, which retained amounts under such subcontracts will continue to be paid at the time and in the manner specified in Article 5 of the Agreement, (ii) payment for the Work properly executed in accordance with the Contract Documents prior to the effective date of termination (the basis for such payment shall be as provided in the Contract Documents), and (iii) for the direct costs incurred by Contractor in terminating the Work, including central office overhead, demobilization charges and the cost of canceling out-of-pocket costs incurred by Contractor to third parties with respect to termination of this Contract authorized in accordance with the provisions of this Section 14.4.1, but Owner shall not otherwise be responsible for damages for lost or anticipated fees and/or profits on Work not performed on account of any termination described in this Section 14.4.1. The amounts owing by Owner to Contractor pursuant to the immediately preceding sentence shall be as specified in the Contractor’s final Application for Payment approved by Owner. If Owner terminates without cause, then Owner (or a replacement contractor or another designee of Owner), shall, with respect to all subcontracts and purchase orders which Owner does not elect to terminate (or cause Contractor to terminate) assume the obligations of Contractor under such subcontracts and purchase orders covering the unperformed parts of the Work and properly entered into in accordance with the Contract and Owner (or such replacement contract or designee) shall indemnify Contractor from all liabilities. Upon receipt of a notice of termination pursuant to this Paragraph 14.4.1, Contractor shall immediately, according to instructions from Owner: (1) cease operation as specified in the notice; (2) place no further orders and enters into no further subcontracts for materials, labor, services or facilities except as otherwise specified in writing by Owner; (3) terminate all subcontracts and purchase orders to the extent that Owner does not elect to assume such subcontracts and purchase orders; and (4) take actions that may be necessary, or that Owner may direct in writing, for the protection and preservation of the Work. In addition to payment for the Work performed prior to the effective date of termination and for any work performed following the date of termination pursuant to Owner’s written request, Contractor shall be entitled to payment for materials timely fabricated off the Project site and delivered and stored in accordance with the Owner’s instructions. § 14.4.2 In case of such termination for the Owner’s convenience, the Contractor shall be entitled to receive payment for the following: Work properly performed in connection with the executed portion of the Work prior to the effective date of termination, including the Contractor’s Fee, items properly fabricated off the Project site, delivered and stored in accordance with the Owner’s instructions, non-refundable deposits that were made with the Owner’s prior express written consent, reasonable demobilization and closeout costs, and Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 62 unresolved claims existing and properly made as of the effective date of the termination, but only to the extent that the Contractor establishes the Owner’s liability therefor. The Contractor hereby waives and forfeits all other claims for payment and damages including, without limitation, anticipated profits accruing as a result of the termination for convenience. The Owner shall be credited for the following: payments previously made to the Contractor for the executed portion of the Work, undisputed claims that the Owner has against the Contractor under the Contract, and the value of the materials, supplies, equipment, or other items that are to be sold or returned to the supplier for credit by the Contractor that are part of the Contract Sum. In no event, however, will such amounts payable to the Contractor exceed the Guaranteed Maximum Price reduced by the amount of prior payments made to the Contractor. Subcontracts, sub-subcontracts, and purchase orders shall contain appropriate provisions for termination for convenience under this Section 14.4.2. In the event that the Owner terminates the Contractor’s responsibility for part of the Work, the Owner shall have the right to perform that Work itself or with separate contractors, and the Guaranteed Maximum Price shall be reduced accordingly. (Paragraph deleted) ARTICLE 15 CLAIMS AND DISPUTES § 15.1 Claims § 15.1.1 Definition A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, a change in the Contract Time, or other relief with respect to the terms of the Contract. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. This Section 15.1.1 does not require the Owner to file a Claim in order to impose liquidated damages in accordance with the Contract Documents. § 15.1.2 Time Limits on Claims The Owner and Contractor shall commence all Claims and causes of action against the other and arising out of or related to the Contract, whether in contract, tort, breach of warranty or otherwise, in accordance with the requirements of the binding dispute resolution method selected in the Agreement and within the period specified by applicable law, but in any case not more than 10 years after the date of Substantial Completion of the Work. The Owner and Contractor waive all Claims and causes of action not commenced in accordance with this Section 15.1.2. (Paragraphs deleted) § 15.1.2.1 Claims by either the Owner or Contractor, where the condition giving rise to the Claim is first discovered prior to expiration of the period for correction of the Work set forth in Section 12.2.2, shall be initiated by notice to the other party with a copy sent to the Engineer. Claims by either party under this Section 15.1.2.1 shall be initiated within twenty-one (21) days after occurrence of the event giving rise to such Claim or within twenty-one (21) days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. Otherwise such specific claim(s) shall be waived. § 15.1.2.2 Claims by either the Owner or Contractor, where the condition giving rise to the Claim is first discovered after expiration of the period for correction of the Work set forth in Section 12.2.2, shall be initiated by notice to the other party. § 15.1.3 Continuing Contract Performance Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments in accordance with the Contract Documents. The Engineer will prepare Change Orders and issue Certificates for Payment as provided in the Contract Documents. Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 63 § 15.1.4 Claims for Additional Cost If the Contractor wishes to make a Claim for an increase in the Contract Sum, written notice as provided herein shall be given before proceeding to execute the Work. Prior notice is not required for Claims relating to an emergency endangering life or property arising under Section 10.4. § 15.1.4.1 If the Contractor believes additional cost is involved for reasons including but not limited to (1) a written interpretation from the Engineer, (2) an order by the Owner to stop the Work where the Contractor was not at fault, (3) a written order for a minor change in the Work issued by the Engineer, (4) failure of payment by the Owner, (5) termination of the Contract by the Owner, (6) Owner’s suspension, or (7) other reasonable ground a Claim shall be filed in accordance with this Section 15.1. § 15.1.4.2 Said notice shall itemize all Claims and shall contain sufficient detail and substantial data to permit evaluation of same by Owner and Engineer. (Paragraphs deleted) § 15.1.5 CLAIMS FOR ADDITIONAL TIME § 15.1.5.1 If the Contractor wishes to make a Claim for an increase in the Contract Time, written notice as provided herein shall be given. The Contractor’s Claim shall include an estimate of cost and of probable effect of delay on progress of the Work. In the case of a continuing delay, only one Claim is necessary. § 15.1.5.2 If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be made in accordance with the Weather Days Exhibit. Contractor shall be entitled to recover additional costs, including general conditions costs, but not an increase in the Contractor’s Fee, for any such delays, provided that the delays impact the critical path of the Project Schedule. § 15.1.5.3 Any commencement of Work after a delay will serve to terminate that specific delay for purpose of notice, but no other delays as to which the Contractor has not been able to resume work. Subsequent delays, whether of similar or a different nature and whether based on the same, similar or a different cause, shall require notice. § 15.1.6 Waiver of Claims for Consequential Damages Except where, as a matter of law or equity, liquidated damages are not an available remedy to Owner, the Contractor and Owner waive Claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver includes .1 damages incurred by the Owner for rental expenses, for losses of use, income, profit, financing (but not increased financing costs), business and reputation, and for loss of management or employee productivity or of the services of such persons; and .2 damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for losses of financing, business and reputation, and for loss of profit, except anticipated profit arising directly from the Work. This mutual waiver is applicable, without limitation, to all consequential damages due to either party’s termination in accordance with Article 14. Nothing contained in this Section 15.1.6 shall be deemed to preclude an award of consequential damages to the extent such loss is covered by applicable insurance or an award of liquidated damages, when applicable, in accordance with the requirements of the Contract Documents. § 15.1.7 With respect to any litigation involving a Claim, the prevailing party shall be entitled to an award of reasonable attorney fees. For purposes of the foregoing, (i) "prevailing party" means (A) in the case of the party initiating the enforcement of rights or remedies, that it recovered substantially all of its Claims, and (B) in the case of the party defending against such enforcement, that it successfully defended substantially all of the Claims made against it, and (ii) if no party is a "prevailing party" within the meaning of the foregoing, then no party will be entitled to recover its costs and expenses (including attorney’s fees and disbursements) from any other party. § 15.2 Intentionally Omitted. (Paragraphs deleted) Init. / AIA Document A201® – 2017. Copyright © 1911, 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1966, 1970, 1976, 1987, 1997, 2007 and 2017 by The American Institute of Architects. All rights reserved. The “American Institute of Architects,” “AIA,” the AIA Logo, "A201," and “AIA Contract Documents” are registered trademarks and may not be used without permission. This document was produced by AIA software at 09:11:42 ET on 08/10/2021 under Order No.9817765449 which expires on 03/01/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail copyright@aia.org. User Notes: (1332235883) 64 § 15.3 Mediation § 15.3.1 Subject Claims, disputes, or other matters in controversy arising out of or related to the Contract except those waived as provided for in Sections 9.10.4, 9.10.5, and 15.1.6 shall be subject to mediation as a condition precedent to any further resolution. However, before initiating mediation or any action for damages or other relief on account of any breach of this Agreement, they will attempt in good faith to resolve their dispute in accordance with the procedures set forth in this Section 15.3.1. The Owner Representative and Contractor Representative will first attempt in good faith to resolve any dispute. If, in the opinion of either party, resolution by such representatives is unlikely or will result in undue delay, such party may make a written request to the other Party that the dispute be submitted to the level of Owner and Contractor management immediately above such representatives. Upon the delivery of such request, the parties agree to submit the dispute to such level of management with decision-making authority who will attempt in good faith to resolve the dispute. In the event the foregoing level of management is unable to resolve the dispute within ten (10) days of delivery of such notice, the Parties agree to submit the dispute to mediation as provided herein. § 15.3.2 Except for the subject Claims, the parties shall endeavor to resolve their Claims by direct negotiation and then, if unsuccessful, by mediation which, unless the parties mutually agree otherwise, shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures in effect on the date of the Agreement. A request for mediation shall be made in writing, delivered to the other party to the Contract, and filed with the person or entity administering the mediation. The request may be made concurrently with the filing of binding dispute resolution proceedings but, in such event, mediation shall proceed in advance of binding dispute resolution proceedings, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order. § 15.3.3 The parties shall share the mediator’s fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. § 15.3.4 WITH RESPECT TO ANY CONTROVERSY SUBJECT TO LITIGATION, OWNER AND CONTRACTOR, FOR THEMSELVES AND THEIR RESPECTIVE SUCCESSORS AND ASSIGNS, HEREBY (A) AGREE THAT NEITHER OF THEM SHALL SEEK A JURY TRIAL IN ANY LAWSUIT, ACTION, PROCEEDING, COUNTERCLAIM OR OTHER LITIGATION PROCEDURE BASED UPON OR ARISING OUT OF OR OTHERWISE RELATING TO THIS AGREEMENT OR THE DEALINGS OR RELATIONSHIPS BETWEEN AND AMONG CONTRACTOR IN CONNECTION THEREWITH, (B) IRREVOCABLY WAIVE ANY AND ALL RIGHTS TO ANY SUCH JURY TRIAL, AND (C) AGREE THAT NEITHER OF THEM SHALL SEEK TO CONSOLIDATE ANY SUCH LAWSUIT, ACTION, PROCEEDING, COUNTERCLAIM OR OTHER LITIGATION PROCEDURE AS TO WHICH A JURY TRIAL HAS BEEN WAIVED WITH ANY OTHER LAWSUIT, ACTION, PROCEEDING, COUNTERCLAIM OR OTHER LITIGATION PROCEDURE AS TO WHICH A JURY TRIAL CANNOT OR HAS NOT BEEN WAIVED. THIS SECTION HAS BEEN FULLY DISCUSSED BY OWNER AND CONTRACTOR, EACH OF WHOM HAS BEEN REPRESENTED BY COUNSEL. THIS SECTION 15.4.10 SHALL NOT BE SUBJECT TO ANY EXCEPTIONS, AND NO SUCH PERSON HAS IN ANY WAY AGREED WITH OR REPRESENTED TO ANY OTHER PERSON THAT THIS SECTION 15.4.10 WILL NOT BE FULLY ENFORCED IN ALL INSTANCES. End of A201 General Conditions (Paragraphs deleted) 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 7 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, “Resolving Discrepancies” Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of June 14, 2021: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION 40422666 Celina Dealership Partners LP 09/2021 04905857 NTP35 LP 09/2021 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 SC-4.01A.2, “Availability of Lands” Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of July 2, 2021. EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., “Subsurface and Physical Conditions” The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Investigation Report No. DE19-317, dated 12/31/2019, prepared by Criado & Associates, Inc., a consultant of the City, providing additional information on East Bailey Boswell Road Extension. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Halff Associates, Inc. (3) Developer: Transwestern Development Company SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., “Contractor’s Insurance” 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., “Contractor’s Insurance” 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company’s right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., “Project Schedule” SC-6.07., “Wage Rates” The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: City of Fort Worth Horizontal and Vertical Wage Rate Table 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 – General Conditions SC-6.09., “Permits and Utilities” SC-6.09A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. None SC-6.09B. “City obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the City: 2.None SC-6.09C. “Outstanding permits and licenses” The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 2, 2021: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TxDOT Sanitary Sewer Boring Across IH35 and US287 8/27/2021 SC-6.24B., “Title VI, Civil Rights Act of 1964 as amended” During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, “DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations 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 Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in 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 be found in the Appendix. SC-7.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-8.01, “Communications to Contractor” Will be listed when information is known. SC-9.01., “City’s Project Manager” 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 The City’s Project Manager for this Contract is Patrick Buckley, or his/her successor pursuant to written notification from Development Services. SC-13.03C., “Tests and Inspections” None SC-16.01C.1, “Methods and Procedures” None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project Manager. 3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s website. CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 5 Article 2 – Preliminary Matters ......................................................................................................................... 6 2.01 Before Starting Construction ........................................................................................................ 6 2.02 Preconstruction Conference .......................................................................................................... 6 2.03 Public Meeting .............................................................................................................................. 6 Article 3 – Contract Documents and Amending ............................................................................................... 6 3.01 Reference Standards ..................................................................................................................... 6 3.02 Amending and Supplementing Contract Documents .................................................................. 6 Article 4 – Bonds and Insurance ....................................................................................................................... 7 4.01 Licensed Sureties and Insurers ..................................................................................................... 7 4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7 4.03 Certificates of Insurance ............................................................................................................... 7 4.04 Contractor’s Insurance .................................................................................................................. 9 4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12 Article 5 – Contractor’s Responsibilities ........................................................................................................ 12 5.01 Supervision and Superintendent ................................................................................................. 12 5.02 Labor; Working Hours ................................................................................................................ 13 5.03 Services, Materials, and Equipment ........................................................................................... 13 5.04 Project Schedule .......................................................................................................................... 14 5.05 Substitutes and “Or-Equals” ....................................................................................................... 14 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16 5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16 5.08 Wage Rates.................................................................................................................................. 18 5.09 Patent Fees and Royalties ........................................................................................................... 19 5.10 Laws and Regulations ................................................................................................................. 19 5.11 Use of Site and Other Areas ....................................................................................................... 19 5.12 Record Documents ...................................................................................................................... 20 5.13 Safety and Protection .................................................................................................................. 21 5.14 Safety Representative ................................................................................................................. 21 5.15 Hazard Communication Programs ............................................................................................. 22 5.16 Submittals .................................................................................................................................... 22 5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24 5.19 Delegation of Professional Design Services .............................................................................. 24 5.20 Right to Audit: ............................................................................................................................ 25 5.21 Nondiscrimination....................................................................................................................... 25 Article 6 – Other Work at the Site ................................................................................................................... 26 6.01 Related Work at Site ................................................................................................................... 26 Article 7 – City’s Responsibilities................................................................................................................... 26 7.01 Inspections, Tests, and Approvals .............................................................................................. 26 7.02 Limitations on City’s Responsibilities ....................................................................................... 26 7.03 Compliance with Safety Program ............................................................................................... 27 Article 8 – City’s Observation Status During Construction ........................................................................... 27 8.01 City’s Project Representative ..................................................................................................... 27 8.02 Authorized Variations in Work .................................................................................................. 27 8.03 Rejecting Defective Work .......................................................................................................... 27 8.04 Determinations for Work Performed .......................................................................................... 28 Article 9 – Changes in the Work ..................................................................................................................... 28 9.01 Authorized Changes in the Work ............................................................................................... 28 9.02 Notification to Surety .................................................................................................................. 28 Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28 10.01 Change of Contract Price ............................................................................................................ 28 10.02 Change of Contract Time............................................................................................................ 28 10.03 Delays .......................................................................................................................................... 28 Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29 11.01 Notice of Defects ........................................................................................................................ 29 11.02 Access to Work ........................................................................................................................... 29 11.03 Tests and Inspections .................................................................................................................. 29 11.04 Uncovering Work ....................................................................................................................... 30 11.05 City May Stop the Work ............................................................................................................. 30 11.06 Correction or Removal of Defective Work ................................................................................ 30 11.07 Correction Period ........................................................................................................................ 30 11.08 City May Correct Defective Work ............................................................................................. 31 Article 12 – Completion .................................................................................................................................. 32 12.01 Contractor’s Warranty of Title ................................................................................................... 32 12.02 Partial Utilization ........................................................................................................................ 32 12.03 Final Inspection ........................................................................................................................... 32 12.04 Final Acceptance ......................................................................................................................... 33 Article 13 – Suspension of Work .................................................................................................................... 33 13.01 City May Suspend Work ............................................................................................................ 33 Article 14 – Miscellaneous .............................................................................................................................. 34 14.01 Giving Notice .............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ............................................................................................................... 35 14.05 Headings ...................................................................................................................................... 35 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: None 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: None b. Each Occurrence: : None 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 9 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects City Project Number 103320 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing all 19 Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the project, 23 such as conditions imposed by the Drawings or Contract Documents in which no 24 specific item for bid has been provided for in the Proposal and the item is not a typical 25 unit bid item included on the standard bid item list, then the item shall be considered as a 26 subsidiary item of Work, the cost of which shall be included in the price bid in the 27 Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and equipment 31 stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places or 33 other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools, materials, and equipment for construction purposes 36 may be stored in such space, but no more than is necessary to avoid delay in the 37 construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 9 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects City Project Number 103320 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere with 1 the use of spaces that may be designated to be left free and unobstructed and so as 2 not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in Division 6 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously obtained 9 permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the specified 11 approval of the property owner has been secured in writing by the Contractor and a copy 12 furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the Work as 15 a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, to all 18 water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances 19 thereof, including the construction of temporary fences and to all other public or private 20 property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. 24 b. Notices shall be applicable to both public and private utility companies and any 25 corporation, company, individual, or other, either as owners or occupants, whose 26 land or interest in land might be affected by the Work. 27 c. Be responsible for all damage or injury to property of any character resulting from 28 any act, omission, neglect, or misconduct in the manner or method or execution of 29 the Work, or at any time due to defective work, material, or equipment. 30 6. Fence 31 a. Restore all fences encountered and removed during construction of the Project to the 32 original or a better than original condition. 33 b. Erect temporary fencing in place of the fencing removed whenever the Work is not 34 in progress and when the site is vacated overnight, and/or at all times to provide site 35 security. 36 c. The cost for all fence work within easements, including removal, temporary closures 37 and replacement, shall be subsidiary to the various items bid in the project proposal, 38 unless a bid item is specifically provided in the proposal. 39 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 9 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects City Project Number 103320 Revised December 20, 2012 1.5 1 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 1.13 PROJECT MILESTONES 10 A. Summary 11 1. This project will run concurrently with an adjacent private industrial development that 12 will utilize the improvements once they are complete in place. The milestones set in 13 place below are necessary to avoid project delays and financial loss to the Developer. 14 The construction start for many of the milestones below will require earthwork by a 15 private developer under a separate contract. The milestone dates listed below are subject 16 to this earthwork being complete in place at the beginning of construction. If this 17 condition is not met and the private earthwork is delayed, the milestone dates shall be 18 extended by the duration of the delay. Exhibit ‘A’ has been provided on page 7 to show 19 the location of each required milestone. 20 2. Milestone Acceptance 21 a. Contractor shall submit a formal letter to the Developer when each of the milestones 22 have been completed. Each letter shall reference the milestone number and section 23 below containing the completed milestone. 24 b. The construction work for each milestone shall be reviewed by the Engineer, Private 25 Contractor, Developer, and the City of Fort Worth prior to acceptance. 26 c. Developer shall have 10 working days to review and inspect the milestone 27 construction. Once a milestone has been accepted, the Developer shall issue a formal 28 letter to the contractor. 29 3. Milestones 30 a. Water Distribution Lines 31 1) Milestone 8 - Proposed 12” Waterline ‘A’ 32 a) Description of Work 33 (1) Station 01+00.00 to Station 29+48.70 of Waterline ‘A’, as defined on 34 sheets 7-11 of the approved civil construction plans. 35 (2) All Work shall be complete in place, including any appurtenances and 36 backfill required. Waterline is required to be installed, tested and the 37 Fire Hydrants shall be active for this milestone to be accepted. 38 b) Milestone Date 39 (1) This milestone shall be complete and accepted by the Developer no later 40 than May 01, 2022. 41 42 01 11 00 - 4 DAP SUMMARY OF WORK Page 4 of 9 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects City Project Number 103320 Revised December 20, 2012 2) Milestone 1 - Proposed 12” Waterline ‘B’ 1 a) Description of Work 2 (1) Station 01+50.00 to Station 10+73.09 of waterline ‘B’, as defined on 3 sheets 12 and 13 of the approved civil construction plans. 4 (2) All Work shall be complete in place, including any appurtenances and 5 backfill required. Waterline is not required to be in service for this 6 milestone to be accepted. 7 b) Milestone Date 8 (1) This milestone shall be complete and accepted by the Developer no 9 later than December 31, 2021. 10 b. Sewer Distribution Lines 11 1) Milestone 2 - Proposed 8” Sanitary Sewer Line ‘A’ 12 a) Description of Work 13 (1) Station 50+00 to Station 59+33.32 of Sanitary Sewer Line ‘A’, as 14 defined on sheets 22 and 23 of the approved civil construction plans. 15 (2) All Work shall be complete in place, including any appurtenances and 16 backfill required. Sewer Line is not required to be in service for this 17 milestone to be accepted. 18 b) Milestone Date 19 (1) This milestone shall be completed and accepted by the Developer no 20 later than December 31, 2021. 21 2) Milestone 3 - Proposed 8” Sanitary Sewer Line ‘B’ 22 a) Description of Work 23 (1) Station 01+00.00 to Station 13+98.27 of Sanitary Sewer Line ‘B’, as 24 defined on sheets 22, 24 and 25 of the approved civil construction plans. 25 (2) All Work shall be complete in place, including any appurtenances and 26 backfill required. Sewer Line is not required to be in service for this 27 milestone to be accepted. 28 b) Milestone Date 29 (1) This milestone shall be complete and accepted by the Developer no later 30 than December 31, 2021. 31 3) Milestone 4 - Proposed Sanitary Sewer Line ‘C’ 32 a) Description of Work 33 (1) Station 01+00.00 to Station 09+50.00 of Sanitary Sewer Line ‘C’, as 34 defined on sheets 26 and 27 of the approved civil construction plans. 35 (2) All Work shall be complete in place, including any appurtenances and 36 backfill required. Sewer Line is not required to be in service for this 37 milestone to be accepted 38 b) Milestone Date 39 (1) This milestone shall be complete and accepted by the Developer no later 40 than December 31,2021. 41 c. Storm Sewer Lines 42 1) Milestone 5 - Proposed Storm Drainage Line ‘C-1’ 43 a) Description of Work 44 (1) Station 04+25.00 to Station 16+50 of Storm Line ‘C-1’ as defined on 45 sheets 102 and 103 of the approved civil construction plans. 46 (2) All Work shall be complete in place, including any appurtenances and 47 backfill required. 48 b) Milestone Date 49 01 11 00 - 5 DAP SUMMARY OF WORK Page 5 of 9 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects City Project Number 103320 Revised December 20, 2012 (1) This milestone shall be complete and accepted by the Developer no later 1 than February 28, 2022. 2 3 2) Milestone 6 - Proposed Storm Drainage Line ‘B-2’ 4 a) Description of Work 5 (1) Station 02+00.00 to Station 09+50.00 of Storm Line ‘B-2’ as defined on 6 sheet 101 of the approved civil construction plans. 7 (2) All Work shall be complete in place, including any appurtenances and 8 backfill required. 9 b) Milestone Date 10 (1) This milestone shall be complete and accepted by the Developer no later 11 than March 31,2022. 12 3) Milestone 7 - Proposed Storm Drainage Line ‘B-1’ 13 a) Description of Work 14 (1) Station 05+75.00 to Station 17+00.00 of Storm Line ‘B-1’, as defined 15 on sheets 99 and 100 of the approved civil construction plans. 16 (2) All Work shall be complete in place, including any appurtenances and 17 backfill required. 18 b) Milestone Date 19 (1) This milestone shall be complete and accepted by the Developer no later 20 than May 1, 2022. 21 d. Earthwork 22 1) Milestone 9 – Roadway Earthwork 23 a) Description of Work 24 (1) Final grading inside the public right-of-way shall be complete. 25 (2) All export material shall be removed from the public right-of-way and 26 stockpiled on the adjacent site per section 31 24 00 1.10.B. 27 (3) This does not include spoils from utilities to be installed later in the 28 project. 29 b) Milestone Date 30 (1) This milestone shall be complete and accepted by the Developer no later 31 than December 15,2021. 32 4. Liquidated Damages 33 a. Contractor recognizes that time if of the essence to this contract and that the 34 Developer will suffer financial loss if the milestones are not completed within the 35 times specified in section 1.13.A.3 above, plus any extension thereof allowed in 36 accordance with Article 10 of the Standard City Conditions of the Construction 37 Contract for Developer Awarded Projects. The Contractor also recognized the 38 delays, expense and difficulties involved in proving in a legal proceeding the actual 39 loss suffered by the Developer if the Work is not completed on time. Accordingly, 40 instead of requiring any such proof, Contractor agrees that as liquidated damages for 41 delay (but not as a penalty), Contractor shall pay Developer fifteen hundred Dollars 42 ($1,500.00) for each day that expires after the time specified in Section 1.13.A.3 for 43 complete in place work for EACH milestone. 44 45 46 47 48 49 50 01 11 00 - 6 DAP SUMMARY OF WORK Page 6 of 9 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects City Project Number 103320 Revised December 20, 2012 1.14 ACCESS TO PRIVATE SITE 1 A. Summary 2 1. The construction of this project will run concurrently with the construction of an 3 adjacent private industrial development. Contractor shall maintain access to the site at all 4 times. 5 B. Locations and Specifications 6 1. Exhibit ‘B’ has been provided on page 8 to show the location of each access point. 7 Access points shall consist of a standard 24’ wide construction entrance. 8 C. Exceptions 9 1. If any of the above defined access points are to be closed for any amount of time the 10 contractor shall contact the private contractor for adjacent development at least 24 hours 11 prior. 12 2. Private Contractor Contact will be provided at the time the contract is awarded. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 FH P.R.T.C.T. INST. NO. D217059867 PARR TRUST BLOCK 10 BLOCK 11 1 15 22 21 22X1413121110 2 3 4 5 6 7 8 9 OLD PECOS TRAIL BRALERS WAYHORSEMAN ROADHORSEMAN ROAD(50' ROW) CRESTED BUTTE DRIVE HORSEMAN ROAD(50' ROW)OLD PECOS TRAIL 210.74' N 88°58'05" E (50' ROW)KURGAN TRAILCB= S 7°43'29" WCL= 219.12'L= 219.33'T= 109.87'R= 1460.00'Δ= 8°3 DATED: 10/13/1989 VOL. 9799, PG. 2072 PUBLIC DEDICATION OF RIGHT-OF-WAY 5.644 ACRES DesignI:\42000s\42487\001\CADD\SheetsFRC\CFA\Milestone.dgnHALFFah28796:09:48 PM8/5/2021LOCATION MAP N.T.S. 287 35W LOCATION PROJECT TCS TS GPLS FGP WMHWV GPLS FGP FGP FGP PP PP PP ICVWMWM PP PP PP PP TS TS TS LP LPLP TS GPLSGPLS GPLS GPLS GPLS WMH PP PP PP PP PP PP PP PP PP TTP GW SSMH WMWM TPED MB MB FHWV TPEDCTVP WV SSCO WV WV1+002+00ROAD BOSWELL E. BAILEY 8005004002000 SCALE: 1"=400' U.S. H WY 287287 ROAD HARMON BUTTE CRESTED OLD PECOS TRAIL TBPE FIRM #F-312 FAX (214) 618-4574 TEL (214) 618-4570 FRISCO, TEXAS 75034-8640 3803 PARKWOOD BLVD, SUITE 800 N TARRANT PKWY IH-35WN RIVERSIDE DRHARMON RD US-287 N EXHIBIT 'A' - MILESTONES MILESTONE #6 MILESTONE #8 MILESTONE #2 MILESTONE #3 MILESTONE #4 MILESTONE #7 MILESTONE #5 MILESTONE #1 MILESTONE 8 - WATERLINE 'A' MILESTONE 7 - STORM DRAIN LINE 'B-1' MILESTONE 6 - STORM DRAIN LINE 'B-2' MILESTONE 5 - STORM DRAIN LINE 'C-1' MILESTONE 4 - SANITARY SEWER LINE 'C' MILESTONE 3 - SANITARY SEWER LINE 'B' MILESTONE 2 - SANITARY SEWER LINE 'A' MILESTONE 1 - WATERLINE 'B' IPRC21-0050 EAST BAILEY BOSWELL ROAD LEGEND FH P.R.T.C.T. INST. NO. D217059867 PARR TRUST BLOCK 10 BLOCK 11 1 15 22 21 22X1413121110 2 3 4 5 6 7 8 9 OLD PECOS TRAIL BRALERS WAYHORSEMAN ROADHORSEMAN ROAD(50' ROW) CRESTED BUTTE DRIVE HORSEMAN ROADHORSEMAN ROAD19.98' 111.86'S 0°46'00" E(50' ROW)BELGIAN BLUE COURT(50' ROW)CHARFORD COURT(50' ROW)OLD PECOS TRAIL 210.74' N 88°58'05" E (50' ROW)KURGAN TRAILCB= S 7°43'29" WCL= 219.12'L= 219.33'T= 109.87'R= 1460.00'Δ= 8°3 DATED: 10/13/1989 VOL. 9799, PG. 2072 PUBLIC DEDICATION OF RIGHT-OF-WAY 5.644 ACRES DesignI:\42000s\42487\001\CADD\SheetsFRC\CFA\ACCESS.dgnHALFFah287912:32:29 PM8/4/2021LOCATION MAP N.T.S. 287 35W LOCATION PROJECT TCS TS GPLS FGP WMHWV GPLS FGP FGP FGP PP PP PP ICVWMWM PP PP PP PP TS TS TS LP LPLP TS GPLSGPLS GPLS GPLS GPLS WMH PP PP PP PP PP PP PP PP PP TTP GW SSMH WMWM TPED MB MB FHWV TPEDCTVP WV SSCO WV WV1+002+00ROAD BOSWELL E. BAILEY 8005004002000 SCALE: 1"=400' U.S. H WY 287287 ROAD HARMON BUTTE CRESTED OLD PECOS TRAIL TBPE FIRM #F-312 FAX (214) 618-4574 TEL (214) 618-4570 FRISCO, TEXAS 75034-8640 3803 PARKWOOD BLVD, SUITE 800 N TARRANT PKWY IH-35WN RIVERSIDE DRHARMON RD US-287 N IPRC21-0050 EAST BAILEY BOSWELL ROAD ACCESS #1 ACCESS #2 ACCESS #3 ACCESS #4 ACCESS #5 EXHIBIT 'B' - ACCESS 01 11 00 - 9 DAP SUMMARY OF WORK Page 9 of 9 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUM ENTS – Developer Awarded Projects City Project Number 103320 Revised December 20, 2012 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 08/04/21 Joseph Buchanan Added Section 1.13 Project Milestones and 1.14 Access to Private Site 5 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions 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. 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 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 b. Contractor 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 only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past 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: 1) Detailed description of proposed method 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 with 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. 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 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 OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised August 17, 2012 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions 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. 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 to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised August 17, 2012 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised August 17, 2012 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - 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: 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 to the various items bid. No separate payment will be allowed for this 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. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 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 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field 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. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the 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 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to 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 Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For 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. For submittals of product data for products not included on the City’s Standard Product 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 instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill 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 manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments 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 comments must be incorporated into the final product. b) This resubmittal is to address all comments, 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 resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the 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 revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 3 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 20 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 – General Requirements 26 3. Section 33 12 25 – Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 30 a. Measurement 31 1) Measurement for this Item will be by lump sum. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 will be paid for at the lump sum price bid for Railroad Coordination. 35 c. The price bid shall include: 36 1) Mobilization 37 2) Inspection 38 3) Safety training 39 4) Additional Insurance 40 5) Insurance Certificates 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation (TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines (more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 a. Insulating cage-type of guard about the boom or arm 1 b. Insulator links on the lift hook connections for back hoes or dippers 2 c. Equipment must meet the safety requirements as set forth by OSHA and the 3 safety requirements of the owner of the high voltage lines 4 4. Work within 6 feet of high voltage electric lines 5 a. Notification shall be given to: 6 1) The power company (example: ONCOR) 7 a) Maintain an accurate log of all such calls to power company and record 8 action taken in each case. 9 b. Coordination with power company 10 1) After notification coordinate with the power company to: 11 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 12 lower the lines 13 c. No personnel may work within 6 feet of a high voltage line before the above 14 requirements have been met. 15 C. Confined Space Entry Program 16 1. Provide and follow approved Confined Space Entry Program in accordance with 17 OSHA requirements. 18 2. Confined Spaces include: 19 a. Manholes 20 b. All other confined spaces in accordance with OSHA’s Permit Required for 21 Confined Spaces 22 D. Air Pollution Watch Days 23 1. General 24 a. Observe the following guidelines relating to working on City construction sites 25 on days designated as “AIR POLLUTION WATCH DAYS”. 26 b. Typical Ozone Season 27 1) May 1 through October 31. 28 c. Critical Emission Time 29 1) 6:00 a.m. to 10:00 a.m. 30 2. Watch Days 31 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 32 with the National Weather Service, will issue the Air Pollution Watch by 3:00 33 p.m. on the afternoon prior to the WATCH day. 34 b. Requirements 35 1) Begin work after 10:00 a.m. whenever construction phasing requires the 36 use of motorized equipment for periods in excess of 1 hour. 37 2) However, the Contractor may begin work prior to 10:00 a.m. if: 38 a) Use of motorized equipment is less than 1 hour, or 39 b) If equipment is new and certified by EPA as “Low Emitting“, or 40 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 41 alternative fuels such as CNG. 42 E. TCEQ Air Permit 43 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 44 F. Use of Explosives, Drop Weight, Etc. 45 1. When Contract Documents permit on the project the following will apply: 46 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 a. Public Notification 1 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 2 prior to commencing. 3 2) Minimum 24 hour public notification in accordance with Section 01 31 13 4 G. Water Department Coordination 5 1. During the construction of this project, it will be necessary to deactivate, for a 6 period of time, existing lines. The Contractor shall be required to coordinate with 7 the Water Department to determine the best times for deactivating and activating 8 those lines. 9 2. Coordinate any event that will require connecting to or the operation of an existing 10 City water line system with the City’s representative. 11 a. Coordination shall be in accordance with Section 33 12 25. 12 b. If needed, obtain a hydrant water meter from the Water Department for use 13 during the life of named project. 14 c. In the event that a water valve on an existing live system be turned off and on 15 to accommodate the construction of the project is required, coordinate this 16 activity through the appropriate City representative. 17 1) Do not operate water line valves of existing water system. 18 a) Failure to comply will render the Contractor in violation of Texas Penal 19 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 20 will be prosecuted to the full extent of the law. 21 b) In addition, the Contractor will assume all liabilities and 22 responsibilities as a result of these actions. 23 H. Public Notification Prior to Beginning Construction 24 1. Prior to beginning construction on any block in the project, on a block by block 25 basis, prepare and deliver a notice or flyer of the pending construction to the front 26 door of each residence or business that will be impacted by construction. The notice 27 shall be prepared as follows: 28 a. Post notice or flyer 7 days prior to beginning any construction activity on each 29 block in the project area. 30 1) Prepare flyer on the Contractor’s letterhead and include the following 31 information: 32 a) Name of Project 33 b) City Project No (CPN) 34 c) Scope of Project (i.e. type of construction activity) 35 d) Actual construction duration within the block 36 e) Name of the contractor’s foreman and phone number 37 f) Name of the City’s inspector and phone number 38 g) City’s after-hours phone number 39 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 40 A. 41 3) Submit schedule showing the construction start and finish time for each 42 block of the project to the inspector. 43 4) Deliver flyer to the City Inspector for review prior to distribution. 44 b. No construction will be allowed to begin on any block until the flyer is 45 delivered to all residents of the block. 46 I. Public Notification of Temporary Water Service Interruption during Construction 47 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction, prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor’s letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor’s foreman and phone number 14 6) Name of the City’s inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers (USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required, meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required, meet all requirements set forth in each designated 30 railroad permit. This includes, but is not limited to, provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad’s 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 1 b. If wet saw cutting is performed, capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 5 6 7 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 END OF SECTION 18 19 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 20 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 EXHIBIT B 1 2 3 4 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City’s document management system, or another external FTP site approved by the City. 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 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 distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other 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 of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting 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 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] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 22, 2021 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes : 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sectio ns include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 34 71 13 – Traffic Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is consid ered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this specification refer to the current reference standard 22 published at the time of the latest revision date logged at the end of this 23 specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 1.4 ADMINISTRATIVE REQUI REMENTS 26 A. Traffic Control 27 1. General 28 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 29 traffic. 30 b. When traffic control plans are included in the Drawings , provide Traffic 31 Control in accordance with Drawings and Section 34 71 13. 32 c. When traffic control plans are not included in the Drawings , prepare traffic 33 control plans in accordance with Section 34 71 13 and submit to City for 34 review. 35 1) Allow minimum 10 working days for review of proposed Traffic Control. 36 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 22, 2021 2) A t raffic control “Typical” published by City of Fort Worth, the Texas 1 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 2 of Transportation (TxDOT) can be used as an alternative to preparing 3 project/site specific traffic control plan if the typical is applicable to the 4 specific project/site. 5 B. Street Use Permit 6 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 7 a. To obtain Street Use Permit, s ubmit Traffic Control Plans to City 8 Transportation and Public Works Department. 9 1) Allow a minimum of 5 working days for permit review. 10 2) It is the Contractor’s responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 C. Modification to Approved Traffic Control 13 1. Prior to installation traffic control: 14 a. Submit revised traffic control plans to City Department Transportation and 15 Public Works Department. 16 1) Revise Traffic Control plans in accordance with Section 34 71 13. 17 2) Allow minimum 5 working days for review of revised Traffic Control. 18 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 19 plans for Street Use Permit, such that construction is not delayed. 20 D. Removal of Street Sign 21 1. If it is determined that a street sign must be removed for construction, then contact 22 City Transportation and Public Works Department, Signs and Markings Division to 23 remove the sign. 24 E. Temporary Signage 25 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 26 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 27 Devices (MUTCD). 28 2. Install temporary sign before the removal of permanent sign. 29 3. When construction is complete, to the extent that the permanent sign can be 30 reinstalled, contact the City Transportation and Public Works Department, Signs 31 and Markings Division, to reinstall the permanent sign. 32 F. Traffic Control Standards 33 1. Traffic Control Standards can be found on the City’s website. 34 1.5 SUBMITTALS [NOT USED] 35 A. Submit all required documentation to City’s Project Representative. 36 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 22, 2021 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED ] 8 PART 3 - EXECUTION [NOT USED ] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re : submittal of permit 12 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval 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 not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. D. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 9, 2020 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 OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents 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 Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose 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 times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction 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 adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 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 A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised November 22, 2016 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor’s personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor’s operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor’s personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor’s operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor’s personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor’s personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor’s personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor’s 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised November 22, 2016 3. Mobilizations and Demobilization for Miscellaneous Projects 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor’s personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor’s 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor’s personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 24 Contract 25 2. Division 1 – General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2) The work performed and materials furnished for demobilization in 36 accordance with this Item are subsidiary to the various Items bid and no other 37 compensation will be allowed. 38 2. Remobilization for suspension of Work as specifically required in the Contract 39 Documents 40 a. Measurement 41 1) Measurement for this Item shall be per each remobilization performed 42 b. Payment 43 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised November 22, 2016 1) The work performed and materials furnished in accordance with this Item 1 and measured as provided under “Measurement” will be paid for at the unit 2 price per each “Specified Remobilization” in accordance with Contract 3 Documents. 4 c. The price shall include: 5 1) Demobilization as described in Section 1.1.A.2.a.1) 6 2) Remobilization as described in Section 1.1.A.2.a.2) 7 d. No payments will be made for standby, idle time, or lost profits associated this 8 Item. 9 3. Remobilization for suspension of Work as required by City 10 a. Measurement and Payment 11 1) This shall be submitted as a Contract Claim in accordance with Article 10 12 of Section 00 72 00. 13 2) No payments will be made for standby, idle time, or lost profits associated 14 with this Item. 15 4. Mobilizations and Demobilizations for Miscellaneous Projects 16 a. Measurement 17 1) Measurement for this Item shall be for each Mobilization and 18 Demobilization required by the Contract Documents 19 b. Payment 20 1) The Work performed and materials furnished in accordance with this Item 21 and measured as provided under “Measurement” will be paid for at the unit 22 price per each “Work Order Mobilization” in accordance with Contract 23 Documents. Demobilization shall be considered subsidiary to mobilization 24 and shall not be paid for separately. 25 c. The price shall include: 26 1) Mobilization as described in Section 1.1.A.3.a.1) 27 2) Demobilization as described in Section 1.1.A.3.a.2) 28 d. No payments will be made for standby, idle time, or lost profits associated this 29 Item. 30 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 31 a. Measurement 32 1) Measurement for this Item shall be for each Mobilization and 33 Demobilization required by the Contract Documents 34 b. Payment 35 1) The Work performed and materials furnished in accordance with this Item 36 and measured as provided under “Measurement” will be paid for at the unit 37 price per each “Work Order Emergency Mobilization” in accordance with 38 Contract Documents. Demobilization shall be considered subsidiary to 39 mobilization and shall not be paid for separately. 40 c. The price shall include 41 1) Mobilization as described in Section 1.1.A.4.a) 42 2) Demobilization as described in Section 1.1.A.3.a.2) 43 d. No payments will be made for standby, idle time, or lost profits associated this 44 Item. 45 1.3 REFERENCES [NOT USED] 46 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 47 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised November 22, 2016 1.5 SUBMITTALS [NOT USED] 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 13 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 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 A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [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 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or 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 City and regulatory agencies. 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent 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 area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 22, 2021 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes : 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Biddin g Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this I tem. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUI REMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to City’s Project Representative. 26 27 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 PART 2 - PRODUCTS [NOT USED] 31 32 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 22, 2021 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 CLOSEOUT PROCEDURE 5 A. Prior to requesting Final Inspection, submit: 6 1. Project Record Documents in accordance with Section 01 78 39 7 2. Operation and Maintenance Data, if required, in a ccordance with Section 01 78 23 8 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 9 01 74 23. 10 C. Final Inspection 11 1. After final cleaning, provide notice to the City Project Representative that the Work 12 is completed. 13 a. The City will make an init ial Final Inspection with the Contractor present. 14 b. Upon completion of this inspection, the City will notify the Contractor, in 15 writing within 10 business days, of any particulars in which this inspection 16 reveals that the Work is defective or incomplete. 17 2. Upon receiving written notice from the City, immediately undertake the Work 18 required to remedy deficiencies and complete the Work to the satisfaction of the 19 City. 20 3. The Right-of-way shall be cleared of all construction materials, barricades, and 21 temporary signage. 22 4. Upon completion of Work associated with the items listed in the City's written 23 notice, inform the City that the required Work has been completed. Upon receipt of 24 this notice, the City, in the presence of the Contractor, will make a subsequent Final 25 Inspection of the project. 26 5. Provide all special accessories required to place each item of equipment in full 27 operation. These special accessory items include, but are not limited to: 28 a. Specified spare parts 29 b. Adequate oil and grease as required for the first lubrication of the equipment 30 c. Initial fill up of all chemical tanks and fuel tanks 31 d. Light bulbs 32 e. Fuses 33 f. Vault keys 34 g. Handwheels 35 h. Other expendable items as required for initial start-up and operation of all 36 equipment 37 D. Notice of Project Completion 38 1. Once the City Project Representative find s the Work subsequent to Final Inspection 39 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 40 E. Supporting Documentation 41 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised March 22, 2021 1. Coordinate with the City Project Representative to complete the following 1 additional forms: 2 a. Final Payment Request 3 b. Statement of Contract Time 4 c. Affidavit of Payment and Release of Liens 5 d. Consent of Surety to Final Payment 6 e. Pipe Report (if required) 7 f. Contractor’s Evaluation of City 8 g. Performance Evaluation of Contractor 9 F. Letter of Final Acceptance 10 1. Upon review and acceptance of Notice of Project Completion and Supporting 11 Documentation, in accordance with General Conditions, City will issue Letter of 12 Final Acceptance and release the Final Payment Request for payment. 13 3.5 REPAIR / RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTR OL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to “Clearing ROW” 26 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - 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 City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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 A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual 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) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine 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 parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data 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 required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised December 20, 2012 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 OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 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 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 3. To facilitate accuracy 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 concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project 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 Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the 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 arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final 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) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer 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 full description of changes made during construction, and the actual location of items. 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised July 1, 2011 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 23 16 - 1 UNCLASSIFIED EXCAVATION Page 1 of 6 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised January 28, 2013 SECTION 31 23 16 1 UNCLASSIFIED EXCAVATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 6 encountered to the lines, grades, and typical sections shown on the Drawings and 7 removal from site. Excavations may include construction of 8 a. Roadways 9 b. Drainage Channels 10 c. Site Excavation 11 d. Excavation for Structures 12 e. Or any other operation involving the excavation of on-site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Added Section 1.10.B Delivery 15 2. Added Exhibit ‘A’ – Spoils Location 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 – General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Excavation by Plan Quantity 22 a. Measurement 23 1) Measurement for this Item shall be by the cubic yard in its final position 24 using the average end area method. Limits of measurement are shown on 25 the Drawings. 26 2) When measured by the cubic yard in its final position, this is a plans 27 quantity measurement Item. The quantity to be paid is the quantity shown 28 in the proposal, unless modified by Article 11.04 of the General 29 Conditions. Additional measurements or calculations will be made if 30 adjustments of quantities are required. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under “Measurement” will be paid for at the unit 34 price bid per cubic yard of “Unclassified Excavation by Plan”. No 35 additional compensation will be allowed for rock or shrinkage/swell 36 factors, as these are the Contractor’s responsibility. 37 c. The price bid shall include: 38 1) Excavation 39 2) Excavation Safety 40 3) Drying 41 4) Dust Control 42 31 23 16 - 2 UNCLASSIFIED EXCAVATION Page 2 of 6 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised January 28, 2013 5) Reworking or replacing the over excavated material in rock cuts 1 6) Hauling 2 7) Disposal of excess material not used elsewhere onsite 3 8) Scarification 4 9) Clean-up 5 1.3 REFERENCES [NOT USED] 6 A. Definitions 7 1. Unclassified Excavation – Without regard to materials, all excavations shall be 8 considered unclassified and shall include all materials excavated. Any reference to 9 Rock or other materials on the Drawings or in the specifications is solely for the 10 City and the Contractor’s information and is not to be taken as a classification of 11 the excavation. 12 1.4 ADMINSTRATIVE REQUIREMENTS 13 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 14 01. 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Excavation Safety 21 1. The Contractor shall be solely responsible for making all excavations in a safe 22 manner. 23 2. All excavation and related sheeting and bracing shall comply with the requirements 24 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way (ROW) 28 a. Soil may be stored within existing ROW, easements or temporary construction 29 easements, unless specifically disallowed in the Contract Documents. 30 b. Do not block drainage ways, inlets or driveways. 31 c. Provide erosion control in accordance with Section 31 25 00. 32 d. When the Work is performed in active traffic areas, store materials only in 33 areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils within the ROW, 38 easement or temporary construction easement, then secure and maintain an 39 adequate storage location. 40 31 23 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 6 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised January 28, 2013 b. Provide an affidavit that rights have been secured to store the materials on 1 private property. 2 c. Provide erosion control in accordance with Section 31 25 00. 3 d. Do not block drainage ways. 4 B. Delivery 5 1. Excess soil not used in the construction of the improvements shall be placed on the 6 adjacent site in a location specified in attached Exhibit ‘A’. Contractor shall 7 coordinate with the private contractor working on the site when the soil is to be 8 placed. Contact information will be provided once the contract is awarded. 9 1.11 FIELD CONDITIONS 10 A. Existing Conditions 11 1. Any data which has been or may be provided on subsurface conditions is not 12 intended as a representation or warranty of accuracy or continuity between soils. It 13 is expressly understood that neither the City nor the Engineer will be responsible 14 for interpretations or conclusions drawn there from by the Contractor. 15 2. Data is made available for the convenience of the Contractor. 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 2.1 OWNER-FURNISHED [NOT USED] 19 2.2 PRODUCT TYPES AND MATERIALS 20 A. Materials 21 1. Unacceptable Fill Material 22 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 23 D2487 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION [NOT USED] 28 3.4 CONSTRUCTION 29 A. Accept ownership of unsuitable or excess material and dispose of material off-site 30 accordance with local, state, and federal regulations at locations. 31 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 32 during construction with eh exception of water that is applied for dust control. 33 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 34 properly dispose according to disposal plan. 35 31 23 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 6 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised January 28, 2013 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 1 proposed or existing structures. 2 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 3 City. 4 F. Shape slopes to avoid loosening material below or outside the proposed grades. 5 Remove and dispose of slides as directed. 6 G. Rock Cuts 7 1. Excavate to finish grades. 8 2. In the event of over excavation due to contractor error below the lines and grades 9 established in the Drawings, use approved embankment material compacted in 10 accordance with Section 31 24 00 to replace the over excavated at no additional 11 cost to City. 12 H. Earth Cuts 13 1. Excavate to finish subgrade 14 2. In the event of over excavation due to contractor error below the lines and grades 15 established in the Drawings, use approved embankment material compacted in 16 accordance with Section 31 24 00 to replace the over excavated at no additional 17 cost to City. 18 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 19 3.5 REPAIR [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL 22 A. Subgrade Tolerances 23 1. Excavate to within 0.1 foot in all directions. 24 2. In areas of over excavation, Contractor provides fill material approved by the City 25 at no expense to the City. 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS 33 A. Exhibit ‘A’ – Spoils Location 34 35 36 1 2 0 300 600 Cowtown Crossing 05.18.21 N E A S T B A I L E Y B O S W E L L R O A D HARMON ROAD OLD PECOS TRAIL Roadway Earthwork Spoils Location EXHIBIT 'A' - SPOILS LOCATION 31 23 16 - 6 UNCLASSIFIED EXCAVATION Page 6 of 6 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised January 28, 2013 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 8/04/21 J. Buchanan Added Section 1.10.B Added 3.14 Attachments 3 32 32 13 - 1 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 1 of 6 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 5, 2018 SECTION 32 32 13 CAST-IN-PLACE CONCRETE RETAINING WALLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes 1. Construction of cast-in-place concrete retaining wall adjacent to concrete sidewalk (3 foot maximum height) of the size and shape detailed on the Drawings and at the location shown on the Drawings. 2. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall of the size and shape detailed on the Drawings and at the location shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. Modified Section 1.2.A.3.C.6. 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 3. Section 03 30 00 - Cast-in-Place Concrete 4. Section 31 23 16 – Unclassified Excavation 5. Section 31 23 23 - Borrow 6. Section 31 24 00 - Embankments 7. Section 32 13 20 - Concrete Sidewalks, Driveways and Barrier Free Ramps 8. Section 33 46 00 - Subdrainage 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Retaining Wall Adjacent to Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall (face) from the top of the adjacent sidewalk to the top of the wall. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square foot of Concrete Retaining Wall Adjacent to Sidewalk constructed. c. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing, placing, and compacting backfill (except in embankment areas) 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required 32 32 13 - 2 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 2 of 6 6) Fabricating, curing, and finishing wall including special coatings when specified 2. Concrete Sidewalk Adjacent to Retaining Wall a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk Adjacent to Retaining Wall in its final position. Measurement shall be taken from face of wall to edge of concrete sidewalk. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square foot of Concrete Sidewalk Adjacent to Retaining Wall installed. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3. TxDOT Standard – Spread Footing Walls a. Measurement 1) Measurement for this Item shall be by the square foot of the front surface of the wall. Unless otherwise shown on the Drawings, measure area from finished ground line on the face of the exterior wall to the top of the wall including any coping required (not including railing). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per square foot of Spread Footing Wall constructed. c. The price bid shall include: 1) Excavation in back of Retaining Walls 2) Furnishing and placing footings 3) Leveling pads and copings 4) Furnishing, placing, and compacting backfill (except in embankment areas) 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, filter material and drain pipe, joint material, water stop, and filter fabric when required 6) Fabricating, curing, and finishing wall including special coatings when specified. This includes preparation and use of formliner as specified on the plans. 1.3 REFERENCES A. Definitions 1. Permanent Wall - Retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified in the Drawings. B. 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. 1. ASTM International (ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 5, 2018 32 32 13 - 3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 6 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles d. D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile 2. Texas Department of Transportation (TXDOT), Standard Specifications for Construction and Maintenance of Highways and Bridges: a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 420, Concrete Structures e. 421, Hydraulic Cement Concrete f. 423, Retaining Walls g. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofing Membranes for Structures j. 556, Pipe Underdrains 3. TxDOT Standard – Spread Footing Walls a. RW 1 (L) A – Low Footing Pressure, Design A Retaining Walls b. RW 1 (L) B – Low Footing Pressure, Design B Retaining Walls c. RW 1 (L) C – Low Footing Pressure, Design C Retaining Walls d. RW 1 (H) A – High Footing Pressure, Design A Retaining Walls e. RW 1 (H) B – High Footing Pressure, Design B Retaining Walls f. RW 1 (H) C – High Footing Pressure, Design C Retaining Walls g. RW 2 – Retaining Wall Miscellaneous Details 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. See Section 03 30 00. 1.6 ACTION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. See Section 03 30 00. 1.10 DELIVERY, STORAGE, AND HANDLING A. See Section 03 30 00. 1.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 5, 2018 32 32 13 - 4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 6 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard – Spread Footing Walls a. 420, Concrete Structures b. 421, Hydraulic Cement Concrete c. 440, Reinforcing Steel d. 445, Galvanizing e. 458, Waterproofing Membranes for Structures B. Backfill 1. Concrete Retaining Wall with Sidewalk a. Section 31 23 23 2. TxDOT Standard – Spread Footing Walls a. 132, Embankments C. Underdrains 1. Concrete Retaining Wall with Sidewalk a. Section 33 46 00 2. TxDOT Standard – Spread Footing Walls a. 556, Pipe Underdrains D. Filter Fabric 1. General a. Provide standard weight fabric for retaining walls and soil separation. b. Provide filter fabric rated as UV-resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. e. The fabric is mildew resistant and rot-proof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must conform to the requirements listed in Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Physical Properties Test Method Value Fabric Weight, on an ambient temperature air-dried, tension free sample Tex-616-J 4 oz/yard Permittivity, 1/sec ASTM D4491 1.0, min CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 5, 2018 32 32 13 - 5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 6 Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Construct retaining walls in accordance with the Drawings and to the pertinent requirements of the following Sections: 1. Concrete Retaining Wall with Sidewalk a. Section 03 30 00 b. Section 31 23 16 c. Section 31 23 23 d. Section 31 24 00 e. Section 33 46 00 2. TxDOT Standard – Spread Footing Walls a. 110, Excavation b. 132, Embankment c. 400, Excavation and Backfill for Structures d. 423, Retaining Walls e. 420, Concrete Structures f. 458, Water proofing Membranes for Structures g. 556, Pipe Underdrains 3.5 REPAIR A. See Section 03 30 00. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. See Section 03 30 00. CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 5, 2018 32 32 13 - 6 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 6 of 6 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A – Payment Item for concrete retaining wall with sidewalk was broken into two Items: one for the face of wall and one for the sidewalk. 6/5/18 M Owen Revised Summary and Measurement and Payment sections. 08/04/21 J.Buchanan Modified Section 1.2.A.3.C.6. CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised June 5, 2018 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. Modified Section 1.10.A.2 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 – General Requirements 30 3. Section 02 41 13 – Selective Site Demolition 31 4. Section 02 41 15 – Paving Removal 32 5. Section 02 41 14 – Utility Removal/Abandonment 33 6. Section 03 30 00 – Cast-in-place Concrete 34 7. Section 03 34 13 – Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 – Site Clearing 36 9. Section 31 25 00 – Erosion and Sediment Control 37 10. Section 33 05 26 – Utility Markers/Locators 38 11. Section 34 71 13 – Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 1. Trench Excavation, Embedment and Backfill associated with the installation of an 1 underground utility or excavation 2 a. Measurement 3 1) This Item is considered subsidiary to the installation of the utility pipe line 4 as designated in the Drawings. 5 b. Payment 6 1) The work performed and the materials furnished in accordance with this 7 Item are considered subsidiary to the installation of the utility pipe for the 8 type of embedment and backfill as indicated on the plans. No other 9 compensation will be allowed. 10 2. Imported Embedment or Backfill 11 a. Measurement 12 1) Measured by the cubic yard as delivered to the site and recorded by truck 13 ticket provided to the City 14 b. Payment 15 1) Imported fill shall only be paid when using materials for embedment and 16 backfill other than those identified in the Drawings . The work performed 17 and materials furnished in accordance with pre-bid item and measured as 18 provided under “Measurement” will be paid for at the unit price bid per 19 cubic yard of “Imported Embedment/Backfill” delivered to the Site for: 20 a) Various embedment/backfill materials 21 c. The price bid shall include: 22 1) Furnishing backfill or embedment as specified by this Specification 23 2) Hauling to the site 24 3) Placement and compaction of backfill or embedment 25 3. Concrete Encasement for Utility Lines 26 a. Measurement 27 1) Measured by the cubic yard per plan quantity. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under “Measurement” will be paid for at the unit 31 price bid per cubic yard of “Concrete Encasement for Utility Lines” per 32 plan quantity. 33 c. The price bid shall include: 34 1) Furnishing, hauling, placing and finishing concrete in accordance with 35 Section 03 30 00 36 2) Clean-up 37 4. Ground Water Control 38 a. Measurement 39 1) Measurement shall be lump sum when a ground water control plan is 40 specifically required by the Contract Documents. 41 b. Payment 42 1) Payment shall be per the lump sum price bid for “Ground Water Control” 43 including: 44 a) Submittals 45 b) Additional Testing 46 c) Ground w ater control system installation 47 d) Ground water control system operations and maintenance 48 e) Disposal of water 49 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 f) Removal of ground water control system 1 5. Trench Safety 2 a. Measurement 3 1) Measured per linear foot of excavation for all trenches that require trench 4 safety in accordance with OSHA excavation safety standards (29 CFR Part 5 1926 Subpart P Safety and Health regulations for Construction) 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under “Measurement” will be paid for at the unit 9 price bid per linear foot of excavation to comply with OSHA excavation 10 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 11 limited to , all submittals, labor and equipment. 12 1.3 REFERENCES 13 A. Definitions 14 1. General – Definitio ns used in this section are in accordance with Terminologies 15 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 16 noted. 17 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 18 haunching bedding, springline, pipe zone and foundation are defined as shown in 19 the following schematic: 20 21 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 3. Deleterious materials – Harmful materials such as clay lumps, silts and organic 1 material 2 4. Excavated Trench Depth – Distance from the surface to the bottom of the bedding 3 or the trench foundation 4 5. Final Backfill Depth 5 a. Unpaved Areas – The depth of the final backfill measured from the top of the 6 initial backfill to the surface 7 b. Paved Areas – The depth of the final backfill measured from the top of the 8 initial backfill to bottom of permanent or temporary pavement repair 9 B. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification , unless a date is specifically cited . 13 2. ASTM Standards: 14 a. ASTM C33 -08 Standard Specifications for Concrete Aggregates 15 b. ASTM C88 -05 Soundness of Aggregate by Use of Sodium Sulfate or 16 Magnesium Sulfate 17 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 18 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 19 Bridge Construction. 20 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large-21 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 22 f. ASTM D588 – Standard Test method for Mois ture-Density Relations of Soil-23 Cement Mixture 24 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 25 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 26 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 27 Place by Sand Cone Method. 28 i. ASTM 2487 – 10 Standard Classification of Soils for Engineering Purposes 29 (Unified Soil Classification System) 30 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 31 and Other Gravity-Flow Applications 32 k. ASTM D2922 – Standard Test Methods for Density of Soils and Soil 33 Aggregate in Place by Nuclear Methods (Shallow Depth) 34 l. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 35 place by Nuclear Methods (Shallow Depth) 36 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 37 Weight of Soils and Calculations of Relative Density 38 3. OSHA 39 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 40 Regulations for Construction, Subpart P - Excavations 41 1.4 ADMINISTRATIVE REQUI REMENTS 42 A. Coordination 43 1. Utility Co mpany Notification 44 a. Notify area utility companies at least 48 hours in advance, excluding weekends 45 and holidays , before starting excavation. 46 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 31 25 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. Refer to Section 31 24 00 for locations where spoils can be stored or stockpiled. 38 Coordinate with the private contractor on the adjacent property prior to placing 39 soil on private property. 40 b. Provide erosion control in accordance with Section 31 25 00. 41 42 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 1 c. Do not block drainage ways. 2 d. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off - Coordinate all deliveries and haul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISHED [OR ] OWNER-SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: sand material consisting of durable particles, free of thin or 23 elongated pieces, lumps of clay, loam or vegetable matter and meets the 24 following gradation may be used for utility sand embedment/backfill 25 Sieve Size Percent Retained ½” 0 ¼” 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 26 27 e. The City has a pre-approved list of sand sources for utility embedment. The 28 pre-approved list can be found on the City website, Project Resources page. 29 The utility sand sources in the pre-approved list have demonstrated continued 30 quality and uniformity on City of Fort Worth projects. Sand from these sources 31 are pre-approved for use on City projects without project specific testing. 32 2. Crushed Rock 33 a. Durable crushed rock or recycled concrete 34 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 c. May be unwashed 1 d. Free from significant silt clay or unsuitable materials 2 e. Perc entage of wear not more than 40 percent per ASTM C131 or C535 3 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 4 sodium sulfate soundness per ASTM C88 5 3. Fine Crushed Rock 6 a. Durable crushed rock 7 b. Meets the gradation of ASTM D448 size numbers 8 or 89 8 c. May be unwashed 9 d. Free from significant silt clay or unsuitable materials. 10 e. Have a per centage of wear not more than 40 percent per ASTM C131 or C535 11 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 12 sodium sulfate soundness per ASTM C88 13 4. Ballast Stone 14 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 15 b. May be unwashed 16 c. Free from significant silt clay or unsuitable materials 17 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 18 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 19 sodium sulfate soundness per ASTM C88 20 5. Acceptable Backfill Material 21 a. In-situ or imported soils c lassified as CL, CH, SC or GC in accordance with 22 ASTM D2487 23 b. Free from deleterious materials, boulders over 6 inches in size and organics 24 c. Can be placed free from voids 25 d. Must have 20 percent passing the number 200 sieve 26 6. Blended Backfill Material 27 a. In-situ soils c lassified as SP, SM, GP or GM in accordance with ASTM D2487 28 b. Blended with in-situ or imported acceptable backfill material to meet the 29 requirements of an Acceptable Backfill Material 30 c. Free from deleterious materials, boulders over 6 inches in size and organics 31 d. Must have 20 percent passing the number 200 sieve 32 7. Unacceptable Backfill Material 33 a. In-situ soils c lassified as ML, MH, PT, OL or OH in accordance with ASTM 34 D2487 35 8. Select Fill 36 a. Classified as SC or CL in accordance with ASTM D2487 37 b. Liquid limit less than 35 38 c. Plasticity index between 8 and 20 39 9. Cement Stabilized Sand (CSS) 40 a. Sand 41 1) Shall be clean, durable sand meeting grading requirements for fine 42 aggregates of ASTM C33 and the following requirements: 43 a) Classified as SW, SP, or SM by the United Soil Classification System 44 of ASTM D2487 45 b) Deleterious materials 46 (1) Clay lumps, ASTM C142, less than 0.5 percent 47 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 48 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 (3) Organic impurities, ASTM C40, color no darker than standard 1 color 2 (4) Plasticity ind ex of 4 or less when tested in accordance with ASTM 3 D4318. 4 b. Minimum of 4 percent cement content of Type I/II portland cement 5 c. Water 6 1) Potable water, free of soils, acids, alkalis, organic matter or other 7 deleterious substances, meeting requirements of ASTM C94 8 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 9 e. Strength 10 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 11 D1633, Method A 12 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 13 D1633, Method A 14 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 15 that exceeds the maximum compressive strength shall be removed by the 16 Contractor for no additional compensation. 17 f. Random samples of delivered product will be taken in the field at point of 18 delivery for each day of placement in the work area. Specimens will be prepared 19 in accordance with ASTM D1632. 20 10. Controlled Low Strength Material (CLSM) 21 a. Conform to Section 03 34 13 22 11. Trench Geotextile Fabric 23 a. Soils other than ML or OH in accordance with ASTM D2487 24 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 25 2) Fibers shall retain their relative position 26 3) Inert to biological degradation 27 4) Resist naturally occurring chemicals 28 5) UV Resistant 29 6) Mirafi 140N by Tencate, or approved equal 30 b. Soils Classified a s ML or OH in accordance with ASTM D2487 31 1) High -tenac ity monofilament polypropylene woven yarn 32 2) Percent open area of 8 percent to10 percent 33 3) Fibers shall retain their relative position 34 4) Inert to biological degradation 35 5) Resist naturally occurring chemicals 36 6) UV Res istant 37 7) Mirafi FW402 by Tencate, or approved equal 38 12. Concrete Encasement 39 a. Conform to Section 03 30 00. 40 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION 5 A. Verification of Conditions 6 1. Review all known, identified or marked utilities, whether public or private, prior to 7 excavation. 8 2. Locate and protect all known, identified and marked utilities or underground 9 facilities as excavation progresses. 10 3. Notify all utility owners with in the project limits 48 hours prior to beginning 11 excavation. 12 4. The information and data shown in the Drawing s with respect to utilities is 13 approximate and based on record information or on physical appurtenances 14 observed within the project limits . 15 5. Coordinate with the Owner(s) of underground facilities . 16 6. Immediately notify any utility owner of damages to underground facilities resulting 17 from construction activities. 18 7. Repair any damages resulting from the construction activities. 19 B. Notify the City immediately of any changed condition that impacts excavation and 20 installation of the proposed utility. 21 3.3 PREPARATION 22 A. Protection of In-Place Conditions 23 1. Pavement 24 a. Conduct activities in such a way that does not damage existing pavement that is 25 designated to remain. 26 1) Where desired to move equipment not licensed for operation on public 27 roads or across pavement, provide means to protect the pavement from all 28 damage. 29 b. Repair or replace any pavement damaged due to the negligence of the 30 contractor outside the limits designated for pavement removal at no additional 31 cost to the City. 32 2. Drainage 33 a. Maintain positive drainage during construction and re-establish drainage for all 34 swales and culverts affected by construction. 35 3. Trees 36 a. When operating outside of existing ROW, stake permanent and temporary 37 construction easements. 38 b. Restrict all construction activities to the designated easements and ROW. 39 c. Flag and protect all trees designated to remain in accordance with Section 31 10 40 00. 41 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 d. Conduct excavation, embedment and backfill in a manner such that there is no 1 damage to the tree canopy. 2 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 3 specifically allow ed by the City . 4 1) Pruning or trimming may only be accomplished with equipments 5 specifically designed for tree pruning or trimming. 6 f. Remove trees specifically designated to be removed in the Drawings in 7 accordance with Section 31 10 00. 8 4. Above ground Structures 9 a. Protect all above ground structures adjacent to the construction. 10 b. Remove above ground structures designated for removal in the Drawings in 11 accordance with Section 02 41 13 12 5. Traffic 13 a. Maintain existing traffic, ex cept as modified by the traffic control plan, and in 14 accordance with Section 34 71 13. 15 b. Do not block access to driveways or alleys for extended periods of time unless: 16 1) Alter native access has been provided 17 2) Proper notification has been provided to the property owner or resident 18 3) It is specifically allowed in the traffic control plan 19 c. Use traffic rated plates to maintain access until access is restored. 20 6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops 21 a. Notify the City’s Transportation Management Division a minimum of 48 hours 22 prior to any excavation that could impact the operations of an existing traffic 23 signal. 24 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets , conduit 25 and detector loops. 26 c. Immediately notify the City ’s Transportation Management Division if any 27 damage occurs to any component of the traffic signal due to the contractors 28 activities. 29 d. Repair any damage to the traffic signal poles, mast arms , pull boxes, traffic 30 cabinets , conduit and detector loops as a result of the construction activities. 31 7. Fences 32 a. Protect all fences designated to remain. 33 b. Leave fence in the equal or better condition as prior to construction. 34 3.4 INSTALLATION 35 A. Excavation 36 1. Excavate to a depth indicated on the Drawing s. 37 2. Trench excavations are defined as unclassified. No additional payment shall be 38 granted for rock or other in-situ materials encountered in the trench. 39 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 40 and bracing in accordance with the Excavation Safety Plan. 41 4. The bottom of the excavation shall be firm and free from standing water. 42 a. Notify the City immediately if the water and/or the in -situ soils do not provide 43 for a firm trench bottom. 44 b. The City will determine if any changes are required in the pipe foundation or 45 bedding. 46 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 1 excavation shall not advance beyond the pipe placement so that the trench may be 2 backfilled in the same day. 3 6. Over Excavation 4 a. Fill over excavated areas with the specified bedding material as specified for 5 the specific pipe to be installed. 6 b. No additional payment will be made for over excavation or additional bedding 7 material. 8 7. Unacceptable Backfill Materials 9 a. In-situ s oils classified as unacceptable backfill material shall be separated from 10 acceptable backfill materials . 11 b. If the unacceptable backfill material is to be blended in accordance with this 12 Specification , then store material in a suitable location until the material is 13 blended. 14 c. Remove all unacceptable material from the project site that is not intended to be 15 blended or modified. 16 8. Rock – No additional compensation will be paid for rock excavation or other 17 changed field conditions. 18 B. Shoring, Sheeting and Bracing 19 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 20 specific excavation safety system in accordance with Federal and State 21 requirements . 22 2. Excavation protection systems shall be designed according to the space limitations 23 as indicated in the Drawings. 24 3. Furnish, put in place and maintain a trench safety system in accordance with the 25 Excavation Safety Plan and required by Federal, State or local safety requirements. 26 4. If soil or water conditions are encountered that are not addressed by the current 27 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 28 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 29 City. 30 5. Do not allow soil, or water containing soil, to migrate through the Excavation 31 Safety System in sufficient quantities to adversely affect the suitability of the 32 Excavation Protection System. Movable bracing, shoring plates or trench boxes 33 used to support the sides of the trench excavation shall not: 34 a. Disturb the embedment located in the pipe zone or lower 35 b. Alter the pipe’s line and grade after the Excavation Protection System is 36 removed 37 c. Compromise the compaction of the embedment located below the spring line of 38 the pipe and in the haunching 39 C. Water Control 40 1. Surface Water 41 a. Furnish all materials and equip ment and perform all incidental work required to 42 direct surface water away from the excavation. 43 2. Ground Water 44 a. Furnish all materials and equipment to dewater ground water by a method 45 which preserves the undisturbed state of the subgrade soils . 46 b. Do not allow the pipe to be submerged within 24 hours after placement. 47 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 c. Do not allow water to flow over concrete until it has sufficiently cured. 1 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 2 Control Plan if any of the following conditions are encountered: 3 1) A Ground Water Control Plan is specifically required by the Contract 4 Documents 5 2) If in the sole judgment of the City, ground water is so severe that an 6 Engineered Ground Water Control Plan is required to protect the trench or 7 the installation of the pipe which may include: 8 a) Ground water levels in the trench are unable to be maintained below 9 the top of the bedding 10 b) A firm trench bottom cannot be maintained due to ground water 11 c) Ground water entering the excavation undermines the stability of the 12 excavation. 13 d) Ground water entering the excavation is transporting unacceptable 14 quantities of soils through the Excavation Safety System. 15 e. In the event that there is no bid item for a Ground Water Control and the City 16 requires an Engineered Ground Water Control Plan due to conditions discovered 17 at the site, the contractor will be eligible to submit a change order. 18 f. Control of ground water shall be considered subsidiary to the excavation when: 19 1) No Ground Water Control Plan is specifically identified and required in the 20 Contract Documents 21 g. Ground Water Control Plan installation, operation and maintenance 22 1) Furnish all materials and equipment necessary to implement, operate and 23 maintain the Ground Water Control Plan. 24 2) Once the excavation is complete, remove all ground water control 25 equipment not called to be incorporated into the work. 26 h. Water Disposal 27 1) Dispose of ground water in accordance with City policy or Ordinance. 28 2) Do not discharge ground water onto or across private property without 29 written permission. 30 3) Permission from the City is required prior to disposal into the Sanitary 31 Sewer. 32 4) Disposal shall not violate any Federal, State or local regulations. 33 D. Embedment and Pipe Placement 34 1. Water Lines less than, or equal to, 12 inches in diameter: 35 a. The entire embedment zone shall be of uniform material. 36 b. Utility s and shall be generally used for embedment. 37 c. If ground water is in sufficient quantity to cause sand to pump, then use 38 crushed rock as embedment. 39 1) If crushed rock is not specifically identified in the Contract Documents, 40 then cr ushed rock shall be paid by the pre-bid unit price. 41 d. Place evenly spread bedding material on a firm trench bottom. 42 e. Provide firm, uniform bedding. 43 f. Place pipe on the bedding in accordance with the alignment of the Drawings . 44 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 45 proposed grade, unless specifically called for in the Drawings. 46 h. Place embedment, including initial backfill, to a minimum of 6 inches , but not 47 more than 12 inches , above the pipe. 48 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 1 the elevation of the valve nut. 2 j. Form all blocking against undisturbed trench wall to the dimensions in the 3 Drawings . 4 k. Compact embedment and initial backfill. 5 l. Place marker tape on top of the initial trench backfill in accordance with 6 Section 33 05 26. 7 2. Water Lines 16-inches through 24-inches in diameter : 8 a. The entire embedment zone shall be of uniform material. 9 b. Utility s and may be used for embedment when the excavated trench depth is 10 less than 15 feet deep. 11 c. Crushed rock or fine c rushed rock shall be used for embedment for excavated 12 trench depths 15 feet, or greater . 13 d. Crushed rock shall be used for embedment for steel pipe. 14 e. Provide trench geotextile fabric at any location where crushed rock or fine 15 crushed r ock come into contact with utility sand 16 f. Place evenly spread bedding material on a firm trench bottom. 17 g. Provide firm, uniform bedding. 18 1) Additional bedding may be required if ground water is present in the 19 trench. 20 2) If additional crushed rock is required not specifically identified in the 21 Contract Documents, then crushed rock shall be paid by the pre-bid unit 22 price. 23 h. Place pipe on the bedding according to the alignment shown on the Drawings. 24 i. The pipe line shall be within: 25 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 26 lines 27 j. Place and compact embedment material to adequately support haunches in 28 accordance with the pipe manufacturer’s recommendations. 29 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 30 but not more than 12 inches, above the pipe. 31 l. Where gate valves are present, the initial backfill shall extend to up to the valve 32 nut. 33 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 34 ASTM D 698. 35 n. Density test performed by a commercial testing firm approved by the City to 36 verify that the compaction of embedment meets requirements. 37 o. Place trench geotextile fabric on top of the initial backfill. 38 p. Place marker tape on top of the trench geotextile fabric in accordance with 39 Section 33 05 26. 40 3. Water Lines 30-inches and greater in diameter 41 a. The entire embedment zone shall be of uniform material. 42 b. Crushed rock shall be used for embedment. 43 c. Provide trench geotextile fabric at any location where crushed rock or fine 44 crushed rock come into contact with utility sand. 45 d. Place evenly spread bedding material on a firm trench bottom. 46 e. Provide firm, uniform bedding. 47 1) Additional bedding may be required if ground water is present in the 48 trench. 49 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 2) If additional crushed rock is required which is not specifically identified in 1 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 2 price. 3 f. Place pipe on the bedding according to the alignment shown on the Drawings. 4 g. The pipe line shall be within: 5 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 6 h. Place and compact embedment material to adequately support haunches in 7 accordance with the pipe manufacturer’s recommendations. 8 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 9 not exceed the spring line prior to compaction. 10 j. Place remaining embedment, including initial backfill, to a minimum of 6 11 inches, but not more than 12 inches, above the pipe. 12 k. Where gate valves are present, the initial backfill shall extend to up to the valve 13 nut. 14 l. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 m. Density test may be performed by a commercial testing firm approved by the 17 City to verify that the compaction of embedment meets requirements. 18 n. Place trench geotextile fabric on top of the initial backfill. 19 o. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Pla ce evenly spread bedding material on a firm trench bottom. 25 d. Spread bedding so that lines and grades are maintained and that there are no 26 sags in the sanitary sewer pipe line. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents , then crushed rock shall be paid by the pre-bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown in the Drawings . 34 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 35 with the grade shown on the Drawings. 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer’s recommendations . 38 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 39 exceed the spring line prior to compaction. 40 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 41 but not more than 12 inches , above the pipe. 42 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 43 ASTM D 698. 44 l. Density test may be performed by a commercial testing firm approved by the 45 City to verify that the compaction of embedment meets requirements. 46 m. Place trench geotextile fabric on top of the initial backfill. 47 n. Place marker tape on top of the trench geotextile fabric in accordance with 48 Section 33 05 26. 49 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 5. Storm Sewer (RCP) 1 a. The bedding and the pipe zone up to the spring line shall be of uniform 2 material. 3 b. Crushed rock shall be used for embedment up to the spring line. 4 c. The specified backfill material may be used above the spring line. 5 d. Place evenly spread bedding material on a firm trench bottom. 6 e. Spread bedding so that lines and grades are maintained and that there are no 7 sags in the storm sewer pipe line. 8 f. Provide firm, uniform bedding. 9 1) Additional bedding may be required if ground water is present in the 10 trench. 11 2) If additional crushed rock is required which is not specifically identified in 12 the Contract Documents , then crushed rock shall be paid by the pre-bid unit 13 price. 14 g. Place pipe on the bedding according to the alignment of the Drawing s. 15 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 16 with the grade, shown on the Drawing s. 17 i. Place embedment material up to the spring line. 18 1) Place embedment to ensure that adequate support is obtained in the haunch. 19 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 20 ASTM D 698. 21 k. Density test may be performed by a commercial testing firm approved by the 22 City to verify that the compaction of embedment meets requirements. 23 l. Place trench geotextile fabric on top of pipe and crushed rock. 24 6. Storm Sewer (PP - Polypropylene) 25 a. The entire embedment zone shall be of uniform material. 26 b. Crushed rock shall be used for embedment up to top of pipe. 27 c. Place evenly spread bedding material on a firm trench bottom. 28 d. Spread bedding so that lines and grades are maintained and that there are no sags 29 in the storm sewer pipe line. 30 e. Provide firm, uniform bedding. 31 1) Additional bedding may be required if ground water is present in the 32 trench. 33 2) If additional crushed rock is required which is not specifically 34 identified in the Contract Documents, then crushed rock shall be paid 35 by the pre-bid unit price. 36 f. Place pipe on the bedding according to the alignment shown in the Drawings. 37 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 38 the grade shown on the Drawings. 39 h. Place and compact embedment material to adequately support haunches in 40 accordance with the pipe manufacturer’s recommendations. 41 i. Compact the embedment and initial backfill to 95 percent Standard Proctor 42 ASTM D 698. 43 j. Density test may be performed by City to verify that the compaction of 44 embedment meets requirements. 45 k. Place trench geotextile fabric on top of the initial backfill. 46 7. Storm Sewer Reinforced Concrete Box 47 a. Crushed rock shall be used for bedding. 48 b. The pipe zone and the initial backfill shall be: 49 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 1) Crushed rock, or 1 2) Acceptable backfill material compacted to 95 percent Standard Proctor 2 density 3 c. Place evenly spread compacted bedding material on a firm trench bottom. 4 d. Spread bedding so that lines and grades are maintained and that there are no 5 sags in the storm sewer pipe line. 6 e. Provide firm, uniform bedding. 7 1) Additional bedding may be required if ground water is present in the 8 trench. 9 2) If additional crushed rock is required which is not specifically identified in 10 the Contract Documents , then crushed rock shall be paid by the pre-bid unit 11 price. 12 f. Fill the annular space between multiple boxes with crushed rock, CLSM 13 according to 03 34 13. 14 g. Place pipe on the bedding according to the alignment of the Drawing s. 15 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 16 grade, shown on the Drawings. 17 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 18 D698. 19 8. Water Services (Less than 2 Inches in Diameter) 20 a. The entire embedment zone shall be of uniform material. 21 b. Utility s and shall be generally used for embedment. 22 c. Place evenly spread bedding material on a firm trench bottom. 23 d. Provide firm, uniform bedding. 24 e. Place pipe on the bedding according to the alignment of the Plans. 25 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 26 9. Sanitary Sewer Services 27 a. The entire embedment zone shall be of uniform material. 28 b. Crushed rock shall be used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Spread bedding so that lines and grades are maintained and that there are no 31 sags in the sanitary sewer pipe line. 32 e. Provide firm, uniform bedding. 33 1) Additional bedding may be required if ground water is present in the 34 trench. 35 2) If additional crushed rock is required which is not specifically identified in 36 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 37 price. 38 f. Place pipe on the bedding according to the alignment of the Drawings . 39 g. Place remaining embedment, including initial backfill, to a minimum of 6 40 inches, but not more than 12 inches, above the pipe. 41 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 42 i. Density test may be required to verify that the compaction meets the density 43 requirements. 44 E. Trench Backfill 45 1. At a minimum, place backfill in such a manner that the required in-place density 46 and moisture content is obtained, and so that there will be no damage to the surface, 47 pavement or structures due to any trench settlement or trench movement. 48 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 a. Meeting the requirement herein does not relieve the responsibility to damages 1 associated with the Work. 2 2. Backfill Material 3 a. Fin al b ackfill (not under existing pavement or future pavement) 4 1) Backfill with : 5 a) Acceptable backfill material 6 b) Blended backfill material, or 7 c) Select backfill material, CSS, or CLSM when specifically required 8 b. Fin al backfill depth 15 feet or greater (under existing or future pavement) 9 1) Backfill depth from 0 to15 feet deep 10 a) Backfill with : 11 (1) Acceptable backfill material 12 (2) Blended backfill material, or 13 (3) Select backfill material, CSS, or CLSM when specifically required 14 2) Backfill depth from 15 feet and greater 15 a) Backfill with: 16 (1) Select Fill 17 (2) CSS , or 18 (3) CLSM when specifically required 19 b) 20 c. Backfill for service lines: 21 1) Backfill for water or sewer service lines shall be the same as the 22 requirement of the main that the service is connected to. 23 3. Required Compaction and Densit y 24 a. Final backfill (depths less than 15 feet/under existing or future pavement) 25 1) Compact acceptable backfill mate rial, blended backfill material or select 26 backfill t o a minimum of 95 percent Standard Proctor per ASTM D698 at 27 moisture content within -2 to +5 percent of the optimum moisture. 28 2) CSS or CLSM requires no compaction. 29 b. Final b ackfill (depths 15 feet and greater/under existing or future pavement) 30 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 31 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 32 moisture up to the final grade. 33 2) CSS or CLSM requires no compaction. 34 c. Final backfill (not under existing or future pavement) 35 1) Compact acceptable backfill material blended backfill material, or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 37 moisture content within -2 to +5 percent of the optimum moisture. 38 4. Saturated Soils 39 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 40 optimum moisture content, the soils are considered saturated. 41 b. Flooding the trench or water jetting is strictly prohibited. 42 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 43 Appendix, Contractor shall proceed with Work following all backfill procedures 44 outlined in the Drawings for areas of soil saturation greater than 5 percent. 45 d. If saturated soils are encountered during Work but not identified in Drawings or 46 Geotechnical Report in the Appendix: 47 1) T he Contractor shall: 48 a) Immediately notify the City. 49 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 b) Submit a Contract Claim for Extra Work associated with direction from 1 City. 2 2) The City shall: 3 a) Investigate soils and determine if Work can proceed in the identified 4 location. 5 b) Direct the Contractor of changed backfill procedures associated with 6 the saturated soils that may include: 7 (1) Imported backfill 8 (2) A site specific backfill design 9 5. Placement of Backfill 10 a. Use only compaction equipment specifically designed for compaction of a 11 particular soil type and within the space and depth limitation experienced in the 12 trench. 13 b. Flooding the trench or water setting is strictly prohibited. 14 c. Place in loose lifts not to exceed 12 inches. 15 d. Compact to specified densities. 16 e. Compact only on top of initial backfill, undisturbed trench or previously 17 compacted backfill. 18 f. Remove any loose materials due to the movement of any trench box or shoring 19 or due to sloughing of the trench wall. 20 g. Install appropriate tracking balls for water and sanitary sewer trenches in 21 accordance with Section 33 05 26. 22 6. Backfill Means and Methods Demonstration 23 a. Notify the City in writing with sufficient time for the City to obtain samples 24 and perform s tandard proctor test in accordance with ASTM D698. 25 b. The results of the standard proctor test must be received prior to beginning 26 excavation. 27 c. Upon commencing of backfill placement for the project the Contractor shall 28 demonstrate means and methods to obtain the required densities. 29 d. Demonstrate Means and Methods for compaction including: 30 1) Depth of lifts for backfill which shall not exceed 12 inches 31 2) Method of moisture control for excessively dry or wet backfill 32 3) Placement and moving trench box, if used 33 4) Compaction techniques in an open trench 34 5) Compaction techniques around structure 35 e. Provide a testing trench box to provide access to the recently backfilled 36 material. 37 f. The City will provide a qualified testing lab full time during this period to 38 randomly test density and moisture continent. 39 1) The testing lab will provide results as available on the job site. 40 7. Varying Ground Conditions 41 a. Notify the City of varying ground conditions and the need for additional 42 proctors . 43 b. Request additional proctors when soil conditions change. 44 c. The City may acquire additional proctors at its discretion . 45 d. Significant changes in soil conditions will require an additional Means and 46 Methods demonstration. 47 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 21 3.5 REPAIR [NOT USED] 1 3.6 RE-INSTALLATION [NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Field Tests and Inspections 4 1. Proctors 5 a. The City will perform Proctors in accordance with ASTM D698. 6 b. Test results will generally be available to within 4 calendar days and distributed 7 to: 8 1) Contractor 9 2) City Project Manager 10 3) City Inspector 11 4) Engineer 12 c. Notify the City if the characteristic of the soil changes . 13 d. City will perform new p roctors for varying soils : 14 1) When indicated in the geotechnical investigation in the Appendix 15 2) If notified by the Contractor 16 3) At the convenience of the City 17 e. Trenches where different soil types are present at different depths, the proctors 18 shall be based on the mixture of those soils . 19 2. Density Testing of Backfill 20 a. Density Tests shall be in conformance with ASTM D2922. 21 b. Provide a testing trench protection for trench depths in excess of 5 feet. 22 c. Place, move and remove testing trench protection as necessary to facilitate all 23 test conducted by the commercial testing firm approved by the City. 24 d. The commercial testing lab will perform moisture/density test for every 200-ft 25 or less of trench length, as measured along the length of the pipe. A minimum of 26 one test shall be performed for every 2 vertical feet of compacted backfill 27 material, independent of the contractor’s lift thickness for compaction. Test 28 locations shall be staggered within each lift so that successive lifts are not tested 29 in the same location. A r andom number generator may be used to determine test 30 locations. Moisture/density tests shall be performed at a depth not more than 2 31 feet above the top of the pipe bedding and in 2-foot increments up to the final 32 grade. The project inspector or project manager may request testing at an 33 increased frequency and/or at specific locations . 34 e. The contractor can proceed with subsequent earthwork only after test results for 35 previously completed work comply with requirements. If the required 36 compaction density has not been obtained, the backfill should be scarified and 37 moistened or aerated, or removed to a depth required, and be replaced with 38 approved backfill, and re-compacted to the specified density at the contractor’s 39 expense. In no case will excavation, pipe-laying, or other operation be allowed 40 to proceed until the specified compaction is attained. 41 f. The testing lab will provide results to Contractor and the City ’s Inspector upon 42 completion of the testing. 43 g. A formal report will be posted to the City’s Accela (Developer Projects) and 44 BIM 360 (City Projects) site within 48 hours . 45 h. Test reports shall include: 46 1) Location of test by station number 47 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 2) Time and date of test 1 3) Depth of testing 2 4) Field moisture 3 5) Dry density 4 6) Proctor identifier 5 7) Percent Proctor Density 6 3. Density of Embedment 7 a. Storm sewer boxes that are embedded with acceptable backfill material, 8 blended backfill material, c ement modified backfill material or select material 9 will follow the same testing procedure as backfill. 10 b. The City may test fine crushed rock or crushed rock embedment in accordance 11 with ASTM D2922 or ASTM 1556. 12 B. Non-Conforming Work 13 1. All non -conforming work shall be removed and replaced. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added Item for Concrete Encasement for Utility Lines Various Sections – Revised Depths to Include 15’ and greater 3.3.A – Additional notes for pavement protection and positive drainage. 3.4.E.2 – Added requirements for backfill of service lines. 3.4.E.5 – Added language prohibiting flooding of trench 6/18/2013 D. Johnson 1.2.A.3 – Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A – Added language for concrete encasement 11/09/16 Z. Arega 2.2.A.1.d Modify gradation for sand material 2/26/2021 Z. Arega 2.2 A. 1. E. - Added reference to pre-approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 - 21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) 1 CITY OF FORT WORTH EAST BAILEY BOSWELL ROAD STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 103320 Revised April 2, 2021 a^,� _ 'ti- . , �� �. �� * . %� } tY � --�. �� � c� � GE[]TE�HNI�AL INVEST�GATi�N EAST E3AlLEY BDSWELL R�AD EXTENS��N F41�T 1NDRTH, TEXAS AGG REPORT: DE19�17 DECEMBER 31, 2079 PREPARED FOR: CR�ADO R ASSOCIA TES, lJVC. DALLAS, TEXAS PRESENTED BY: P�LJFIf`10E � � [�QTECt-A'ilCF1L. GR�IJP Geotechnical Engineering — Construction Services — Construction Materials Engineering Testing 3228 Halifax Street - Dallas, TX 75247 Ph. 972.444.8889 FX. 972.444.8893 ALL�Ai'!CE GE�TECHi'1ICI9L GF�+DUP December 31, 2019 Ms. Kelly Moncrief, P.E. Senior Project Manager Criado & Associations, Inc. 4100 Spring Valley Road, Suite 1001 Dallas, Texas 75244 E-mail: knior�cf-+�f c7,craiclaa5saciat�s.can� Phone: (469) 547-6076 � Re: Geotechnicallnvestigation East Bailey Boswell Road Extension Fort Worth, Texas AGG Project No.: DE19-317 Dear Ms. Moncrief: v�,- �PSEo� rE�q��� .� cs: •• 9 v�*. �, •�E P.E. �� * � � ........ .. .._ ....'�: rMICHA�L DAINE �DIAi�� i. ....... . .. ..... �1� �, r96043 ;�; 1�,,' 11 O: � `� � �'• �'E#i�.- q�'� ,�/.���IYAL��" Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Alliance Geotechnical Group, Inc. in order to maintain continuity of inspection and testing services for the project under the direction of the Geotechnical Project Engineer. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact us. Sincerely, ALLIANCE GEOTECHNICAL GROUP Franci Mb�gning, Project Engineer • GEOTECHNICAL ENGINEERING • ENVIRONMENTAL CONSULTING • CONSTRUCTION MATERIALS ENGINEERING AND TESTING • CONSTRUCTION INSPECTION Mi�ha D aiatid, P.�. Vice resident Dallas • Ft. Worth •}ri�?��� Dayton • Longview • Huntsville 3228 Halifax Street • Dallas, Texas 75247 Te1:972-444-8889 • Fax:972-444-8893 • www.aggengr.com � ��� TABLE OF CONTENTS PAGE 1.0 INTRODUCTION ......................................................................................................1 1.1 PROJECT DESCRIPTION ............................................................................1 1.2 PURPOSE AND SCOPE ..............................................................................1 2.0 FIELD INVESTIGATION ...........................................................................................2 3.0 LABORATORY TESTING ........................................................................................ 3 4.0 SITE AND SUBSURFACE CONDITIONS ................................................................ 3 4.1 GENERAL SITE CONDITIONS .....................................................�---........... 3 4.2 GENERAL SUBSURFACE CONDITIONS .................................................... 3 4.3 GROUNDWATER CONDITIONS .................................................................. 4 4.4 SITE GEOLOGY ...........................................................................................4 4.5 SIESMIC SITE CLASS .................................................................................4 5.0 ANALYSES AND RECOMMENDATIONS ................................................................ 5 5.1 SOIL MOVEMENT ................................................................................... 5.2 EXISTING FILL SOILS ............................................................................ 5.3 STRAIGHT SHAFT FOUNDATION SYSTEM .......................................... 5.3.1 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS -----��--____....____ 5.3.2 LATERALLY LOADED PIERS ___________________................____...�..__________ 5.3.3 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS --------- 5.3.4 GRADE BEAMS / ABUTMENTS -----_�___________....,......____..__________ 5.4 BRIDGE APPROACH SLABS ........................�--�-�-�---•--�-................---....... ... 5 ... 5 ... 5 •-- 7 �-- 7 •-- 9 �-10 .11 6.0 RETAINING WALL FOUNDATION SYSTEMS .......................................................14 6.1 SITE PREPARATION WORK ...........................................................•�----�--.16 6.2 RETAINING WALL RECOMMENDATIONS ................................................17 6.3 RETAINING WALL BACKFILL ....................................................................18 6.4 GLOBAL STABILITY ANALYSIS ................................................................19 7.0 PAVEMENT RECOMMENDATIONS ......................................................................19 7.1 7.2 7.3 7.4 7.5 7.6 7.7 7.8 7.9 SOILMOVEMENTS ...................................................................................19 OPTIONAL SITE MODIFICATION TO REDUCE SOIL MOVEMENTS ....... 20 EXISTING FILL SOILS ............................................................................... 20 PROOFROLLING AND FILL PLACEMENT ................................................ 21 SITE GRADING AND DRAINAGE .............................................................. 21 STABILIZATION WITH HYDRATED LIME .................................................. 22 CRUSHED CONCRETE BASE ...................................................................23 PAVEMENT ANALYSES AND SECTION RECOMMENDATIONS .............. 24 PAVEMENT CONSIDERATIONS ............................................................... 26 8.0 TREE EFFECTS .................................................................................................... 26 9.0 FIELD SUPERVISION AND DENSITY TESTING ................................................... 27 10.0 LIMITATIONS .........................................................................................................27 ALLIANCE GEOTECHNICAL GROUP DE19-317 FIGURES FIGURE PLP►NS OF BORINGS -------------------------------------------------------------------------------1A & 1 B LOGSOF BORINGS----------�-----------------------------------�--__________,.._..___�..___________ 2 thru 21 LEGEND - KEY TO LOG TERMS & SYMBOLS --------�---------------------------�-___.._...._________�2 SWELLTEST RESULTS --------------.._____......_----------------------_____�.-----------__.._�..__-----------23 LIME / ATTERBERG SERIES RESULTS----------------------------------------------------------------24 DIRECT SHEAR TEST RESULTS ------------------------__________________.._____.._______________.,__..___2� APPENDICES MEASURES TO MINIMIZE SOIL SWELL MOVEMENTS �-W_____________________..APPENDIX A SLOPE STABILITYANALYSES .......................................................................APPENDIX B ALLIANCE GEOTECHNICAL GROUP DE19-317 GEOTECHNICAL INVESTIGATION EAST BAILEY BOSWELL ROAD EXTENSION FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of a new roadway extension of E. Bailey Boswell Road in Fort Worth, Texas. We understand that the new roadway will connect Blue Mound Road and US 81. We understand that the new road will consist of reinforced concrete pavement and will consist of two proposed bridge crossings. One bridge will be about 500 feet in length and will cross over Big Fossil Creek. The other bridge will be about 200 feet in length and will cross over an existing stream that is present between Pepperidge Lane and Ponwar Drive. Big Fossil Creek is about 10 feet deep at the proposed alignment. There is a large elevation change that occurs near Big Fossil Creek. The adjacent ground on the east side of this creek is about 20 feet higher in elevation than the adjacent ground on the west side of this creek. In addition, several short retaining walls are anticipated to be required along this proposed roadway alignment. The proposed retaining walls will consist of both cut and fill walls. The fill walls will have maximum heights of 8 feet and the cut walls will have maximum heights of 5 feet. We understand that conventional concrete reinforced gravity walls are anticipated for these short retaining walls. Based upon traffic studies perFormed by others for the proposed roadway, it is anticipated that the proposed roadway after construction will have 23,800 average vehicles per day. We also understand that 2.4% truck traffic is anticipated. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide foundation recommendations for the proposed new bridge structures, 4) provide recommendations for short retaining walls, 5) provide pavement subgrade stabilization and concrete pavement thickness recommendations, and 6) provide comments and recommendations for site grading and drainage. This report was prepared in general ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 1 accordance with Alliance Geotechnical Group's Proposal P18-1043E dated October 26, 2018. 2.0 FIELD INVESTIGATION As requested, the field investigation consisted of drilling a total of nineteen (19) test borings. Four (4) bridge borings (B-1 thru B-4) were advanced until at least 15 feet of unweathered rock was penetrated to termination depths of 30 feet below the existing ground surFace. Three (3) retaining wall borings (RW-1 thru RW-3) were advanced to depths ranging from 15 to 40 feet below the existing ground surface. Twelve (12) pavement borings (P-1 thru P-12) were advanced to depths of 10 feet below the existing ground surface. The borings were located at the approximate locations shown on the Plans of Borings (Figures 1A & 1 B). Both truck mounted and ATV buggy drilling rigs were used to advance the borings and to obtain samples for laboratory evaluation. The test borings were backfilled with soil cuttings upon drilling completion. Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. The relative density of the overburden soils encountered in the borings was evaluated by the Standard Penetration test in conjunction with split spoon sampling. The Standard Penetration tests involves driving a standard 2 inch diameter sampler a total of eighteen inches and recording the blow counts and driving distances for each 6 inch or 50 blow increment. The first 6 inch drive is for seating purposes. The results of the Standard Penetration tests are recorded at the respective testing depths on the Logs of Borings. The rock encountered in the test borings were evaluated by the Texas Department of Transportation Penetrometer (TxDOT Cone) tests. The TxDOT Cone is driven with the resulting penetration in inches recorded for 100 blows. The results of the TxDOT Cone test are recorded at the respective testing depths on the Logs of Borings. The results of the boring program are presented on the Logs of Borings, Figures 2 thru 21. A key to the descriptive terms and symbols used on the log is presented on Figure 22. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 2 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, percent passing #200 sieve, moisture content tests, and unit weight determinations. Hand penetrometer tests were perFormed on the clay soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurFace strata. Unconfined compression strength testing was performed on selected cohesive soil samples in order to provided foundation bearing properties. To provide additional information about the swell characteristics of these soils at their in-situ moisture conditions, absorption swell tests were perFormed on selected samples of the clay soils. In order to determine the optimum amount of hydrated lime for stabilization, a lime / Atterberg limits series test was performed on a selected soil sample. To assist with the slope stability analyses, a direct shear test was perFormed on a selected soil sample. The results of our testing program are presented on the Logs of Borings (Figures 2 and 21), on the Swell Test Results (Figure 23), on the Lime Series Results (Figure 24), and on the Direct Shear Test Results (Figure 25). 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project consists of a new roadway extension of E. Bailey Boswell Road in Fort Worth, Texas. We understand that the new roadway will connect Blue Mound Road and US 81. The proposed alignment extends over undeveloped property and will cross over Big Fossil Creek. See Plans of Borings (Figures 1A & 1 B) for site location, proposed alignment and aerial views. 4.2 GENERAL SUBSURFACE CONDITIONS SubsurFace conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Boring Logs (Figures 2 thru 21). Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 3 4.3 GROUNDWATER CONDITIONS The borings were advanced using continuous flight auger methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. Groundwater was generally not encountered within the test borings. However, shallow groundwater levels were encountered within the two farthest test borings to the west (Borings B-1 and RW-1). Groundwater was encountered within these two test borings at depths ranging from 4 to 7 feet below the existing ground surface. Shallow groundwater levels should be anticipated in all areas if construction occurs after periods of rain and/or when the water level within Big Fossil Creek is elevated. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil conditions, and rainfall. 4.4 SITE GEOLOGY As shown on the Geologic Atlas of Texas, the majority of the proposed alignment is located in an area underlain by the Pawpaw Formation, Weno Limestone and Denton Clay undivided. The Pawpaw formation typically consists of claystone, mudstone, and sandstone. The Weno Limestone typically consists of limestone with alternating clay layers. The Denton Clay typically consists of alternating layers of clay, marl and limestone. The western end of the proposed alignment is located in an area underlain by the Fort Worth Limestone and Duck Creek formation. The Fort Worth Limestone typically consists of limestone with alternating clay layers. The Duck Creek Formation typically consists of limestone. Note: Soils derived from these formations typically consist of plastic clays exhibiting a high shrink/swell potential with variations in moisture content. 4.5 SIESMIC SITE CLASS The International Building Code (IBC) was reviewed to determine the seismic site class of the subject property. In accordance to Table 1615.1.1 of the IBC, the subject site has a seismic site class of C for a very dense soil/soft rock profile. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 4 5.0 ANALYSES AND RECOMMENDATIONS 5.1 SOIL MOVEMENT The subsurface exploration revealed the presence of expansive clay soils over limestone. Potential upward soil swell movements calculations were performed using swell test results, pocket penetrometer readings, and moisture content tests to estimate the swell potential of the soil. Potential upward soil swell movement values based upon the current soil moisture conditions and current grades have been estimated to be on the order of 2 to 3 inches at the bridge abutments. In a dry condition, the potential upward soil swell movements will be on the order of 4 to over 5+ inches at the bridge abutments. The potential upward soil swell movements typically currently range from 6 to over 8+ inches along the proposed roadway and short retaining wall alignments. 5.2 EXISTING FILL SOILS Existing fill soils were encountered within about half of the test borings. The existing fill soils extended to depths of up to 7 feet below the existing ground surFace at these test boring locations. If the existing fill soils were placed in an uncontrolled manner without engineering supervision and without moisture / compaction verification of each fill lift, some settlement should be anticipated for slabs, pavements, retaining walls and flatwork placed over existing uncontrolled fill soils. 5.3 STRAIGHT SHAFT FOUNDATION SYSTEM The bridge structures should be supported by straight sided continuously reinforced drilled shaft piers founded in the hard to very hard gray unweathered shaley limestone stratum. The hard to very hard gray shaley unweathered limestone was first encountered at depths ranging from 12 to 13 feet below the existing ground surFace at the bridge boring locations. It should be recognized that the depth to the hard to very hard gray unweathered shaley limestone near Big Fossil Creek will be deeper due to creek erosion and weathering of the bedrock. Design penetrations into the hard to very hard gray unweathered shaley limestone should not be counted on above a line extending from the anticipated creek scour depth to the ground surface along a 3(H):1 (V) slope. The allowable end bearing pressure and side resistance pressures are provided in Table 1 and have been developed based on the assumption that a minimum 2 pier diameter clear spacing will be provided between piers. For piers touching, a 50% reduction in skin friction ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 5 should be used. Where the clear spacing is 2D, no reduction is necessary. For a spacing between 0 and 2D, a straight line interpolation should be used. The skin friction values provided are for compression loading and for resistance to soil swell uplift. For other tension loads (sustained uplift and wind uplift), the allowable skin friction is 50% of the value indicated above. These foundations should be subject to settlements of one-half inch. Differential settlements should be on the order of one-quarter inch. TABLE 1. ALLOWABLE BEAR/NG VALUES BEARING STRATA SHAFT LOADING TYPE HARD TO VERY HARD GRAY UNWEATHERED SHALEY LIMESTONE Axial End Bearin 30,000 sf *" Skin Friction Side Resistance 5,000 sf * " For penetrations into hard to very hard gray unweathered shaley limestone exce�ding 2 feet as verified by the AGG geotechnical team. The skin friction values provided are for compression loading and for resistance to soil swell uplift. For other tension loads (sustained uplift), the allowable skin friction is 50% of the value indicated above. All pier penetrations below temporary casing may be counted on for resistance to soil swell uplift. "*A minimum 5 feet or 2 pier diameters into hard to very hard gray unweathered shaley limestone (whichever is greater) is recommended to develop the allowable end bearing pressure. Larger penetrations may be required to resist soil swell uplift and for axial loading. Penetrations into gray weathered shaley limestone (identified by iron staining or tan colored seams) should not be counted on for the design penetrations during pier installations. The design penetrations should be counted on only for penetrations into continuous hard to very hard gray unweathered shaley limestone below any temporary casing. Design penetrations should not be counted on within the cased length. Penetrations made beneath the casing should match the size of the design shaft diameter. Note 1: We recommend than an AGG Geotechnical Engineer be present at the start of the drill pier operations in order to identify the proper bearing stratum to field personnel. Note 2: A minimum shaft diameter of 18 inches should be used for the straight shaft piers. In addition, we recommend that a maximum length to diameter ratio of 30 be used for design of the drilled shafts. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 6 5.3.1 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS All piers will be subject to uplift loads as a result of swelling within the overlying clays. Straight shafts should be designed by the Structural Engineer with adequate penetration lengths in order to have sufficient anchorage in resisting uplift forces generated by soil swelling. The piers should have sufficient continuous vertical reinforcing steel extending to the bottom of the piers to resist the computed net uplift loads (uplift less dead load). The magnitude of the uplift loads varies with the shaft diameter, soil parameters, free water sources, and the depth of the active clays acting on the shaft. The uplift pressures can be approximated at this site by assuming a uniform uplift pressure of 2,500 pounds per square foot acting on the shaft perimeter for a depth of 10 feet. 5.3.2 LATERALLY LOADED PIERS For evaluating shaft deflections, L-Pile parameters for each soil and rock strata are provided below for individual laterally loaded drilled shafts. The parameters indicated above and below do not include reductions related to group effects (see Note 2 below). Neglect passive resistance within upper 10 feet below finish grade or 10 feet below tvp of pier, whichever is deeper. For alternating layers of hard to very hard tan weathered LIMESTONE and CLAY below 10 feet ne lect depth static Horizontal Material Undrained Total Soil Unit Modulus of Water Level Type for Cohesion Weight Strain Factor Subgrade Condition LPile (pg� (p�}� Eso Reaction, k ci Stiff Clay Above Water without 5,000 120.0 0.004 800 Free Water Stiff Clay Below Water with Free 5,000 58.0 0.004 800 Water ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 7 Design Values Design Parameter Hard to Very Hard Unweathered Gray Shaley Limestone w/ shale seams Material T e Weak Rock Effective Unit Weight, pcf 140.0 above water 78.0 below water Youn 's Modulus, si 20,000 Uniaxial Com ressive Stren th PSF 30,000 Rock Qualit Index RQD, % 85 Stiffness Constant Km) 0.0004 Note 1: Groundwater seepage was encountered at a depth of 7 feet below the existing ground surFace during drilling of Boring B-1. The condition consisting of shallow groundwater levels in all areas should also be evaluated during design. Note 2: Reduction factors must be applied to account for group effects for laterally loaded piers. If the center to center spacing is less than 7D for laterally loaded piers, then an L-Pile study using the Ensoft Group Pile Program would be required to determine the appropriate reduction factors that must be applied for laterally loaded piers. Alliance Geotechnical Group should be retained to work with the Structural Engineer in perForming the Group Pile Analyses, if required. This includes group effects in the direction of loading, side by side effects, and effects in skewed directions. Otherwise, the Structural Engineer could use the information in the below paragraphs to conservatively approximate reductions for group effects. In order to determine the appropriate reduction for group effects of a pier in a group, the reduction for side by side effects (Rss), the reduction for in-line loading effects (R,�), and the reduction for skewed effects (Rs,c) will need to be determined for each adjacent pier and multiplied together to determine the reduction factor for the subject pier in the group. The reduction for in-line loading effects (R,�) will consist of either leading pier (R�P) or trailing pier (RrP). Each of these reductions should be determined as recommended below. Reduction due to 5ide by Side effects{Rss] For 1 D center to center spacing (piers touching), 64% of the lateral resistance should be used. Where the center to center spacing is 4D, no reduction is necessary. For a spacing between 1 D and 4D, a straight line interpolation should be used. Reductivn due to L�adinq, Pier [R�p] For 1 D center to center spacing (piers touching), 70% of the lateral resistance should be used. Where the center to center spacing is 4D, no reduction is necessary. For a spacing between 1 D and 4D, a straight line interpolation should be used. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 8 Reduction d�ae tQ Trailinc� Pier {RTP For 1 D center to center spacing (piers touching), 47% of the lateral resistance should be used. Where the center to center spacing is 4D, 80% of the lateral resistance should be used. For a spacing between 1 D and 4D, a straight line interpolation should be used between the 47% to 80% of lateral resistance. Where the center to center spacing is 7D, no reduction is necessary. For a spacing between 4D and 7D, a straight line interpolation should be used between the 80% and 100% of lateral resistance. Reductivn due ta Sicewed Pier [Rs ] The reduction factor for skewed piers (piers neither side-by-side or in line with the direction of loading) should be determined by the below formula. RsK = (R,�2cosZQ1 + Rss2sinz fd)'i2 The reduction for in-line loading effects (R,�) will consist of either leading pier (R�P) or trailing pier (RTP) whichever one is applicable to the loading direction. The center to center spacing is based upon r/D and Q� (where Ql is the angle between the direction of loading and the line between the piers as shown in the detail below). D � i � r Direction of I loading � --�' — - - D Note 3: For all of the above reduction factors, if different size piers are used in a group, D used in the above formulas should be the largest pier diameter in the group. 5.3.3 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS Groundwater was generally not encountered within the test borings. However, shallow groundwater levels were encountered within the two farthest test borings to the west (Borings B-1 and RW-1) at depths ranging from 4 to 7 feet below the existing ground surface. Therefore, temporary casing is anticipated to be required for some of the piers. However, if only minor water seepage occurs, the pier steel and concrete could be placed ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 9 immediately without the use of temporary casing as verified by AGG. Temporary casing is required if excessive groundwater infiltration or caving soils are encountered. Temporary casing should be properly seated and sealed within the hard to very hard gray unweathered shaley limestone to prevent seepage into the drilled shaft excavation. Care must be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. Concrete used for the shafts should have a slump of 4 to 6 inches and placed in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. If temporary casing is required, the concrete slump should be increased to 6 to 8 inches. Complete installation of individual shafts should be accomplished within an 8-hour period in order to help prevent deterioration of bearing surFaces. The drilling of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of the drilling. No shaft should be left open for more than 8 hours. We recommend that Alliance Geotechnical Group be retained to observe and document the drilled pier construction. The engineer, or his representative, should document the shaft diameter, penetration, depth, casing installations and extractions, cleanliness, plumbness of the shaft, and the type of bearing material. Significant deviations from the specified or anticipated conditions should be reported to the owner's representative and to the structural engineer. The drilled pier excavation should be observed to verify the bottom of the excavation is dry and thoroughly cleaned of cuttings after completion. Note: "Mushrooming" should not be allowed around piers, pier caps or grade beams. 5.3.4 GRADE BEAMS / ABUTMENTS Grade beams, wing walls, abutments and pier caps supported by straight shaft piers should be constructed over a void space. We recommend that a minimum 8 inch void space with permanent retainer forms be considered beneath any pier supported grade beams, strap beams, wing walls, or abutment wall. For heavily loaded walls where contact bearing pressure is greater than the swell pressure of the clay soils, carton forms are not required. The clay pressure swell is estimated range from 10,000 to 12,000 psf for dry conditions. Structural cardboard forms are one acceptable means of providing this void beneath these members. Care must be exercised during concrete placement to avoid collapsing the cardboard void boxes. The cardboard carton forms should not be allowed to become wet or crushed prior to concrete placement. Permanent earth retainer forms should be used. "Mushrooming" should not be allowed around piers, pier caps or grade beams. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 10 The exterior portions of the grade beams along the perimeter of the structure should be carefully backfilled with on-site clayey soils unless specified otherwise below. The backfill soils should be placed at a moisture content between +1 % and +4% above optimum. The fill should be compacted to 95 percent of maximum dry density as determined in accordance with ASTM D-698 (Standard Proctor). 5.4 BRIDGE APPROACH SLABS The subsurface exploration revealed the presence of expansive clay soils at the bridge sites. In a dry condition, the potential upward soil swell movements will be on the order of 4 to over 5+ inches at the bridge abutments based upon existing grades. However, the grades are being elevated for 3 of the 4 bridge abutments. The grades are being raised about 10 feet for the Big Fossil Creek Bridge west abutment but no filling is anticipated at the Big Fossil Creek Bridge east abutment. The grades are being raised 7 to 10 feet at the abutments for the Stream Crossing Bridge. The potential soil swell movements at the bridge approach slabs that are receiving 7 to 10 feet of fill will be dependent on the material used and the moisture conditioning used for the embankment fills. If cement stabilized backfill (CSB) and/or flowable fill is used for these abutments (as recommended below), the potential soil swell movements should be reduced to on the order of 2 inches at the abutments. The potential soil swell movements at the proposed west abutment of Big Fossil Creek Bridge will be dependent on the moisture condition of the clay soils at the time of construction. Potential soil swell movement values based upon dry moisture conditions and current grades has been estimated to be over 5+ inches. In order to reduce the potential soil swell movements at this abutment, consideration should be given to over-excavating the clay soils and replacing with CSB and/or flowable fill. Provisions should be made for post-construction differential upward movement of the bridge approaches. Site grading plans should include provisions for the effects of soil swell movements and settlements on adjacent flatwork and all pavement slabs. Differential upward movement of all ground-supported slabs should be anticipated and considered during the design of the grading plan including the bridge approach slabs. ALLIANCE GEOTECHNICAL GROUP DE19-317 PaGe 11 Significant filling (7 to 10 feet) is required for most of the bridge abutments. In addition to heaving due to soil swelling, differential settlements will potentially occur due to consolidation of the embankment fill soil. If native clay soils are used as embankment fill and compacted in 8 inch loose lifts, settlements of the clay embankment fill would be on the order of 1% of the fill height. Minimal settlements should be anticipated where the embankment fill consists of CSB and/or flowable fill. Also, additional settlement is anticipated due to consolidation of the existing in-situ clay and fill soils that would be supporting the embankment fills. The magnitude of additional settlement caused by consolidation of the in-situ soil below the deep fill will depend upon the moisture condition at the time of construction. At the time of the geotechnical investigation (early December 2019), the clay soils were in an average to dry moisture condition and were very stiff to hard. In this condition, additional future settlements would be on the order of about 1 inch. If the upper soils are wet and softer at the time of construction (after periods of rain), additional settlements could be over 4+ inches. These settlements should be anticipated below pavement approach slabs and below sloped concrete rip-rap around the abutments. Due to concerns associated with differential movement around the bridge abutments, we recommend that all backfill around the abutments consist of cement stabilized backfill (CSB) and/or flowable fill. The CSB and/or flowable fill should have a minimum compressive strength of 300 psi at 7 days. These materials should be tested prior to placement and tested during construction. We recommend that a hinged transition approach slab be considered in order to minimize the effects of differential movements at the bridges (see below). As a minimum, the CSB and/or flowable fill should extend 2 feet beyond the abutments and then extend upwards on slopes no steeper than 1 H:1 V to the bridge approach slabs. The CSB and/or flowable fill and hinged transition approach slabs should be placed in accordance with TxDOT Standard Sheet CSAB. The CSB and/or flowable fill should also be placed below any sloped concrete rip-rap at the abutments. A schematic of the required CSB / flowable fill placement adjacent to the abutment is shown below. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGe 12 � � � END BRIDGE L II � l [oncr�+lP ii � ' �P-a`� . � �� � II i �I t !I 1 � ^� � ���r�j O�' [f f �� � / ���A�� � 1) ,�_.�I . �� � � q i H 1 EX15T GROUND fl 1 -- !I 1' � li 1 � �f�d�-b• a - _- r. _� "�^�- � .-. .-. . .- - _��� i�,�, ,�:, � .�; . �.1 LS�nr�1�M0��CL �����•�b .(- {"�qtR.• �SafT�/fEt! rA•=+�v� �! b,l�, �,����r c � ��.,r] Prior to placement of the CSB and/or flowable fill, the existing subgrade soils should be probed and tested by a qualified Geotechnical Engineer. All wet and softened in-situ soil identified should be removed to limits of 5 feet beyond the backfill limits until drier very stiff to hard clay soils are encountered as verified by a qualified Geotechnical Engineer. This softened soil should be replaced with CSB and/or flowable fill. If CSB and/or flowable fill is used as backfill (and is used to replace wet softened soil as described above) and hinged transition approach slabs per the TxDOT CSAB detail (shown below) is used, then potential for differential ground movements at the bridge approach slabs and below the sloped concrete rip-rap should be minimized. ALLIANCE GEOTECHNICAL GROUP DE19-317 P,4Ge 13 -- Provide a 1" Min ACP stress relieving,. � pad between approach slab and CSB. ; 3} eridge approach s/ab — End of r � - wingwalll ?� ,1 ; ,� •.}-.. �x, .%� :� . � TYP A��veRi��t End of section � approach slab ;. f' . � � `.-1 ' �....{ S, \ Abutmen[ — Z'-0" ••. _ C �4. � � �'• No steeper . '� �' �,• than 1:1 . 1 ] ` � Cement stabilized - b���kf�rr �'��; ' ----• •••....... ••-•• •-•-1 ---- -•..�, The same requirements apply to sloped embankments to be armored with concrete rip-rap. It is imperative that all cracks and joints in the pavement and around the concrete rip-rap be sealed and maintained by routine sealing in order to minimize water migration and resulting settlement caused by hydro-compaction and settlement caused by erosion associated with long term water migration below the approach slabs and below sloped embankments covered with concrete rip-rap. It is also imperative that positive drainage be provided along the pavement edges to prevent ponding. 6.0 RETAINING WALL FOUNDATION SYSTEMS Several short retaining walls are anticipated to be required along this proposed roadway alignment. The proposed retaining walls will consist of both cut and fill walls. The fill walls will have maximum heights of 8 feet and the cut walls will have maximum heights of 5 feet. We understand that conventional concrete reinforced gravity walls are anticipated for these short retaining walls. We understand that flat grades will occur beyond the top of the fill walls and that grades beyond the toe of the fill walls will typically be 6H:1V or flatter but will occasionally be as steep as 4H:1 V. We understand that flat grades will occur beyond the toe of the cut walls and that grades beyond the top of the cut walls will typically be 6H:1 V or flatter but will occasionally be as steep as 4H:1 V. See the below current details for the proposed retaining walls. ALLIANCE GEOTECHNICAL GROUP DE19-317 PnGe 14 i � YARIES j 5'-36' � � VARIES ¢ USUAL � y N� r 10'+� 10'� w ' � � r� ¢ l.SX rus�a�i ` Y L:=:1 � EB FILL WALL DETAIL (TY i) N.7.S. i � .a VASIES9 j � VARIES � �y � USUAL w � � � 10'+1� 10' � t � r n IN m i.sx x IUSUAU w ��j r WB FILL WALL DETAIL (TY I1 N.T.S. J W VARIE � �`A VARIES .--^+— B4' — USUAL �' j— 10'^� IO t I m Sx "-'� fUS�h1.l WB CUT WALL DETAIL N.T.S. O ¢ � w Retaining walls supported by shallow footings at this site could be subject to large differential soil swell upward movements (6 to over 8+ inches). See Section 5.1 of this report. Cracking of concrete retaining walls (supported by shallow footings) will occur due to differential soil movements. The retaining walls could be supported by straight shaft piers founded in hard to very hard gray shaley limestone in conjunction with void spaces beneath the retaining walls if it is desired to minimize wall movements. These recommendations could be provided upon request. Additional deeper test borings would be required along the retaining wall alignments. If the retaining walls can be designed to accommodate large differential shrink/swell movements, shallow footing systems could be used to support the retaining walls as long as existing fill soils are over-excavated and recompacted. The retaining wall footings should be founded at depths of at least 2 feet below final grade on very stiff to hard clay soils, calcareous clay soils and/or firm severely weathered limestone. Where existing fill soils are present at base of footing, the existing fill soils should be over-excavated until very stiff to hard natural clay soils are encountered and then backfilled with onsite clay soils in 8 inch lifts. The backfill should be compacted to a minimum of 98 percent of ASTM D 698 at -1% to +2% of its optimum moisture content. The over-excavation of existing fill soils and replacement with on-site clay soils should extend at least 3 feet or 1 D beyond the edges of the retaining wall footings, whichever is greater (where D is the required depth of over- excavation). Note 1: The base of the footings should be inspected by a qualified Geotechnical Engineer to verify that all existing fill soils have been removed prior to filling. Note 2: In order to reduce cracking of concrete walls (supported by shallow footings), full height joints should be provided along the walls. ALLIANCE GEOTECHNICAL GROUP DE19-317 PaGe 15 6.1 SITE PREPARATION WORK We recommend that the following site preparation work be perFormed beneath the proposed new wall footing. Excavate to a depth of 1 foot below bottom of wall. The excavations should extend at least 3 feet beyond the edges of the retaining wall base. 2. After excavation, the subgrade should be probed and proofrolled under the direction of a qualified Geotechnical Engineer. A compressive strength as measured with a penetrometer reading by an AGG Engineer of at least 1.5 tsf is required for an allowable bearing capacity of 2,000 psf. If existing fill soils and/or softer soils that do not have adequate allowable bearing capacity to support the bearing pressures of the walls are encountered at base of cut, these existing fill soils and/or soft soils will have to be over-excavated until very stiff soils are encountered as specified above. Excavated soil should be aeriated, moisture conditioned and compacted in maximum 8 inch lifts to a minimum of 98% of ASTM D698 between -1% to +2% of optimum moisture content. Any required over-excavation should extend 3 feet or 1 D beyond the edges of the footing, whichever is greater and then up to the ground surface along a 1 H:1 V slope (where D is the required depth of over-excavation and reworking). Excavation should also extend 3 feet beyond both ends of the required excavation and then up to the ground surFace along a 3H:1V slope. We recommend that a line item for over-excavating and reworking of softer clay areas be included in the bid documents and is considered for the construction budget. 3. The upper 8 inches at the base of the cut (below the 12 inches of flex base) should be scarified, moistened conditions and compacted to a minimum of 98% ASTM D698 at -1 % to +2% of optimum moisture content. The first layer of crushed stone flex base should be placed as soon as possible after completion of the excavation operations in order to minimize disturbances caused by wetting or drying of the subgrade. If a rain event occurs prior to the placement and compaction of the first lift of crushed stone flex base, all soft wet soils must be removed until competent very stiff clay soils are encountered as verified by a qualified Geotechnical Engineer. The over- excavation should be backfilled with compacted crushed stone flex base. 4. Fill to final footing grade with a minimum of 12 inches of crushed stone flex base (two 6-inch lifts). The flex base should extend to the excavation limits (see Item 1 above). The material used as flex base should be crushed "Chico" stone flex base per TxDOT Item 247, Type A, Grade 1. The flex base should be compacted in maximum 8 inch lifts to a minimum of 95 percent of ASTM D1557 between optimum and +2% of the soil's optimum moisture content. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 16 6.2 RETAINING WALL RECOMMENDATIONS The retaining wall footings should be founded on compacted crushed stone base over very stiff to hard native clay soils and/or reworked and compacted fill soils as verified by a qualified Geotechnical Engineer. The footings should be founded a minimum of 2 feet below final adjacent lower grades. We recommend that the following parameters be used for design of the footings: Allowable Bearing Capacity Ultimate Friction Factor for Sliding Resistance: 2,000 psf 0.3 (Appropriate FOS should be used) This assumes the foundation subgrade below the wall footing is battered back (downward away from wall face) along a 5% slope. Additional passive resistance could be considered for a key extending below the bottom of a concrete footing as follows. Allowable Passive Resistance of Key below footing if required for sliding resistance 100 psf per foot of key depth below bottom of footing (linearly increasing with depth). Note 1: In order to minimize long term wall creep caused by sliding, and achieve the friction factor indicated above, the excavation for the wall footing must be battered back along a 20(H):1(V) slope (sloping in a downward direction away from the wall face). Excavations that slope downward toward the wall face will allow horizontal sliding (creep) movements. Note 2: The concrete footing should be constructed within a neat vertical cut. Forming of the footing should not be allowed. Note 3: A suitable moisture barrier (with UV protection) is recommended for a distance of at least 8 feet from the base of walls to minimize excessive long term creep that would otherwise occur due to seasonal cyclic desiccation and wetting. Note 4: Any existing or proposed utility trench backfill located within the bearing influence of the retaining wall footing (approximated by 1 H:1 V slope extending downward from edge of footings) should be tested to verify a compaction level of at least 98% ASTM D698. Note 5: Note 6: See Section 6.3 of this report for retaining wall backfilling requirements. Differential retaining wall movements should be anticipated due to post- construction upward soil swell movements (see Section 5.1 of this report). ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 17 Closely spaced vertical crack control joints should be used along the full height of all concrete walls to control cracking associated with differential foundation movements. Note 7: See Section 8.0 in regards to tree effects. 6.3 RETAINING WALL BACKFILL The retaining walls should be backfilled with low PI select fill in compacted lifts within a 45 degree wedge extending 2 feet beyond the retaining wall and then upward from the base of the wall to the ground surFace. The backfill material should consist of low PI select fill having a liquid limit of 35 or less and a PI of 5 to 14. The backfill material should be compacted in 8 inch maximum lifts befinreen 95 and 100 percent of the maximum density as determined by ASTM D698 between -2% and +2% of the soil's optimum moisture content. Backfill placed within 5 feet of the walls should be hand compacted. Over-compaction should not be allowed. The select fill should be benched into the existing embankment and compacted in maximum 8 inch horizontal benched lifts. It is imperative that the interface between the existing embankment soils and the select fill soils be adequately compacted in horizan#al benched lifts along the interFace to eliminate any loose seam transmissive to water migration. A minimum of 12 inches of free draining gravel or clean crushed stone should be placed adjacent to the wall to provide drainage of the backfill. A free-draining geotextile fabric should be used at the interFace of the free draining stone and select fill. In addition, weep holes or a perimeter drain installed at the base of the wall should be provided to minimize hydrostatic pressures if the walls are to be designed for drained conditions. If drained select fill is used as specified above, the wall may be designed for a drained active earth pressure of 45 pcf equivalent fluid pressure. If the walls are to be designed for at-rest pressures, drained at-rest earth pressures would be 65 pcf equivalent fluid pressure. Any surcharge load or live load (including any sloped embankment above the select backfill limits) should also be included during design. An earth pressure coefficient may be assumed to be 0.50 for determination of lateral soil pressures resulting from surcharge loads. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 18 6.4 GLOBAL STABILITY ANALYSIS Global stability analyses were performed for the proposed retaining walls. The global stability analyses were perFormed based upon the assumption that the retaining walls will be founded at depths of 2 feet below final adjacent grades and that a suitable moisture barrier (with UV protection) is used for a distance of at least 8 feet beyond the base of the walls to minimize seasonal cyclic desiccation and wetting from occurring. The slope stability analyses were performed for the following conditions: • 8 foot tall fill wall with flat grades beyond the top of the wall and 6H:1 V grades beyond the toe of the wall. + 8 foot tall fill wall with flat grades beyond the top of the wall and 4H:1V grades beyond the toe of the wall. • 5 foot tall cut wall with flat grades beyond the toe of the wall and 6H:1V grades beyond the top of the wall. • 5 foot tall cut wall with flat grades beyond the toe of the wall and 4H:1 V grades beyond the top of the wall. The slope stability analyses were perFormed using the Slope/W software and using estimates for C and phi soil parameters based upon the results of the direct shear testing. The results of the global stability analysis are provided in Appendix B to this report. Based upon the results, the retaining walls will generally have a factor of safety against global stability in excess of 1.5. However, a factor of safety of less than 1.5 resulted for the 8 foot tall fill wall with 4H:1 V grades beyond the toe of the wall condition. TxDOT recommends a minimum factor of safety of 1.5 for all critical walls. Therefore, we recommend that flatter grades (6H:1V or flatter) be used beyond the toe of all fill walls in order to achieve a minimum factor of safety of 1.5. 7.0 PAVEMENT RECOMMENDATIONS 7.1 SOIL MOVEMENTS The subsurFace exploration revealed the presence of expansive clay soils over limestone. The potential upward soil swell movements typically range from 6 to over of 8+ inches along the proposed roadway alignment. If construction occurs when the site soils are generally in a moist to average moisture condition, relatively large differential movements could occur ALLIANCE GEOTECHNICAL GROUP DE19-317 PaGe 19 befinreen tree influenced areas and non-tree areas where existing trees are removed during construction or if existing trees should die after the pavement is constructed. Note: If the existing trees near the roadway remain and/or if new trees are planted near the roadway, differential pavement settlements caused by ground shrinkage associated with moisture absorption by the root systems will continue as the trees continue to mature. An aborist should be consulted for recommendations related to root barriers. See Section 8.0 for tree effects. 7.2 OPTIONAL SITE MODIFICATION TO REDUCE SOIL MOVEMENTS As mentioned above, large differential upward pavement movements are likely to occur at this site due to future shrink/swell movements. If this magnitude of differential pavement movements are not acceptable, site preparation work will have to be perFormed in order to lower the potential differential movements to acceptable levels. If it is required for the differential soil swell movements for the proposed new pavements to be reduced, excavation and moisture conditioning of the existing clay soils will be required. Moisture conditioning can be accomplished by excavation and moisture conditioning of the in-situ soils in compacted lifts. An Alliance Geotechnical Group Engineer should be contacted for site preparation work recommendations in order to reduce the potential soil swell movements to acceptable levels if it is desired to reduce differential upward pavement movements. Note : See Section 8.0 regarding tree effects adjacent to the existing alignments. 7.3 EXISTING FILL SOILS Existing fill soils were encountered within about half of the test borings. The existing fill soils extended to depths of up to 7 feet below the existing ground surface at this test boring locations. If the existing fill soils were placed in an uncontrolled manner without engineering supervision and without moisture / compaction verification of each fill lift, some settlement should be anticipated for pavements placed over existing uncontrolled fill soils. In order to provide adequate pavement support where existing fill soils are present within pavement areas, we recommend that the existing fill soils be tested for compaction to a minimum depth of 4 feet below final pavement subgrade. If compaction levels are less than 95% of ASTM D698, excavation of the existing fill soils will need to be performed to a minimum depth of 4 feet below the bottom of pavement to provide the minimum pavement support required for design. Pavement settlements could still occur where deeper non- ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 20 compact fill is present. If it is desired to minimize settlement in pavement areas sensitive to settlements, all non-compact fill should be removed and replaced in thin compacted lifts. 7.4 PROOFROLLING AND FILL PLACEMENT After the existing pavement is removed and prior to placing fill, the exposed subgrade in areas to receive fill should be stripped and proofrolled. Proofrolling should also be perFormed in cut areas after cutting to final grades. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. The proofrolling operations should be performed under the direction of an AGG geotechnical engineer. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade as determined by AGG. Any resulting void areas should be backfilled to finished subgrade in 8 inch compacted lifts as specified below. After completion of proofrolling, the ground surface should then be scarified to a depth of 8 inches and recompacted to levels specified below prior to placement of additional fill. We recommend that fill be placed in 8 inch horizontal benched lifts. Clay fill materials should be placed in 8 inch loose lifts and compacted to a minimum of 98 percent of the maximum density as determined by ASTM D 698 between -1 % and +2% of its optimum moisture content. 7.5 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed roadway and should prevent water from collecting or discharging near the pavements. Water must not be permitted to pond adjacent to or near the pavements during or after construction. Otherwise, differential upward soil swell movements will be exacerbated. The pavements will be subject to large post construction movement (see Section 5.1 of this report). Joints in the concrete pavements should be sealed to prevent the infiltration of water. Since post construction movement of pavement will occur, joints should be periodically inspected and resealed along with pavement cracks that will occur. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 21 7.6 STABILIZATION WITH HYDRATED LIME The subsurface exploration revealed surficial materials present beneath the pavement and base consisting of highly plastic clay soils having a high shrink/swell potential. These clay soils react with hydrated lime, which serves to improve their support value and provide a firm, uniform subgrade beneath the paving. Based on the results of a lime / Atterberg limits series (Figure 24), eleven (11) percent hydrated lime by dry weight (66 pounds per square yard per 8-inch depth) will be required to stabilize the existing clay subgrade. The actual lime requirement will depend upon the actual subgrade soils exposed at final grade and should be determined at the time of construction. We recommend that soluble sulfate testing be performed on the pavement subgrade once final grading of the pavement has been achieved to verify that that sulfate levels are below 3,000 ppm. The lime should be thoroughly mixed and blended with the active subgrade soil (TxDOT Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D698, within -2% to +2% of the soil's optimum moisture content. We recommend that this lime stabilization extend 2 feet beyond exposed pavement edges in order to reduce the effects of shrinkage during extended dry periods. Note: After final grading has been achieved, depth checks and PI verification checks should be performed to verify that the specified depth of stabilization is present. Sand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils. It should be specified that only lime-stabilized soil will be allowed for fine grading. After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non- yielding subgrade. Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture. After initial mixing, the lime treated subgrade should be lightly rolled and maintained at or within 5 percentage points above the soil's optimum moisture content until final mixing and compaction. We recommend a 3-day curing period for these soils. The ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 22 following gradation requirements are recommended for the stabilized materials prior to final compaction: Minimum Passing 1 3/4" Sieve Minimum Passing 3/4" Sieve Minimum Passing No. 4 Sieve Percent 100 85 60 All non-slaking aggregates retained on the No. 4 sieve should be removed prior to testing. The stabilized subgrade should be protected and moist cured or sealed with a bituminous material for a minimum of 5 days before further courses are added or any construction traffic/equipment permitted. The final lift should not be exposed for more than 14 days without protection or the placement of a base course or pavement. Pavement areas should be graded to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas. Due to the presence of expansive clay soils, pavement movements should be anticipated. Inspection during construction is particularly important to insure proper construction procedures are followed. 7.7 CRUSHED CONCRETE BASE In lieu of lime stabilization, eight (8) inches of flexbase and/or recycled crushed concrete base could be used. The flex base should be compacted at optimum to +2% above optimum to a minimum of 95% Modified Proctor density (ASTM D1557). The base materials should comply with TxDOT Item 247, Type D, Grade 1. After proofrolling (see Section 7.4), the upper eight (8) inches of pavement subgrade should be scarified and compacted prior to placing flex base. The upper eight (8) inches of the subgrade clay soils should be compacted at -1 % to +2% above optimum moisture to a minimum of 98% Standard Proctor density (ASTM D 698). If a rain event occurs prior to paving, the subgrade should be aerated and re-tested prior to flex base placement. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 23 7.8 PAVEMENT ANALYSES AND SECTION RECOMMENDATIONS The required pavement section depends on the traffic volume and the frequency of truck traffic. Based upon traffic studies perFormed by others for the proposed roadway, it is anticipated the proposed roadway after being constructed will have 23,800 average vehicles per day (0% growth rate). We also understand that 2.4% truck traffic is anticipated. For the purpose of this study, we have assumed that the truck traffic will consist of WB-50 trucks. The pavement section recommendations provided below in this report have been developed based upon the above traffic information and based upon both a 20 year and 30 year design life: The pavement secti�n recommendations provided below were designed based upon AASHTO Guide for Design of Pavement Structures using WinPASS 12 computer program. A summary of the inputs are provided below: Initial Serviceability: 4.5 Terminal Serviceability: 2.5 Modulus of Rupture: 588 psi (4,000 psi concrete) Elasticity Modulus: 3,932,000 psi Effective k-value: 250 psi/in - for 8 inches of lime-stabilization or 8 inches of flex base Reliability Level: 95% Standard Deviation: 0.39 Load Transfer J: 2.7 (assumes adequate edge support is provided) Drainage Coefficient: 1.0 Tables 2 and 3 presents the recommended pavement sections for this project: TABLE 2- RECOMMENDED PAVEMENT SECTIONS 20 YEAR DESIGN tIFE 11 inches Portland Cement Concrete (4,000 psi Concrete)'` 8 inches Lime Stabilized Subgrade (Section 7.6) OR 11 inches Portland Cement Concrete (4,000 psi Concrete)* 8 inches Recycled Crushed Concrete Flex Base (Section 7.7) ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 24 " These pavement thicknesses are based upon adequate pavement edge support being provided. If not, all of the above concrete thicknesses should be increased by one inch. TABLE 3- RECOMMENDED PAVEMENT SECTIONS 30 YEAR DESIGN LIFE 12 inches Portland Cement Concrete (4,000 psi Concrete)* 8 inches Lime Stabilized Subgrade (Section 7.6) OR 12 inches Portland Cement Concrete (4,000 psi Concrete)* 8 inches Recycled Crushed Concrete Flex Base (Section 7.7) * These pavement thicknesses are based upon adequate pavement edge support being provided. If not, all of the above concrete thicknesses should be increased by one inch. The concrete should have a minimum 28 day compressive strength of 4,000 psi and a minimum 28 day flexural strength of 588 psi. Concrete quality will be important in order to produce the desired flexural strength and long term durability. Proper joint placement and design is critical to pavement performance. Load transfer at all joints and maintenance of watertight joints should be provided. Control joints should be sawed as soon as possible after placing concrete and before shrinkage cracks occur. All joints including sawed joints should be properly cleaned and sealed as soon as possible to avoid infiltration of water. Our previous experience indicates that joint spacing on 12 to 15 foot centers have generally perFormed satisfactorily. It is our recommendation that the concrete pavement be reinforced with a minimum of No. 4 bars placed on chairs on approximately 18—inch centers in each direction. Note: We recommend that the perimeter of the pavements have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavements. If not, the above pavement thicknesses should be increased by one inch. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 25 7.9 PAVEMENT CONSIDERATIONS All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation. The soils at the site are active and differential heave within the paving areas will occur. See Section 5.1 of this report. The service life of paving may be reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of the paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Backfill materials, which could hold water behind the curb, should not be permitted. Flat pavement grades should be avoided. 8.0 TREE EFFECTS Mature trees are present in a few areas along the proposed roadway alignment. The roots of mature trees absorb large amounts of moisture from the supporting soils to depths of over 15 feet. If construction occurs when the site soils are generally in a moist to average moisture condition, relatively large differential movements could occur between tree influenced areas and non-tree areas where existing trees are removed during construction or if existing trees should die after the pavement and retaining walls are constructed. If this is the case, consideration should be given to performing over-excavation and moisture conditioning with tree influenced area in order to minimize the potential for differential soil swell movements. It should be recognized that concrete slabs (retaining walls supported by shallow foundations, sidewalks, and pavements) will be subject to long term settlement due to ground shrinkage caused by moisture absorption of tree root systems. To minimize long term settlements, trees and deep rooted shrubs should not remain or be planted within 35 feet of the retaining walls and pavements in order to minimize settlements caused by ground shrinkage associated with moisture absorption of the tree root systems. Otherwise, an arborist should be contacted regarding the installation, effectiveness, and use of root barriers and irrigated tree wells to minimize future shallow foundation and pavement settlements due to ground shrinkage caused by tree root absorption. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 26 9.0 FIELD SUPERVISION AND DENSITY TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of one test per lift for every 100 linear feet roadway fill. This includes general roadway fill and utility backfill. Supervision by the field technician and the project engineer is recommended. Some adjustments in the test frequencies may be required based upon the general fill types and soil conditions at the time of fill placement. Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that drilled pier construction, proofrolling, site preparation, subgrade stabilization, bridge construction, retaining wall construction and pavement construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be perFormed before and during concrete placement operations. Alliance Geotechnical Group employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 10.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the test borings. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Alliance Geotechnical Group should be notified to review the effects on the perFormance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of client, their client, and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANCE GEOTECHNICAL GROUP DE19-317 PAGE 27 r �.. .'';'�'•1 �� �� , i '�'�;'� �a ;- _� s Project No: ALLIf�'fCE DE19-317 PLAN �F BaRI NCS �G GEOTECfinICAL C�OUP E. BAILEY BOSWELL ROAD EXTENSION Figure No: FORT WORTH, TEXAS 1 A � � ���.::i�ii�i � , ''� � ' i� � � • s . �- ��'�. ,_ �.'"_ � �� -� :�-, �. � � .� e i� ' � A ��?1•• � r:��, � r M I.��� . _ I.-. :i..� , �� � . . � � • � �� r - .+..- .�..... _���i ALLIfi�'ICE ��� GEOTECFir11CAL C�OUP � ,r� F �'� � � �. �� y .� � � 4.' ��R� _ " " ' ' ' . -�:�=;�:. �'� ..- _ � , • � � - — -. _� � �ti� �� C Project No: DE19-317 PLAN QF B�RI NGS E. BAILEY BOSWELL ROAD EXTENSION Figure No: FORT WORTH, TEXAS � B LOG OF BORING B-1 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 12/3/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: 7'4" Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION feet & FIELD TEST DATA � 2/6'. 4,�„ Dark brown CLAY and sandv CLAY w/ trace gravel sis• (FILL) 3/6" SRi' 10/6" ,s�s�� Tan CLAY w/ crushed concrete (FILL) 13/6" 5 12I6" 1B/6" 12/6" - 6�:: Alternating layers of very hard tan weafher�d ���' LIMESTQNE and CLAY 5012 75" "'—" 10 50/0 25" i 50/0" :� :��► � � t�� �� � � �r�� cacaic� i�w�i iW rE+� ��is� �w-�� ..na� eeiry�� Giii�i ���i# ■rrr�� r_ee�y .www�i :.:s-� r �urr � � � �:�i ��11 ca i � � Z5 50l0 25" 50/0.25" 30 50/0.25" 50/0" 35 VOt@S: Very hard gray shaley LIMEST�NE w/ shale seams Boring terminated at 30 feet Alliance Geotechnical Group, Inc Project No.: DE19-317 MC LL PL PI -200 DD P.PEN UNCON Strain °h % % % % pcf tsf ksf °,6 22 d5 18 3i 3.0 3.5 8 - - - - r�■c.�� FIGURE:2I LOG OF BORING B-2 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 12/4/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (feet 8 FIELD TEST DATA r 0 r�—r� I,/r►► � a�ir.rr: � � � ��rE .11w�ii r.r..� l��iw ■*� �%1 ����� riA`►� �� a�f��: �i�h�� :."��.s` .,...*� �;`�r � � � � �y r %�fi� 1 �*��' � 111+1l� ��►aM' A4��a �� r� iiww�= �:+��a ���r+r� rwa'" w� rrr�r� e����� w���r a��r�i �� ■arr� � .r.�+��� �3_'4�` � r Dark brown CLAY w/ limestone (FILL) Brown and tan calcareous Gi..AY w/ crushed stone F,{ 1LLj Tan CLAY, jointed, w/ severely weathered limestone seams Alternating layers of hard to very hard tan weat�ered LfM�ST�NE and CLAY Hard to very hard gray shaley �IM�$T�NE w/ shale seams Project No.: DE19-317 MC LL PL PI -200 DD P.PEN UNCON Strain °h % % °.6 % pd tsf ksf °,fi 10 36 16 20 <.5+ ^ � :Z:��� i � � r���ci � � �ir.��! ��1�A ■����� �A�la�' V�S i ��rrZe� ww�r� ���a '�� GiiiiG� wa�rr R����A iri�iiaai ' ���ra w���� e�� re�E � � ���r� �� 36 7/1 75" 50/0 5" Boring terminated at 30 feet �s Votes: FIGURE:3 Alliance Geotechnical Group, Inc. LOG OF BORING B-3 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 12/4/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION Feetl 8 FIELD TEST pATA +� �,, Brown CLAY, jointed, w/ calcareous nodules :.M: -� , . wra �r .� � iii�l�� • �.wwias. fr�::ww� R���� r n�i�r ■����ri � w���� i`Li�.c � rrn na�r�� r. �. � ���r �.. � J 15 ?17.. )/0 75" -20 ��.. 50/0.5 - 25 50/0 75" 50/1 5" 50l1" 30 50/0 5" 35 Notes: Alternating layers of hard to very hard tan weathered LIM�ST�NE and CLAY Hard to very hard gray shaleXLIMESTONE w/ shale seams Boring terminated at 30 feet Alliance Geotechnical Group, Inc Project No.: DE19-317 MC LL PL PI -200 DD P PEN UNCON Strain % % °h °� % pcf tsf ksf °r6 " 35 •— — — 33 23 43 4.25 35 � d.5+ � _ — FIGURE:4 LOG OF BORING B-4 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 12/5/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION feet & FIELD TEST pATq r� �,� Dark brown CLAY, jointed � 10 15 20 30 35 Brown CLAY, jointed, w/ calcareous nodules and trace 6„ gravel s^ Tan and light gray calcareous Ci..AY w/ severely weathered limestone seams � 25" '�� Alternating layers of hard to very hard tan weathered LIMESTONE and CLAY Hard to very hard gray shale I..IMESTONE w/ shale 3 �5.. seams )25" 175" �25" 25" 5o�ozs�� goring terminated at 30 feet Project No.: DE19-317 MC LL PL PI -200 DD P PEN UNCON Strein % °� % °� % pcf tsf ksf % I — — —� t2e �"� — 35 66 42 B3 1 5 2. 3 7 3 1.75 2.25 25 � 9B 2.25 3.4 7 3 z� la�l�elzs Notes: FIGURE:5 I Alliance Geotechnical Group, Inc. , LOG OF BORING RW-1 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 12/4/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: 4 feet Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (feet 8 FIELD TEST DATA 0 r �� Dark brown CLAY w/ trace gravel (FILL) 9/6" 7/6" 4/6'. 3/6" 5/6" ��� � � � � �� w�r.�r: ��www ii�� �w � w ..�:Y.'L' w�s,�r: : �i� w �ii:r�: ��w�� . nww: rr�* ■a���: : w��� rr���: �xnr•ru� � � w��w� .�r�w^� � 20 25 30 35 50/0 75" 50/0 25" Project No.: DE19-317 MC LL PL PI -200 DD P PEN UNCON Strein % % 9� °h % pcF tsf ksf °,6 � — — � 35 • — — — 31 62 23 39 87 3 75 5.2 B 8 4.5+ Dark brown and brown CLAY, jointed 22 -water seepage at 8 feet during drilling Tan CLAY, jointed, w/ limestone fragments " Alternating layers of tan and gray hard to very hard weathered LIMESTQNE and CLAY Hard to very hard gray sha�ey LlMEST�NE w/ shale seams 50/0 25" eo�o.zs�� goring terminated at 25 feet Notes: FIGURE:6 Alliance Geotechnical Group, Inc. LOG OF BORING RW-2 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 12/4l2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS Project No.: DE19-317 DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P PEN UNCON Slrain ffee❑ & FIELD TEST DATA � � � � % pcf Isf ksf % . [�� � — — - — — - — — -- —� Dark brown CLAY w/ crushed stone fragments (FILL) '0 30 � Tan and light gray caEcareous CLAY w/ weathered � `� i ��limestone seams •.,'::1.: , 50/1 25" -- - - , ;'.=_ : 5o�ozs� Hard to very hard tan weatnered LIM�ST�N�, r`i'j:''`i{ 5 �s.���._ri fractured, w/ clay seams ` Yi k171.�7� S0/0 75�� I -�.����;.��,j7 50/0 5" •,o so�o�s�� Hard to very hard gray s��a.le.y LIM�ST�1V� w/ shale so�o25�� seams I �:�;=;;:,;;1�son„ � 15 5oir� .I zo zs 30 j 35 I Notes Boring terminated at 15 feet 10I26f14f121_ f.. I_45+ � � � _ l. _ FIGURE:7 Alliance Geotechnical Group, Inc. LOG OF BORING RW-3 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 07/19/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was� Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS Project No.: DE19-317 DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P PEN UNCON Strain (feeq 8 FIELD TEST DATA � � � � % pcf Isf ksf % � f{{•�%Yll::J��'f 18/6.. y1. fi�?�.] � 28/6�� �-;�I� ���P.�jr� 36/6�� �31i����.y�. li�i. ✓:{ 3� 27/6„ '..I:li�,v�: `r r il i� s5,s.. Y r�� i. ,� sois�� _f;��i: �t �'� �.i.: �r�'}� r �o ����'r.y . s�i =��r� ��nrn zr+•, ff�.��;�� saia zs�� }lif i'::' ; �TfT?S ,� ��{ 1'� S{f 3T�1��y7]! 3r' �� '� � ��3�,� F� }_Lt]�. J 15 ailT�f ill� �7?: 50/0 25" l�.ff3�LY.� � � 50/0 25" YlCr3�1�7 J�f I� :I2 �1��-y .�}1�E2frP] F X 1 �,�7�� 1jYiI� , z° lr;`3r` � .� E .T� 3 � SO/0 25" � ,i,�l:ll 50/025" - 25 �:[�'� 50/0 25" S�, 50/0 25" ��T � ���� ' y :, :�{t�i +I,�r� �''�:'r �3 L�� +.� SO/0 25�� � 30 I�1,T��...�k- � 5��� 25�� 35 i0/0 25" i0/0 25' Brown and light brown CLAY w/ gravel, calcareous 'o a s+ nodules, and crushed stone (FILL) 4 s� 16 55 18 37 80 ' q 5+ 26 4 5 Dark brown CLAY, jointed Tan severely weatY��r�d L.IMESTQNE, highly fractured, w/ clay layers Very hard tan weathered LIMESTONE, fractured, w/ c seams and layers Very hard gray shaley_LIMESTONE w/ shale seams Notes: FIGURE:8 Alliance Geotechnical Group, Inc. LOG OF BORING RW-3 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 07/19l20'19 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (Feel) & FIELD TEST DATA : �._�;�� Very hard gray shaiey LlMESTQN� w/ shale seams [31f7f�f � ti 7.�.L� 3.j1- =i��i;i1.L"� .I�I�1�.1= i i� 40 �:�:T-��� 50/0 5,. ^ -- so�ozs�• goring terminated at 40' as so ss 60 � 65 70 Notes: Project No.: DE19-317 MC I �IPL+PII-200I PDIPPfNIUk50NISl�in � FIGURE:9 Alliance Geotechnical Group, Inc. LOG OF BORING P-1 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Project No : DE19-317 Date: 12/4/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was. Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 DD P PEN UNCON Slrain DEPTH SAMPLERSYMBOLS DESCRIPTION / / / � / pcf Isf ksf % ffeell 8 FIELD TEST DATA r0 � r--r� — — — s 10 I-,s zo 25 30 35 Notes Dark brown CLAY, jointed, w/ calcareous nodules zs sa z zs Light tan CLAY, jointed, w/ limestone seams -— 4 s+ -- a s++ .�,,,�� Alternating layers of hard to very hard tan w�alhered soioz5•� LIMESTONE and CLAY SOIO 75" � 5o�os�� goring terminated at 10 feet FIGURE:10 Alliance Geotechnical Group, Inc. LOG OF BORING P-2 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 07/18/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS Project No.: DE19-317 DEPTH SAMPLERSYMBOLS DESCRIPTION MC LL PL PI -200 DD PPEN UNCON Strain (feetl 8 FIELD TEST DATA % % % % % pcF lsf ksf % r-0 r�f� — —-- - - — — — - — 5��lr.r, 15/6" T���� 21/6" �i.��rT� 24/6�� �� i`�Yi.r �3� _.� �f.5�i��l.k��1� �g �6„ � .��.r.rY 1' 13/6„ 5 . �:, 50/3" iltr � l ��. �. _tI � E I : � fI1pEI=i I � ;lTIi � i� �; �Tn:., l il � [.17 i J :Lil:l]'�I' � ��I� ' SOl4" — 10 50/3 5" -,s zo zs 30 � ; 35 If I N otes: Brown CLAY w/ calcareous nodules & limestone �� ss z, se a s �fragments �FILLJ i — — — Tan se�ereEy weathe.red LIMEST�N.E, highly fractured, w/ calcareous clay layers ,Z q 5+ Alternating layers of hard to very hard tan LIMESTQf�E and CLAY Boring terminated at 10' FIGURE:11 Alliance Geotechnical Group, Inc. LOG OF BORING P-3 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 07I18/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (feetl & FIELD TEST DATA 5 10 15 25 30 Notes: Brown CLAY, jointed, w/ calcareous nodules, sand seams, and iron stains Light brown and tan CLAY, jointed, w/ calcareous deposits Project No.: DE19-317 MC LL PL PI -200 DD P PEN UNCON Strain °� °% °,6 °,6 % pcf tsf ksf % 16 56 20 36 91 115 4.5+ — — 4 25 45 4.5+ � 4.5+ 17 4 5++ 4.5+ Tan and gray CLAY, jointed, w/ calcareous nodules and 'a --- a.s �- � sand seams 45+ 4 5+ Boring terminated at 10' FIGURE:12 Alliance Geotechnical Group, Inc. LOG OF BORING P-4 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Project No.: DE19-317 Date: 07/18/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL PI -200 DD P PEN UNCON Slrafn DEPTH SAMPLERSYMBOLS DESCRIPTION (feet) & FIELD TEST DATA � � � � % pcf Isf ksf % r-0 �—r—�,.. — — — -- — - — 10 15 20 25 30 35 Notes: Brown to light brown CLAY w/ calcareous nodules, and 18 ss z, sa a s� limestone fragments (FILL) 45+ ao 23 4 5 45 'L7 4 5+ Brown CLAY, jointed, w/ calcareous nodules as+ �- - zs a 5+ Tan CLAY, jointed, w/ calcareous deposits 4° 4 5+ Boring terminated at 10' FIGURE:13 Alliance Geotechnical Group, Inc. LOG OF BORING P-5 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 07/18/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION ffeetl & FIELD TEST DATA �0 ,o 15 20 25 30 i I 35 Notes Project No.: DE19-317 Mo I/a I Po I Po I%0 I PD I P Pf N I U ksON I Sl ain Brown CLAY w/ calcareous nodules and gravel (FILL) 16 '9 45' a s+ Brown CLAY, jointed, w/ calcareous nodules 20 -- —--- a s+ as as Tan and gray CLAY, jaint�d, wl calcareous nadules and 45 IrDR St��C1S 17 51 19 32 98 115 45+ 4 5+ 4 5+ 19 96 4 5+ � Tan CLAY, jain4ed, wl limestnne fragments and sand � — Boring terminated at 10' FIGURE:14 Alliance Geotechnical Group, Inc. LOG OF BORING P-6 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 10/10/2019 Elev : Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION ffee[l & FIELD TEST DATA �-0 r �� _5 �`_ i f � 10/6" 8/6" 11 /6" =7�E. I ... 14/6�. -�o .���:f .. soi3., 15 20 25 30 35 Notes. Dark brown to brown CLAY, jointed, w/ calcareous nodules Tan ancl t�r�wn CLAY, joirited, wl c�ir.areous deposits Project No.: DE19-317 MC LL PL PI -200 DD P PEN UNCON Strain % % % % % pcf Isf ksf % 17 60 22 38 4 5+ a s+ 4 5+ 20 105 4 5+ 4 5+ - — 4 5+ . . — _.. 15 97 4 5+ Very firm to harcl tan severely weatheretl L[MES7ONE, 's highiy fractured, wl calcareaus �lay Iayers J - Boring terminated at 10' FIGURE:15 Alliance Geotechnical Group, Inc LOG OF BORING P-7 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 10I10/2019 Elev.: Location: See Figure ' Depth to water at completion of boring: Dry Depth to water when checked: Depth to caving when checked: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (�eet� & FIELD TEST DATA , 0 � - r -.�... — 5 10 15 20 5 0 35 Notes: was: was: Dark brown to brown CLAY, jointed, w/ calcareous nodules Project No.: DE19-317 MC LL PL PI % % % % 15 60 21 39 16 33 Tan and brown CLAY, jointed, w/ calcareous deposits � 16 �� 19 I sa Boring terminated at 10' -200 DD P PEN UNCON I Strain % pcf [sF ksf � °/ - - - - 4 5+ - - a s+ 4 5+ 4 5+ 4 5+ 4 5+ 4 5+ 115 4 5+ 4 5+ 4 5+ FIGURE:16 Alliance Geotechnical Group, Inc. LOG OF BORING P-8 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 10/1012019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (feel) 8 FIELD TEST DATA I� ��,, Dark brown CLAY, jointed, w/ calcareous nodules _ _, i r r..� _� l.!''�I T3I.i t k t]].`�.' I 50/2.. 3 i iFTifi;� E ].2 Y � F7JI'� i -10 .��f�',•t 50l1.. 50/1 ,s zo 2s 30 35 Notes: � Tannish brown CLAY, jointed, w/ calcareous deposits Hard to very hard tan weathered LIMESTONE, fractured, w/ clay seams Boring terminated at 10' Project No.: DE19-317 MC LL PL PI -200 DD P PEN UNCON Strain % % % % % pci IsF ksf % 15 63 23 40 4 5+ 17 4 5+ 4 5+ 4 5+ 17 95 4 5+ — — — a s+ 13 — 4 5+ FIGURE:17 Alliance Geotechnical Group, Inc. LOG OF BORING P-9 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 10/10/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was. Depth to caving when checked: was. ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (feel) 8 FIELD TEST DATA � f� Dark brown CLAY, jointed, w/ calcareous nodules � Tan calcareous CLAY w/ severely weathered limestone seams i :,B. o;�� Hard to very hard tan weat}�ered LIMESTDNE, 5 "�';:i:;_; �o��" fractured, w/ clay seams �'� "{' � T jFF::� '�Z �]�jl : f 'f ];�_ 1 �1F3�l 1 ������l i';'s �7� - � o f'''1'.f',-3f. . soio , z�� _ sao,2�� goring terminated at 10' 15 I I ; 20 25 � 30 f r 35 Notes. Project No.: DE19-317 MC LL PL PI -200 DD P PEN UNCON Strain % % % % % pcf tsf ksf % 11 s� 4 5+ a-- ao a s+ 11 111 4 5+ FIGURE:18 Alliance Geotechnical Group, Inc. LOG OF BORING P-10 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 10/10/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION (feel) & FIELD TEST DATA I� � Dark brown CLAY, jointed, w/ calcareous nodules i � � Tan and brown calcareous CLAY w/ calcareous depo a �16" i ' �6,� � 76�� '� 3�s� Fiard tan weafherec! LIM�STDiV�, fractured, wl cla : :: i : :. : �:'.� 5oia• Y �o ;��.�..�.:........, � , seams Boring terminated at 10' ,s zo zs 30 35 Notes: Project No : DE19-317 MC LL PL PI -200 DD P PEN UNCON Slrain % % % % % pcf Isf ksf % 2a ss 2s aa a s+ — a s+ zs a s+ a s+ 15 4 5+ 4 5+ 16 36 15 21 4 S+ 4 5+ FIGURE:19 Alliance Geotechnical Group, Inc. LOG OF BORING P-11 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Date: 10/10/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLERSYMBOLS DESCRIPTION (feell & FIELD TEST DATA �� � Dark brown CLAY, jointed, w/ calcareous nodules � I -S 10 � i ": � : � �r�..�.�.� � 12J6.� f 1-.` li�.� ����]� I 23/6„ �����1:Y Y50/5,. 4 _.�t�:. ����ff:��I 35/6„ } C:' �'. r': �; :, V 50/3 5.. Tan calcareous CLAY Project No : DE19-317 MC LL PL PI -200 DD P PEN UNCON Slrain % % % % % pcF lsf ksf % 17 68 26 42 4 5+ 22 4 5+ 9 4 5+ ;2 — — — —4�� — � Very firm to hard tan severel.y weathered L1M�5TQN�, highly fractured, w/ calcareous clay layers �z s� ,s zz Boring terminated at 10' � �� izo � 2s � 30 35 Notes� 13 FIGURE:20 Alliance Geotechnical Group, Inc. LOG OF BORING P-12 Project: E. Bailey Boswell Road Extension -Fort Worth, Texas Project No.: DE19-317 Date: 10/10/2019 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was� Depth to caving when checked: was� ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P PEN UNCON Strain fFee1J 8 FIELD TEST DATA % % % % % pcf tsf ksF % � � Dark brown and brown CLAY w/ calcareous nodules 13 sa ;s ss as� --- (FILL) 4 5+ Dark brown to brown CLAY, jointed, w/ calcareous 1e ——-- ,os 4 s� ---- nodules 4 s+ z2 a s+ 5 � Tan and brown CLAY, jointed, w/ calcareous nodules 45+ - � , s a s+ � .. . ;. ., �is,. — — �- � a,s�� Tan calcareous CLAY w/ severely weathered limestone 6�� seams _�� 18 37 16 21 3 0 10 — — — — — Boring terminated at 10' 15 zo 2s 30 35 Notes: FIGURE:21 Alliance Geotechnical Group, Inc. Symbol Description S�rata syrnbols CLAY �� LIMESTONE, weathered i• i_ Shaley LIMESTONE __�_- [_ � CLAY, Calcareous � I L- �'fr-L` LIMESTONE , f�� severely �� weathered LIMESTONE � � Misa. Symbo�.s � Water table at boring completion � Boring continues Notes: KEY TO LOG TERMS & SYMBOLS Symbol Description Soil Samplers � Standard Penetration Test m THD Cone Penetration Test , Thin Wall Shelby Tube � Auger 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content ($) PL = plastic limit (�) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC =(Recovery) sum of core sample recovered divided by length o£ run, expressed as percentage. RQD =(Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:22 Alliance Geotechnical Group, Inc SWELL TEST RESU LTS DRY ATTERBURG IN-SITU FINAL % BORING DEPTH UNIT LIMITS LOAD NO. (FEET) WEIGHT MOISTURE MOISTURE �pS� VERTICAL (pc� LL p� p� CONTENT CONTENT SWELL P-3 5-6 114.5 - - - 17.0 25.5 688 12.7 P-5 6-7 115.3 51 19 32 17.3 22.2 813 6.3 P-6 3-4 105.2 - - - 19.7 27.2 438 9.5 P-7 7-8 114.9 53 19 34 15.6 19.8 938 4.1 P-9 3-4 111.2 - - - 11.4 17.1 313 6.5 P-12 2-3 108.9 - - - 18.1 24.9 438 8.0 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surFactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. ALLIAnCE GE4TECHhICAL G�OUP LIME SERIES RESULTS BORING DEPTH LIME LIQUID pLASTICITY NO. ADDED LIMIT (FEET) �o�a� �o�o� INDEX (PI) 0% 69 44 6% 55 19 P-10 0-1 8% 54 17 10% 52 13 ALLIAI'iCE G GEOTECF�`fICAL GROUP 1500 � � � X ; 1000 � � � N � � n. - � � � � w �� � � - � � � � � 500 �� � � � � 0 Normal Stress, psf i67iI�� 1250 .� � o00 � n vi � � � 750 � �a a� � � 500 250 0 Sample Type: Undisturbed Description: Brown clay Assumed Specific Gravity= 2.72 Remarks: ASTM D3080 Figure HS 3 Sample No. Water Content, % Dry Density, pcf � Saturation, % � Void Ratio 2 Diameter, in. Height,_in. Water Content, % Dry Density, pcf � Saturation, % Q Void Ratio Diameter, in. � Height, in. Normal Stress, psf Peak Shear Stress, psf Displacement, in. Residual Stress, psf Displacement, in. Strain rate, in./min. 1 2 3 24.3 24.3 24.3 98.6 98.6 95.6 91.4 91.4 91.4 0.7219 0.7219 0.7219 2.500 2.500 2.500 1.000 1.000 l .000 27.7 25.0 23.6 94.6 97.3 99.3 94.9 91.2 90.2 0.7951 0.7460 0.7107 2.500 2.500 2.500 1.042 1.014 0994 720.0 1440.0 2880.0 6699 949.5 1418.4 0.030 0.496 0.497 270.7 949.5 14149 0.336 0.496 0.500 0.070 0.070 0.070 Client: Criado + Associates, Inc. Project:�ast Bailey Boswell Road Extension Location: B-3 Depth: l'-2' Proj. No.: DE19-317 Date Sampled: �; -- � DIRECT SHEAR TEST REPORT Alliance Geotechnical Group, Inc. Dallas, TX 25 0.15 0.3 D.dS O.G Horiz. Displacement, in. �u_1 ���.��J_:� �'��� ► � ► ��� S�IL SWELL M�VEMENTS MEASURES TO MINIMIZE SOIL SWELL MOVEMENTS In order to reduce the risk of excessive upward ground movements caused by soil swelling associated with free water sources, the following measures should be taken during design and construction: • The use of superior contractors and utility line materials accompanied with Quality Control inspection and testing of all utility line installations. • Utility under-drains with impervious barriers along the trench bottom may be used as an additional safeguard to minimize post-construction upward movement caused by water percolation into the deeper clay soils. • Positive drainage should be provided. SurFace drainage gradients within 10 feet of the pavement should be constructed with maximum slopes allowed by local codes. • Rapid repair of any utility leak including water lines, sewer lines, and storm drains. • Trees and deep rooted shrubs should be located no closer to the pavement than their ultimate mature height (and to greater distances were multiple trees are present and/or when the ground beneath the drip lines are paved) to reduce foundation settlement effects caused by moisture absorption of the root systems. • It is imperative that all cracks and joints in the pavement be sealed and maintained by routine sealing in order to minimize differential pavement deflections caused by soil swelling. • It is important that porous fill soils (sandy soil) not be used as backfill behind the curbs or as leveling sand below pavements to prevent ponding beneath the pavement or near the curb line. G L� BAL STAB I LITY ANALY� ES RES U LTS .-. � � N � � � L � .� 2 Proposed New Fill Retaining Wall E. Bailey 6oswell Road Extension (6H:1V Slopes) 1.488 i Distance (feet) 0 100 200 �-. � N � � � t � .� 2 Proposed New Fill Retaining Wal1 E. Bailey Boswell Road Extension (4H :1 V Slopes) 1.385 �� Distance (feet) 0 100 200 Proposed New Cut Retaining Vllall E. Bailey BosweCl Road Extension (6H:1V Slopes) 2.355 � 54 BH 1V fFl 40 .-. a-. � ,� 30 .� � rn 20 .� 2 10 � In-5ihi Ciay 5oils ��15a psf 3 Phi='!8 dc�rees 0 100 200 Distance (feet) .-. � N N � .... � L � .� 2 Proposed New Cut Retaining Vlrall E. Bailey Boswe�l Road Extension (4H :1 V Siopes) 2 096 * Distance (feet) 0 100 200 CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$ Asphalt Paving Machine Operator 13.99$ Asphalt Raker 12.69$ Broom or Sweeper Operator 11.74$ Concrete Finisher, Paving and Structures 14.12$ Concrete Pavement Finishing Machine Operator 16.05$ Concrete Saw Operator 14.48$ Crane Operator, Hydraulic 80 tons or less 18.12$ Crane Operator, Lattice Boom 80 Tons or Less 17.27$ Crane Operator, Lattice Boom Over 80 Tons 20.52$ Crawler Tractor Operator 14.07$ Electrician 19.80$ Excavator Operator, 50,000 pounds or less 17.19$ Excavator Operator, Over 50,000 pounds 16.99$ Flagger 10.06$ Form Builder/Setter, Structures 13.84$ Form Setter, Paving & Curb 13.16$ Foundation Drill Operator, Crawler Mounted 17.99$ Foundation Drill Operator, Truck Mounted 21.07$ Front End Loader Operator, 3 CY or Less 13.69$ Front End Loader Operator, Over 3 CY 14.72$ Laborer, Common 10.72$ Laborer, Utility 12.32$ Loader/Backhoe Operator 15.18$ Mechanic 17.68$ Milling Machine Operator 14.32$ Motor Grader Operator, Fine Grade 17.19$ Motor Grader Operator, Rough 16.02$ Off Road Hauler 12.25$ Pavement Marking Machine Operator 13.63$ Pipelayer 13.24$ Reclaimer/Pulverizer Operator 11.01$ Reinforcing Steel Worker 16.18$ Roller Operator, Asphalt 13.08$ Roller Operator, Other 11.51$ Scraper Operator 12.96$ Servicer 14.58$ Small Slipform Machine Operator 15.96$ Spreader Box Operator 14.73$ Truck Driver Lowboy‐Float 16.24$ Truck Driver Transit‐Mix 14.14$ Truck Driver, Single Axle 12.31$ Truck Driver, Single or Tandem Axle Dump Truck 12.62$ Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$ Welder 14.84$ Work Zone Barricade Servicer 11.68$ 2013 PREVAILING WAGE RATES The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. (Heavy and Highway Construction Projects) Page 1 of 1 CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 (Commercial Construction Projects) 2013 PREVAILING WAGE RATES Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Equipment Operators Page 2 of 2 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 09, 2021 The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 36. Automatic Flusher ................................................................................. 36 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" Dia. MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" Dia. MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" Dia. MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" Dia. MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.09/16/19 33 05 13.10 30" Dia. MH Ring and Cover Composite Access Products, L.P.CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"09/06/19 33 39 20 Manhole, Precast ConcreteForterra Pipe and Precast60" & 72" I.D. Manhole w/32" ConeASTM C-7660" & 72"* From Original Standard Products ListClick to Return to the Table of Content6Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass Pipe (FRP)AmeronBondstrand RPMP PipeASTM D3262/D375404/09/21Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe GroupThompson Pipe (Flowtite)ASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)SDR-26ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)SDR 26/35 PS 115/46ASTM F 67918" - 28"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDR-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationSDR 26/35 PS 115/46ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 30343/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26ASTM D30344" - 15"10/22/2020 33 31 20 PVC Sewer PipeSanderson Pipe Corp.SDR 26ASTM D30344"- 15"10/21/2020 33 31 20 PVC Sewer PipeNAPCOSDR 26/35 PS 115/46ASTM F-67918"- 36"* From Original Standard Products ListClick to Return to the Table of Content21Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 420AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeDR14AWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 14AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-28"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manufacturing Co., Inc d/b/a JM EagleDR 18AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"9/6/2019 33 11 12 PVC Pressure PipeUnderground Solutions Inc.DR14 Fusible PVCAWWA C9004" - 8"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR18AWWA C90016" - 24"9/6/2019 33 11 12 PVC Pressure PipeNAPCODR14AWWA C9004"- 12"9/6/2019 33 11 12 PVC Pressure PipeSanderson Pipe Corp.DR14AWWA C9004"- 12"* From Original Standard Products ListClick to Return to the Table of Content30Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD09/06/19 33-11-11 Polyethylene EncasmentNorthtown Products Inc. PE Encasement for DIPAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35Updated:04/09/2021 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Automatic Flusher10/21/20Automated Flushing SystemMueller HydroguardHG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent)04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9800wc04/09/21Automated Flushing SystemKupferle Foundry CompanyEclipse #9700 (Portable)* From Original Standard Products ListClick to Return to the Table of Content36Updated:04/09/2021 Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 03/19/2021) 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 ASTM A48 AASHTO M306 **24" Dia 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32.25" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST ASTM A48 AASHTO M306 **24" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST ASTM A48 AASHTO M306 32" Dia 10/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/A ASTM A536 AASHTO M306 32.25" Dia CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST **Note: All new development and new installation mahnole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Updated: 03/19/2021 * From Original Standard Products List Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Inlet & Structures 33-05-13 (Rev 03/19/2021) 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-405-PRECAST ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST ASTM C913 10' X 3' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4.5-407-PRECAST ASTM C913 10' X 4.5' 10/08/20 33 49 20 Curb Inlets Forterrra FRT-10x4.5-420-PRECAST ASTM C913 10' X 4.5' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE ASTM C913 4' X 4' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE ASTM C913 5' X 5' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP ASTM C913 6' X 6' 10/08/20 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE ASTM C913 6' X 6' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET ASTM 615 10' X 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET ASTM 615 15' x 3' 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET ASTM 615 20' x 3' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER ASTM 615 4' X 4' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER ASTM 615 5' X 5' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER ASTM 615 6' X 6' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER ASTM 615 7' X 7' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE ASTM 615 8' X 8' 3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER ASTM 615 8' X 8' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET ASTM 615 4' X 4' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET ASTM 615 5' X 5' 3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET ASTM 615 6' X 6' CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST Updated: 03/19/21 * From Original Standard Products List Approval Spec No. Classsification Manufacturer Model No. National Spec SizeStorm Sewer - Pipes 33-05-13 (Rev 03/19/21)4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS) ADS HP Storm Polypropylene (PP) Pipe ASTM F2881 & AASHTO M33012" - 60" CITY OF FORT WORTHTRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LISTUpdated: 04/14/21 Pre-Approved Concrete Mix Designs Page 1 of 10 06/01/2021 CITY OF FORT WORTH Pre-Approved Concrete Mix Designs The concrete mix designs listed below meet the requirements of City of Fort Worth Standard Specifications. These mix designs are pre-approved for use on City projects. The City reserves the right to sample and test materials at any time. For more information on mix designs, contact the Material and Geotechnical Services at (817) 392-8930. Updated: 06/01/2021 American Concrete Company Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 30CAF029 376/94 = 470 5.00 3,000 3 5 0.50 Sidewalks & Ramps 02/21/2022 01JAF382 250/85 = 335 3.56 1,000 4 6 0.87 Concrete Base Material for Trench Repair 05/06/2022 40CNF065 451/113 = 564 6.00 4,000 3 5 0.45 Manholes / Utility Structures 02/21/2022 45CAF076 489/122 = 611 6.50 4,500 3 5 0.40 Hand Placed Paving 02/21/2022 Argos Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack D10000001737 468/117 = 585 6.22 4,500 3 5 0.44 Hand Placed Paving 03/03/2022 D10000001791 489/122 = 611 6.50 4,500 3 5 0.42 Hand Placed Paving 04/21/2022 D10000001793 481/120 = 601 6.39 4,500 3 5 0.43 Hand Placed Paving 07/28/2022 D10000001103 611/0 = 611 6.50 4,500 3 5 0.44 Hand Placed Paving 04/21/2022 D10000002107 611/0 = 611 6.50 4,500 3 5 0.43 Hand Placed Paving 05/07/2022 D10000001273 611/0 = 611 6.50 4,500 3 5 0.44 Hand Placed Paving 04/29/2023 D10000001223 517/0 = 517 5.50 3,600 1 3 0.47 Machine Placed Paving 09/22/2022 D10000001617 414/103 = 517 5.50 3,600 1 3 0.45 Machine Placed Paving 09/22/2022 D10000008381 752/0 = 752 8.00 4,500 (4,500 @ 72 hrs.) 3 - 5 0.33 HES Paving 08/04/2022 D10000009857 30/300 = 330 3.51 50 Flow 0.91 Flowable Fill 04/21/2022 D10000001055 494/0 = 494 5.26 3,000 3 5 0.50 Inlets, Junction Boxes, Manholes, Channel Liner, Sidewalk, Driveways, Curb & Gutter 02/27/2022 D1000001043S 470/0 = 470 5.00 3,000 3 5 0.56 Sidewalks, Curbs 06/15/2022 D1000001619S 414/103 = 517 5.50 3,600 3 5 0.48 Valley Gutter 06/25/2022 Pre-Approved Concrete Mix Designs Page 2 of 10 06/01/2021 Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack D1000001565S 376/94 = 470 5.00 3,000 3 5 0.54 Curbs, Curb & Gutter, Sidewalk, Driveway Approach, ADA Ramp 06/15/2022 D10000001615 406/101 = 507 5.39 3,600 3 5 0.49 Inlets, Boxes, Encasement, Blocking 04/21/2022 D10000001061 502/0 = 502 5.34 3,600 3 5 Inlets, Boxes, Encasement, Blocking 04/21/2022 D10000001083 554/0 = 554 5.89 4,000 3 5 0.46 Valve Pads 04/21/2022 D1000001083S 564/0 = 564 6.00 4,000 3 5 0.44 Inlets, Headwalls, Thrust Blocking 10/21/2022 D10000001685 451/113 = 564 6.00 4,000 3 5 0.45 Value Pads 04/21/2022 D10000005751 188/47 = 235 2.50 750 1 4 1.00 Trench Repair 10/21/2022 D10000001083 554/0 = 554 5.89 4,000 3 5 0.45 Inlets, Structures, Headwalls, Thrust Blocking 03/06/2022 D10000001681 451/113 = 564 6.00 4,000 3 5 0.45 Headwall, Retaining Wall, Box Culvert, Valley Gutter 06/19/2022 Big D Concrete Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 7SKGRT 658/0 = 658 7.00 3,000 4 6 0.54 Grouting 04/13/2023 14500AE 846/0 = 846 9.00 4,500 3 5 0.38 HES Paving 07/14/2022 Burnco Texas LLC Supplier Mix ID Cement/Fly ash (lbs.) Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 45U500BG 489/122 = 611 6.50 4,500 3 5 0.40 Hand Placed Paving, Storm Structures 01/29/2022 40U553BG 451/113 = 564 6.00 4,000 1 3 0.41 Machine Placed Paving 01/29/2022 55U120AG 705/0 = 705 7.50 5,500 (3,000 @ 3-days) 3 5 0.38 HES Paving 10/14/2021 30U100AG 470 / 0 = 470 5.00 3,000 3 5 0.47 Pipe Collars, Inlets, Thrust Blocks, Sidewalks and Ramps 03/03/2022 30U101AG 470/0 = 470 5.00 3,000 3 5 0.49 Flatwork 03/17/2022 30U500BG 380/94 = 474 5.04 3,000 3 5 0.49 Blocking, Driveways, Curb & Gutter, Sidewalks and Ramps 01/29/2022 40U500BG 451/113 = 564 6.00 4,000 3 5 0.44 Storm Drain Structures, Driveways, Screen walls 01/29/2022 36U500BG 432/108 = 540 5.74 3,600 3 5 0.44 Lighting and Traffic Signal Foundations 01/29/2022 08Y450BA 210/50 = 260 2.77 800 3 5 0.93 Concrete Base for Trench Repair 12/17/2021 01Y690BF 30/300 = 330 3.51 100 Flow 0.86 CLSM / Flowable Fill 01/29/2022 Pre-Approved Concrete Mix Designs Page 3 of 10 06/01/2021 Carder Concrete Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack FWCC602021 451/113 = 564 6.00 4,500 3 5 0.43 Hand Placed Paving 11/12/2022 FWCC552091 414/103 = 517 5.50 3,600 1 - 3 0.44 Machine Placed Paving 11/12/2022 FWCC602091 451/113 = 564 6.00 4,000 1 3 0.40 Machine Placed Paving 11/12/2022 FWCC359101 30/300 = 330 3.51 50 150 flow 0.86 Flowable Fill /CLSM 11/12/2022 FWFF237501 52/164 = 216 2.30 50 150 flow 1.74 Flowable Fill /CLSM 11/12/2022 FWCC602001 451/113 = 564 6.00 4,000 3 - 5 0.44 Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches, Lighting & Traffic Signal Foundations 11/12/2022 FWCC502021 376/94 = 470 5.00 3,500 3 5 0.51 Sidewalks, Driveways, Ramps, Curb & Gutter 11/12/2022 FWCC502001 376/94 = 470 5.00 3,000 3 5 0.53 Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 10/29/2022 Supplie r Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 4142 414/103 = 517 5.50 3,600 3 5 0.48 Curb Inlets, Junction Boxes, Sidewalks, Street Light Foundations 03/05/2022 4518 452/112 = 564 6.00 4,000 3 5 0.45 Headwalls, Wingwalls 02/02/2023 4145 414/103 = 517 5.50 3,600 1 3 0.48 Machine Placed Paving 03/23/2022 5167 517/0 = 517 5.50 3,600 1 3 0.45 Machine Placed Paving 03/23/2022 4609 489/122 = 611 6.50 4,500 3 5 0.44 Hand Placed Paving, Manholes 02/25/2022 6103 611/0 = 611 6.50 4,500 3 5 0.44 Hand Placed Paving, Manholes 02/25/2022 4502 470/0 = 470 5.00 3,000 3 5 0.46 Sidewalks, Blocking 08/10/2022 3759 376/94 = 470 5.00 3,000 3 5 0.50 Sidewalks 05/28/2022 1502 50/150 = 200 2.13 150 Flow 0.95 Flowable Fill 02/02/2023 1518 30/300 3.51 150 Flow 0.85 Flowable Fill 09/17/2022 5642 564/0 = 564 6.00 4,000 3 5 0.45 Junction Box 09/17/2022 6595 658/0 = 658 7.00 5,000 (4500 @ 72 hrs.) 3 - 5 0.40 HES Paving 04/14/2022 6589 658/0 = 658 7.00 4,500 3 5 0.36 HES Paving 02/24/2022 Pre-Approved Concrete Mix Designs Page 4 of 10 06/01/2021 Chisholm Trail Redi Mix Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k C13020A E 376/94 = 470 5.00 3,000 3 5 0.46 Driveways, Curb & Gutter 05/21/2023 City Concrete Company Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k 11-350-FF 94/235 3.50 50 150 Flow 0.83 Flowable Fill 05/26/2023 30HA25II 353/118 = 471 5.01 3,000 3 5 0.60 Riprap 03/18/2023 30HA20II 376/94 = 470 5.00 3,000 3 5 0.45 Blocking, Sidewalks, Flatwork, Pads 08/04/2022 45NG25II 458/153 = 611 6.50 3,600 5 7 0.45 Class C Drilled Shaft 04/21/2022 50QG25II 494/165 = 659 7.01 3,600 7 - 9 0.45 Slurry displaced drill shafts 03/16/2023 45NA20II 489/122 = 611 6.50 4,500 3 5 0.45 Hand Placed Paving 03/13/2022 36LA20II 451/113 = 564 6.00 3,600 1 3 0.44 Machine Placed Paving 03/13/2022 36JA00IJ 414/103 = 517 5.50 3,600 1 3 0.43 Machine Placed Paving 03/13/2022 40LA20II 451/113 = 564 6.00 4,000 3 5 0.44 Storm Drain Structures 03/13/2022 Cornerstone Ontime Concrete Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k COC 4000 588/0 = 588 6.26 4,000 3 5 0.45 Lighting and Traffic Signal Foundations 07/23/2022 Cow Town Redi Mix Concrete Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k 250 376 / 94 = 470 5.00 3,000 3 5 0.51 Sidewalks, Driveways, Barrier Free Ramps 01/15/2022 122 350 470 / 0 = 470 5.00 3,000 3 5 0.52 Sidewalks, Driveways, Barrier Free Ramps 01/15/2022 253-67A 399/100 = 499 5.31 3,000 3 5 0.49 Curb & Gutter, Sidewalks 04/29/2023 9 50/150 = 200 2.13 70 7 9 1.67 Flowable fill/CLSM 09/04/2022 9-S 200/0 = 200 2.13 70 7 9 1.67 Flowable fill/CLSM 03/06/2022 220-8 48/152 = 200 2.13 50 7 9 1.45 Flowable fill/CLSM 03/23/2022 320-8 200/0 = 200 2.13 50 7 - 9 1.45 Flowable fill/CLSM 03/23/2022 230-8 226/56 = 282 3.00 750 3 5 0.89 Concrete Base Material for Trench Repair 03/23/2022 330-S8 282/0 = 282 3.00 750 3 5 0.89 Concrete Base Material for Trench Repair 03/23/2022 353 494/0 = 494 5.26 3,000 3 5 0.50 Sidewalks & ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 06/25/2022 Pre-Approved Concrete Mix Designs Page 5 of 10 06/01/2021 Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k 253-W 399/100 = 499 5.31 3,000 3 5 0.49 Curbs, Driveways, sidewalks & ADA Ramps, Inlets, Junction Boxes, Non-TxDOT Retaining Walls 06/25/2022 260 451/113 = 564 6.00 4,000 3 5 0.44 Bridge Slabs, Box Culver, Headwalls, Lighting and Traffic Signal Foundations 04/24/2022 260-1 451/113 = 564 6.00 3,600 3 5 0.44 Headwalls 05/04/2022 260-2 451/113 = 564 6.00 3,600 3 5 0.44 Box Culver, Headwalls, Lighting and Traffic Signal Foundations 03/06/2022 360 564/0 = 564 6.00 4,000 3 5 0.45 Bridge Slab, Box Culver, Headwalls, Lighting and Traffic Signal Foundations 04/24/2022 360-1 564/0 = 564 6.00 3,600 3 5 0.45 Box Culverts, Wing walls, Headwalls 03/06/2022 264-N 489/122 = 611 6.50 4,500 3 5 0.42 Hand Placed Paving 03/11/2022 366 611/0 = 611 6.50 4,500 3 5 0.41 Hand Placed Paving 03/11/2022 265 489/122 = 611 6.50 4,500 3 5 0.42 Hand Placed Paving 12/01/2021 365 611/0 = 611 6.50 4,500 3 5 0.42 Hand Placed Paving 03/23/2022 370-NC 658/0 = 658 7.00 4,500 3 5 0.40 HES Concrete Paving 03/23/2022 375-NC 705/0 = 705 7.50 5,000 (3,000 psi @ 24 hrs. 3 5 0.38 HES Concrete Paving 06/02/2021 267 451/113 = 564 6.00 4,200 3 5 0.44 Manholes & Drainage Structures 12/17/2021 270 526/132 = 658 7.00 5,000 3 5 0.39 CIP Box Culvert 05/19/2022 370 658/0 = 658 7.00 5,000 3 5 0.40 CIP Box Culvert 05/19/2022 255-2 414/103 = 517 5.50 3,000 3 5 0.48 Inlets, Thrust Blocking, Concrete Encasement 03/06/2022 257 414/103 = 517 5.50 3,600 3 5 0.47 Lighting and Traffic Signal Foundations, Valley Gutter 07/23/2022 257-M 414/103 = 517 5.50 3,600 1 3 0.45 Machine Placed Paving 02/21/2022 260-M 451/113 = 564 6.00 4,000 1 3 0.43 Machine Placed Paving 04/14/2022 360-M 564/0 = 564 6.00 4,000 1 3 0.44 Machine Placed Paving 04/14/2022 255-LP 414/103 = 517 5.50 3,000 3 5 0.52 Curb & Gutter 02/24/2022 355-LP 517/0 = 517 5.50 3,000 3 5 0.48 Curb & Gutter 02/24/2022 255 414/103 = 517 5.5 3,500 3 5 0.48 Flatwork, Inlets, Thrust Blocking, Concrete Encasement 05/05/2022 355 517/0 = 517 5.50 3,000 3 5 0.48 Inlets, Thrust Blocking, Concrete Encasement 03/06/2022 357-M 517/0 = 517 5.50 3,600 1 2 0.48 Machine Placed Paving 04/27/2022 365-STX 611/0 = 611 6.50 4,000 3 5 0.43 Bridge slabs, top slabs of direct traffic culverts, approach slabs 08/18/2022 357 517/0 = 517 5.50 3,600 3 5 0.49 Lighting and Traffic Signal Foundations, Valley Gutter 01/29/2022 Pre-Approved Concrete Mix Designs Page 6 of 10 06/01/2021 GCH Concrete Services Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack GCH400 0 451/113 = 564 6.00 4,000 3 5 0.45 for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 01/26/2023 GCHV5 451/113 = 564 6.00 4,000 1 2 0.45 Machine Placed Paving 03/15/2023 GCH450 0 489/122 = 611 6.50 4,500 3 5 0.42 Hand Placed Paving 01/26/2022 Ingram Concrete & Aggregates Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k 151PX5DM 414/103 = 517 5.50 3,600 3 5 0.46 Lighting and Traffic Signal Foundations 07/23/2022 70K23504 517/0 = 517 5.50 3,600 3 5 0.47 Lighting and Traffic Signal Foundations 07/23/2022 C47PV5E5 353/118 = 471 5.01 3,000 1 3 0.46 Sidewalks & Ramps 05/28/2022 2MWR- 70J23504 470/0 = 470 5.00 3,000 3 5 0.51 Sidewalks & Ramps 10/14/2022 2MWR- 147QW5D5 376/94 = 470 5.00 3,000 3 5 0.50 Sidewalks and Ramps 10/14/2022 2MWR- C56PS5D5 451/113 = 464 6.00 4,000 1 2 0.39 Machine Placed Paving 12/03/2020 2MWR- 161UV5DM 489/122 = 611 6.50 4,500 3 5 0.40 Hand Placed Paving 10/14/2022 2MWR- 10MQS50N 611/0 = 611 6.50 4,500 3 5 0.40 Hand Placed Paving 10/14/2022 161PS5EM 458/153 = 611 6.50 4,500 3 5 0.36 Hand Placed Paving 05/28/2022 LMC (Lattimore Materials Corp.) Supplie r Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 5177 376/94 = 470 5.00 3,000 3 5 0.51 Sidewalks, Concrete Riprap 05/02/2022 1261 470/0 = 470 5.00 3,000 3 5 0.53 Sidewalks 05/06/2022 5409 451/113 = 564 6.00 4,000 3 5 0.45 Storm Drain Structures, Sidewalks, Bridge Substructure 12/07/2022 1551 517/0 = 517 5.50 3,000 3 5 0.49 Blocking 11/01/2021 5017 301/75 = 376 4.00 2,000 3 5 0.62 227 (Concrete Base) 11/30/2022 1701 564/0 = 564 6.00 4,000 3 5 0.45 Storm Drain Structures, SS Manhole 02/27/2022 5277 414/103 = 517 5.50 3,500 3 5 0.48 SS Manholes 11/30/2022 5507 489/122 = 611 6.50 4,500 3 5 0.42 Hand Placed Paving, Bridge 02/07/2022 9600 526/132 = 658 7.00 3,600 7 9 0.40 Class SS - Drill Shafts 11/01/2021 1851 564/0 = 564 6.00 4,500 3 5 0.44 Storm Drain Structures, Hand Placed Paving 04/22/2022 Pre-Approved Concrete Mix Designs Page 7 of 10 06/01/2021 Liquid Stone Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack C4000G 451/113 = 564 6.00 4,000 3 5 0.42 Lighting and Traffic Signal Foundations 07/23/2022 Martin Marietta Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sacks R2131014 470/0 = 470 5.00 3,000 3 5 0.55 Sidewalks & Ramps 02/21/2022 R2132214 376/94 = 470 5.00 3,000 3 5 0.53 Sidewalks & Ramps 02/24/2022 D9490SC 495/0 = 495 5.27 3,000 3 5 0.52 Sidewalks & Ramps 02/24/2022 R2131214 376/94 = 470 5.00 3,000 3 5 0.53 Sidewalks & Ramps 04/06/2022 R2131314 353/118 = 471 5.01 3,000 3 5 0.53 Sidewalks & Ramps 09/29/2022 R2136014 470/0 = 470 5.00 3,000 3 5 0.55 Sidewalks & Ramps 02/02/2023 R2136214 376/94 = 470 5.00 3,000 3 5 0.53 Sidewalks & Ramps 11/12/2020 R2136220 400/100 = 500 5.32 3,500 3 5 0.50 Light Pole Bases 09/30/2022 R2136224 416/104 = 520 5.53 3,600 3 5 0.48 Curb Inlets 03/05/2022 R2141233 452/113 = 565 6.01 3,600 3 5 0.44 Storm Structures, Inlets, Blocking & Encasement 04/24/2022 FLOW25A 71/165 = 236 2.51 50 Flow fill 1.77 Flowable Fill/CLSM 04/29/2022 R2142233 452/113 = 565 6.01 3,600 3 5 0.44 Manholes, Inlets & Headwalls 02/24/2022 R2141230 440/110 = 550 5.85 4,000 3 5 0.45 Manholes, Inlets & Headwalls, Valve Pads 03/13/2022 R2146034 570/0 = 570 6.06 4,500 3 5 0.45 Manholes, Inlets & Headwalls 04/12/2023 R2161070 750/0 = 750 7.98 6,000 (3,000 @ 24-hrs.) 3 5 0.34 HES Paving 10/16/2022 Q2142231 424/106 = 530 5.64 4,000 1 3 0.46 Machine Placed Paving 02/24/2022 D9492SF C 595/0 = 595 6.33 4,000 1 3 0.41 Machine Placed Paving 02/24/2022 Q2141226 424/106 = 530 5.64 4,000 1 3 0.46 Machine Placed Paving 04/06/2022 Q2141225 420/105 = 525 5.59 4,000 1 3 0.46 Machine Placed Paving 11/12/2020 Q2141024 520/0 = 520 5.53 4,000 1 3 0.48 Machine Placed Paving 01/08/2023 R2146238 472/118 = 590 6.28 4,500 3 5 0.42 Hand Placed Paving, Inlets, Storm Drain Structures 03/13/2022 R2146336 435/145 = 580 6.17 4,500 3 5 0.43 Hand Placed Paving 07/21/2022 R2146235 460/115 = 575 6.18 4,500 4 5 0.43 Hand Placed Paving 11/12/2020 R2146038 590/0 = 590 6.28 4,500 3 5 0.44 Inlets, Storm Drain Structures 03/13/2022 R2146036 580/0 = 580 6.17 4,500 3 5 0.44 Hand Placed Paving 05/19/2022 R2146042 610/0 = 610 6.49 4,500 3 5 0.42 Hand Placed Paving 04/07/2020 R2146242 488/122 = 610 6.49 4,500 3 5 0.41 Hand Placed Paving 04/07/2020 R2146236 464/116 = 580 6.17 4,500 3-5 0.43 Hand Placed Paving 04/06/2022 Pre-Approved Concrete Mix Designs Page 8 of 10 06/01/2021 Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sacks D9493SC 640/0 = 640 6.81 4,500 3 5 0.40 Hand Placed Paving 02/24/2022 R2147241 484/121 = 611 6.44 4,500 3 5 0.41 Hand Placed Paving 02/24/2022 NCS Redi Mix Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack NCS5020A 376/94 = 470 5.00 3,000 3 5 0.53 Curb & Gutter, Driveways, Sidewalks 06/10/2022 NCS5520AM P 414/103 = 517 5.50 3,600 1 2 0.48 Machine Placed Paving 06/10/2022 NCS6020AH P 451/113 = 564 6.00 4,500 3 5 0.45 Valley Gutters, Hand Placed Paving 06/10/2022 Redi~Mix Concrete Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k DCA2E554 353/118 = 471 5.01 3,000 3 5 0.53 Rip Rap 05/28/2022 V0J11524 376/94 = 470 5.00 3,000 3 5 0.55 Curb & Gutter 02/24/2022 F0C10021 150/38 = 188 2.00 215 Flow 2.33 Cement Stabilized Sand 06/10/2022 10J11524 376/94 = 470 5.00 3,000 3 5 0.52 Driveway, Ramp 02/24/2022 10L11504 564/0 = 564 6.00 3,600 3 5 0.44 Sidewalks, Curb & Gutter, Light Pole Foundations 04/12/2023 10L11524 452/112 = 564 6.00 3,600 3 5 0.44 Valley Gutter, Manhole, Inlet, Junction Box, Headwall 07/29/2022 1RJ11524 396/98 = 494 5.26 3,500 3 5 0.50 Thrust Blocks and Valve Pads, Light Pole Foundations 05/19/2022 15611524 452/112 = 564 6.00 4,000 3 5 0.44 CIP Storm Drain Structures 05/19/2022 10L115E4 423/141 = 564 6.00 3,600 3 5 0.44 Bridge Substructures 03/06/2023 DCC2G5E2 423/141 = 564 6.00 3,600 5 7 0.45 Drilled Shafts 03/08/2021 DCU1G5E2 493/165 = 658 7.00 3,600 7 - 9 0.39 Underwater Drilled Shafts 03/06/2023 156115D4 452/112 = 564 6.00 4,000 3 5 0.44 Bridge & Approach Slabs 03/06/2021 F35238VN 30/320 = 350 3.72 100 Flow 0.76 CLSM / Flowable Fill 02/25/2022 F0D138VM 24/211 = 235 2.50 100 Flow 1.17 CLSM / Flowable Fill 04/14/2022 10J11554 353/117 = 470 5.00 3,000 3 5 0.53 Riprap 03/06/2023 P0G138K9 188/188 = 376 4.00 1,000 9 11 0.84 Trench Repair Base Material 04/16/2022 10K11504 517/0 = 517 5.50 3,600 3 5 0.48 Lighting and Traffic Signal Foundations 07/23/2022 10K11524 414/103 = 517 5.50 3,600 3 5 0.48 Lighting and Traffic Signal Foundations, Encasement 12/01/2022 10N11507 658/0 = 658 7.00 4,500 (2,600 @ 24hrs.) 3 5 0.38 HES Paving 03/05/2022 Pre-Approved Concrete Mix Designs Page 9 of 10 06/01/2021 Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k 10N11504 658/0 = 658 7.00 5,000 (3,600 @ 2-days) 3 5 0.40 HES Paving 05/19/2022 50K11524 414/103 = 517 5.50 3,600 1 3 0.45 Machine Placed Paving 02/25/2022 10M115D4 489/122 = 611 6.50 4,500 3 5 0.40 Hand Placed Paving 05/19/2022 10M11524 489/122 = 611 6.50 4,500 3 5 0.41 Hand Placed Paving 08/06/2021 10M11504 611/0 = 611 6.50 4,500 3 5 0.42 Hand Placed Paving 02/25/2022 145CD5P4 452/112 = 564 6.00 4,500 3 5 0.44 Hand Placed Paving 02/25/2022 Tarrant Concrete Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sac k FW6020AHP 451/113 = 564 6.00 4,500 3 5 0.44 Hand Placed Paving 03/11/2022 FW60AHP 564/0 = 564 6.00 4,500 3 5 0.44 Hand Placed Paving 03/11/2022 FW7520AMR 526/132 = 658 7.00 4,500 (3,000 @72 hrs.) 3 5 0.35 HES Paving 09/09/2022 FW5520AMP 414/103 = 517 5.50 3,600 1 3 0.44 Machine Placed Paving 01/22/2023 FW5320A 398/100 = 498 5.30 3,000 3 5 0.50 Blocking 03/23/2022 FWFF150CLS M 30/300 = 330 3.51 50 150 Flow Fill 0.86 Flowable Fill/CLSM 03/24/2022 FWFF275 50/150 = 200 2.13 50 150 Flow Fill 1.9 Flowable Fill/CLSM 07/23/2022 FW6020A2 451/113 = 564 6.00 4,000 3 5 0.44 Storm Drain Structures 03/23/2022 FW6020A 3,600 Lighting and Traffic Signal Foundations 07/23/2022 FW5025A 353/117 = 470 5.00 3,000 3 5 0.51 Curb & Gutter, Driveways, Sidewalks & Ramps 09/09/2022 FW5020A 376/94 = 470 5.00 3,000 3 5 0.51 Curbs & Gutter, Sidewalks, Driveways 03/12/2022 CP5020A 376/94 = 470 5.00 3,000 3 5 0.51 Curb & Gutter 02/24/2022 FW5525A2 388/129 = 517 5.50 3,600 3 5 0.47 Valley Gutters, Sidewalks, Drive Approaches, ADA Ramp, Light Pole Foundations 08/19/2022 Titan Ready Mix Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 3020AE 376/94 = 470 5.00 3,000 3 5 0.52 Sidewalks 04/01/2023 TRC4520 489/122 = 611 6.50 4,500 3 5 0.45 Hand Placed Paving 12/04/2022 Pre-Approved Concrete Mix Designs Page 10 of 10 06/01/2021 True Grit Redi Mix Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 0250.230 376/94 = 470 5.00 3,000 3 5 0.49 Flatwork, Curb & Gutter, Driveways, Sidewalks 06/30/2022 255.2302 414/103 = 517 5.50 3,600 3 5 0.46 Light Pole Foundations 09/08/2022 0250.2301 376/94 = 470 5.00 3,000 3 5 0.46 Curb & Gutter, Driveways, Sidewalks 02/21/2022 350.240 0260.2302 451/113 = 564 6.00 4,000 1 3 0.39 Machine Placed Paving 04/27/2022 0255.2301 414/103 = 517 5.50 3,600 1 3 0.41 Machine Placed Paving 07/10/2022 0260.2301 451/113 = 564 6.00 4,500 3 5 0.44 Hand Placed Paving 07/10/2022 0265.2301 489/122 = 611 6.50 4,500 3 5 0.40 Valley Gutters, Hand Placed Paving 02/21/2022 Wise Ready Mix Supplier Mix ID Cement/Fly ash Min. 28-day Strength (psi) Slump (Inch) W/Cm Ratio Approved For: Expiration Date Lbs. Sack 3678 384/96 = 480 5.11 3,600 3 5 0.50 Lighting and Traffic Signal Foundations 07/23/2022 Pre-Approved Utility Embedment Sand Page 1 of 1 09/22/2020 CITY OF FORT WORTH Pre-Approved Utility Embedment Sand Sources Utility embedment sand from the Producers listed below have demonstrated continued quality and uniformity on City of Fort Worth projects. Sand from these Producers are pre- approved for use on projects without specific testing unless deemed necessary by the project manager. The Producers are subject to sampling and testing at a maximum interval of six months to remain in the pre-approved list. The City reserves the right to sample and test materials from these Producers at any time to ensure quality. City representatives or City authorized commercial material testing firms may sample embedment sand stockpiled at a project site or the location. For more information on utility embedment sand, contact the Material and Geotechnical Services Group at (817) 392-7920. Updated: 09/22/2020 Utility Embedment Sand Producer Address Contact Person Product Expiration Date Silver Creek Materials 2251 Silver Creek Rd. Fort Worth, TX 76108 (817) 246-2426 Jennifer Lutz Jennifer@silvercreekmat erials.com (817) 914-1672 Utility Embedment Sand 03/04/2022 Crouch Materials 4635 S Dick Price Rd. Fort Worth, TX 76140 (972) 986-7951 Evon Stewart dispatch@crouchgs.com (972) 986-7951 Utility Embedment Sand 03/04/2022 F and L Dirt Movers 7551 Peden Rd. Azle, TX 76020 (817) 453-8998 Linda Schilling ljschilling@att.net (817) 453-8998 Utility Embedment Sand 03/04/2022 F and L Dirt Movers 291 Private Rd. Aurora, TX 76028 (817) 453-8998 Linda Schilling ljschilling@att.net (817) 453-8998 Utility Embedment Sand 03/04/2022 Tin Top Martin Marietta 5211 New Tin Top Rd. Weatherford, TX 76087 (817) 596-4307 Tonya Waxler Tonya.Waxler@martinm arietta.com (972) 647-3377 Utility Embedment Sand 03/04/2022 Form CFW-7 CFW- SEPTEMBER 2015 Appendix A A-18 REQUEST FOR VARIANCE FROM CITY OF FORT WORTH – STORMWATER Phone: Date: Submitted by: Company: Proposed Project Description Name: Type: Location: (include map) Existing Condition (show information on map or drawing) CFW Maintained Facilities: Existing Right-of-Way for CFW facility: Topography: Other Pertinent Data Related to Variance Request: Variance Request Specific criteria you want to vary: Explain why the criteria needs to be varied or is not applicable: Explain how the basis for the criteria will be satisfied: List attachments supporting variance request (preliminary design report excerpt, construction drawings, calculations, photographs, map, etc.: Justification of Decision: Notes: Variance Decision: Accepted ܆ Denied ܆ Reviewer Signature: Date: Email: Joseph Buchanan, P.E.(214) 937-3936 09/23/2021 Halff Associates, Inc.jbuchanan@halff.com East Bailey Boswell Road 4 Lane Divided Roadway - IPRC21-0050 CPN103320 South of Harmon Road, West of US 287 Harmon Road, Horseman Road, Crested Butte Drive ROW for Harmon Road, Horseman Road, Crested Butte Drive Roadway does not have signifant topography IPRC No. 21-0050 CPN 103320 Contractor has been selected and has indicated they will use PP pipe where sizes permit. Section 3.8.3 of the City of Fort Worth Stormwater Critera Manual requires a variance for the use of polypropylene pipe (polypropylene pipe (PP). Per Manual, profile-wall thermoplastic pipe may be allowed for certain off-pavement applications only as accepted by TPW on a case-by-case basis using form CFW-7 CFW has approved HP Storm Polypropylene (PP) Pipe for use. No expiration date and no limitations have been noted on the approval letter. Specifications are included in Section 33 41 13 of CFW Standard Construction Specification Documents, revised 4.2.2021. Criteria can be varied since PP pipe is now allowable. PP pipe demonstrated equal performance compared to RCP and has been accepted as an approved storm drain product by the acting Stormwater Infrastructure Manager. PP is currently approved as a storm drain project and no adverse impacts due to PP use are anticipated. Next Manual update will remove the need for a variance with the pipe material. 4 9.24.2021 TRANSPORTATION PUBLIC WORKS DEPARTMENT THE CITY OF FORT WORTH * 1000 THROCKMORTON * TPW/STORMWATER * FORT WORTH, TEXAS 76102 * *817-392-7314* April 9, 2021 Steve Messina Advanced Drainage Systems, Inc. 210 Metro Park Boulevard Ennis, Texas 75119 RE: Standard Product List Status - Approval Advanced Drainage Systems’ HP Storm Polypropylene (PP) Pipe Dear Mr. Messina: Thank you for your submittal. The Fort Worth Stormwater Standard Product Committee and City’s Standards and Specifications Committee, recently completed the review of the below mentioned product(s), the status of the application is noted in the table below. Specification No. 33 41 13 Product Type: Drain Pipe Manufacturer: Product Name/Description/Model No.: Expiration Date: Limitations: Advanced Drainage Systems, Inc. HP Storm Polypropylene (PP) Pipe None None The products listed above are approved for use within the City of Fort Worth’s storm drain system. If, in the future, there are any changes to the manufacturer, materials, model or the product itself, the product approved above is no longer approved and will require a new application to be submitted. If there are any questions please contact me at cannon.henry@fortworthtexas.gov or 817-392-2587. Sincerely, Cannon R. Henry, P.E., CFM Acting Storm Water Infrastructure Manager Cc: Greg Simmons, P.E., Assistant Director Michael Owen, P.E., City Engineer Jennifer Dyke, Sr. Capital Project Officer Juan Cadena, Sr. Capital Project Officer POLYPROPYLENE PIPE FOR STORM SEWERS/CULVERTS Page 1 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 [Insert Project Number] SECTION 33 41 13 POLYPROPYLENE (PP) PIPE FOR STORM DRAIN /CULVERTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes : 1. Furnishing and installing Polypropylene (PP) storm drain pipe, 12-in ch through 60- inch , including: a. Pipe fittings b. Connecting drain lines to curb inlets c. All joints d. All connections to new or existing pipe or headwalls, manholes, etc., to the lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 33 01 30 – Sewer and Manhole Testing 4. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured along the longitudinal centerline of the pipe from the initial beginning point as shown on Drawings to the end of construction as shown on Drawings, excluding inside diameters of any manholes encountered 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 linear foot for “Polypropylene Storm Drain Pipe ” installed for: 1) Various sizes 3. The price bid shall include: a. Furnishing and installing the specified diameter pipe and appurtenant fittings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of embedment h. Furnishing, placement and compaction of backfill i. Clean-up POLYPROPYLENE PIPE FOR STORM SEWERS/CULVERTS Page 2 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 [Insert Project Number] j. Cleaning k. T esting l. Connections to all drainage structures 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification , unless a date is specifically cited . 2. ASTM International (ASTM): a. D2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewer and Other Gravity-Flow Applications. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading. c. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. d. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. e. F2881, Standard Specification for 12 to 60 in. [300 to 1500 mm] Polypropylene (PP) Dual Wall Pipe and Fittings for Non-Pressure Storm Sewer Applications . 3. AASHTO M330 Polypropylene Pipe, 300- to 1500-mm (12- to 60-in.) Diameter . 1.4 ADMINISTRATIVE REQUI REMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS A. Product Data 1. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured.) 3. Nominal Diamete r 4. Laying lengths B. Certificates 1. Furnish an affidavit certifying that all Polypropylene Pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM standards as listed herein . 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project. POLYPROPYLENE PIPE FOR STORM SEWERS/CULVERTS Page 3 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 [Insert Project Number] b. Pipe manufacturing operations shall be performed under the control of the manufacturer . c. All pipe furn ished shall be in conformance with this specification and ASTM F2881 and AASHTO M330 latest revision. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Pipe shall be stored and handled in accordance with the manufacturer’s guidelines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR ] OWNER -SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. General 1. Provide Polypropylene (PP) pipe and fittings meeting the requirements in ASTM F2881 and AASHTO M330. 2. Provide PP pipe and fittings manufactured from polypropylene compounds comprised of the base unfilled copolymer polypropylene virgin resin and all additives, c olorants, UV inhibitors and stabilizers. Conditioning, sampling, preparation and testing of molded specimens shall be in accordance with the requirements in Specification ASTM D4101. 3. The minimum wall thickness of the inner walls of PP pipe is specified in ASTM ASTM F2881, Section 6.2.1. 4. The pipe stiffness at 5 percent deflection, when determined in accordance with ASTM D 2412, is specified in ASTM F2881, Table 2. B. Performance / Design Criteria 1. Pipe a. Design in accordance with AASHTO LRFD Section 12 b. Design minimum and maximum covers for pipe service loads that include: 1) External groundwater and earth loads 2) Traffic loads 3) Practical considerations for handling, shipping and other construction operations c. Drainage design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. d. Standard lay length of 20 feet and 13 feet except for special fittings or closure pieces necessary to comply with the Drawing s. e. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. POLYPROPYLENE PIPE FOR STORM SEWERS/CULVERTS Page 4 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 [Insert Project Number] f. Burial depth for corresponding diameter shall not exceed those specified by the manufacturer . 2. Dimensional Tolerances a. Pipe dimensions shall be in accordance with ASTM F2881, Table 2. 3. Gaskets a. Supply from approved gasket manufacturer in accordance with ASTM F477and suitable for service intended. 4. Joints a. Provide watertight pipe joints meeting the requirements of ASTM D3212. b. Integral Bell and Spigot. 1) Ensure the bell overlaps a minimum of 2 corrugations of the spigot end when fully engaged. 2) Provide the spigot end with an O-ring gasket that meets ASTM F477. 5. Pipe markings shall meet the minimum requirements of ASTM F2881. Minimum pipe markings shall be as follows : a. Manufacturer . b. Manufacturer Number (identifies factory, location, date manufactured, shift and sequence). c. Nominal diameter . d. ASTM designation. 6. Connections a. Use only manufactured fittings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Test all Polypropylene storm drain pipe for elongation, brittleness, joint separation, quality and ring stiffness as specified in ASTM F2881 or AASHTO M 330. 2. The quality of materials, the process of manufacture and the finished pipe may be subject to inspection and approval by the Engineer at the manufacturing plant. 3. In addition, the finished pipe may be subject to further random inspection by the Engineer at the project site before and during installation. B. Sizes 1. Polypropylene Pipe a. Ensure variations for inside/outside diameter are in accordance with manufacturer’s values for the respective manufacturing location and applicable ASTM Specifications. C. Marking 1. Furnish pipe clearly marked at maximum 12 foot intervals and clearly mark fittings and couplings as follow s: a. Manufacturer’s name or trade mark b. Nominal size c. Specification designation (e.g., ASTM F2881 or AASHTO M330 ) d. Plant designation code e. Date of manufacture POLYPROPYLENE PIPE FOR STORM SEWERS/CULVERTS Page 5 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 [Insert Project Number] D. Pipe Rejection 1. Individual sections of pipe may be rejected if any of the Specification requirements are not met: a. Any pipe or fittings with cracks, cuts, punctures, or other damage on the interior or exterior shall be rejected and replaced. b. Any pipe or fittings with damaged ends, joints or gaskets, which would prevent proper sealing of the joints, shall be rejected and replaced. 2. Mark rejected pipe with painted “REJECTED”. 3. Remove rejected pipe immediately from job site and replace with pipe meeting the requirements of this Specification. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install all Polypropylene pipe systems in accordance with ASTM D2321 and City of Fort Worth Standard Detail D404. 2. Establish and maintain lines and grades. a. Unless otherwise shown on the Drawings or permitted in writing, do not use heavy earth-moving equipment over the structure until a minimum of 4 feet of permanent or temporary compacted fill is placed over the top of the structure. b. Before adding each new layer of loose backfill material, until a minimum of 12 inches of cover is obtained, check the inside periphery of the structure for local or unequal deformation caused by improper construction methods. 1) Evidence of such will be reason for corrective measures as directed. c. Remove and replace pipe damaged by the Contractor at no expense to the City. 3. Conform to the requirements of Section 33 05 10 and City of Fort Worth Standard Detail D404 for excavation and embedment. B. Pipe Laying 1. Ensure that pipe and fittings are laid and jointed in firm trench bottom conditions. 2. Start laying pipe on the bedding at the outlet or downstream end and proceed toward the inlet or upstream end, true to the established lines and grades. 3. Provide appropriate facilities for hoisting and lowering the sections of pipe. 4. Lift and lower sections of pipe into trenc h without damaging pipe or disturbing the prepared bedding or sides of trench. 5. Carefully clean pipe ends before pipe is placed in trench. 6. Protect pipe open end to prevent entrance of earth or bedding material as each length of pipe is laid. 7. Fit, match and lay pipe to form a smooth, uniform conduit. POLYPROPYLENE PIPE FOR STORM SEWERS/CULVERTS Page 6 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 [Insert Project Number] 8. Remove and re-lay, without extra compensation, pipe that is not in alignment or that shows excessive settlement after laying. 9. At the Engineer’s discretion, all pipe exceeding 7.5 percent deflection will require replacement or re-compaction at the Contractor’s expense when measured or inspected not less than 30 days following completion of installation. a. Deflection is defined per ASTM D2321. C. Pipe Joining 1. Install the joints so that the connection of the pipe sections forms a continuous line free from irregularities in the flow line. 2. Use joint lubricant provided by manufacturer on the bell and spigot end during joint assembly. 3. Surfaces to receive lubricants shall be clean and dry. 4. Gaskets and jointing materials shall be inspected before installing the pipe; any loose or improperly affixed gaskets and jointing materials shall be removed and replaced. 5. The pipe shall be aligned with the previously installed pipe, and the joint pushed home. If, while the joint is being made the gasket becomes visibly dislocated the pipe shall be removed and the joint remade. D. Connections and Stub Ends 1. Make connections of pipe to existing systems or appurtenances as shown on the Drawing s or as directed. 2. Mortar or concrete the bottom of the existing structures, if necessary, to eliminate any drainage pockets created by the new connection. 3. Where the pipe is connected into existing structures which are to remain in service, restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer. 4. Seal stub ends, for connections to future work not shown on the Drawing s, by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. E. Backfill 1. Conform to the requirements of Section 33 05 10 and D404 for backfilling pipe trenches . 2. Crushed rock shall be used for bedding and embedment up to top of pipe. Final backfill above top of pipe shall be in accordance with the City of Fort Worth’s acceptable backfills located in Section 33 05 10. 3. Minimum cover requirements are measured from top of pipe to bottom of flexible pavement or top of rigid pavement for the following pipe diameters: a. 12”-48” diameter pipe: 12” of cover. b. 60” diameter pipe: 24” of cover. 4. Maximum cover requirements shall be in accordance with manufacturer’s recommendations. POLYPROPYLENE PIPE FOR STORM SEWERS/CULVERTS Page 7 of 7 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2021 [Insert Project Number] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTR OL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Provide a CCTV inspection in accordance with Section 33 01 31. 2. Deflection (Mandrel) Test a. Perform test in accordance with Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 655 656656 656 656 656 656 656 656656 656 656657 65765865865865 9659 659660 660660 660660660660660 6 6 0 660660 660 660660661 661661 661662 662662 662662662 663 663 663 6636636646 6 4 664 6 6 4 664664664 665 665665 665665665 6 6 5 665665 665 665665665665 665665665665665 666 666666666666 6666 6 6 667 6 67 667 667667668 668 668668 668668668 669669669 669 669669670 670 670 670 670 670670670670 670670670670670670 670670670670670670670671 671671671 671671671672 672672672 672 672 672672673 673 673 673673673673674 674 674674674 674 674 6 7 4 675 675 675 6 7 5 675 675 6 7 5 675675 675 675675 675675 675675675675675675675675675675675 675676676 676676676676676 676676 676677677677 677 677677677678 678678 678678678678679679679 679 679679679680680680680680680680 680 680680680680680680680680680680 680 6 8 0 6806 8 0 680 681681 6 81 681681 681681681682682682 682 682 682682683683683683683683 683684684684 6846846 8 4 684 6856856856856856856 8 5 685 685 6856856856856856856856856 8 5 685 685 6 8 5 685685686 6866 8 6 686686686686686 687 687687687687687 687688 688688688688688688689689689689 6 8 9 6896 8 9 690690 690690 690 690690690690690690690690690690690690690690 690 690 690 691 691691691691 692692692692 693693693693 694 694694694694695695695695695695695695695695695695 6 9 5 696696696697697697697698698698699699700700700700700700700700701701702702703703704 7047047057057057057057 0 5 7 0 5706 706706707707708 708709710710 710 710710711 712 7137147157 1 5 7 1 6 717718 679 680 681 682 682683 683683 683684684 684 684 684685685 685 685686686 686687 687 687688688 688 688689 689690690691 69169269 2693693693694695 695 699 7 0 1 7 0 5 6 9 5 697698EVIRD ETTUB DETSERC 6756751+002+00BLOCK 10 BLOCK 11 (50' ROW) CRESTED BUTTE DRIVE 19.98'111.86'S 0°46'00" ETCS TS GPLS FGP WMH WV GPLS FGP FGP FGP PP PP PP ICVWMWM PP PP PP PP TS TS TS LP LP LP LP LP TS TSTS GPLSGPLS GPLS GPLS GPLS WMH PP PP PP PP PP PP PP TTP GW SSMH WMWM TPED MB MB FHWV TPEDCTVP WV SSMH SSMH SSMH SSCO WV WVEAST BAILEY BOSWELL ROADHORSEMAN ROADHARMON ROAD U.S. H WY 287 OLD PECOS TRAIL STORM LINE 'C-1' PROPOSED STORM LINE 'C-1' PROPOSED STORM LINE 'C-2' PROPOSED STORM LINE 'B-2' PROPOSED STORM LINE 'D-1' PROPOSED STORM LINE 'D-1' PROPOSED STORM LINE 'B-2' PROPOSED STORM LINE 'B-2' PROPOSED STORM LINE 'B-4' PROPOSED STORM LINE 'B-3' PROPOSED STORM LINE 'B-1' PROPOSED STORM LINE 'B-1' PROPOSED STORM LINE 'A-2' PROPOSED STORM LINE 'A-1' PROPOSED PUBLIC 30' DRAINAGE EASEMENT PUBLIC 25' DRAINAGE EASEMENT EASEMENT PUBLIC 75' DRAINAGE EASEMENT DRAINAGE PUBLIC 75' EAS EMENTDRAI NAGE P UBLI C 7 0' SANITARY SEWER EASEMENT PUBLIC 50' DRAINAGE AND HORSEMAN ROADLEGEND ABSTRACT 999 TRACT 2A MCCOWENS, WM SURVEY LOT 1, BLOCK 1 NORTH COWTOWN CROSSING LOT 2, BLOCK 1 NORTH COWTOWN CROSSING LOT 5, BLOCK 1 NORTH COWTOWN CROSSING LOT 4, BLOCK 1 NORTH COWTOWN CROSSING LOT 6, BLOCK 1 NORTH COWTOWN CROSSING TRACT 1 NTP35, LP LOT 3, BLOCK 1 NORTH COWTOWN CROSSING N 1''=200' PROJECT LAYOUT 90 4003002001000 SCALE: 1"=200' STORM DRAIN HORIZONTAL & VERTICAL CONTROL REVISIONS CONSTRUCTION NOTES TXU ENERGY 1-800-233-2133 CITY OF FORT WORTH, TEXAS CONTRACTOR SHALL RELOCATE EXISTING FENCES AS NOTED TO ONE FEET OF PROPOSED RIGHT OF WAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T 1-800-878-8711 ATMOS ENERGY (817) 215-4366 FORT WORTH T&PW (817) 871-8100 ONCOR GAS & ELECTRIC (817) 215-6214 SBC TELEPHONE (817) 338-6819 ALL OTHER FACILITIES 1-800-DIG-TESS CHARTER COMM. (817) 509-6272 EXT. 3363 NOTE: NOTE: NOTE: DRAWN: DESIGNED:SCALE:DATE: OF SHEET NO. 1 2 3 DATEDESCRIPTION TMW PTS 8/25/2021 2:57:05 PM C520-PROJ-42487.dgnI:\42000s\42487\001\CADD\SheetsFRC\Public Improvements Sheets\C520-PROJ-42487.dgn8/25/20212:57:05 PMFORT WORTH WATER DEPT.-FIELD OPERATIONS SANITARY SEWER (817) 223-7438 FORT WORTH WATER DEPT.-FIELD OPERATIONS WATER (817) 925-2360 DOE # N: E: ELEV: (214) 217-6694 FRISCO, TEXAS 75034-8640 3803 PARKWOOD BLVD., STE 800 TBPE FIRM #F-312 CONTROL POINT #105 CONTROL POINT #314CONTROL POINT #109 18906/08/2021 EAST BAILEY BOSWELL ROAD FROM HORSEMAN ROAD TO HARMON ROAD SET 'PK' NAIL ELEV: 687.97 N: 7008953.42 E: 2327060.00 ELEV: 690.73ELEV: 685.24 N: 7006672.75 E: 2327333.06 SET 'X-CUT'SET 'X-CUT' N: 7010405.95 E: 2327011.03 ALL DIMENSIONS AND STATION/OFFSETS ARE TO BACK OF CURB UNLESS OTHERWISE NOTED ON PLANS. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. SERVICES TRANSPORTATION AND DEVELOPMENT INFRASTRUCTURE PLAN REVIEW CENTER TRANSPORTATION PROGRAMMING &LI CENSEDSTATEOF T EXAS P ROF ESS IONAL ENGINEER138236 THAMIR M. WEAVER Firm #312 EngineeringTBPELS 75034. Texas Frisco, Blvd.,Parkwood 3803 Inc., Associates, Halff ofoffices the at file on is drawing this of copy recordThe Act. Practice Engineering Texas theunder offense an is engineer responsible theto notification proper without document sealeda of Alteration 07/12/2021. on authorized by Thamir M. Weaver, P.E. 138236 wasdocument this on appearing seal The TPW PROJECT # CXXX-XXXXXX-XXXXXXXXXXXX WATER PROJECT # PXXX-XXXXXX-XXXXXXXXXXXX SEWER PROJECT # PXXX-XXXXXX-XXXXXXXXXXXX K-2840 MAP NO. XXXX-XXX 119E AND 119F MAPSCO NO.CITY PROJECT # 103320 FORT WORTH WATER DEPT.-FIELD OPERATIONS LOCATE (817) 392-8296 47+00 48+00 49+00 50+00 51+0052+00 53+0054+0055+0056+0057+0058+0059+0060+0061+0062+0063+0064+0065+0066+0067+0068+0069+0070+0071+0072+0073+0074+0075+0076+0077+0078+0079+0080+0081+0082+0083+0084+0085+0086+0087+0088+0089+0090+0091+0092+0093+00 47+00 48+00 49+00 50+00 51+00 PC STA 46+40.00LPLPTSTS36'' RCP 1 + 0 0 2+00 3+00 4+00 5+00 LAT A-3LAT A-5LAT A-6LINE A-1 LINE A-1 30'' RCP A-4 L AT A- 2 L AT A-1LAT 3 6'' RCP PHASE 9B WEST FORK RANCH PHASE 5A WEST FORK RANCH PHASE 4B WEST FORK RANCH PHASE 8B WEST FORK RANCH 680685685EX. R.O. W.EX. R.O. W. DAOR LLEWSOB YELIAB .E PHASE 9B WEST FORK RANCH ROADHORSEMAN BOSWELL ROAD C.L. E. BAILEY EX. UTILITY ESMT. EX. R.O.W.EX. 27" RCP(X-23175)(X-22857) EX. 2-30" RCP 14'EX. U TI LI TY ESM T. STORM DRAIN LEGEND NOTES: 4. ALL RCP IS 21'' UNLESS OTHERWISE NOTED. OTHERWISE NOTED. CONCRETE BOX CULVERTS TO BE PRECAST UNLESS 3. REINFORCED CONCRETE PIPES AND REINFORCED ARE 60° UNLESS OTHERWISE NOTED. 2. ALL LATERAL AND TRUNK LINE WYE CONNECTIONS CONNECTION POINT. NOT CONSTRUCT SUPPORT WALL ABOVE LATERAL 1. FOR CURB INLETS 15' OR GREATER CONTRACTOR SHALL PROPOSED RIPRAP PROPOSED MANHOLE PROPOSED STORM DRAIN PROPOSED DROP INLET W/ APRON PROPOSED CURB INLET EX. R.O.W. EX. R.O.W. FL 36" RCP = 678.51 STA 46+80.93, 14.00' RT BAILEY BOSWELL RD STA 1+27.8, SD LINE A-1 = FL 21" RCP = 678.86 STA 46+88.84, 10.22' LT BAILEY BOSWELL RD STA 1+21.7, LAT A-1 = FL 21" RCP = 680.21 TC = 684.71 CONSTRUCT 10' REC. CURB INLET STA 48+47.49, 32.50' LT BAILEY BOSWELL RD STA 1+54.0, LAT A-3 = FL 21" RCP = 679.19 FL 36" RCP = 678.57 INSTALL 36" x 21" 60° WYE STA 46+92.16, 14.00' RT BAILEY BOSWELL RD STA 1+00.00, LAT A-2 = STA 1+39.1, SD LINE A-1 = FL 21" RCP = 679.84 FL 36" RCP = 679.21 INSTALL 36" x 21" 60° WYE STA 48+19.74, 14.00' RT BAILEY BOSWELL RD STA 1+00.00, LAT A-3 = STA 2+68.2, SD LINE A-1 = FL 21" RCP = 680.43 FL 36" RCP = 679.80 INSTALL 36" x 21" 60° WYE STA 49.37.17, 14.00' RT BAILEY BOSWELL RD STA 1+00.00, LAT A-4 = STA 3+86.9, SD LINE A-1 = FL 21" RCP = 680.98 FL 30" RCP = 680.58 INSTALL 30" x 21" 60° WYE STA 50.89.70, 14.00' RT BAILEY BOSWELL RD STA 1+00.00, LAT A-6 = STA 5+41.2, SD LINE A-1 = FL 21" RCP = 679.97 FL 30" RCP = 679.97 FL 36" RCP = 679.97 RIM = 685.17 INSTALL STD. 4' SQUARE JUNCTION BOX STA 49.69.70, 14.00' RT BAILEY BOSWELL RD STA 1+00.0, LAT A-5 = STA 4+19.8, SD LINE A-1 = FL 21" RCP = 678.37 FL 36" RCP = 678.37 FL EX. (2) 30" RCP = 678.37 RIM = 683.88 USE TXDOT STANDARD PJB CONSTRUCT 8' x 6' JUNCTION BOX STA 46+66.93, 10.00' LT BAILEY BOSWELL RD STA 1+00.00, LAT A-1 = STA 1+00.00, SD LINE A-1 = TC = 683.57 CONSTRUCT 10' REC. CURB INLET BAILEY BOSWELL RD STA 47+05.00, 32.00' RT FL 21" RCP = 679.57 CONNECT TO INLET STA 47+02.54, 32.50' RT BAILEY BOSWELL RD STA 1+21.3, LAT A-2 = TC = 683.95 CONSTRUCT 10' REC. CURB INLET BAILEY BOSWELL RD STA 47+05.00, 32.00' LT FL 21" RCP = 679.45 CONNECT TO INLET STA 47+02.45, 32.50' LT BAILEY BOSWELL RD STA 1+47.7, LAT A-1 = TC = 684.71 CONSTRUCT 10' REC. CURB INLET BAILEY BOSWELL RD STA 48+50.00, 32.00' LT TC = 685.27 CURB INLET CONSTRUCT 10' REC. BAILEY BOSWELL RD STA 49+50.00, 32.00' RT FL 21" RCP = 680.77 CONNECT TO INLET STA 49+47.55, 32.50' RT BAILEY BOSWELL RD STA 1+21.3, LAT A-4 = TC = 685.54 CURB INLET CONSTRUCT 10' REC. BAILEY BOSWELL RD STA 50+00.00, 32.00' LT FL 21" RCP = 681.04 CONNECT TO INLET STA 49+97.45, 32.50' LT BAILEY BOSWELL RD STA 1+54.0, LAT A-5 = 660 670 680 690 690 680 670 660N806040200 SCALE: 1"=40' STORM DRAIN LINE A-1 1''=40' PLAN & PROFILEMATCH LI NE - STA 51+00BEGIN TO STA 51+00 STORM DRAIN PLAN 915+004+003+002+001+00 MATCH LINE - LINE A-1 STA 5+51.57HORIZONTAL & VERTICAL CONTROL REVISIONS CONSTRUCTION NOTES TXU ENERGY 1-800-233-2133 CITY OF FORT WORTH, TEXAS CONTRACTOR SHALL RELOCATE EXISTING FENCES AS NOTED TO ONE FEET OF PROPOSED RIGHT OF WAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T 1-800-878-8711 ATMOS ENERGY (817) 215-4366 FORT WORTH T&PW (817) 871-8100 ONCOR GAS & ELECTRIC (817) 215-6214 SBC TELEPHONE (817) 338-6819 ALL OTHER FACILITIES 1-800-DIG-TESS CHARTER COMM. (817) 509-6272 EXT. 3363 NOTE: NOTE: NOTE: DRAWN: DESIGNED:SCALE:DATE: OF SHEET NO. 1 2 3 DATEDESCRIPTION TMW PTS 8/25/2021 2:57:06 PM C521-STRM-42487.dgnI:\42000s\42487\001\CADD\SheetsFRC\Public Improvements Sheets\C521-STRM-42487.dgn8/25/20212:57:06 PMFORT WORTH WATER DEPT.-FIELD OPERATIONS SANITARY SEWER (817) 223-7438 FORT WORTH WATER DEPT.-FIELD OPERATIONS WATER (817) 925-2360 DOE # N: E: ELEV: (214) 217-6694 FRISCO, TEXAS 75034-8640 3803 PARKWOOD BLVD., STE 800 TBPE FIRM #F-312 PROFILE SCALE HORIZ. : 1"=40' VERT. : 1"=4' CONTROL POINT #105 CONTROL POINT #314CONTROL POINT #109 18906/08/2021 EAST BAILEY BOSWELL ROAD FROM HORSEMAN ROAD TO HARMON ROAD SET 'PK' NAIL ELEV: 687.97 N: 7008953.42 E: 2327060.00 ELEV: 690.73ELEV: 685.24 N: 7006672.75 E: 2327333.06 SET 'X-CUT'SET 'X-CUT' N: 7010405.95 E: 2327011.03 ALL DIMENSIONS AND STATION/OFFSETS ARE TO BACK OF CURB UNLESS OTHERWISE NOTED ON PLANS. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. SERVICES TRANSPORTATION AND DEVELOPMENT INFRASTRUCTURE PLAN REVIEW CENTER TRANSPORTATION PROGRAMMING &LI CENSEDSTATEOF T EXAS P ROF ESS IONAL ENGINEER138236 THAMIR M. WEAVER Firm #312 EngineeringTBPELS 75034. Texas Frisco, Blvd.,Parkwood 3803 Inc., Associates, Halff ofoffices the at file on is drawing this of copy recordThe Act. Practice Engineering Texas theunder offense an is engineer responsible theto notification proper without document sealeda of Alteration 07/12/2021. on authorized by Thamir M. Weaver, P.E. 138236 wasdocument this on appearing seal The TPW PROJECT # CXXX-XXXXXX-XXXXXXXXXXXX WATER PROJECT # PXXX-XXXXXX-XXXXXXXXXXXX SEWER PROJECT # PXXX-XXXXXX-XXXXXXXXXXXX K-2840 MAP NO. XXXX-XXX 119E AND 119F MAPSCO NO.CITY PROJECT # 103320 FORT WORTH WATER DEPT.-FIELD OPERATIONS LOCATE (817) 392-8296 100-YEAR HGL FLOW PARTIAL 100-YEAR HGL @ PIPE C.L. EXISTING GROUND 320 LF 36" RCP @ 0.50% @ PIPE C.L. PROPOSED GROUND FL 21" RCP = 679.19FL 36" RCP = 678.57FL 36" RCP = 678.51FL 21" RCP = 679.84FL 36" RCP = 679.21FL 21" RCP = 680.43FL 36" RCP = 679.80FL 21" RCP = 680.98FL 30" RCP = 680.58INSTALL 36" x 21" 60° WYESTA 1+00.0, LAT A-2STA 1+39.1, SD LINE A-1=INSTALL 36" x 21" 60° WYESTA 1+00.0, LAT A-3STA 2+68.2, SD LINE A-1=INSTALL 36" x 21" 60° WYESTA 1+00.0, LAT A-4STA 3+86.9, SD LINE A-1=INSTALL 30" x 21" 60° WYESTA 1+00.0, LAT A-6STA 5+41.2, SD LINE A-1=INSTALL 36" 60° BENDSTA 1+27.8, SD LINE A-1195 LF 30" RCP @ 0.50%FL 21" RCP = 679.97FL 30" RCP = 679.97FL 36" RCP = 679.97BEGIN 30" RCPJUNCTION BOXINSTALL STD. 4' SQUARESTA 1+00.0, LAT A-5STA 4+19.8, SD LINE A-1=0.0026 0.36 4.81 46.84 34.0 ft/ft ft fps cfs cfs = f S /2g= 2 V V= = CAP Q = 100 Q = f S /2g= 2 V V= = CAP Q = 100 Q 0.0024 0.33 4.59 46.84 32.4 ft/ft ft fps cfs cfs = f S /2g= 2 V V= = CAP Q = 100 Q 0.0020 0.27 4.19 46.84 29.6 ft/ft ft fps cfs cfs = f S /2g= 2 V V= = CAP Q = 100 Q 0.0037 0.40 5.05 28.81 24.8 ft/ft ft fps cfs cfs C.O.F.W. SPEC 33 05 10 CONSTRUCTION PER PRIOR TO STORM SEWER 95% STD. PROCTOR AND COMPACTED TO FILL TO BE PLACED D= V= = CAP Q = 100 Q ft fps cfs cfs 1.77 7.13 46.84 27.6CONNECT EX. 2-30" RCPINSTALL. 8'X6' JUNCTION BOXBEGIN 36" RCPSTA 1+00.0, LAT A-1STA 1+00.0, SD LINE A-1=FL 21" RCP = 678.37FL 36" RCP = 678.37FL EX. 2-30" RCP = 678.37@ 0.60% 2-30" RCP EX. 660 670 680 690 806040200 SCALE: 1"=40' 675 685 665 665 685 695 665 675 680 690 660 670 685 695 665 675 680 690 660 670 1+00 1+00 1+00 1+00 1+001+001+001+002+001+00 1+00 1''=40' STORM DRAIN LATERALS 107 HORIZONTAL & VERTICAL CONTROL REVISIONS CONSTRUCTION NOTES TXU ENERGY 1-800-233-2133 CITY OF FORT WORTH, TEXAS CONTRACTOR SHALL RELOCATE EXISTING FENCES AS NOTED TO ONE FEET OF PROPOSED RIGHT OF WAY. THE CONTRACTOR SHALL CONTACT THE FOLLOWING AT LEAST 48 HOURS PRIOR TO EXCAVATING AT EACH LOCATION: AT&T 1-800-878-8711 ATMOS ENERGY (817) 215-4366 FORT WORTH T&PW (817) 871-8100 ONCOR GAS & ELECTRIC (817) 215-6214 SBC TELEPHONE (817) 338-6819 ALL OTHER FACILITIES 1-800-DIG-TESS CHARTER COMM. (817) 509-6272 EXT. 3363 NOTE: NOTE: NOTE: DRAWN: DESIGNED:SCALE:DATE: OF SHEET NO. 1 2 3 DATEDESCRIPTION TMW PTS 8/25/2021 2:57:22 PM C537-STRM-42487.dgnI:\42000s\42487\001\CADD\SheetsFRC\Public Improvements Sheets\C537-STRM-42487.dgn8/25/20212:57:22 PMFORT WORTH WATER DEPT.-FIELD OPERATIONS SANITARY SEWER (817) 223-7438 FORT WORTH WATER DEPT.-FIELD OPERATIONS WATER (817) 925-2360 DOE # N: E: ELEV: (214) 217-6694 FRISCO, TEXAS 75034-8640 3803 PARKWOOD BLVD., STE 800 TBPE FIRM #F-312 PROFILE SCALE HORIZ. : 1"=40' VERT. : 1"=4' PROFILE SCALE HORIZ. : 1"=40' VERT. : 1"=4' CONTROL POINT #105 CONTROL POINT #314CONTROL POINT #109 18906/08/2021 EAST BAILEY BOSWELL ROAD FROM HORSEMAN ROAD TO HARMON ROAD SET 'PK' NAIL ELEV: 687.97 N: 7008953.42 E: 2327060.00 ELEV: 690.73ELEV: 685.24 N: 7006672.75 E: 2327333.06 SET 'X-CUT'SET 'X-CUT' N: 7010405.95 E: 2327011.03 ALL DIMENSIONS AND STATION/OFFSETS ARE TO BACK OF CURB UNLESS OTHERWISE NOTED ON PLANS. CONTRACTOR SHALL PROTECT ALL EXISTING TREES, FENCES, RETAINING WALLS AND STRUCTURES UNLESS OTHERWISE NOTED. SERVICES TRANSPORTATION AND DEVELOPMENT INFRASTRUCTURE PLAN REVIEW CENTER TRANSPORTATION PROGRAMMING &LI CENSEDSTATEOF T EXAS P ROF ESS IONAL ENGINEER138236 THAMIR M. WEAVER Firm #312 EngineeringTBPELS 75034. Texas Frisco, Blvd.,Parkwood 3803 Inc., Associates, Halff ofoffices the at file on is drawing this of copy recordThe Act. Practice Engineering Texas theunder offense an is engineer responsible theto notification proper without document sealeda of Alteration 07/12/2021. on authorized by Thamir M. Weaver, P.E. 138236 wasdocument this on appearing seal The TPW PROJECT # CXXX-XXXXXX-XXXXXXXXXXXX WATER PROJECT # PXXX-XXXXXX-XXXXXXXXXXXX SEWER PROJECT # PXXX-XXXXXX-XXXXXXXXXXXX K-2840 MAP NO. XXXX-XXX 119E AND 119F MAPSCO NO.CITY PROJECT # 103320 FORT WORTH WATER DEPT.-FIELD OPERATIONS LOCATE (817) 392-8296 100-YEAR HGL LAT C-5 1 100-YEAR HGL LAT C-6 2 100-YEAR HGL LAT C-7 3 FLOW PARTIAL LAT CO-1 4 FLOW PARTIAL LAT CO-2 5 4 3 2 1 5 100-YEAR HGL 100-YEAR HGL LAT CO-4 6 FLOW PARTIAL LAT D-1 7 100-YEAR HGL LAT D-2 8 100-YEAR HGL LAT D-3 9 9 8 7 6 10 11 FLOW PARTIAL 100-YEAR HGL LAT DO-2 10 11 @ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUND TC = 685.50CURB INLETCONSTRUCT 10' REC. STA 1+64.7, LAT C-5FL 21" RCP = 681.00FL 21" RCP = 679.01FL 48" RCP = 677.88@ 3.08%65 LF 21" RCP INSTALL 48" x 21" 60° WYESTA 1+00.0, LAT C-5STA 20+24.0, SD LINE C-1=@ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUND TC = 686.36CURB INLETCONSTRUCT 10' REC. STA 1+20.8, LAT C-6FL 21" RCP = 681.86FL 21" RCP = 679.88FL 48" RCP = 678.75FL=676.48 12" WATER LINE "A" @ 9.53% 21 LF 21" RCP INSTALL 48" x 21" 60° WYESTA 1+00.0, LAT C-6STA 21+98.4, SD LINE C-1=@ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUND TC = 687.96CURB INLETCONSTRUCT 10' REC. STA 1+90.0, LAT C-7FL 21" RCP = 683.46FL 21" RCP = 680.31FL 48" RCP = 679.19@ 3.50%90 LF 21" RCP INSTALL 48" x 21" 60° WYESTA 1+00.0, LAT C-7STA 22+85.0, SD LINE C-1=@ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUND FL 21" RCP = 679.00INSTALL 30" x 21" 60° WYESTA 1+00.0, LAT CO-1STA 2+09.2, SD LINE C-2=@ 1.57%85 LF 21" RCP FL 21" RCP = 677.66FL 24" RCP = 677.28FL 30" RCP = 677.28LIP = 682.30TOP = 683.30CONSTRUCT STD. 4'X4' "Y" INLETSTA 1+85.3, LAT CO-1@ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUND FL 36" RCP = 679.00FL 36" RCP = 677.72FL 54" RCP = 676.97= f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0003 0.02 1.21 27.62 2.9 = f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0008 0.05 1.83 48.58 4.4 = f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0009 0.06 2.00 29.42 4.8 = f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0210 1.42 9.55 19.74 23.0 = fS /2g= 2 V V= =CAPQ = 100Q ft/ft ft fps cfs cfs 0.0055 0.76 6.99 80.31 49.4 @ 1.47%87 LF 36" RCP LIP = 684.00TOP = 685.00CONSTRUCT STD. 6'X6' "Y" INLETSTA 1+86.9, LAT CO-2INSTALL 54" x 36" 60° WYESTA 1+00.0, LAT CO-2STA 18+83.0, SD LINE C-1=@ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUND FL 24" RCP = 681.85FL 24" RCP = 679.52FL 48" RCP = 678.52@ 2.25%104 LF 24" RCP LIP = 685.35TOP = 686.35CONSTRUCT STD. 4'X4' "Y" INLETSTA 2+03.6, LAT CO-4INSTALL 48" x 24" 60° WYESTA 1+00.0, LAT CO-4STA 21+50.6, SD LINE C-1=@ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUNDTC = 686.05CURB INLETCONSTRUCT 10' REC. STA 1+10.9, LAT D-1FL 21" RCP = 681.55FL 21" RCP = 680.21FL 24" RCP = 680.21@ 12.23% 11 LF 21" RCP JUNCTION BOXINSTALL STD. 4' SQUARESTA 1+00.0, LAT D-1STA 5+25.5, SD LINE D-1=@ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUNDTC = 682.33CURB INLETCONSTRUCT 10' REC. STA 1+18.3, LAT D-2FL 21" RCP = 677.83FL 21" RCP = 677.16FL 24" RCP = 677.03INSTALL 24" x 21" 60° WYESTA 1+00.0, LAT D-2STA 1+08.3, LAT DO-2=@ 3.69%18 LF 21" RCP @ PIPE C.L. EXISTING GROUND @ PIPE C.L. PROPOSED GROUND TC = 682.25CURB INLETCONSTRUCT 10' REC. STA 1+11.0, LAT D-3FL 21" RCP = 677.75INSTALL 30" x 21" 60° WYESTA 1+00.0, LAT D-3STA 1+92.4, SD LINE D-1=FL 24" RCP = 676.32FL 30" RCP = 675.95@ 12.19%11 LF 21" RCP = f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0047 0.38 4.92 33.72 15.5 = f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0004 0.03 1.36 30.22 3.3 = f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0001 0.01 0.73 56.77 1.7 = f S /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs 0.0075 0.60 6.23 52.40 19.6 = fS /2g= 2 V V= = CAP Q = 100 Q ft/ft ft fps cfs cfs D= V= = CAP Q = 100 Q ft fps cfs cfs 0.09 5.93 55.04 1.6 0.0052 0.42 5.21 52.40 16.4 @ PIPE C.L. EXISTING GROUND FL 24" RCP = 679.00INSTALL 30" x 24" 60° WYESTA 1+00.0, LAT DO-2STA 2+13.1, SD LINE D-1=FL 24" RCP (N) = 676.58FL 24" RCP (W) = 676.33FL 30" RCP = 676.33FL 21" RCP = 677.16FL 24" RCP = 677.03INSTALL 24" x 21" 60° WYESTA 1+00.0, LAT D-2STA 1+08.3, LAT DO-2=@ PIPE C.L. GROUND PROPOSED @ 5.44% 45 LF 24" RCP LIP = 682.00TOP = 683.00CONSTRUCT STD. 4'X4' "Y" INLETSTA 1+44.5, LAT DO-2