Loading...
HomeMy WebLinkAboutContract 55694-PM1CSC No. 55694-PM1 00 00 00 S"I'ANDARD CONSTRUCTION SPF,CIPICATION DOCUMENTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOP�R AWARDED PROJ�CTS CITY OP PORT WORTI-I NORTI-ISTAR — SL;CTION 4, PI-IASE I STANDARD CONSTRUCTION SPECIFICATION DOCIJMGNTS — DEVLLOP�R AWARDGD PROJCCTS CITY PROJ. N0.:102777 Revised Mareh 20, 2020 I)ivision 00 - Genet-al Conditions T,ACf RPV1SPfi 00 00 00 STANDARD CONS"1'RUCTION SPGCIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents. NONE CITY OF FORT WORTH NORTI-ISTAR — S�CTION 4, PHASE 1 STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS — DGVCLOP�R AWARDED PROJCCI'S CITY PROJ. NO.:I02777 Revised March 20, 2020 00 00 00 S"I'ANDARD CONSTRUC"I'ION SPI;CII'ICATION DOCUML-'N'I'S Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewedldownloaded from the City's website at: htta://fortworthtexas gov/tpw/contractors! or httns://apps.fortworthtexas �ov/ProjectResources/ Division 02 - Existin Conditions n7�=� c„lo..+:.,�, u:� i,ia.�=iv;-,ivi� 02 4l ] 4 Utili Removal/Abandonment 02 4l 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 8�-34-� �-� 03 80 00 Modifications to Existing Concrete Structures 1 � , _ � �� .. . � � � . . _ _- -------_ = ---•� • - .. --�� _ � r r • • iii�iiiYr7►•• , L•n•� � _ � � �`�. � � �LiL'� � � � a m.�Drsrsa�r�sr.�ss�� Division 32 - Exterior � 9�-1� � �B-I--�B rovements 32 01 29 Concrete Pavin Re air `! 7� C � ' L. � D ('' ..� �.var�cJ 32 1 1 29 Lime Treated Base Courses 32 1 1 33 Cement Treated Base Courses �'� 3Z-�Z--1� �h?-�-�� 32 13 13 Concrete Pavin 32 13 20 Concrete Sidewalks, Drivewa s and Barrier Pree Ram 32 13 73 Concrete Pavin Joint Sealants 3-�-1-4--1-Fi 32 l 6 13 Concrete Curb and Gutters and Vallev Gutters Last Revised 1 � /�Tcravrl7-nvzz 12/20/20 ] 2 02l02/2016 1 2120/20 1 2 , � ��,�, zS; zo� i � i�-a.no�z�.�, , i 12/20/201 Z � . . � � � � � �.���,:»..��v , � ���i�z � � ��z, ��s� i 12/20/2012 17/7� 12/ZO/20 ] 2 12/20/2012 na i� ,a, z��� ; � ���o,f��i i � ��,��o � 12/2Q/2012 06/OS/2018 12/20/2012 , � i�,z,zo��zo ; z 10/OSf2016 CITY OF PORT WOR1'[-1 NORTHSTAR - SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIPICA"1'lON DOCUMGNTS - DEVL'LOPk:R AWARD�D PI20.ILCTS CITY PROJ. NO.:102777 Revised Mare}i 20, 2020 Division 31 - Earthwork Division 33 - Utilities 33 01 30 Sewer and Manhole Testin 33 O1 31 Closed Circuit Television CCTV Ins ection �3-8�-�-8 �3--84--�-8 �-3-gq�-�- r,. , �„ , . i -r + e, , • �..�.., 3�-84-1-� 3-�--84-3-A 33 04 40 Cleanin and Acce tance Testin of Water Mains 33 04 50 Cleanin of Sewer Mains 33 OS 10 Utili Trench Excavation, Embedment, and Backfill 33 OS 12 Water Line Lowerin 33 OS 13 Frame, Cover and Grade Rin s— Cast Iron 33 OS 13.10 Frame Cover and Grade Rings — Com osite 33 OS 14 � �»-�-� 33 OS 17 33-95-�8 ��� �-��-z� =i �,� �-3-95-�� 33 OS 26 33 OS 30 33 11 OS 33 11 10 33 11 11 33 11 12 �� 2'2� 33 12 10 �3--1-�-� 33 12 20 ��� 33 12 25 33 12 30 33 12 40 33 12 50 � p Adjusting Manlloles, Inlets, Valve Boxes, and Other Sh•uctures to Grade ��.,,,..,.�„ tix�..� �> >, Concrete Collars �ae�����o�� v���r:iL�J Ulility Markers/Locators Location of Existing Utilities Bolts, Nuts, and Gaskets Ductile Iron Pipe Ductile Ii•on Fittings Polyvinyl Chloride (PVC) Presstn�e Water Services 1-inch to 2-inch Resilient Seated Gate Valve Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Fire Hydrants Water Sami�le Stations 12/20/2012 03/03/2016 , � ��,�,z�� , � i��� �,�.;z ,�i�����z , � i�,�o ��,�;z n^r in i�Z n� 02/06/2013 ] 2/20/2012 12/12/2016 12/20/2012 01 /22/2016 O 1 /22/20 ] 6 12/20/2012 , � i�,z,�,z�� 12/20/2012 , � i����� ;z i 'i M�(1 /� �z 1 'l /'>� �Ll1�„�t ,7� i � ».�, �o � nti i ioQ,-� °�o :� 12/20/201 Z 12/20/2012 12/20/20l 2 12/20/2012 12/20/2012 11/16/2018 , � i�,�n��� 77/'�� 02/14/2017 , � ���,��� 12/20/2012 i � ���i��z 02/06/2013 12/20/2012 O1/03/2014 12/20/2012 CI'fY OI' PORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIPICATION DOCUMGNTS — D�VGLOPER �1WARDED PROJECTS CITY PROJ. N0.:102777 Revised March 2Q 2020 00 00 00 S7'ANDARD CONSTRUCTION SPECIPICATION DOCUM�NTS Page 4 of 6 00 00 00 STANDARD CONSTRUCTION SPCCIrICATION DOCUMGNTS Page 5 of 6 CITY OP PORT WORTFI NORTHSTAR— SECTION 4, PI-IAS� 1 STANDARD CONSTRUCTION SPECIPICATION DOCUM�N7'S — DEVGLOPER AWARDED PROJECTS CITY PROJ. N0.:102777 Revised March 20, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 6 Appendix �:8-� n,.,,;i.,�.:�;�., ��T ,a � - :�i-ciii�crgi-ou"rniZ Fcc:t•r 'niic,s �7�4.�-�iniici-,-1l., L' � t �'' -�'`'-- -� "''-- r'�' 6$� -V4�g�c'tt� � � n��� •+ ,a i i, • t •+• r'�' �.�4 �.r ,�• e-�i���t GR-01 60 00 Product Requirements END OF SECTION C1TY OF PORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJ. N0.:102777 Revised Mazch 20, 2020 001] 13 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS DEVELOPER AWARDED CONTRACTS FOR PUBLICLY BID PROJECTS ONLY RECEIPT OF BIDS Sealed bids for the construction of NORTHSTAR DEVELOPMENT, SECTION 4, PHASE 1 will be received by the NORTHSTAR M.U.D. 1: WELCH ENGINEERING, INC. 1308 Norwood Drive Suite 200 Bedford, Texas 76022 Bids will be accepted unti19:45 am, CST, September 11, 2020 and bids will be publicly read aloud at 10:00 am, CST, Friday, September 11, 2020. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: The project is NORTHSTAR DEVELOPMENT, SECTION 4, PHASE 1 consisting of 201 Single Family Residential Subdivision will require the installation of Water, Sanitary Sewer, Storm Drainage, Street Paving and Street Lights. You can bid the project as a whole or separately entities as either Utilities, Paving and/or Street Lights. Excavation o.f' the project is already underway. 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. DOCUMENTS AND PROCUREMENTS Copies of the Bidding and Contract Documents may be acquired by at: t��.cich ri:��cichcn��.rc,n� A drop box will be emailed back to you. Contact Tim Welch, P.E. at 817-253-3682, if you have questions. No hard copies will be provided only PDF files. Bids can either dropped off or email to t�� cicl� u:�� clnc�n,�.c_om with the appropriate documents required. Each bid must be accompanied by a certified or cashier's clzeck, from a responsible bank in the State of Texas, or a bid bond, issued by a surety legally authorized to do business in the State of 7'exas, equal to S% of the total bid amount. �lake the cashier's check, certified check or bid bond payable to NORTHSTAR MUNICIPAL UTILITY DISTRICT, (M.U.D.) CITY OF PORT WORTH NORTHSTAR SLCTION 4, PHAS� 1 STANDARD CONSTRUCTION SPL-'CIPICATION DOCUMEN'I'S — DGVELOPER AWARDLD PROJECTS CPN: 102777 Revised March 20, 2020 40 11 13 INVITATION TO BIDDERS Page 2 of'2 PREBID CONFERENCE A prebid conference may be held as described in Section QO 2l 13 -1NSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: N/A TIME: N/A PLACE: N1A LOCATION: N/A DEVELOPER/CITY'S RIGHT TO ACCEPT OR REJECT BIDS Developer and City reserves the right to waive irregularities and to accept or reject bids. Required forms Section 00 41 00; Section 00 42 43, Section 00 43 13 and Section 00 45 12 with 5% Bid Bond. FUNDING Any Contracts awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from Developer's Completion or Escrow Funds and dedicated by the Developer's Financial Institute for the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Timothy J. Welch, P.E., WELCH ENGINEERING, INC. Email: twelch@welcheng.com Phone: 817-253-3682 AND/OR Attn: Patrick Buckley, P.E., CITY OF FORT WORTH Email: Patrick.E3uckle�°!rr%fortwortl_�tesas�<�v _ __ Phone: (817) 392-2443 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, dawnload the Plan Holder Registration form to your computer, complete and email it to the City Project Manager or the design Engineer, ADVERTISEMENT DATES Friday, August 21, 2Q20 Friday, August 28, 2020 END OF SECTION CITY OF FORT WORTH NORTHSTAR SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPBCIFICATION QOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: Id277? Revised March 20, 2020 0021 131 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS DEVELOPER AWARDED CONTRACTS FOR PUBLICLY BID PROJECTS ONLY 1. Defined Terms 1.1. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.1. ]. Bidder: Any person, frm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.12.Successful Bidder: The responsible and responsive Bidder to whom Developer/City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither Developer/City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. Developer/City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are availahle by accessing all required files through the City's website at: https://apps.forh��orthtc�as.Qo��/ProtcctNctiources/ 3. ]. l. Paving — Requirements document located at; Resources/Construction Documents/Contractor Prequa(ification/TPW Paving Contractor Prequalification Program 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; ResourceslConstruction Documents/Contractor Prequalification/TPW Roadway and Pedestrian Lighting Prequalification Program 3.13. Water and Sanitary Sewer — Requirements document located at; 02 - Construction DocumentslContractor PrequalificationlWater and Sanitary Sewer Contractor Prequalifcation Program CI1'Y OF POR7' WORTH NORTHSTAR SECTION 4, PHASG 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102777 Revised March 20, 2020 00 21 132 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, t11e documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalificatioii should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre-qualified contractor who is the successful 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 successful bidder(s} to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Failure to submit the additional information, if requested, may be grounds for rejecting the successfiil bidder as non-responsive, 3.4.In addition to prequalification, additional requirements far qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: N/A 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 Docuinents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by Developer/City or any representative of the Developer/City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Developer/City. 4.12. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, perfornlance or furnishing of the Work. 4.13. Consider federal, state and local Laws and Regulations that inay affect cost, progress, performance or furnishing of the Work. CITY OP FORT WORTH NORTHSTAR SECTION 4, PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — BEVELOPER AWARDED PROJECTS CPN: 102777 Revised March 20, 2020 00 21 133 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.4. Be advised, City, in accordance with Title VI of the Civil Riglrts 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 coutiguous 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 "teclmical data" and (ii) reports and drawings of Hazardous Enviromnental Conditious, 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 fiirnish. 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 u�on the City. 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. 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 co�nplete 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 Developer of all conflicts, errors, ambiguities or discrepancies in or between the Conn•act Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the Developer shall be permitted to make sucl� corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Docurnents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: C1TY OF PORT WORTH NORTHSTAR SECTION 4, PI-IAS� I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102777 Revised March 2Q 2020 00 21 134 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.2. l.those reports of explarations and tests of subsurface conditions at or contiguous to the site which have been utilized by Developer in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the Developer 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 Developer 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. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 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 funiishing the Work required by the Contract Docnments and applying the specific means, methods, techniques, sequences or procedur•es of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) tllat Bidder has given Developer written notice of all conflicts, errors, ambiguities and discrepancies iu the Contract Documents and the written resolutions thereof by Developer are acceptable to Bidder, and wl�en said conflicts, etc., have not been resolved through the inteipretations by Developer as described in Paragraph 6., and (iv) that the Contract Docuinents 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, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon whicll 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 Developer. CI7'Y OP FORT WORTH NORTHSTAR SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102777 Revised March 20, 2020 00 21 135 1NSTRUCTIONS TO BIDDERS 6. Interpretations and Addenda Page 5 of 9 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to Developer'slCity's representative. Interpretations or clarifcations considered necessary by Developer in response to such questions will be issued by Addenda delivered to all parties recorded by Developer as having received the Bidding Documents. Only questions answered by fonnal written Addenda will be binding Oral and other interpretations or clarifications will be without legal effect Address questions to: Attn: TIMOTHY J. WELCH, P.E., WELCH ENGINEERING, INC. Email: twelch@welcheng.com Phone: (817) 253-3682 AND/OR Attn: Patrick Buckley, P.E., CITY OF FORT WORTH Email: I'a(ricti.l,3uckl_e��'ri��fc�rt���orthte�as,�o�� Phone: (817) 392-2443 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by Developer/City. 6.3. Addenda or clarifications may be posted via the City's document management and collaboration system site at : N/A. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of Developer will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. Developer's representative will transmit to all prospective Bidders of record such Addenda as Developer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be hinding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to Developer in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements as listed in the General Conditions. 72. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, Developer may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be Developer's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom Developer believes to have a reasonable chance of receiving the award will be retained by Developer until final contract execution. CITY OF FORT WORTH NORTHSTAR SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DGVELOPER AWARDGD PROJECTS CPN: 102777 Revised March 20, 2020 00 21 136 INSTRUCTIONS TO BIDDERS Page 6 of 9 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 Effective Date of the Agreement. T11e procedure for submission of any such application by Contractor and consideration by City is set forth in Section O 1 25 00 of the General Requirements. 11. Bid Form 11,1. All blanks oi1 the Bid Form must be completed by printiilg in ink and the Bid Form signed in ink. Erasures or alterations shall be iuitialed 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 legibly, in ink or type, for which the Bidder proposes to do tlle work contemplated or furnish materials required. 11.2. 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 name, address and state of incorporation shall be shown below the signature. 11.3. 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 name and address of the partnership shall be shown below the signature. 11,4. 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 name and state of formation of the firm and the official address of the firm shall be shown. 11.5. Bids by individuals shall shaw the Bidder's name and official address. 11.6. Bids by joint ventures shall be executed by each joint venturer in the manner indicated oii the Bid Fonn. The official address of the joint venture shall be shown. 11.7. All names shall be typed or printed in ink below the signature. CITY OP FORT WORTH NORTHSTAR SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPGR AWARDED PROJECTS CPN: 102777 Revised March 20, 2020 00 21 137 INSTRUCTIONS TO BIDDERS Page 7 of 9 11.8. The Bid sl�all contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 11.9. Postal and e-mail addresses and telephone number for communications regarding the Bid sl�all be shown. 11.10. 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. 12. Submission of Bids 12.1. Bids shall be submitted on the prescribed Bid Form and proposal form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City of Fort Woi�th Project Manager, 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, if required, and other required documents. 13. Modification and Withdrawal of Bids 13.1. Bids 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 opeiiing 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 Developer/City, be returned unopened. 13.2 Bidders may modify their Bid by electronic commu�zication at auy time prior to the time set for the closing of Bid receipt. 14. Opening of Bids 14.1. 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. 15. Bids to Remain Subject to Acceptance 15.1. 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. Developer/City may, at their sole discretion, release any Bid and nullify the Bid security, if required, prior to that date. CITY OF FORT WORTI-I NORTHSTAR SECTION 4, PHASG 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102777 Revised March 20, 2020 00 21 138 INSTRUCTIONS TO BIDDERS 16. Evaluation of Bids and Award of Contract Page 8 of 9 16.1. DeveloperlCity resetves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced ar conditional Bids and to reject the Bid of any Bidder if Developer/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. Developei•/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. 16.1.1. Any or all bids will be rejected if Developer/City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against Developer/City, Developer/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 Developer/City will prevent or hinder the prompt completion of additional work if awarded. 16.2. Developer/City may coilsider 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 Developer/City. Developer/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. 163. Developer/City may conduct such investigations as Developer/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 Developer'slCity's satisfaction within the prescribed time. 16.4. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by Developer/City indicates that the award will be in the best interests of the Developer/City. 16.5. Failure or refusal to comply witli the requirements may result in rejection of Bid. CITY OF FORT WORTH NORTHSTAR SECTION 4, PI-IASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102777 Revised March 20, 2020 00 21 139 INSTRUCTIONS TO BIDD�RS 17. Signing of Agreement Page 9 of 9 17.1. When Developer issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. The Contractor shall sign and deliver the required number of counterparts of the Agreement to Developer's representative with the required Bonds, Certificates of Insurance, and all other required documentation. END OF SECTION CITY OP FORT WORTI-I NORTHSTAR SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102777 Revised March 20, 2020 UTILITY CONTRACT FORMS D.T. UTILITY CONTRACTORS, INC. 00 4l 00 DAP BID FORM FOR PUBLICLY B[D PROJECi'S ONLY Page 1 of 3 SECTIQN 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: D.R. HORTOl*t — TEXAS, LTD. A Texas Limited Partnership By: D.R. Horton, Inc. A Iielaware Corporation its Authorized Agent � • � . � • � � . � p, . ' ' ' �' . �• � � � . 1 ' ' �i . City Project 102777 No.: Units/Sections: WATER, SANITARY SEWER AND STORM �E�VEl� 1. Enter Into Eigreement 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 tenns and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTR.UCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or salicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at CITY OF FORT WORTH STANDARD CONSTRUCTIOP! BID FORM — DEVELOPER AWARDED PROJECTS 00 4100 Bid Form — DAP.docx Forrn Revised April Z, 2014 00 41 00 DAP BID FORM rOR PUI3LICLY BID PROJECI'S ONLY Page 2 of 3 artificial non-competitive levels, or (c) to depi•ive Developer of the benefits of fi•ee and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the kuowledge 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 tl�eir 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 mi►st be perfot-�ned only by prequalified contractors and subcontractors: a. WATER DISTRIBUTION, DEVELOPMENT, (S-INCH DIAlO�IETER AND SMALLER) b. SEW�R COLLECTION SYSTEM, DEVELOPMENT ( 8-I1�TCI� DIAMETER AND SAMLLER) c. STORNI SEWER 4. 'i'ime of Completion 4.1. Tlie Work will be complete for Final Acceptance within I20 working days after tlle date wllerl t11e Contract Time commences to run as provided in the General Conditions. 4.2. Bidder accepts the provisions of the Agreement to liquidated damages, if ap�licable, in the event of failure to complete the Worlc {aud/or achieve�nent of Milestones} within the times specified in the Agree�nent. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Fonn, Section 00 41 00 b. Bid Bond (if required), Section 00 43 13 issued by a surety meeting the reqliirements of the General Conditions. c. Proposal Form, Section 00 42 43 d. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification applieation (optional) 6. 'I'otal Bid Amount 6.1. Bidder will complete the Work in accordance with the Contr•act Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figut•e will be i-ead publicly by the City at the bid opening_ 6.2. It is understood and agreed by ihe Bidder in signing this proposal fliat the total bid amount ei�tered below is subjeet to verification and/or nlodification by multiplying the wiit CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form — DAP.docx Form Revised April 2, 2014 ooai o0 DAP BID FORM FOR PUBL[CLY BID PROJECTS ONLY Page 3 of 3 6.3 7. Bid Submittal This Bid is submitted on: JULY 15, 2019 by the entity named below Respectfully submitted, By: � �.----- (Signature} Colton Tollett (Printed Name) Title: Vice President <Title or Office> Company: D.T. UTILITY CONTRACTORS, INC. <Company Name> Address: 2614 CAUSBIE ROAD <Address > <Address if applicable, otherwise delete> WEATHERFORD, TEXAS 76087 <City, State, Zip Code> State of Incorporation: TEXAS Email: colton@dtutility.com Phone: 817-304-2000 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 � �; � CITY OF FORT WORTH STANDARD CONSTRUCf10N BID FORM — DEVELOPER AWARDED PROJECTS 00 4100 Bid Form — OAP.docx Form Revised April 2, 2014 bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amaunts. Evaluation of Alternate Bid Items <use this if applicable, atherwise delete> � � . . � � f r � i � , � �'' � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NOR7'HSTAR - SECTION 4, PIIASE 1(I:AS7' TRAC'f) UNIT PRICE BID 004243 UAP -131D PROPOSAL I'age I of 5 CFA CONTKAC7' 2/10/2021 IPRC No: 20-0100 (:PN: 102777 Bidder's Application Project Item Information Bidders Proposal I3idlist Specification Unit of I3id Item No. Description Unit Price Ciid Value Section No. Measure Quantity UNIT I: WATER IMPROVEMENTS I-1 331I.0161 6" WaterYipe 33 11 12 L� 120 �26.50 �3,180.00 1-2 3311.0261 8" Water 1'ipe 33 1 I 12 LP 7,820 $28.00 $318,960.00 1-3 33123002 6" Gate Valvc 33 12 20 EA 12 $850.00 $10,200.00 1-4 3312.3003 8" Gatc Valve 33 12 20 I�A 22 $950.00 $20,900.00 1-5 3312.0117 Connect. to Existing 4"-12" Watcr Main 33 12 25 BA 2 $500.00 $1,000.00 1-6 3312.0001 Firc i(ydrant 33 12 40 L'A 1 I $3,750.00 $41,250.00 I-7 3311.0001 Ductile Iron Water Fittings w/Kestraint 33 11 11 TON 6 $5,000.00 $3Q000_00 I-8 3305.0109 "Crench Safety 33 OS 10 LP 7,940 $1.00 $7,940.00 1-9 3312.2003 1" Water Service 33 12 10 BA 201 $800.00 $160,800.00 1-10 3471.0001 Traffic Control 34 71 ]3 MO 1 $]00.00 $100.00 TOTAL UNIT I: WATER IMPROVEMENTS $494,330.00 crry or Foai woxn i STANDARD CONS7'RUfTION SPIiCIFICATION DOCUMLNTS - DEVELOPL•R AWARDEll PIZOIECTS 1'orm Version April 2, 2014 ?O I 708M- 00 42 43 - 6id Quantitics - SLC7'ION 4 Pl�1AS7: 1- 02-10-21.z1s SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTFISTAR - SEC7'!ON 4, PHASE 1(F,AS'C 7'RAC1') UNIT PRICE BID 004243 DAP -131U PROPOSAI. Pagc 2 of S CFA CON'fRAC7' 2/10/2021 1PRC No: 20-0100 CPN: 102777 Bidder's Application Project Item information Bidder's Pronosal Qidlist Specification Unit of Bid Item No. Description Unit Price I3id Value Section No. Measure Quantity UNIT II: SANITARY SEWER IMPROVEMENTS 2-1 3331.a115 8"SewerYipe 3311 lU U� 7,138 $29.00 $207,002A0 2-2 3331.4116 8" Sewer Pipe, CSS Backfill 33 11 10 LP 278 $7b.00 $21,128.00 2-3 9999.0010 20" Steel Pipe Casing 33 11 10 LP 88 $150.00 $13,200.Q0 2-4 3339.1001 4' Manhole 33 39 20 GA 3S $3,000.00 $]05,000.00 2-5 3339.1002 4' Drop Manhole 33 39 10 GA 2 $4,500.00 $9,Q00.00 2-6 3339.1003 4' Lxtra Depth Manhole 33 39 20 VF 125 $150.00 $18,750.00 2-7 3331.3102 4" Sewer Service, l'wo-way cleanout 33 31 50 LA 200 $425.00 $85,000.00 3-8 3301.0002 Post-CC"1'V Inspection 33 Ol 31 LF 7,504 $3.10 $23,262.40 2-9 3301.0101 Manhole Vacuum `Iesting 33 O1 30 EA 37 $150.00 $5,550.00 3-]0 3334.0001 Epoxy Manhole Liner 33 39 60 VP 25 $220.00 $5,560.00 2-1 1 3305.0109 Trench Safcty 33 OS 10 LF 7,504 $1.00 $7,504.00 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $500,896.40 crry or r•oa�• woa�rti STANllARll CONSTRUC710N SPECIPICATION UOCUMENTS - DFVCLOPL'R AWARDGU PROJECTS Form Vcrsion April 2, 2014 201708M- 00 4? 43 • 13id Quamitics - SBC'1'ION 4 PIIASI' I- 03-10-21.�Is 004243 DAP- 131D PROPOSAI, Page 3 of S UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 DeveloperAwarded Projects - PROPOSAL FORM CFA CON7'RACT 2/toi2o21 NOR'PIIS7'AR - SF,CPION 4, PHASE 1(IsAS7' TRAC"1') IPRC No: �0-0100 Project Item Infonnation Description 3-1 3305.0109 7'rench Salery 3-2 3341 A602 60" RCP, Class III 3-3 3341.0409 48" RCP, Class [II 3-4 3341.0402 42" RCP, Class III 3-5 3341.0309 36" RCP, Class III 3.-6 3341.0302 30 RCP, Class Ill 3-7 3341.0205 24" RCP, Class UI 3-8 3341.d103 18" RCP, Class III 3-9 3349.0001 4' Stonn .iunction Box 3-10 3349.0002 5' Siorm Junction Box 3-11 3349.0003 6' Storm Junction Box 3-12 3349.41 1 I 36" S6T (1) (PW) "I'XDO"C 4:1 3-13 3349A107 30"SET{1)(FW)TXllOT4_1 3-14 33A9.4105 24" SGT (1) (PW) TXDOT 4:1 3-15 3349.4103 18" SHT (1 }(�W) TXDOT 4:1 3-16 9999.0000 Concrete Pilot Channel (3-foot width) 3-17 3349.5001 10' Curb Inlet 3-18 3349.5002 15' Curb ]nlet 3-19 3349.5003 20' Curb [nlet 3-20 3137.0104 Medium Stonc, Riprap, dry (18"/12") 3-21 9999.0031 6.5-foot B-B, 4" thick Pilot channel CPN: 102777 Bidder's Application Bidder's 1'roposal Specification Unit of Bid Section No. Measure Quantily Unit Price E3id Value 33 OS 10 33 41 10 3341 10 33 41 10 33 41 10 33 41 10 33 41 10 33 41 10 33 49 ] 0 33 49 10 33 49 10 33 49 40 33 49 40 33 49 40 33 44 40 33 49 20 33 49 20 33 49 20 33 49 20 3I 3700 33 49 40 Lf 1,670 LP 102 LP 290 LP 30 LP 427 LI' 371 Lp 430 LP 30 FA 3 BA � GA 1 ]:A 1 f.q 1 I;A 1 �q I LI� 500 1:A 5 rA � GA 4 SY �,525 s}: 3,000 � I .00 $265.00 $175.00 $ ] 50.00 $125.00 $ � as.00 $75.00 $65.00 $3,500.00 $4,900.00 $6,200.00 $3,200.00 $2, 700.00 $2,200.00 $1,800.00 $ ] 9.50 $S,SOO.QO $�,s?o.00 $1 1,250.00 $95.00 $ I ,670. $27,030. $50,750. $4,500. $53,375. $38,955. $32,250. $1,300. $IQ500. $4,900. $G,200. $3,200. $1,800AG $9,750.00 $27,500.00 $52,G40.00 $45,000.00 $144,875.00 $19,500.00 $540,595.00 CiTY OP fORT WORTlI STANDARU CUNS7'KUCTION SPEC(PICATION DOCUMI>NTS - DBVELOPBR AWARDED PROIECTS Porm Version April 2, 2014 2017U8M- 0042 43 - I3id Quantities - SGCTION 4 Pt�)ASIi I- 02-10-2Lxls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTI3S1'AR - SECTION 4, PHASG 1(�A51"I'RACT) � . � . � Project Item Information Bidlist Item No. Description 004243 DAP - BID PROPOSAL Page 4 of S CrA CONTRACT 2/10/2021 IPRC No: 20-0100 CPN: 103777 �idder's Application Bidder's Proposal Specification Unit of Bid Section No. Measure Quantity Unit Price Bid Value CITY OP FORT WORTH STANDARD CONSTROCTION SPECIPICATtON DOCUMENTS - DBVELOPLR AWARDtiD PRO1t:CTS �orm Version April 2, 2014 201708M- 00 42 43 - Did Quanti[ies - SECT'ION 4 PFIASE I- 02-10-? I.sls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NOR'CHSTAR - SECTION 4, PIiASG 1(�AST T12ACT) � � � �. � Project Item Information 004243 DAP - BID P20POSAL Page 5 oC 5 CFA CON"CRACT 2/10l20?1 II'RC No: 20-0100 CPN: 102777 �idder's �pplication � Bidder's Proposal � Bidtist I I Specification I Unit of ( Bid I Item No. Deseription Unit Price Section No. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT I1: SANITARY SEWER IMPROVEMENTS �-- �W�__��W' __ . __�_.. _..._..._ __ ___.._.__._.....�.. UNIT 111: DRAINAGE IMPROVEMENTS __.____� ._...��__. � ...__..__. UNIT IV: PAVING IMPROVEMENTS _.___..___. _.._.._ ___._.__ UNIT V: STREET LIGHTING IMPROVEMENTS Bid Value Total Construction Bid' �� Contractor agrees to completc WORK for P'INAL ACCEPTANCG within 12Q worlcing days aftcr tfre date when the CONTRACT commcnces to run as provided in the Gencral Conditions. GND OI' SEC1'ION �� CITY OF FORT WORTH STANDARD CONSTRUCTION SPCCIPICATION llOCUMENTS - DEVELOPER AWA2DLD PROJECTS Fonn Version April 2, 2014 20170SM- 00 42 A3 - 13id Quantities - SGC'CION 4 PHASE I- 02-10-21.x1s 0045 t2 DAP PREQUAL[FICATION STATEMENT Page 1 of 1 SECTIUlloTT 00 4512 DAP - PREQUALIFICATION STATENiENT Each Bidder is required to complete the information below by idenfifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major w�rk type(s) listed. In the "Major Work Tvt�e" box provide the complete major work type and actual description as provided by the Water Department for water and sewer and TPW for pavi.ng. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date WtilL'1` L.A. Vlfa,�gl 0..�lilYA1'1C1�A`�7'll\1... Water Transmission, L�. -?j0-'L'l.. I�evelo ment, S" and smaller SANITAR�' SEWER D.T. ITi'ILITY CONTRACTORS, INC. Sewer Collection System, 8" �. .- j Q-2'1.. and smaller ST01�19�I SEWER Ii.T. i7'I'Id.ITrl' CON'I'l�ACTORS, INC. /� �'�3�r 4 {.► The undersigned hereby certifies that the contractors andlor subcontractors desca-ibed in the table above are currently prequalified for the work types listed. : I t 1 �l� D.T. UTIILTY CONTI�CTORS, INC. Company 2614 Causbae Road Address �Veatherford, 'Texas 76087 City/State/Zip By: ��e�c �I / ����� (Please Print) Signature: 6��� Title: V,� (Please Print) Date: � � � -'� �.� � 1 � 1 . CITY OF FORT WORTH STANDARD CONSTRUCi'ION PREQUALIfICATION STATEMENT— D£VEIOPER AWARDED PROJECI'S 004512_Prequalification5tateme�t2015 �AP Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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. 102777. 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: D.T. UTII,ITY CONTRACTORS, INC. Company 2614 Causbie Road Address Weatherford, Texas 76087 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT � 0 BY� __/�d�i'-is�il /o����'�7'G (Please Print) Signature: --����� Title: �� (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared ��[fa_�_�_ � r'� , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed ofj�_,1. _(,Q�i; �(� C'�� -}v-��o�. ;�:_,n�_ for the purposes and consideration therein expressed and in the capacity therein stated. GNEN UNDER MY HAND AND SEAL OF OFFICE this ��—` � day of � ���C.____ , 20 ZI ,,z�• ��, SERITA S. DAMICO ` NOTARY PUBLIC + STATE OF 7EXA5 z #, 7 ID # 651178-6 ' ` := �� My Comm. Expires OS-OS2024 r � t i� �� �i:i��� . � - ��� ,. .. r �._i . _.. :`e�,� „i,. .—.r, . Nrriary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 NORTHSTAR SECT[ON 4, PHASE 1 CITY PROJECT NO.: 102777 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 SECTIOII�TT 00 52 43 2 AGREEMENT 3 THIS AGREEIVIENT, authorized oii %��t�i� � Z' is made by and between the Developer, 4 D.R. HORTON — TEXAS, LTD., A TEXAS LIMITED PARTNERSHIP, authoi•ized to do 5 business in Texas ("Developer") , and D.T. UTILIY CONTRACTORS, INC., authorized to do 6 busit�ess in Texas, acting by and through its duly authorized repi•esentative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article l. WORK 10 Co�ltractor shall complete all Worlc as specifed or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which tlle Work under the Contract Docume�lts may be the whole or only a part is 14 generally descr•ibed as follows: 15 NORTIiSTAR — SECTION 4, PHAS� 1 16 CITY PROJECT NO.: 1Q2777 17 18 Article 3. CONTI3AC�' �'IME 19 3.1 Time is of the essence. 20 All time litnits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 12� working days after the date 24 when the Contraet Time co�nmences to i-un as provided in Paragraph 12.04 of ti�e Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer �nancial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Worlc is not 33 completed on tiine. Accordingly, instead of requiring any such proof , Contractor• agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer ONE THOUSAND DOLLARS, ($1,000) for each day that expires after tlle 36 tnne specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Lettei• 37 of Acceptance. CI7'Y OP FORT WORTI-I NOR'I'1-ISTAR — SECTION 4, PI-IASG I STANDARD CONSTRUCTION SPECIFICA'CION DOCUMENTS — D�V�LOP�R AWARD�D PRO.TECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTR�.CT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of: ONE MILLIO1oT FJ[VE RED T TY FIVE 41 THOUS EIGFIT HiJNDRE�.9 TWENTY �NE I)Oi.L,ARS AND FORTY CENTS, 42 (�1,535,821.40) 43 Article 5. CON'i'RA�'T DOCUlVIENT5 44 5.1 CONTEI�TS: 45 A. The Contract Documents which comprise the entire agreement between Developer and 46 Contractor concerning the Work consist of the following: 47 1. This Agreement. 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 2. 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 far the Bonds g. Worker's Compensation �davit h. MBE andlor SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 63 5. Specifications specifically made a part of the Contract Documents by attachment 64 or, if not attached, as incorporated by reference and described in the Table of 65 Contents of #he Project's Contract Documents. 66 6. Drawings. 67 7. Addenda. 68 69 70 7I 72 73 74 75 76 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 NORTHSTAR SECTION 4, PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 9& . � � ,� � � , � b.l Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its o�cers, 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 provisfon is specificallv intended io onerate and be effective even if it is alle�ed or proven that all or some of the damages bein� sought were caused in whale or in part bv anv act omission or ne�liEence of the citv. This indemnity provision is intended to include, without limitation, indemnaty for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and emplayees, from and against any and all loss, damage or destrucHon 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 o�cers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnifacation provision is specificaIlv intended to operate and be effective even if it is alleged or proven that all or some of the dama�es being sou�ht were caused in whole or in nart by anv act, omission or ne�li�ence of the citv Aa-ticle 7. NIISCELLANEOTJS 99 7.1 Terms. 100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 101 the Construction Contract for Developer Awarded Projects. 102 7.2 Assignment of Contract. 103 This Agreement, including a11 of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the Developer. 105 7.3 Successors and Assigns. 106 Developer and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. I10 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon DEVELOPER and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas, Fort Worth Division. CtTY OF FORT WORTH NORTHSTAR SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 00 52 43 - 4 Deveioper Awarded Projeci Agreement Paga 4 of4 118 119 7.6 Authority to Sign. 120 12t 122 123 124 125 126 127 � Contractor shail attach evidence of authority to sign Agreement, if other than. duly authorized sigiatory af the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multipie counterparts. T'his Agreement is effective as of ths last date signed by the Parties ("Effective Date"). Contractor: D.T. UTILITY CONTRACTORS, INC. By: �'� —.�.�' "a�" (Signature) Developer: �•R• MQ►tOtt - T@Xas, L#cj A Texas Limited Partnership By D.R. Haton, Inc. A Delaware tao�Ora6on its authorized agent � B : (Si hu� �lf�.� �//�r�t-- (Printecllvairie) 128 (Printed Name) Title: %/��' Title: 8�����i�� IY1. ���� Company Name: D.T. UTILITY CONTRACTORS, INC. �1�iSitant �� F�res�dsn� Address: 2619 CAUSBIE R�A.D Address: 6751 NORTH FREEWAY City/State/Zip: WEATT-�RFORD, TEXAS 76087 —.�— y- 2�� � Date City/StateiZip: FORT WORTH, TBXAS 76131 Date CTTY flF FORT WORTH NORTHSTAR - SECTION 4, PHAS£ i STANDARD CONSTRUCTION SPECIFfCATiON DOCUMENTS DEVELOPER AWARDED PROJECTS CIfY PRQJECT NO.: [02777 Revised Iune 16, 20t6 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 6125 CERTIFICATE OF INSURANCE INSERT CERTIFICATE OF INSURANCE DOCUMENTS END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMGNTS Revised July I, 20ll NORTHSTAR- SECTION 4, PHASE 1 CITY PROJECT NO: 102777 Executed in Five (5y O�iginais Bond Na. 6938669 Premium: $33,938.00 1 2 3 4 5 6 [►] � 8 � � t •��. SECTION 00 62 13 PERFORM,�NCE BOND 006213-1 PERFORMANCE BOND PA�� i ar3 � § iCNOW t�Li, B�f THESE PRESENTS: § That we, D.T. UTILITY CONTRACT4RS, INC. , known as "Principal" herein and Old 9 Repnblic Surety Company, a corporate surety(seu�eties, if more than one) duly authorized ta do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and 1 i firmly bound unto the Develaper, D.R. HORTON - TEXAS, LTD., A TEXAS LIMITED 12 PARTNERSHIP, authorized to do business in Texas ("Developer") and the City of Fort Worth, 13 a Texas municipal corporation ("City"), in the penal sum of, �NE MILLION FIVE t4 HUNDRED THIRTY FIVE THOUSAND EIGHT HUNDRED TWENTY ONE DOLI.ARS is AND FORTY CENTS {$1,535,821.40), lawful money of the United States, to be paid in Fort I b Worth, T'arrant County, Texas for the payment of which sum well and truty to be made jointly 17 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 18 administcators, successors and assigns, joint(y and severaUy, firmly by these presents. 19 '6'VHEREAS, Developer and City have eneered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 21-�_ and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 23 the _26th_ day of _February , 2021, which Contract is hereby referred to and made a part hereof 24 for all purposes as if fully set forth herein, to furnish all materials, ecJuipment labar and ot6er 25 26 27 accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as NORTHSTAR - SECTION 4, PHASE 1. C1TY OF FORT WORTH STANDARD CITY CONDIT(ONS — DBVELpPER AWARDED PROJECTS Revised 7anuary 31, 2012 NORTHSTAR — SECTION45, PHASE 1 CITY PROIECT NO. 102�7? OOC,213-2 PfRFOR�tarCE E3pND Payc 2 oi3 1 NOW, THEREEORE, the condition of ti�is obtigation is such that if the said Principal 2 shall faithfiilly perFonn it obligations under the Contract and shall in all respects duly and 3 faitl�fiiily perForm the Work, including ChZnge Orders, under the Contract, according to the p(ans, -t specifications, and contract documents therein referred tq and as well during any period of 5 extension of the C'ontract that �nay be granted on the part of the Developer and;br City, then this 6 obligation sha11 be and became nuli and void, otherwise to remain in full force and effect. 7 �7 � PROw[DEn F UR"I�H ER, thai if any legal action }�e filed on this Bond, venue sha11 lie in Tarr3nt County, Texas or the United States nistrict Court for rhe Nortl�ern nistrict of Texas, Fort bVorih Divisian. i� This bond is made and executed in compliance «�ith dle rro�-isions of Chapter 2253 of the I t Texas Govcrnment Code, as a►nended, and all liabilities on this bond shall be determined in � 2 acc�rdancc «�ith the provisions of said statue. 13 t �t i5 16 17 �x » 20 ?� 22 23 24 25 26 �7 2R 29 3n 3� 32 33 3-� 35 35 37 �g 39 4p �� 42 43 IN WiT\I;SS WHEREOF, the Principal and tlie Surery have SIGNED and SEAI.ED this instrument by duly authori�ed agents and officers an this the 3rd day of March , 2021. PRlNCIPAi,: D.T. Utilitvsontratas. lnc. �.��/ R `r" : G;�" - —`'"'�� Signaturc - - — — _ �A T� ST: �G� '� .G� �- �.s T L �_G� l �ij_Ll�n f G1la�l" l/. , (Principal1 Secretar�� Name and Title P e- ,y �� �. . . �-'y��'� i�'' `�1i'` � li' ness as o Pn cipa! ����, _�J�� Witness as to Siirety Addres5: 2Gl�t Causbic Road _Weatherford, TX 760�7 SURETY: Old Republic Surety Cu�I�a3v � Hl': , /� � Signature 1►a�idF. Uniml_Attomev-in-Fact Name and T�t�e Fiddress: �i-15 S Moorla�� Rri., Suite =?00 _1�rookfdd, Wf 53005 _ __ I�clephonc t�timber: �9161 207-tt6-#(1 CITY OF FOR'f 1lIpR7'�� N(1RT}ISTAR SFC'TIONdS, PIIASG I STqNUAItl7 CI'i�Y ('OND1T10�'S DF1'Gt.(�PrR :��1'ARU('n pRO11�CTS CITY PROJFCT �O. i0'77? Rc� iscd J�nua�}• 31, 2012 � , . , . . . . � �.�s<4�:�....., - . \,�� ,t� .�, r.,� � . ``���`���,.. ���'�'r ` '� • . : :' • . ' 'L��. -'� •� .�'�•;�.-. . • . .. , . ��:'� .= -s �:�� . . • �.'� •CCi • /i�r9 ` _ . _-. � � � : y _ R.�� �: � T � ,��� P`�� j..,.. _ _ ' - . . . • . . r�v'f:' - � ``�'� /j�,r'r,��y .�;,',�,`�t't```,�\ @° 006213-3 PERFORMANCE BOND Page 3 of 3 *Note: If signed by an officer of the Surety Company, there must be an file a certified extract from the by-laws showing that this person has authority to sign such obligation, lf Surety's physical address is different from its mailing address, both must be provided. The date of the bond shail not be prior to the date the Contract is awarded. 9 CITY OF FORT WORTH NORTHSTAR — SECTION45, PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS C1TY PROJECT NO. 10277? Revised Januaty 3I, 2012 Executed in Five (5) Originals Bond No. 5938669 Premium: Inciuded 1 2 3 4 5 6 � 8 9 !o t� 12 13 14 IS 16 17 THE S"I'A'CE OF TEXAS � � ... SEC'TION 00 62 14 PAYMENT BOND 00 62 14 - 1 PAYMENTBOND Page i of 3 � § KNOW ALL BY THESE PRESENTS: § That we, D.T. UTiLITY CONTRACTORS, INC. , known as "Principal" herein and Old Republic Surety Comp�ny a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein {whether one or more}, are held and firmly bound unto the Deveioper, D.R. HORTON — TEXAS, LTD., A TEXAS LIMiTED PARTTVERSHiP, authorized to da husiness in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of ONE MILLION F1VE HUNDRED THiRTY FIVE THOUSAND EIGHT HUI�IDRED TWENTY ONE DOLLARS AND FORTY CENTS ($1,535,821.40}, lawful money of the United States, to be paid in Fort Worth, Tamant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind oursetves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 18 i�VHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CEA Number ��- OQ c a ;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the _26th day of _February_, 2021, which Contract is hereby refened to and made a 23 part hereof for alt purposes as if fully set forth herein, to furnish all materiais, equipment, labor 24 and other accessories as defined by law, in the prosecution of the Work as provided for in said 25 Contract and designated as NQRTHSTAR — SECTION 4, PHASE 1. 26 27 NOW, THEREFORE, THE CONDITION OF THtS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Govemment Code, as amended) in the prasecution of the Work under 3a the Contract, then this obligation shalt be and became null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTN NORTHSTAR — SECTION 4, PNASE I STANDARD CITY C�NDiTIONS — DEVELOPER AWARDED PROJECTS C[TY PRO]ECT NO.: 102777 Revised Janua�y 31, 2012 oo�z �a-2 PAYMI:NT BOND Pago 2 of 3 2 3 4 5 {, This hand is made and e�ecuted in compliance with the provisions of Chapter 2253 of the Texas Government Code, as a�nended, and all liabilities on this bond shall be cietermined in accordance with the provisions of said statute. IN WIT;�ESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and ot�cers on this the 3rd day of March, 2021. PRINC'[PAL: ATTEST: ��'l _a�: ���� (Princi�+al) Secretary AddreSs: 2614 Causbie Road Wcathcrford, TX 7b08� ^,•�' Witness as to Principal SUItE?TY: 7 K 9 10 I1 12 �)ld Republic Surety Cn�a� � c T ATTEST: BY: � � � " �K / Si�mature � tSurety) Secretary �1 �1� �t4,Y"4 Witness as to Surety D.T. Utility Contractors. Inc. BY: ��%"�� Signature - _---_. _ _ _ �lf� 71/G��-_ _ U�. . Name and Title D�visLE_ ()niinl, A�.tQ�v.sY:itLa93 Name and Title /lddress: �45 S. tiiooriand Rd., Suite 200 I3raokficld, W! 53��15 Telephon� Nun�ber: t916) 207-86�n Note: If signed by an <�fticer of the Surety, there must be �n tile a ceMified extract from the bylaws Yhowing th�i this pers�n has authority to sis�n such nbli}zation. 1f Surety's physical address is different from its mailing address, both must be provided. The date of the bt�nd shall not be prihr to the date the Contract is awarded. t3 ENt1 UF SECT[Oh cn �' oi roa-r �� orti'ri S'C'AtiD.4RU CiTY C'ONll171U\S D[VFLO!'PR Al�'�\RDTD Pf�.O1E:Cl'S 12t't ise�i Ja�r��ary .i 1, '012 i�(>RTI )S; AR srcnoN -s, nti,asr: i CITY PRn1G('7 VO.: ti12777 � m � <�.��....,... ��.�� � �, ,�t�ti�s.�'�? „�wu'�if � • �� �: ,. '. �- G ;�- ` ���. .� �`•�•: L`� � �a .o� � 1 '"�' �� . .� � �,. � 's�4 4 � • `.r. ' . 'r -�•• � �G�i.p,� `. '� � � � - r�d,/��'�•. ...`.•• �•� � ' �-�/��. u � ."1���```` • ��r''•'':rct<i,�t�1� .. 9 f: 0 Executed in Five {5) Originals Band No. 59386B9 Premiurn: i�cluded 1 2 3 4 5 6 7 THE 3TATE Q]F TEXAS � „ , ,� , . . , 3ECTION 00 62 19 MAINTBNANCE BOND OQ6219-1 MAINTENANCE BONb Page I of 3 § § t�NO�✓ ALt, BY THESE PR�SENTS: � 8 That we D.T. UTILITY CONTRACTt�RS, INC., known as "Principal" herein and Old 9 Itepubtic Surety Company, a corporate surety (sureties, if more than one) duty authorized ta do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are hetd and I i firmly bound unto the Develoger, U.R. HORTON - TEXAS, LTD., A TEXAS LIMITED 12 PARTNERSHIP, authorized to do business in Texas ("Developer") and the City of Fort Worth, l3 a Texas municipal corparation {"City"), in the sum of ONE MILLION F1VE HUNDRED 14 TgIIRTY FIVE THOUSAND EIGHT HUhiDRED TWENTY ONE DOLC.ARS AND 15 FORTY CENTS (S1,S35,821.40), lawfui money of the United States, to be paid in Fart Worth, I6 Tarrant County, %xas, for payment af which sum well and riuly be made jointly unto the ! 7 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 18 executors, administrators, successors and assigns, jointty and severally, firmly by these presents. 19 20 21 22 WHEREAS, Developer and City have entered into an Agreement for the constrtaction of community facilities in the City of Fort Worth by and through a Community Facitities Agreement, CFA Number 21-OOZg ;and 23 VVIiEREAS, ihe Principal has entered into a certain written contract with the Devetoper 24 awarded the_�6th_ day of February . 2021, which Contract is hereby referred to and a made part 25 hereof for all purposes as if fully set forth herein, to furnish a!1 materials, equipment labor and 26 other accessories as defined by law, in the prosecution of the Work, including any Work resulting 27 from a duty authorized Change Order (collectively herein, the "Work") as provided for in said 28 Contract and designated as NORTHSTAR - SECTiON 4, PHASE 1 and 29 30 31 32 33 34 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and witl remain free from defects in materials or workmanship for and durin� the periad of two (2) years after the date of Final Acceptance of the `Work by the City ("Maintenance Period"); and CITY OF FORT WORTH NORTHSTAR — SECTtON 4, PHASE ! STANDARD CiTY CONDITIONS — DEVELOPER AWARDED PROJECTS CtTY PROJECT NO.: 102777 Revised lanuary 3l, 2012 006219-2 MAINTENANCE BOND Page 2 of3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole ar 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 NOW THEREFORE, the condition of this obligation is such that if Principat shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 complerion satisfactory to the City, then this obIigation shall hecome null and void; otherwise to 8 remain in full force and effect. 9 1Q 11 12 13 14 15 16 17 18 19 20 21 2Z 23 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconshvct 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 all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FU�tTHER, that if any tegal activn be fi(ed on this Bond, venue shail lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDEI) FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had heeeon for successive breaches. CI'fY OF FORT WORTH NORTHSTAR — SECTION 4, PHA5E I STANDARD CITY COt�IDTT'[ONS — DEVELOPER AWARDED PROJECTS CITY PROIECT NO.: ifl27T7 Revised January 3l, 2012 006219-3 MAI\T[:t�IANCG BOND Page 3 oF3 F IN WITNESS �� HEREOF, the E'rincipal and the Surety have each SIGNED and SEALED this instrument by duly authorizcd a�ents and officers on this the 3`� day� of March , 2021. 3 4 5 6 7 3 9 10 TTEST: � � II ' .� � � � - � _.C.__ _..__i�7�? � 13 (Principal) Secrctary 14 1� 16 17 l� 19 Witness as tn Principal 20 21 ,2 23 24 �� 2C> �� ?8 ATTES�I�: 29 30 ----- ._ _ 3 � (Surety} Secretary 32 �(, 33 d.�� �L-� . 34 Witncss as to Suret}- 35 PR[NCiPAL: D.l . Utilitv Contrators. Inc. Rl'• • __l`Y"`- —. . _.._ __ __. Signaturc „��%o� ��/��__!/�_ _. _ Vamc and Tidc rlddress: 2614 CausUic Road Weadicrford, TX 76037 SURETY: Old Rcpuvlic Suretv Companv �� ��, f3Y: �-�• � _ .,_. Sigr�aturc T�v_id f� _2n�.ui1�9�2mG�'1n-Fact Namc and Titic Address: _ 4�5 S. Moorland Rd., Suite 2O�% Brookfield, WI 530�5 "l�clephonc �umber: (916) ?47-8640 3fi *N+�te: If sinned hy an officer of the Surety Company, therc must be an file a certified extract 37 from the by-laws shh��ing that this person has authority to sign such obligation. If 3S Surety's physical address is different from its mailing address, both must be provided. 39 �►� The date of the bond shall n^t he prior to the date the Contract is awarded. 4! c� i•Y� OF Ft 1RT �VOkTI l ���K� iasrAR SI=C'1'IOh �3, �� �:�sF � ST:\i�"JriP,i�CtPt` ('C)NDITtOKS DFVt.IOPGR AIVARDEU PROJFC'l"S ('ITY PROJECTlt). 10_'777 �eviscd Isnuary ?t, 201? � . • `���t1:1 � w•�t f fj�f f , . `��� � �C1�-�7. ��' ���� . . . ��`,�'1, ��• ;�••��{'`' a ~ :•O a �"� � : .. � vo '• r ' � a�.; `!� � `=� ���� ��` y � "� . \`` , , /f�'�r,i� �.a ��,��ti,.���`\ ' •..l.t. *#�R 7k * * 4I,D RFPUBI�IC SURETY C()MPANY * * - _. ._. . _ .. . _ ___.__ _. _. _. _ . - - ---- - - . ______ __ - - - _- - -- --- - ___ __ ..__ . - - �. _ POWER OF ATTORNEY KNOW ALL MEN BY TNESE PRES��ITS: That OLD REFUHLtC SURETY CQMPANY, a Wisconsin stock insurance corporation, docs make, consutute and appoint� DAVID F. DRUML, HORACE A. NABERS NI, OF FOSTER C17Y, CA its true and lawful Attomey(s)-in-Fact, with full power and authority, for and un bchulf of thc company as surcty, to executc and deliverand atTix the scal oFthc company th��reto (if a seal is required), honds, undertakings, rccogni7ances or oWer written obligauoas in the nnturc thereof, ,?e;ua h�;� i+ � a, . d�� su :. � :r��c ts , �- �: � -,rirant� h�� � , ... i , i it �igc , n 1:. pua� .��tc�°,.�r � . __. _. _ . , . . t� ��:�°:'- • �>v. rk��- :�•,; , � � � �.� t,:�? �. ritti ��r hlact lan� r n„t_ sfs follOw5: ALL W RITTEIV lNSTRUMENTS and to bind OLD REPUBLiC SURETY COMPANY thcreby, and a[! of the acts of said Atiaineys-in-Fact, pursuant to thrse prescnu, are ratified and confirmcd, This appointment is made undrr and by authority of d�e boazd of directoes at a special mecting held on Fcbruary 18, 19R2. This Power of Attomey is signed end sealed by 1'acsimile undcr and by the authority of the foltowing reso)utions adoptcd by thc board of direttots of the OLD KEPUBLIC SUREfY COMPANY on February 18,1982. RESOLVED that, thc gr�sident, any vice-president, or assistant vice president, in conjunetion with the secretary or any assistant secretary, may appoint atiomeys-in-fact or agents with authority as defined or limita3 in the instrument evidencing !he ap�!ointmcnt in each casc, for and on 6ehalf of the company to execu�c and delivcr and affix the sea! ofthe company to bonds, unde.htakings, recognuances, and sumryship obligations ofall kinds; and said officers may remove any sueh atEomey-in-fnct or agcal and revoke any Power of Attomcy previousty gcanted to such person. RESOLVEn FURTHER, that any bond, underta}cing, recognszanee, or suretyship ot►Iigation shali be valid and binding upon th$ Company (i) when signed by Qie presideat, any vice presidcnt or assistant vice president, and atltstesi and sealed (if a scal be required) by any secretazy or assistant secretary; or (ii) when signed by the president, any vice president or assistani vicc president, secretary or assistant secmary, and countersigned andseQled (if a seal bc required) by a duly authorized attomey-in-fact or agent; or (iii) when duly exccuted end sealed (if a seal be required) by ane or morc attorneys-in-taci or agenls ptusuant to and within the limits ofihe authority evidenced by the Pow�v oP Attomey issued by the company to such person or peisons, RESnLVEn FURTHER, thal thc signature oCany authorizcd ofFiccr and thc sevl of the company may be affixed by facsimile to any Power of Attorncy or certiFcalion lhcre of autharizing thc execulion and delivcry oCany bond, undertuking, rccognizancc, or oihcr sutelyship qbligations of the company; and such signawre and seal when so used shall have the same focee and etfcct as though �anualty at�xed. lN WITNESS WHEREOP, OLD REPUBLIC SURETY COMPANY has caused thesc presents to bc signed by ils proper officer, and its caporatc seal to be afiixed this __ _ 1 ST __ _. ____ day of _ FEBRUARY. 2Q21._ j'fa's'"`-Q'• a`�°r'��l"`'c,�' Assistant Secretary STATE OF WISCONSII�, CtjUNTY OF WAUKESHA-S5 OLD REPUBLIC SURETY COMPANI' - 4:1x� 4y.. li Q> fo b . ;1t% y11f 4� 5 S�AL .� •- � �s, r � _�_ � _ _......_ . ___, Presidenl On this __ i ST __ ^ day of _FEBRUARY, 2021 __ ��Qna��y came before me, __! Alan Pavli y�� _.�C�cn J j-�a�f'n�r ____ _, �o �� �own to be thc individuals and officers of the OLD REPURL[C SURETY CftMPAfVY who executed the above insfrument, and thcy cach acknowltdgcd the execution nf che ��, and being by me duty swom, did severally depose and say; that they are Ihe said ofticers of thc cosForatlon Aforc's�id, and that the seal afiixed to the above instrument is the seal of the corporation, and that said r�+rporate s�u! and their signntures as such officcrs were duly atTixed and subscribed to the said inswm�� hy �e authority of the board of dircctors of said eorporation. y. ,, �, � t,. . �Tn,rr -. ,�j��e �,-� N�ry P�b�k - - _T..u�._____ ,.. ;,; hly convnission ezpires:����2$/2,Q2�----- CERTIFICA��E (Explratlon of notary commission does rtot Mvalldate thls instr�ment) I, thc undersigned, assistant sccreta}'Y of the OLD REpUBLIC SURE�'y COMpANy, a W��onsin coTT+oration, CEr7'IFY that the foregoing and attached Power of Attomey remains in fj'i�t �or±x: ,u�i h8s aot been revokeJ; ;uul (bnhermore, �at lhc R�Soluti��ns o� the board of �irect�rs set fo�►h in the Power of Attomcy, �+'e now in force. . 3l-i473 - • ,. : se,rre�y; � A'� . F x; �..,: ,a. �i �a ' , , $FrA�:a:. � r3ge Y �, DdREC1 SURETY IhSURA.�,VCE S�:t2V S�gned and �c:iled at the CitY of Brookficld, WI this =%'�-E�.__ �Y of _r� �•��t� l, Ll.�� ytce't� C�. 4a4�.��,cu..� Ass�slant Secretary � 1��� i '-•! YOnURS 10?G20 . '.�`�,�'tf,)�.' ' . '�./� r • " . ' . . ```�`II j�I �Y',�p^ _�ri,' •� .. - , . ` �� . ��.� R� ,���r��'. = "�"'—' : F ~� "'d: `� : i;2± " 'r`� ' �"�'"- nE.` � : -'.."' : ��,e� ��' }$ � , ��� � � .�''• . ;.-•''`'c`��� ' ',,��r�rr.; ,L . . ��1�� CALIFORNIA AL!-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 .r.�r�.�.cr.ccc:ccc,cx,crcccr.c:r,cc.cr,c!�.c.r.cc.cr.cr,oc�.cccr,s:r,cr.co�ccr.cc.cc.cccrcr.cr.cix.r.cc .m.cc�r.cr.cr,cr,cecr,cccx.� A notary public or o#her officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or va(idity of that document. State of California ) County of San Mateo } On _ 3�3 Z�L-j before me, Horace Alexander Nabers _______ ___ __ D�fe Here Jnsert Name and Titl h e of t e Otfrcer personaily appeared David F. Druml Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name{s) is/are subscribed to the within instrument and acknowledged to me that heJshe/they executed the same in his/her/their authorized capacity(ies), and that by his/herltheir signature(s) on the instrument the person{s), or the entity upon behalf of which the person(s) acted, executed the instrumen#. ! certifiy under PENALTY OF PERJURY under the laws of the State of California tha# the foregoing paragraph +s..Y,�. H�R.SCE aLExaNDER NABERS is true and correct. s, r � Nate P 7 � �Y ub�t[-Cyllfornia WITNES ' w'• Ssnta Cfara �ounty a and offici�l.seal. 3� Ccmmi:ston k 233301$ � - l� NyComT.ExiresSe I. �'�/� a A 2624 / Signatu �f�%f,��' ---• �"���'"`�l L "L���' . _,/ �=�J 5ic,�nafu%r �of Notary Afiblic ( Place Notary Sea/ Abave OPT/ONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of fhis form fo an unintende�l document. Description of Attached Document Title or Type of Document: ________ _____ _ nncument Date: _. ._.. __ ___ Number of Pages: ______ Signer(s) Other Than Name�1 Ab�ve: ___ _ __ _ Capacity(ies) Ciaimed by Signer(s) Signer's Name: -- ------ ----- -- ______.. �-: Corporate Officer — Title{s): _._.__.__._____ _. �::..i Partner — f; Limited f� Genera! f�7 lndividual [ i Attorney in Fact CI Trustee (: � Guardian �r Gonservator i i Other. -- — ------------------ — Signer Is Representing: _________ ___..__ _ , _ __ Signer's Name: . _. _- Corporate Officer — Title(s): _ i _ Partner — i; Limited C_I G�neral Individual ' Atiorney in Fact Trus#ee Guardian or Conservator pther: --- --- ------_.�.-.--- Signer Is �epresenting: __.__.___ _.. ._.._. ._ _. ._ F� c%"v+` :v.'.:"': ^;.'^:,v�:;� v`CwV�a►vv��X:t,�c ;t7c;�,r •<,v�ti,v;t,r:y�c;,,r:� r ;�,t:(;c�.�;t;CX :<,c �,v :<,r!.•r�C,'�%C:<%C:`� C.`�%G'�f.`�%C�.'r'�:c;,:'T `�"vTM.)^L�'Lt-C.`nLt 02014 National Notary Associatinn • www.NationalN�tary.org • 1-800-US NOTARY (1-800-876-6827) Item #5�J07 PAVING C�NTRACT FORMS GILCO CONTRACTING, INC. 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJ�CTS ONLY Page 1 of3 SECTION 00 4100 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: D.R. HORTON — TEXAS, LTD. A Texas Limited Partnership By: D.R. Horton, Inc. A Delaware Corporation its Authorized Agent FOR: NORTHSTAR — SECTION 4 PHASE 1 WATER, SANITARY SEWER, STORM SEWER, PAVING AND STREET LIGHTS IMPROVEMENTS City Project 102777 No.. Units/Sections: PAVING 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 speciiied or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certiiicate meeting all requirements in the construction contract. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public ofiicial 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 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 BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 2 of 3 artificial non-competitive levels, or (c) to deprive Developer of the benefits 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. PAVING IMPROVEMENTS 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 43r 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. MBE Forms (if required) e. Prequalification Statement, Section 00 45 12 f. Any additional documents that may be required by Section 12 of the Instructions to Bidders g. Bidder pre-qualification application (optional) 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 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 BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid $1,081,917.55 Alternate Bid $0.00 Deductive Alternate $0.00 Additive Alternate $0.00 TOTAL BID $1,081,917.55 7. Bid Submittal This Bid is submitted on: JITLY 15, 2019 by the entity named below Respectfully submitted, � By: _,�__, ��� �' � �_- (Signature) Leia McQuien (Printed Name) Title: Vice President, Operations <Title or Office> Company: GILCO CONTRACTING, INC. <Company Name> Address: 6331 Southwest Bvd. <Address > Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 <Address if applicable, otherwise delete> BENBROOK, TEXAS 76132 <City, State, Zip Code> State of Inco oratiop;, �S C�� Email: ��' Phone: 817-735-1600 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 4100 Bid Form — OAP.docx Form Revised April 2, 2014 ( ( . • i � � r , r � , � � SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NOR7'HSTAR - SF;CT(ON 4, PHASF. 1(EAS'P TRACT) UNIT PRICE BID 004243 DAP-BID PROPOSAI. Pagc 4 of G CFA CONTRAC 2/10/202I IPRC: No: 20-0100 CPN: 102777 Bidder's Application ProjecUtem ]nfonnation Bidder's Proposal l3idlist Descri tion Specification Unit of Qid Item No. p Section No. Measure Quantity lJnit Price Bid Valuc UNIT IV: PAVING IMPROVEMENTS 4-1 3213.0101 6° Conc Yvmt (29' B-[3) 32 13 13 SY 24,301 �32.85 $798,287.85 4-2 321 1.0501 6" Lime "1'reaunent 32 1 1 29 SY ?5>881 $3.10 $80,231.10 4-3 3211.0400 Hydrate Lime 32 1 I 29 TN 388 $170.00 $65,960.00 4-4 3213.0103 7" Conc I'vmt (37' I3-I3) 32 13 13 SY 1,125 $54.40 $61,200.00 4-5 3211.0502 8"LimeTreatment 321129 SY �,�98 $3.20 $3,833.60 4-G 3211.0400 I lydrate Lime 32 l 1 29 TN ?4 $170.00 $4,080.00 4-7 3213.0301 4" Conerete Sidewalk (5' Width) 32 13 20 SF 750 $7.50 $5,625.00 4-8 3213.0501 [3arrier Pree Ramp -"Cype R-1 32 13 20 LA ?6 $2,050.00 $53,300.00 4 9 9999.0032 Furnish/lnstall Alwn. Sign and Decorative Post w/Stop (R1- 34 41 30 EA 8 $4,000.00 > > $500.00 4-10 9994.0036 Streei Name Plates for Street Intersections 34 41 30 LA 16 $150.00 $2,400.00 4-1 1 4949.0037 Strect barricade (streel dcad ends) 31 36 00 LI' 60 $50.00 $3,000.00 TOTAL UNIT IV: PAVING IMPROVEMENTS $1,081,917.55 crry or• r•okr woKTH SYANDARD CONSTRUCTION SPECIPICATION DOCUMCNTS - DEVEI.OPBR AWARUL•D PROJECI'S rorm Version April 2, 2014 201708M- 00 42 43 - Bid Quamitics - SCC"PION 4 PyASL I- OZ-10-21 xls SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTIISTAI2 - SECTION 4, PFIASE i(EAST TRACT) i' � . ,� � °� Project Item Information Bidlist Item No. Description 004243 DM - i3ID PROPOSAL Pagc G of G CFA CONTRAC 2/10/2021 IPRC No: 30-0100 CNN: 102777 IBidder's Appli�ation Bidder's Proposal Specification Unit of Bid Section No. Measure Quantity Unit Price i3id Value Bid Summary UNIT I: WATER IMPROVEMENTS IT II: SANITARY SEWER IMPROVEMENTS ���� ��- �W� ��-- UNIT III: DRAINAGE IMPROVEMENTS ----.-__.____..... �....___._ ...__ -_._._.___.__ NIT IV: PAVING IMPROVEMENTS - W-- W - -- - - � LL � � " �� '��'� $1,081,917.55 UNIT V: STREET LIGHTING IMPROVEMENTS - -LL- - - ------__�_.__�_ _ _�_._ _ __ . _ Total Construction Sid $1,081,917,55 Contractor agrees to complcte WORI< for TINAL ACCEPTANCF, within Q� working days after the date when the CONT'RACT commcnces to run as provided in tl�e General Conditions. �ND Or SECTION c[rr or roKr woaTF� STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S - DEVLLOPER AWARDED PROJGCTS l�orm Version April 2, 2014 20170SM- 00 42 43 - Bid Quantities - SEf'PION 4 PIIASE 1- 02-10-2I.xls 00 45 12 DAP PREQUALIFICATION 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. In the "Major Work Ty�e" box provide the complete maior work type and actual descri tion as provided bv the Water Department for water and sewer and TPW for pavin� Major Work Type Contractor/Subcontractor Company Name Prequalifcation Ex iration Date PAVING GILCO CONTRACTING, INC. 12-01-2022 Six- Inch Concrete Streets, sidewalks and Si ns The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: GILCO CONTRACTING, INC. Company 6331 Southwest Blvd. Address Benbraok, Texas 76132 CitylState/Zip By: Leia McOuien (Please Print) � l`�--� Signature: �%r /�/� %����� ,� Title: Vice President Operations (Please Print) � Date: (`L=� `- j � 7 v L� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCfION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP GILCO (OOSJ.docx form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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. 102777. 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: GILCO CONTRACTING, INC. Company 6331 Southwest Blvd. Address Benbrook, Texas 76132 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Leia McQuien (Please ' t) Signature: � - Title: Vice President Operations (Please Print) � �� BEFORE ME, the undersigned authority, on this day personally appeared Leia McQuien , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Gilco Contracting, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 9 day of February ,2021 . �<�_,r, - -_„� �a0. °e YALITZA NAYELY SAL;�S � ��� �"c� Notary Iu tt129000640 � �,' �` � '^ My Cammission Expires ^ �"?, p � �;� March 1. ?023 ✓ k' �t;;;,,�.,�, �, Nota Publi ' and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri12, 2014 NORTHSTAR — SECTION 4, PHASE 1 CITY PROJECT NO.: 102777 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 SECTION OQ 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on �, ��� Z� is made by and between the Developer, 4 D.R. HORTON — TEXAS, LTD., A TEXAS LIlVIITED PARTNERSHIP, authorized to do 5 business in Texas ("Developer"), and GILCO CONTRACTING, INC., authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the i l Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 NORTHSTAR — SECTION 4, PHASE 1- PAVING IMPROVEMENTS 16 CITY PROJECT NO.: 102777 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 4�J working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer iulancial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer ONE TFIOUSAND DOLLARS, ($1,000) for each day that expires after the 35 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 36 of Acceptance. CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of ONE MILLION EIGHTY ONE THOUSAND 40 NINE HLTNDRED SEVENTEEN DOLLARS AND FIFTY-FIVE CENTS, ($1,081,917.55) 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Work consist of the following: 45 1. This Agreement. 46 47 48 49 50 51 52 53 54 55 56 57 58 59 64 2. 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. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 61 S. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. .. 67 68 69 70 71 72 73 74 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 NORTHSTAR — SECTION 4, PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 00 52 43 - 3 Developer Awaided Project Agreement Page 3 of 4 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 Article 6. INDEMNIFICATION 6.1 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 of�cers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is speci�callv intended to operate and be effective even if it is alleged or Aroven that all or some of the dama�es being sou�ht were caused in whole or in part bv anv act omission or ne�li�ence 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. 6.2 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 ont 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 specificallv intended to operate and be effective even if it is alle�ed or �roven that all or some of the damages being sou�ht were caused in whole or in part by anv act, omission or ne�li�ence of the citv Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and i l l CONTR.ACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is perfarmable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH NORTHSTAR— SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 1 �lb 117 7:6 A:ufi.l�ority to Sign. 118 119 i�D 123 1�2 133 124 125 l �CQrnractczr shail ai#ach evidt�cs of authority tn sign i�.gree�anz, i�' o�her � du1� authortzed si:gnatory of the Cc�n�ractor. �t t�VITNESS W��OF', i)euelo�er and Corrtractor �ave execuied this Agreeme�t i:u multiple oou.�ter,pa�ts. _ � � $ � �5���) (Si ) Tl�is .4ga-eezne�t i� cffectiwe as of t.�e last date si�ed by t�e Pa�es �"Effee#ive ,Date"). Co�tractQr: Deve�oper: D.fi. Ho1�cNt - TBxas, Ltd GII.C�C3 Ct�NTRAG�ING, x�vc. A Texas Limited Parbtership By D.R. Hortort, Inc. A Detaware corporation 1ts authorized agent Leia ivlc uen (Printed I�dame) Title: Vice President Operations Company Name: GILCO CONTRACTING, INC. Address: 6331 SOUT$WEST B�,VD. CitylS�ate/Zip: BENBI200K, TEXA,S 7fi132 126 �cCi� ' � �. - Tiiie: �t3b 3a �� - � I9�el�p�r Axra�isd:Rsca;jeoc a4,�seeescnc Page � aF4 (Printed Name) Beiij�lill� �. ��ai"iC �►ssis#ant Vice Presiden# Address: 6751 NORTH FREE�A,�I' City/S#a1e/Zip: FO1tT WORTH, T�3�A� 76131 M�tk S. Z�Z ` Date Cil'Y OF FORT WORTH NORTHSTAR— SECI'iON 4, PH11SE 1 S7ANDARD CQNSTR[JCTION SPECIFICATION DOCUMEN"i'S — DEVELOPER AWARDED PROJECI'S CITY PROJECT Np.: 102777 Rsvised Iune15,2016 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2l 22 23 24 SECTION 00 6125 CERTIFICATE OF INSURANCE INSERT CERTIFICATE OF INSURANCE DOCUMENTS END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSTAR - SECTION 4, PHASE I Revised July 1, 2011 CITY PROJECT NO: 102777 Gilco Contracting, Inc., Policy 46UEAQT1168 Effective 6/20/2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATIC�N TO CERTIFICATE HOLDER(S} This policy is subject to the following additional Conditions: A. If this policy is canceiled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate hoider(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is canceiled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate hoider(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Form IH 03 07 06 1'I Page 1 of 1 O 2011, The Hartford 0 � ` utua WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POLICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC420601 Insured copy This endorsement applies oniy to the insurance provided by the policy because Texas is shown in Item 3.A. of the information Page. In the event of cancellation or other material change of the policy, we wiil mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shail not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 2. Nofice will be mailed to: 30 PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching ciause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 6/20/20 at 12:01 a.m. standard time, forms a part of: Policy no. 0002048937 of Texas Mutual Insurance Company effective on 6/20/20 Issued to: GILCO CONTRACTING INC NCCI Carrier Code: 29939 This is not a bill PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 �'r ��,�� � Authorized representative sn �izo WC420601 Gilco Contracting, Inc., Policy 46UEAQT1168 Effective 6/20/2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER{S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Form IH 03 07 06 11 Page 1 of 1 O 2011, The Hartford 0 � G utua WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND EMPLOYERS �IABILITY PO�ICY TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT WC420601 Insured copy This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shail not operate directiy or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 2. Notice will be mailed to: 30 PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 6/20/20 at 12:01 a.m. standard time, forms a part of: Policy no. 0002048937 of Texas Mutual insurance Company effective on 6/20/20 Issued to: GILCO CONTRACTING INC NCCI Carrier Code: 29939 This is not a bill PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 r! �i�� � Authorized representative 6/17(20 WC420601 Bond #022229616 006213-1 PERFORMANCE BOND Page 1 of 3 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 13 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: § 8 That we, GILCO CONTRACTING, INC. , known as "Principal" herein and 9 Liberty Mutual lnsurance Company , a corporate surety(sureties, if more than one) 10 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or 11 more), are held and firmly bound unto the Developer, D.R. HORTON — TEXAS, LTD., A 12 TEXAS LIMITED PARTNERSHIP, authorized to do business in Texas ("Developer") and the 13 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, ONE 14 MILLION EIGHTY ONE THOUSAND NINE HUNDRED SEVENTEEN DOLLARS AND 15 FIFTY FIVE CENTS (�1,081,917.55), lawful money of the United States, to be paid in Fort 16 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly 17 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 18 administrators, successors and assigns, jointly and severally, firmly by these presents. 19 20 � WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 2�'- (,�Z SI and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 23 the ��day of �U/�H , 20 Z�, which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 25 F�� 27 and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as NORTHSTAR — SECTION 4, PHASE 1. CITY OF FORT WORTH NORTFISTAR — SECTION45, PHASE 1 STANDARD CITY CONDITIONS — DGVELOPER AWARDED PROJECTS CITY PRO.IECT NO. 102777 Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 3 1 2 3 4 5 6 7 ` � �\ \ c � ' , �� \ l<r.s,b,\`,- Witness as to Surety King of Prussia, PA 19406 Telephone Number: 214-989-0000 8 *Note: If signed by an officer of the Surety Company, there rnust be on file a certified extract 9 from the by-laws showing that this person has authority to sign such obligation. If 10 Surety's physical address is different from its mailing address, both must be provided. 11 12 The date of the bond shall not be prior to the date the Contract is awarded. 13 CITY OF i'ORT WORTH NORTHSTAR — SECTION45, PHASE 1 STANDARD CITY CONDITIONS — DGVELOPER AWARDCD PROJBCTS C1TY PROJECT NO. 102777 Revised January 31, 2012 Bond #022229616 006214-I PAYMENT BOND Page I of 3 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 62 14 PAYMENT BOND § § KNOW ALL BY THESE PRESENTS: § 7 That we, GILCO CONTRACTING, INC. , known as "Principal" herein and g Liberty Mutual Insurance Company a corporate surety ( or sureties if more than 9 one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer, D.R. HORTON — TEXAS, LTD., A 1 I TEXAS LIMITED PARTNERSHIP, authorized to do business in Texas "(Developer"), and the 12 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of ONE 13 MILLION EIGHTY ONE THOUSAND NINE HUNDRED SEVENTEEN DOLLARS AND 14 IS 16 17 18 19 20 FIFTY FIVE CENTS ($1,081,917.55), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number 2� - i�D2� ;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the ao�` day of r'� , 20 Z 1 , which Contract is hereby 23 referred to and made a part I�ereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessaries as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as NORTHSTAR — SECTION 4, PHASE 26 1. 27 28 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 29 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 30 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 31 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 32 force and effect. CITY OF fORT WORTH NORT}-ISTAR— SECTION 4, PHASE 1 STANDARD CITY CONDITIONS — DEVELOPGR AWARDED PROJC_CTS CITY PROJGCT NO.: 102777 Rcvised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 3 2 3 4 5 6 7 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 8 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 9 Worth Division. 10 11 12 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. 13 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 14 this instrument by duly authorized agents and officers on this the a�� day of I S , 20 Z�. 16 17 18 19 Zo 2� 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 PRINCIPAL: Gilco Contracting, Inc. ATTEST: ���� �` - ��� ,�., ..L,�� � __ .. BY: ignature - Leia McQuien, Vice President, Operations Name and Title (Principal) , � y --�-- Wit�a to Principal C.- Address: 6331 Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company BY• _ f. _4 _ � ( . Signature Sophinie Hunter, Attorney-In-Fact Name and Title Address: 2200 Renaissance Blvd, Suite 400 C1TY OF FORT WORTH NORTHSTAR — SECTION45, PHASE I STANDARD CITY COND]TIONS — DEVELOPER AWARDED PROJECTS C1TY PROJGCT NO. 102777 Revised January 31, 2012 006214-2 PAYMENT [iOND Page 2 of 3 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. 2 3 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the a� � da of y 6 � , Zo 21 . � PRINCI PAL: Gilco Contracting, lnc. ATTEST: � � BY: `' � � � `� �` � � . (Principal) Secr ary � a W� ss as to Principa ATTEST: Signature Leia McQuien, Vice President, Operations Name and Title Address: 6331 Southwest Bivd. Benbrook, TX 76132 SURETY: Liberty Mutual Insurance Company BY: � ,.- ' Signat re ;; ,�:;-,• f�'� �. (Surety) Secretary ��� �� \A ��; :; ��`u:. ;; \�.�.,.,ue�. .�� Witness as to Surety 8 9 10 11 12 Sophinie Hunter, Attorney-In-Fact Name and Title Address: 2200 Renaissance Blvd, Suite 400 King of Prussia, PA 19406 Telephone Number: 214-989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. CITY OF PORT WORTH NORTHS't'AR — SECTION 4, PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised .lanuary 31, 2012 006214-3 PAYMENT BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OP FORT WORTH NORTHSTAR— SGCTION 4, PHASE 1 STANDARD CITY CONDITIONS — DEVGLOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised January 31, 2012 Bond #022229616 006219-1 MAINTENANCE BOND Page I of 3 1 2 3 4 5 6 7 8 � � THE STATE OF TEXAS COUNTY OF TARRANT SECTION 04 62 19 MAINTENANCE BOND § § KNOW ALL BY THESE PRESENTS: § That we GILCO CONTRACTING, INC., known as "Principal" herein and Liberty Mutual insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 1] or more), are held and firmly bound unto the Developer, D.R. HORTON — TEXAS, LTD., A 12 TEXAS LIMITED PARTNERSHIP, authorized to do business in Texas {"Developer") and the 13 City of Fort Worth, a Texas municipal corporation ("City"), in the sum of ONE MILLION 14 EIGHTY ONE THOUSAND NINE HUNDRED SEVENTEEN DOLLARS AND FIFTY IS FIVE CENTS (�1,081,917.55), lawful money ofthe United States, to be paid in Fort Worth, 16 Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 17 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 18 ]9 20 2] 22 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 2 �. -� ;and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the�T day of 'P�! , 20�, which Contract is 25 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 26 materials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order {collectively herein, 28 the "Work") as provided for in said Contract and designated as NORTHSTAR — SECTION 4, 29 30 31 32 33 34 PHASE 1 and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and C1TY OF FORT WORTH NORTHSTAR — SGCTION 4, PHASE I STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised January 31, 2012 006219-2 MAINTENANCE BOND Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOW�VER, 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 all associated costs thereof being borne by the Principal and the Surety under this Maintenance Bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Cout-t for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF PORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 NORTHSTAR — SECTION 4, PHASE I CITY PROJECT NO.: 102777 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the � day of 3 , 20�. 4 5 6 7 8 9 ]0 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 ATTEST: �`, � � (Principal) Secr ta � - Wk ss as to Principal � �� �_ � � ATTEST: ,�'.. v"-" j l �:`�i.� �+ ~.�(Surety) Secret �,� -�,, - ' � ��.= Witness as to Surety ° PRINCIPAL: Gi1co Contracting, Inc. BY: __,-t _�1/--._��=-�"._� �ignature Leia McQuien, Vice President, Operations Name and Title Address: 633 ] Southwest Blvd. Benbrook, TX 76132 SURETY: Liberty Mutual [nsurance Company BY: �„ �!!F rt ,,�� � ----� =--- Sign�ture Sophinie Hunter, Attorney-In-Fact Name and Title Address: 220Q Renaissance Blvd, Suite 400 King of Prussia, PA I 9406 Telephone Number: 214-989-0000 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 41 The date of the bond shal l not be prior to the date the Contract is awarded. 42 CITY OF FORT WOKTH NORTHSTAR— SGCTION 4, PHASC• I STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised January 31, 2012 � #"ti ���`#� i Fr��r,.y' � r.�= � r � 3,1��`� s Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200743 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty insurance Company is a corporation duly organized under t�e laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporaGon duly organized under the laws of the State of Indiana (herein coltecGvely called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Robbi Morales, Don E. Comell, Sophinie Hunter, Tina McEwan, Tonie Petranek, Ricardo J. Reyna, Joshua Saunders, Kelly A. Westbrook all of the city of Dal las state of execute, seal, acknowledge and deliver, for and on its behalf as sur� of these presents and shall be as binding upon the Companies as t"X each individually if there be more than one named, its true and lawful attomey-in-fact to make, and as its act and deed, any and aIl undertakings, bonds, recognizances and other surety obligations, in pursuance they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or o�cial of the Companies and the corporate seais of the Companies have been affixed thereto this 19th day of March , 2019 . N a� � C � State of PENNSYLVANIA � County of MONTGOMERY ss �v o� a`> > a�i � —� _-o C �� C6 O� L � � O� C �p � N CO � � � o.S Liberty Mutuai Insurance Company P�, 1NSU,4q Py��( INSV ��NSU,qq The Ohio Casualty Insurance Company ti� ��aPO/�rFti� y`� �oaPORa��y `(,iP�ORP�RqT�;y� WestAmericanlnsuranceCompany J3 oc� Qr � '1 �� 1912�y � y 2� 1919 �� o � 21991 � o �j ,, f�'/' ~bq�gsACHUS� -0a �3�NAMPS�,dD� YS �NOIANP ,aa� LC�- /J�i✓f�'�� �?i � �1 * �a Hj * �� d,� * �� BY; /`'� David M. Carey, Assistant Secretary N N a� c .� � � On this 19th day of March , 2019 6efore me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutuai Insurance o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes =� therein containetl by signing on behatf of the corporations by himself as a duly authorized officer. � w IN WITNESS WHEREOf, I have hereunto subscribed my name and affxed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. � e, �� h �'4'��"i�,,�����"'q, COMMONWEAI.TH OF PEMNSYLVANIA �rwar.,.., �µ �._._........__---._..__...._......_......._.._._....._ ........................ �,, �`, .r�`-y�� Notarial Seal � Y �:F l Teresd Pasteila. Not�iry Pubiic �7 ��/�..� pd� v g`� � , Upper Meron Twp., Montgomery County By: urQ-^���.� ''�y�f� ➢' {4.3 „tsr� �� � My Cemiriission Expires 6iarch 28. 2021 �@BS"(�, Notary Public ��"'"3,�.�:�.�w,.i � t�f.ember,PennsylvaniaAssociafioncfNo!2rlas � �F'A P F5 ^�� _ This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as fo�lows: ARTICLE IU - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chainnan or the President, and subject to such limitation as the Ghairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behaif of the Corporation to make, execute, seai, acknowfedge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this articie may be revoked at any 6me by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE Xill - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any o�cer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and tleliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seai of the Company. When so executed such instruments shail be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and aIi undertakings, bonds, recognizances and other surety obiigations. Authorization - By unanimous consent of the Company's Board of Directors, the Company eonsents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutuai Insurance Company, and West American Insurance Gompany do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WNEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of P� INSURq P��Y INSU � \NSURq J =GOFVD�fO�.�t� Q'J2`�pPOI{qr��'L� `VP��ryPORql�yC �; 1912 y o a 1919 � � 1991 o m J�r���_ � ���� :m �o a o Y�y39SSqcHUs� aa y� ryNAMP`>�\,dD� �rs �NOIANP dD� By� Renee C. Lleweli n Assistant Secretar s,� * �,a �yl * �� �,� * h� y , y 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. O C'7 �h � C fSS i p y O � � «+ � o� �� a� m -� >o � N �� � N i M � 00 � r- o �4 LMS•12873 �MIC OCIC WAIC Multi Co 062018 �r r� ��e�I� ,; � ��`���� �� TE�AS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at l -800-252-3439 You may write the Texas Department of Insurance Consumer Protection (1 I 1-1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http:l/www.tdi.texas. ov E-mail: ConsumerProtection(cr�tdi texas gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection(c�tdi texas ��ov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. NP 70 68 09 O1 LMS-15292 10/15 STREET LIGHTS CONTRACT FORMS BEAN ELECTRICAL, INC. 0o a i o0 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page 1 of 3 SECTION 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY TO: D.R. HORTON — TEXAS, LTD. A Texas Limited Partnership �y: D.R. Aorton, Inc. A Delaware Corporation its Authorized Agent FOR: NORTHSTAR — SECTION 4 PHASE 1 WATER, SANITARY SEWER, STORM SEWER, PAVING AND STREET LIGHTS IMl'ROVEMENTS City Project 102777 No.: Units/Sections: STREET LIGHTS 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 Acknowtedgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the TNVITATION 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. 2.b. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Developer (b) to establish Bid prices at CITY OF fORT WORTH STANDARD CONSTRUCTION BID FORM — DEVEIOPER AWARDED PROIECTS 00 41 00 Bid form — DAP.docx Form Revised April 2, 2014 00 41 00 DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY Page Z of 3 artificial non-competitive levels, or (c} to deprive Developer of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement beriveen 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. Prequaiification The Bidder acknowledges that the following work types must be performed only by prequalified coniractors and subcontractors: a. STREET LIGHTS 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 90 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. MBE Forms (if required) 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) 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. CITY OF FORT WORTH STANDARD CONSTRUCiION BID FORM — DEVELOPER AWARDED PROJECTS 00 4100 Bid Form — DAP.docz Form Revised April 2, 2014 00 41 00 DAP BiD FORM FOR PUBLICLY BID PROJECTS ONLY Page 3 of 3 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid $ 236,670.00 Alternate Bid $0.00 Deductive Alternate $0.00 Additive Alternate $0.00 TOTAL BID $ 236,670.00 7. Bid Submittal This Bid is submitted o:,�TLY 15, 2019 by the entity named below Respectfully sub itt�d;/-� L--��`�_"_ _ . _ _ By: % � � '"� (Signature) CHIP BEAN (Printed Name) Title: President <Title or Office> Company: BEAN ELECTRICAL, INC. <Company Name> Address: 821 ENON AVENUE <Address > Receipt is acknowledged of the following Addenda: Initial Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 <Address if applicable, otherwise delete> FORT WORTH, TEXAS 76140 <City, State, Zip Code> State of Incorporation: TEXAS Email: cb�an «bcancicctri��l.c�>iu Phone: 817-561-7400 END OF SECTION CITY Of FORT WORTH STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 004100 Bid Form — DAP.docx Form Revised April 2, 2014 rt f, J , / : '�r ! i , � , 1 � � 004243 DAP- 61D PROPOSAL Page 5 of 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NOR7'HSTAR - SEC7'ION 4, PHASF, 1(F,AST 7'RACT) cra corr�•►tac IPRC No: CPN: zi� onoa � 20-0100 102777 c�T r or roa r woK�ri� STANDARD CONSTRUC7'ION SPLCIFICA7'ION DOCUML'NTS - UtiVELOPBR AWARDHD PRO![CTS Form Version April 2, 2014 201708M- 00 42 43 - Qid Quantitics - SEClION 4 PHASE 1- 02- I 0-21.z1s UNIT PRICE BID Bidder's Application SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM NORTHSTr�R - S�CTION 4, PHASE 1(CAST TRACT) r . � � � Project Item Information 0042q3 DAP - BiD PROPOSAL Page G of G cra coN�ranc �noizoai IPRC No: 20-0100 CPN: I 02777 �idder's Applica#ion � Bidder's Proposal � Bidlist Specification Unit of Bid Item No. Description Unit Price Section No Measure Quantity Bict Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS �� �� �-- UNIT III: DRAINAGE IMPROVEMENTS �y ���W W UNIT IV: PAVWG IMPROVEMENTS -� -�.� _ W� UNIT V: STREET LIGHTING IMPROVEMENTS �uv �� -� � Bid Value "Total Construction Bidl $2� Contr�ctor agrecs to complete WORK for rINAL ACCEPTANCE within 90 ���orlcing days after the d�te whcn the CONTRAC'C commences to run as provided in thc Gencral Conditions. GND Or S�C7'ION 00 CITY OP PORT WORTIi S7'ANDARD CONSTRUCTION SPECIFICA710N llOCUMEN'fS - DBVELOPEI2 AWARDLD PROJECPS form Version April 2, 20I4 ?017U8M- 00 42 43 - Bid Quantities - SLCTION 4 PHASG ]- 02-10-21.xIs 00 45 l2 DAP PREQUALIFICATION 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. In the "Major Work Tvpe" box provide the complete major work type and actual description as provided bv the Water Department for water and sewer and TPW for pavin� Major Work Type Contractor/Subcontractar Company Name Prequalification Ex iration Date STREET LIGHTS BEAN ELECTRICAL, INC. March 9, 2023 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. I: 11 1 ; BEAN ELECTRICAL, INC. Company 821 East Enon Address Fort Worth, Texas 76140 City/State/Zip Date: 04/ 19/2021 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPERAWARDED PROJECTS 0045 12_Prequalification Statement 2015_DAP - BEAN.docx Form Version September 1, 2015 Title: President (Please Print) 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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. 102777. 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: BEAN ELECTRICAL, INC. Company 821 East Enon Address Fort Worth, Texas 76140 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT � �i By: Rov E. �an II (Plea$e Prin '` /'-_ �, �__ - Signature: � Title: President (Please Print) BEF RE ME, the undersigned authority, on this day personally appeared p�f�� L � 1"> t'sr,i, .� , known to me to be the person whose name is subscr�bed to the foregoi�g instrur�ent, and acknowledged to me that he/she executed the same as the act and deed of �,, t,;, ��'•f�.� `� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this `� 1`y day of —l���� �1 ��A r �i , 20�. �� � , ���ii���, ` _m� �.�p;�Yr��'., „�^.^ES "�^;'ICF7„E��� h�G��E� W� ;i; �' AJ �. Notary F �blic, State cf Texas ' 9•,: `,•�+P; Comm. Expires 10-26-2022 �''�iiii����`�` Noiary IL` 131774249 END OF CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Not�'y�P`tiGli� in and for the State of Texas NORTHSTAR — SECTION 4, PHASE I CITY PROJECT No.: 102777 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on . 2 Z\ is made by and between the Developer, 4 D.R. HORTON — TEXAS, LTD., A TEXAS LIMITED PARTNERSHIP, authorized to do 5 business in Texas ("Developer"), and BEAN ELECTRICAL, INC., authorized to do business in 6 Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 ll 12 13 14 15 16 17 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: NORTHSTAR — SECTION 4, PHASE 1— STREET LIGHTS CITY PROJECT NO.: 102777 18 Article 3. CONTRACT TIME � 20 21 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 9� working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Construction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 28 29 30 31 32 33 34 35 36 37 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay Developer ONE THOUSAND DOLLARS, ($1,000) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance unti( the City issues the Final Letter of Acceptance. CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: ]02777 Revised June 16, 2016 005243-2 Developer Awarded Project Agreement Page 2 of 4 38 Article 4. CONTRACT PRICE 39 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 40 Documents an amount in current funds of: TWO HITNDRED THIRTY SIX THOUSAND SIX 41 HUNDRED SEVENTY DOLLARS AND NO CENTS, ($236,670.00) 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 61 2. 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) £ Power of Attoi•ney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 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. a Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of4 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 Article 6. IlVDEMNIFICATION 6.1 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 specificallv intended to onerate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, bY any act, omission or negligence of the citv. This indemmty 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. 6.2 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 �rovision is snecificallv intended to operate and be effective even if it is alle ed or proven that all or some of the damaEes bein� sought were caused in whole or in part, by anv act, omission or ne�li�ence of the citv Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 73 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised June 16, 2016 aos�a3-a tleevekaper Awarded Prajeot Agreecemeuc 'Page 4 of 4 �1.1'7 11'8 7.6 A,�ority to S�ign. 119 1�i0 12:1 i22 lr 1��1 1�5 126 127 G�zttractor sha;ll attach evidence of authority to s�,p,n �re�ment, if Q�ar t�ar� duiy aul�oriz�d si�natory of the C.r3nlractor. �iN i��TNE.SS �E�REOF, Deve�o.per and Contractor have e�cecuzed ti}�is Agreement i,n tnultiple crrun;ter�arts. . "i'his ,4gcee�ent is effective a� of fihe last date signed by ttie Parties ("EfFective Date"). Conlrac#or: Developer: D.R. Horton - Texas, �#d A Texas umited Part�rship Q,, n o u....,... �..,. U � 45�A.i� � (Printed Namej Tit1e: '�-� S t� E+�' l Cor�ttpany Name: BEAN ELEC'TRICAL, INC. Adti�-ess: 821 E ENON �iVE C�ty�State/Zip: FORT WORTH, T�I�AS 76140 —��� Z�ti Date {Printed Name) Title: Benj�min �Aa v�i�� Assastant Vice P�es�dent Address: 6751 NORTH FREEWAI' CitylState/Zip: FORT R�OR'I'H, TEXA,S 7fi131 �-5"-ZI Date C1TY OF FORT WpRTH t�10RTHSTAR — SECTION 4, PHpSE I STANDARD CONSTRUCT'ION SPECIFICATION DOCUMEM'S — DEVELOPER AWARDED PROJECTS CITY PROJECT NO : 102777 Revised June 16, 2016 $�i�I�T ��.ECTRIC�L, Il�TC. 006125-1 CERTIPICATE OF INSURANCE Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 00 61 25 CERTIFICATE OF INSURANCE 1NSERT CERTIFICATE OF INSURANCE DOCUMENTS END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 NORTHSTAR - SGCTION 4, PHASE 1 CITY PROJECT NO: 102777 POLICY NUMBER:T82-Z91-471905-020 COMMERC(AL GENERAL �IABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ♦ .... •��, ,► � • ... .'.:� . .. . �, ;. �.. • M�. � � • � � � � � � � ' � �; • " This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABIL(TY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIAB�LITY COVERAGE PART A. Section il — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Name Of Additionai Insured Person(s) Or Organization(s): Location And Description Of Compieted Operafions Ali persons or organizations with whom you have All locations as required by a written contract or entered into a written contract or agreement, prior to an agreement entered into prior to an "occurrence" or "occurrence" or offense, to provide additional insured offense, status. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. B. With respect to the insurance afforded to these additional insureds, the following is added to 5ection 111— Limits Of Insurance; if coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsementshall not increase the applicable Limits of Insurance shown in the Oeclarations. SCHEDULE CG 20 37 0413 �O insurance Services Office, Inc., 20'12 Page 1 of 1 POLICY NUMBER:TB2-Z91-471905-020 COMMERCIA� GENERA� LIABILITY CG 2010 04 73 THIS ENDORSEMENT CHANGES THE POLIGY. PLEASE READ tT CAREFULLY. �rs • • - r • - �- � � � �' � ;� � � � � � � URGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABi�ITY COVERAGE PART A. Section II — Who Is An lnsured is amended to 1, All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but oniy with work, on the project (other than service, respect to liability for "bodily injury", "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused, inwhole or in part, by: location of the covered operations has been 1. Youracts oromissions; or completed; or 2. The acts or omissions of those acting on yaur behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. if coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additionatinsuredwill not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply; This insurance does not apply to "bodily injury" or "property damage" occurring after: 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principai as a part ofthe same project. C. W ith respect to the insurance afforded to these additional insureds, the following is added to Section Ut —Limits Oflnsurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of lnsurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additiona! lnsured Person(s) Location(s) Of Covered Operations Or Organization(s): All persons or organizations with whom you have All locations as required by a written contract or entered into a written contract or agreement, prior to an agreement entered into prior to an "occurrence" or "occurrence" or offense, to provide additional insured offense. status. Information required to comp(ete this Schedule, if not shown above, will be shown in the Declarations. CG 2410 0413 O Insurance Services Office. Inc., 2012 Page 1 of 1 Policy Number T62—Z91-471905-020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ADDITIONAL INSURED ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the foilowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modi�ed items: Item 1. Blanket Additiona! Insured Where Required By Written Agreement Lessors of Leased Equipment , Managers or Lessors of Premises Mortgagees, Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Item 2. Blanket Additional Insured — Grantor Of Permits Item 3. Other (nsurance Amendment Item 1. Bianket Additionai Insured Where Required By Wriften Agreement Paragraph 2. of Section tt — Who Is An ►nsured is amended to add the following: Additiona! Insured By Written Agreement The following are insureds under the Policy when you have agreed in a written agreement to provide them coverage as additional insureds under your policy: 1, Lessors of Leased Equipment: The person(s) or organization(s) from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in parf, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). This insurance does not apply to any "occurrence" which takes place after the equipment lease expires, 2. Managers or Lessors of Premises: Any manager(s) or lessor(s) of premises leased to you in which the written lease agreement obligates you to procure additional insured coverage. The coverage afforded to the additional insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you a�d caused, in whole or in part, by some negligent act(s) or omission(s) of you, your "employees", your agents or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negligence of the additional insured or those acting on behaif of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additionai insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicabie law would allow you to indemnify the additional insured for liability arising out of the additional insured's sole negligence. LC 20 5811 18 O 2018 Liberty Mutual Insurance Page 1 of 4 Includes copyrighted material of �nsurance Services Office, Inc., with its permission. This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises or to lease that fand; b. Structural alterations, new construction ar demolifion operations performed by or on behalf of that manager or lessor; or c. Any premises for which coverage is excluded by endorsement. 3. Mortgagees, Assignees or Receivers: Any person(sj or organization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of your ownership, maintenance ar use of the premises. This insurance does not apply to structurai aiterations, new construction and demolition operations pertormed by or on behalf of such person(s) or organization(s). 4. Owners, Lessees or Confractors: Any person{s) or organization(s) to whom you are obiigated to procure additional insured coverage, but onfy with respect to liabi(ity for "bodily injury", "properfy damage" or "personai and advertising injury" caused, in whole or in part, by your act{s) or omission(s) or the acf(s) or omission(s) af your "empioyeas", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of "your work" included in the "products-compfeted operations hazard" unless you are required to provide such coverage for the additivnal insured by the written agreement, and then only for ihe period of time required by fhe written agreement and anly for liability caused, in whole or in part, by your acf(s) or omission{s) ar the act(s) ar omission(s) of your "employees", your agenfs, or your subcontractors. There is no coverage for the additional insured for liability arising out of the sole negiigence of the additional insured or those acting on behalf vf the additional insured, except as provided below. If the written agreement obiigates yau to procure additionai insured coverage for the additionai insured's sofe negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicable law wouid allow you to indemnify the additional insured for liability arising out the additional insured's sale negligence. This insurance does not appiy to "bodily injury", "properiy damage" or "personal and advertising injury" arising out of the rendering of, or fai{ure to render, any professionai architectural, engineering or surveying servicas, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reporfs, surveys, fiefd orders, change orders or drawings and specifications; or b. Supervisary, inspection, architectural or engineering activities. This exclusian applies even if tha claims against any insured aUege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", invoived the rendering of or failure to render any professional services. 5. Architects, Engineers or Surveyars: Any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personai and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s} or omission{s) of those acting on your behaif: a. In connection with your premises; or b. In the performance of your ongoing operakians. This insurance does not apply to "bodity injury", "property damage" or "persanal and advertising injury" arising out of the rendering of or failure to render any professional services by ar for you, lnc{uding: LC 2Q 58 11 18 O 2018 Liberty Mutuaf Insurance Page 2 of 4 includes copyrighted material of fnsurance Services O�ce, Inc., with its permission. a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specificafions; or b. Supervisory, inspection, architecturai or engineering activities. This exclusion applies even if the ciaims against any insured allege negfigence or pther wrongdoing in the supervision, hiring, employmenf, training or monitcaring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", ar the offense which caused the "personal and advartising injury", involved the rendering of or failure to render any professiona( services by or for you. 6. Any Person flr Organizatian Other Than a Jaint Venture: Any person(s) or organization(s) (other than a joint venture of which you are a member) for whom you are obiigated to procure additiona! insured coverage, but only with respeci to liabilify for "bodify injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or fhe act(s} or omission(s) of those acting on your behalf: a. In the performance af your ongaing operations; or b. In connection with premises owned by or renfed to you. This insurance does not apply to: • a. Any person{s) or organizeiion(s) more specifically covered in Paragraphs 1. through 5. above; b. Any canstruction, renovation, demolifion or installation operaiions perFormed by or on behalf of you, or those operating on your behalf; or c. Any person(s) or organization(s) whose profession, business or occupafion is that af an architect, surveyor ar engineer with respect to liability arising aut of the rendering of, or faiiure to render, any professional architecfural, engineering or surveying services, including: (1} The preparing, approving or fiailing to prepare or approve, maps, drawings, opinions, reporis, surveys, field orders, change orders, designs and specifications; or (2) Supervisory, inspection, architecturai or engineering activities. This exclusion applies even if the claims against any insured a(lege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offsnse which caused the "personal and advertising injury", involved the rendering of or failure to render any professiona( services by or on behatf of you, or those operating on you� behalf, The insurance afforded to any person(s) or organization(s) as an insured under this item 1.: 1. Appiies fo the extent permitted by lew; 2. Applies only to the scope of coverage and the minimum limits of insurance required by the written agreemenf, but in no event exceeds either the scope of coverage or the limifs of insurance provided hy this Poticy; 3. Does not appfy to any person{s} or organization(s) for any "bodily injury", "property damage" or "personal and advertising injury" if any other additional insured endorsement attached to this Palicy appiies to such person(s) or organization(s) with regard to the "bodily injury", "property damage" or "personal and advertising injury'; 4. Applies only if #he "bodily injury" or "property damage" occurs, or the offense giving rise to the "persona! and advertising injury" is committed, subsequenf to the execution of the wri4ten agreement; and 5. Applies only if the written agreement is in effect at the time the "bodily injury" or "property damage" occurs, or at the time the offense giving rise to the "personai and adve�tising injury" is committed. LC 20 58 11 18 O 2018 Liberty Mutual Insurance Page 3 of 4 Inciudes eopyrighted material of Insurance Services Office, Inc., with its permission. item 2. Blanket Additional lnsured — Grantor Of Permits Paragraph 2. of 5ection !i — Who Is An fnsured is amended to add fhe following: Any state, municipa{ity or political subdivision that has issued you a perrnit in connection with any operations performed by you or on your behalf, or in connection with premises you own, rent or control, and to which this insurance appfies, Gut only to the extent that you are required to provide additionai insured status to the state, municipality or poliiicai subdivision as a condition of receiving and maintaining the permit. Such state, municipality or political subdivision thaf has issued you a permit is an insured only wiih respect to their liability as grantor of such permit to yau. However, with respect to the state, municipality or politicai subdivision: 1. Coverage wili be no broader than required; and 2. Limits of insurance wiii not exceed the minimum limits of insurance required as a condition for receiving or maintaining the permit; but neither the scope of coverage nor the limits of insurance wili exceed ihose provided by this Poficy. This insurance does not apply to: 1. "Bodily injury", "property damage" or "personai and advertising injury" arising ouf of operations performed for the state, rnunicipa(ity or political subdivision; 2. Any "bodily injury" or "property damage" incfuded within the "producfs-completed operafions hazard", except when required by written agreement initiated prior to loss; or 3. "Badily injury", "property demage" or "persona( and advertising injury", unless negligently caused, in whole or in part, by you or those acting on your behaif. Item 3. Other (nsurance Amendmenf if you are obiigated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person(s) or organization(s} that qualifies as an additional insured on this Policy, this Policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV — Commerciaf General Liabiliiy Gondiiions will not apply. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other fnsurance of Section !V — Commercia( General Liability Conditions wiil apply. However, this insurance is excess over any other insurance availa6le to the additional insured for which it is also covered as an additionai insured for the same "occurrence", claim or "suit". LC 20 58 11 18 O 2018 Liberty Mutual Insurance Page 4 of 4 Inciudes copyrighted material of tnsurance Services O�ce, Inc., with its permission. Policy Number: TB2-Z91-471905-020 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABI�ITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Item 2. Item 3. Item 4. Item 5. ltem 6. Item 7. Item 8. Item 9. Item 1D. (tem 11. Item 12. Item 13. Item 14. Reasonable Force Non-Owned WatercrafE Extension Damage To Premises Rented To You — Expanded Coverage Bodily Injury To Co•Emp(oyees Heatth Care Professionals As Insureds Knowledge Of Occurrence Or Offense Notice Of Occurrence Or Offense Unintentional Failure To Disctose Bodily Injury Redefined Supplementary Payments — increased Limits Property In Your Care, Custody Or Control Mobile Equipment Redefined Newly Formed Or Acquired Entities Waiver Of Right Of Recovery ey Written Contract Or Agreement Item 1. Reasonable Force Exclusion a. of Section t— Coverage A— Bodily injury And Property Damage Liabi(ity is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section i— Coverage A— Bodity Injury And Property Damage Liabiliry is replaced by thefollowing: f2) A watercraftyou do not own that is: (a) �ess than 55 feet long; and (b) Not being used to carry persons or property for a charge; item 3. Damage To Premises Rented To You — Expanded Coverage A. The final paragraph of 2. Exclusions of Section I— Coverage A— Bodily Injury And Property Damage Liability is replaced by the fol�owing: LC 32 199 71 18 O 2018 Liberty Mutual Insurance Page 1 of 5 Includes copyrighted material of Insurance 5ervices Of�ce. Inc., with its permission. Exclusionsc. through n. do nat apply to damage by fire, (ightningor explosionor subsequentdamages resuiting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner, A separate limit of insurance applies to this coverage as described inSection III — Limits Of Insurance. B, Paragraph 6, of Section !li — Limits Qf Insurance is replaced by the foilowing: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or subsequentdamages resu(tingfrom such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You �imit is the greater of; a. $3d0,000; or b. The Damage 7'o Premises Rented To You Limit shown on the Deciarations. C. Paragraph 9.a. of the definition of "insured contract" irSection V— Definitfons is replaced by the foNowing: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or expiosion including water damage to premises while rented to you or temporarily occupied by you with permission dfie owner is not an "insured contract"; D. The paragraph immediateiyfollowing Paragraph (8) of Exclusion j. of Section i— Coverage A— Bodily lnjury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply #o "property damage" (other than damage by fire, lightning or explosion or subsequent damages resutting from such fire, lightning or explosion inciuding water damage) to premises, including the contents of such premises, rented to you for a period af seven or fewer consecutivedays. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section 111— Limits of Insurance Item 4. Bodily Injury 7o Co-Empioyees A. Paragraph 2. of Section !t — Who Is An Insured is amended to include: Each of the following is also an insured: Your "employees" (other than either your "executive officers" (if you are an organization other than a partnership,jointventure or limitedliabilirycompany)oryour managers(ifyou ara a limitedliabilitycompany)) ar "volunteer workers"are insuredswhilein the course of their employmentor whileperforming dutiesrelated to the conduct of your business with respect to "bodily injury": (1) To you; (2) To your partners or members (ifyou are a partnership orjoint venture); (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employmentby you or whileperforming duties related to the conductof your business (including participation in any racreational activities sponsored by you}. Paragraph 2.a.('i)(a) of Section II — Who Is An Insured does not apply to "bodily injury" for which insurance is provided bykhis paragraph. LC 3� 199 11 18 � 2018 Liberty Mutual Insurance Rage 2 of 5 Includes copyrighted material of fnsurance Services Oifice, Inc,, with its permission. B. The insurance provided by this ltem 4. for "bodily injury" to a co"emp�oyee" or "volunteer worker" will not app(y if the injured co-"emplayee's" or "volunteer worker's" sole remedy for such injury is provided under a workers' compensation {aw or anysimilar law. C. Other(nsurance The insurance provided by this Item 4. is excess over any other valid and coliectible insurance available to the insured, whether primary, excess, cantingent or an any other basis. Item 5. Health Care Professionais As Insureds A. Paragraph 2.a.(1}(d) of Sectian il — Who ts An tnsured is replaced by the following: (d} Arising out of his or her providing or failure to provide professional health care services. However, any "employee" or "volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a pubiic ar medical emergency ar who is a"designated health care provider" is an insured with respect to "bodily injury" and "persona! andadv�rtising injury" that: (i) Arises out of the providing of or failure to provide prafessional health care services; and (ii) Occurs in the course of and withinthe scope of such "employee's"or "volunteer worker's" employment by the Named insured. B. W ith respect to "employees" and "volunteer workers" providing professionai heaith care services, the following exc(usions are added to Paragraph 2. Exclusions of Section t— Caverage A— Bodily Injury And Property Damage Liability and Paragraph 2. Exclusions of Section (— Coverage 8— Personal And Advertising injury Liability: This insurance does not apply to: (1) Liabiliry assumed under an "insured contract" or any other contract or agreement; (2) Liability arising out of the providing of professional health care services in violation of law; (3) Liabilityarising out of the providing of any professional health care services while in any degree under the influence ofintoxicants or narcotics; (4) Liabifity arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or failure to act; or {5) Punitive or exemplary damages, fines or pena(ties. C. The folfowing definition is added tcSection V— Definitions: "Designated hea(th care provider" means any "ernployee" or "volunteer worker" of the Named Insured whose duties include providing professional heaith care services, inciuding but not limited to doctors, nurses, emergency medical technicians o�lesignated first aid personnel. D. Other Insurance The insurance provided by this ttem 5. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. I#em b. Knowledge Of Occurrence Or Offense Knowledgeof an "otturrence" or offense by your agent, servant or "employee" wil� nat in itselfconstituteknow(edge by you unless your "executive officer" or "employee" designated by you to notify us of an "occurrence" or offense has knowledge of the"occurrence" or offense. LC 32 193 11 18 O 2018 liberty Mutual insurance Page 3 of 5 includes copyrighted material of Insurance Services Office, Inc„ with its permission. Itern 7. Notice Of Occurrence Or Offense For purposes of Paragraph 2.a. of Sectian IV — Commerciat Generet L�abi(ity Conditions, you refers to your "executive officer"or "employee" that you have designated to give us notice. Item B. Unintentional Faifure To DiscEose Unintentionalfailure of the IVamed Insured to disclose all hazards existingat the inception of this Policysha(I not be a basis for denial of any coverage afForded by this Policy. Flowever, you must report such an error or omissionto us as soon as practicableafter its discovery. This provision does not afFect our right to collect additional premium or exercise our right of canceliation or non-renewal. Item 9. Bodity injury Redefined The defrnition of "Bodily injury" ir6ection V— Definitions is replaced by the foilowing: "Bodily injury" means: a. Badilyinjury,sicknessordiseasesustainedbyaperson,inciudingdeathresultingfromanyoftheseatanytime; and b. Mental anguish, shock or humifiation arising out of injury as defined in Paragraph a. above. Mental anguish means any type ofinental or emotional illness or distress. (tem 1Q. Supptementary Payments — tncreased Limits Paragraphs 'I.b. and 7.d. of Section f— 5upptementary Payments — Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bnnds required because of accidents or traffic law violations arising out of the use of anyvehicle to which Bodily Injury Liability Coverage appiies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at aur request to assistin the investigationor defense of the claim or "suit",including actual loss of earnings up to $S00 a day because of time off from work, item 19. Property fn Your Care, Custody Or Controi A. Paragraphs (3) and (4) of Exclusion j. of 5ection !— Coverage A— Bodily Injury And Property Damage Liability are de{efed. B. Additiona( Exciusion Coverage provided by this endorsement does not apply to "property damage" to property while in transit. C. Limits of Insurance Subject to Paragraphs 2., 3., and S. of Section it! — L.imits Of insu�ance, the most we wiii pay for insurance provided by ParagraphA. above is: $10,000 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limikfor this caverage app(ies to all damages as a result of any one 'bccurrence" regardless of thenumber of persons or organizations who sustain damage because of that "occurrence", The Aggregate Lirnit is the most we will pay for the sum of a!! damages under this ltem 91. LC 32 199 11 18 �O 2018 Liberty Mu[uai Insurance Page 4 of S Includes copyrighted material of lnsurance Services Office, Inc., with its permission. D. Other tnsurance This insurance does not apply to any portion of a loss for which the insured has availabie a�y other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this Policy. item 12. Mobile Equipment Rede�ned The definition of "mobile equipment" in Section V— Definitions is amended to include self-propelled vehicles with permanently attached equipment less than 10dd pounds gross vehicle weight that are primarily designed for: ('i) Snow removal; (2) Road maintenance, but not construction or resurfacing: or (3} Street cleaning. However, "mobile equipment" does nat include fand vehicles that are subject to a compuisory or financial responsibilitylaw or other motor vehicle insur,ance law where such vehicies are licensed or principalfy garaged. Land vehicies subject to a compulsory or financial responsibilitylaw or other motor vehicle insurance (aw are considered "autos". item 13. Newly Formed Or Acquired Er►tities A. Paragraph 3, of Section II — Who ts An lnsured is replaced by the foNowing; 3. Anyorganizationyou newlyacq�ire or form, other than a partnershiporjointventure, and over whichyou maintainmajorityownershipor majorityinterest,willqualifyas a Named Insured if there is no other similar insurance available to that organization However: a. Coverage under this provision is afforded on{y until: {1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3} The end of the policy period whichever is earlier; 6. Section i— Coverage A— Bodily Injury And Praperty Damage Liability does not appfy to "bodily injury" or "propertydamage" that occurred before you acquired or formed the organization; and c. Section !— Coverage B— Personai And Advertising (njury Liability does not apply to "personal and advertising injury"arising out of an offense cammitted before you acquired or forrned the organization. B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insuredendorsement attached to this Policy app(ies to that organization. ftem 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The €allowing is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial Ge�eral Liabifity Coriditions: We waive any right of recovery because of payments we make under this Policyfor injury or damage arising out of your ongoing operations or "your work" inc(uded in the "products-completed operations hazard" that we may have against any person or organization with whom you have agreed in a written c�ntract or agraement to waive your rights of recovery but only if the "bodi{y injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. �C 32 139 11 18 Q 2018 Liberty Mutuai Insurance Page 5 of 5 Includes copyrighted material of Insurance Services Office, lnc., wiih its permission. Policy Number: AS2-Z91-471905-030 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s) or Organizations(s): Regarding Designated Contract or Project: Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additionai insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 O 2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy Number : AS2-Z91-471905-030 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. II. III. IV. V. VI. VII. VIII. IX. X. XI. XII. XIII. XIV. XV. XVI. xvii. XVIII XIX. XX. XXI. XXI1. XXill Newly Acquired or Formed Organizations Employees as insureds Lessor - Additional Insured and Loss Payee Supplementary Payments - Increased Limits Fellow Employee Coverage Personal Property of Others Additional Transportation Expense and Gost to Recover Stolen Auto Airbag Coverage Tapes, Records and Discs Coverage Physical Damage Deductible - Single Deductible Physical Damage Deductible - Glass Physical Damage Deductible - Vehicle Tracking System Duties in Event of Accident, Ciaim, Suit or Loss Unintentional Failure to Disclose Hazards Woridwide Liability Coverage - Hired and Nonowned Autos Hired Auto Physical Damage Auto Medical Payments Coverage Increased Limits Drive Other Car Coverage - Broadened Coverage for Designated individuals Rental Reimbursement Coverage Notice of Cancellation or Nonrenewal Loan/Lease Payoff Coverage Limited Mexico Coverage Waiver of Subrogation 1. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you" and "your" also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provisian is afforded only untii: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 1 of 10 Includes copyrighted material of Insurance Services Office, inc., with its permission. II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SECTION II - COVERED AUTOS LIABILITY COVERAGE is amended to add the following: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. III. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any "leased auto" untii the expiration date of this policy or until the lessor or his or her agent takes possession of the "leased auto" whichever occurs first. B. For any "leased auto" that is a covered "auto" under SECTION 11 - COVERED AUTOS LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your "employees" or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a"leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the "leased auto" for "loss" to the covered "leased auto". 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a"leased auto", we will obtain his or her rights against any other party. D. Cancellation 1. If we cancei the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Canceilation ends this agreement. E. The lessor is not liabie for payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, including any "temporary substitute" of such "leased auta". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss" or destruction. AC 84 0711 17 O 2017 Liberty Mutual Insurance Page 2 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. IV. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION 11 - COVERED AUTOS LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds {including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion 6.5. of SECTION II - COVERED AUTOS LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph 8.5, of SECTION IV - BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II - COVEREd AUTOS LIABILITY COVERAGE for a covered "auto" is amended to add the following: This exclusion does not apply to "property damage" or "covered pollution cost or expense" involving "personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5,000 per "accidenY'. Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPURTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph A.4.a. of SECTION 111 - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $50 per day and to a maximum limit of $1,000. B. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VIII. AIRBAG COVERAGE Exclusion B.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visuai or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: AC 84 0711 17 O 2017 Liberty Mutual Insurance Page 3 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Are your property or that of a family member; and {2) Are in a covered "auto" at the time of "loss". The most we wili pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE - SINGLE DEDUCTIBLE Paragraph D. in SECTION I11 - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss" for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE — GLASS Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: No deductible applies to "loss" to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE - VEHICLE TRACKING SYSTEM Paragraph D. in SECTION ill - PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a. and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident", claim, "suit" or "loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident", claim, "sui#" or "loss". Such notice must include: (1} How, when and where the "accidenY' or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowiedge of an "accidenY', claim, "suiY' or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the "accident", claim, "suiY' or "loss" from your agent, servant or "employee". b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no payment ar incur no expense without our consent, except at the "insured's" own cost. AC 84 07 11 17 OO 2017 Liberty Mutual Insurance Page 4 of 10 Includes copyrighted materiai of Insurance Services Office, Inc., with its permission. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". {4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 8.2. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XY. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONfJWNED AUTOS Condition 6.7. in SECTION IV - BUSINESS AUTO C�NDITIONS is amended to add the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means ail parts of the worid subject to the following provisions: a. if claim is made or "suit" is brought against an "insured" outside of the United States ofAmerica, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or "suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonabiy request regarding such claim or "suit" and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States ofAmerica, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may resuit in fines or penalties. This insurance does not apply to such fines or penalties. XVi. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 07 11 17 O 2017 Liberty Mutuai Insurance Page 5 of 10 Incfudes copyrighted material of Insurance Services Office, Inc., with its permission. 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered "auto" at the time of the "loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be $250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We wifl pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) 5pecified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or {3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay under this coverage is $30 per day, subject to a maximum of $900. XVII. AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments wiil be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we wiil pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, or vehictes involved in the "accident". if no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION il - COVERED AUTOS LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 6 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. Any "auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. The following is added to Who Is An insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: Any "auto" owned by that individual or by any "family member". D. SECTION III - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any "auto" owned by that individual or by any member of his or her household; or 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V- DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, inctuding a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rentai of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise appiicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of $900 in any one period. AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 7 of 10 Includes copyrighted material of Insurance Services Office, ►nc., with its permission. D. This coverage does not apply: 1. While there are spare or reserve "autos" available to you for your operations; or 2. If coverage is provided by another endarsement attached to this policy. E. if a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX. NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s) and address(es) shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule; or (3) The number of days specified in any other Cancelfation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOANtLEASE PAYOFF COVERAGE The following is added to Paragraph C. Limits Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger type shown in the schedule or declarations for which Coilision and Comprehensive Coverage apply, we wiil pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and AC 84 07 11 17 OO 2017 Liberty Mutual insurance Page 8 of 10 Includes copyrighted material of insurance Services Office, Inc., with its permission. e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of $1,500 for each covered "auto". XXII.LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY - PIOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE REC�GNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. A. Coverage 1. Paragraph 8.7. of SECTION IV - BUSINESS AUTO CQNDITIONS is amended by the addition of the following: The coverage terrifory is extended to include Mexico but only if all of the following criteria are met: a. The "accidents" or "loss" occurs within 25 miles of the United States border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.S. Other Insurance in SECTIC)N IV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a"loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such "loss" at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any "insured" who is not a resident of the United States. XXIIi. WAIVER OF SUBROGATION Paragraph A.S. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed priar to the date of "accident", to waive rights of recovery against such person or organization. AC 84 0711 17 OO 2017 Liberty Mutual Insurance Page 9 of 10 Includes copyrighted materiai of Insurance Services Office, Inc., with its permission. Schedule Premium Liability Physical Damage Total Premium XVIII. Drive Other Gar LIAB MP Name of Individual UM UIM COMP COLL XX. Notice of Cancellation or Nonrenewal Name and Address Number of Days AC 84 071�1 17 O 2017 Liberty Mutual Insurance Page 10 of 10 Includes copyrighted material of Insurance Services Office, inc., with its permission. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the information Page. We have the right to recover our payments from anyone liabie for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with 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 shail not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. 1, ( ) Specific Waiver Name of person or organization Schedule (X} Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Z. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.0 percent of the 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: issued by Liberry Mutual Fire Insurance Company16586 For attachment to Policy No.WC2-Z91-471905-010 Effec6ve Date Premium a Issued to Bean Electrical, Inc. WC 42 03 04 B � Copyright 2014 NaGonal Council on Compensation Insurance, Inc. Page 1 of 1 Ed. 06l01l2014 Ali Rights Reseroed. POLICY NUMBER:T82-Z91-471905-020 CQMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLtCY. PLEASE RERD IT CAREFUL�Y. �� � � � ♦ � ! • r . � � � � • r ` '. � . . � , � a'' • This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILfN COVERAGE PART PRODUCTS/COMPLETED OPERATIONS IIABILITY COVERRGE PART A. Section 1! — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedufe, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". hiowever: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additionalinsured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Name Of Additional insured Person(s) Or Organization(s): Location And Description Of Completed Operations All persons or organizations with whom you have All locations as required by a written contract or entered into a written contract or agreement, prior to an agreement entered into prior to an "occurrence" or "occurrence" or offense, to provide additional insured ofFense, status. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. B. With respect to the insurance afforded to these additional insureds, the following is added to Section 111— Limits Of fnsurance: If coverage provided to the additional insured is required by a contract or agreement, the most we wili pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of insurance shown in the Declarations; whichever is less. This endorsementshall not increasethe applicable Limits of insurance shown in the Dectarations. SCHEDULE CG 20 37 04 13 �O Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER:TB2-Z91-471905-020 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part ofthe same project. C. W ith respect to the insurance afforded to these additional insureds, the following is added to Section Ilf — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additionai insured is the amount of insurance: THIS ENDORSEMENT CHANGES THE POLtCY. PLEASE READ IT CAREFULLY. .�� � , . � � . �� � • • •- � � • • � �. •• � � �1 This endorsement modifies insurance provided under the foliowing: COMMERCIAL GENERAL UABIUTY COUERAGE PART A. Section I! — Who Is An Insured is amended to 1. Ali work, including materials, parts or include as an additional insured the person(s} or equipment furnished in connection with such organization(s) shown in the Schedule, but oniy with work, on the project (other than service, respect to liability for bodily injury , property maintenance or repairs) to be performed by or darnage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused, inwhole or in part, by: location of the covered operations has been 1. Your acts or ornissions; or completed; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: Name Of Additionai Insured Person(s) �r Organization(s): COMMERCIAL GENERAL LIABiLITY CG 20 10 04 13 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shali not increase the applicable Limits of Insurance shown in the Declarations, Location(s) Of Covered Operetions All persons or organizations with whom you have All locations as required by a written contract or entered into a written contract or agreement, prior to an agreement entered into prior to an "occurrence" or "occurrence" or offense, to provide additional insured ofFense. status. SCNEDULE Information required to complete this Schedule, if not shown above, will be shown in the Deciarations, CG 2010 0413 O Insurance Services Office, Inc., 201 Z Page 1 of 1 Policy Number, TB2—Z91-471905-020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILtTY ADDITIONAL INSURED ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the foilowing; COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 9, Bianket Additional Insured Where Required By Written Agreement Lessors of Leased Equipment Managers or Lessors of Premises � Mortgagees, Assignees or Receivers Owners, Lessees or Contractors Architects, Engineers or Surveyors Any Person or Organization Item 2. Blanket Additionai Insured — Grantor Of Permits Item 3. Other Insurance Amendment (tem 1. Bianket Additional lnsured Where Required By Written Agreement Paragraph 2. of Section !1— Who Is An Insured is amended to add the following: Additional Insured By Written Agreement The following are i�sureds under the Policy when you have agreed in a written agreement to provide them coverage as additional insureds under your policy: 1. Lessors of Leased Equipment: The person(s) or organization{s) from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and adverfising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). This insurance does not apply to any "occurrence" which takes place after the equipment lease expires, 2. Managers or Lessors of Premises: Any manager(s) or lessor(s) of premises leased to you in which the written iease agreement obligates you to procure additional insured coverage. The coverage afforded to the additionaf insured is limited to liability in connection with the ownership, maintenance or use of the premises leased to you and caused, in whole or in part, by some negligent act(s) or omission(s) of you, your "employees", your agents or your subcontractors. There is no coverage for the additional insured for Iiabiiity arising out of the sole negligence of the additional insured or those acting on behaif of the additional insured, except as provided below. If the written agreement obligates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for the additional insured shall conform to the agreement, but only if the applicabie law would allow you to indemnify the additional insured for liability arising out of the �ditional insured's sole negligence. LC 20 58 11 18 O 2018 �iberty Mutual Insurance Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This insurance does not apply fo: a. Any "occurrence" which takes piace after you cease #o be a tenant in that premises or to lease that land; b. Structural alterations, new construction or demoli#ion operations perFormed by or on behalf of that manager or lessor; ar c. Any premises for which coverage is excluded by endorsement. 3. Mortgagees, Assignees or Receivers: Any person(s) or arganization(s) with respect to their liability as mortgagee, assignee or receiver and arising out of your ownership, maintenance or use of the premises. This insurance does not apply to strucfural al#erations, new construckion and demolition operations performed by or on behalf of such person(s} or organization(s). 4. Owners, L.essees or Coniraciors: Any person(s) or organization(s) fo whom you are obligated to procure additional insured coverage, buf only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the acf(s) or omission(s) of your "emp(oyees", your agents, or your subcontractors, in the performance of your ongoing operations. This insurance does not apply to "bodily in}ury", "property damage", or "personal and advertising injury" arising out o( "your work" included in the "products-comp(eted operations hazard" unless you are required to provide such coverage for the additional insured by the written agreement, and then only for the period of time required by fhe written agreement and only for liability caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of your "employees", your agents, or your subcontractors, There is no coverage for the additional insured for liability arising out of the sole negiigence of the additional insured nr those acting on behalf of the additional insured, except as provided below. !f the written agreement obiigates you to procure additional insured coverage for the additional insured's sole negligence, then the coverage for fhe additional insured shail conf4rm to the agreement, but only if the applicable law would allow you to indemnify the additional insured for liability arising out fhe additional insured's sole negtigence. 7his insurance does not app(y to "bodily injury", "proper(y damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architecturai, engineering or surveying services, incfuding: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architecturai or engineering activities. This exciusion appiies even if the cfaims against any insured aliege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring af others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services. 5. Architects, Engineers or Surveyors: Any architect, engineer, or surveyor engaged by you but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in who►e or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In connection with your premises; or b, in the performance of your ongoing operations. This insurance doss not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services by or for you, including; LC 20 58 11 18 O 2018 Liberty Mutual (nsurance Page 2 of 4 fnciudes copyrighted material of insurance Services Office, Inc., with ifs permission. a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, erchitectural or engineering activities. This exclusion appiies even if the claims against any insured allege neg(igence or other wrongdoing in the supervision, hiring, empioyment, training or monitaring of athers by that insured, if the "occurrence" which caused the "bodily injury" ar "property damage", or fhe offense which caused the "personal and advertising injury", invoived the rendering of or failure to render any professional services by or for you. 6, Any Person or Organization Other Than a Joinf Venture: Any person(s} or organizafion(s) (other than a joint venture of which you are a member) for whom you are obiigated to procure additional insured coverage, but only with respect to (iabilify for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your act(s) or omission(s) or the act(s) or omission(s) of those acting on your behalf: a. In the performance of your ongoing operafions; or b. In connection with premises owned by or rented io you. 7his insurance doss not appfy to: • a. Any person(s) or organization(s) more specifically covered in Paragraphs 1. through 5. above; b. Any construction, renovation, demolition or installation operations pertormed by or on behaif of you, ar those operating on your behaff; or c. Any person(s) or organization(s} whose profession, business or occupation is that of an architect, surveyor ar engineer with respect fo liability arising out vf the rendering of, or failure to render, any professionai architecfural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve, maps, drawings, opinions, reports, surveys, field orders, change orders, designs and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion appiies even if the claims against any insured aliege negfigence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professiona! services by or on behalf of you, or those operating on yflur behalf. The insurance afforded to any person(s) or organization(s) as an insured under this (tem 1.: 1. Applies to the extent permitted by law; 2. Rpplies only to the scope of coverage and the minimum limits of insurance required by the written agreemenf, but in no event exceeds either the scope of coverage or the limits of insurance provided by this Policy; 3. Qoes not apply to any person(s) or organization(s) for any "bodily injury", "property damage" or "persona! and advertising injury" if any other additional insured end�rsement attached ta this Policy applies to such person(sj or organization(s) with regard to the "bodily injury", "property damage" or "persanal and advertising injury'; 4. Applies ortly if the "6odily injury" or "property damage" occurs, or the offense giving rise to the "persona! and advertising injury" is committed, subsequent to the execution of the written agreement; and 5. Applies onfy if the writtert agreement is in effect at the time the "badily injury" or "property damage" occurs, or at the time the offense giving rise to the "personat and advertising injury" is committed. LC 20 58 11 18 O 2018 Liberty Mutual Insurance Page 3 of 4 Inc(udes copyrighted material of Insurance Services Office, Inc., with its permission, Item 2. Bianket Additional Insured — Grantor Of Permits Paragraph 2. of Section 11— Who ts An Insured is amended ta add the fo(lawing: A�y state, municipality or polifical subdivision that has issued you a permit in connection with any operations performed by you or on your behalf, or in connection with premises you own, rent or controi, and to which this insurance applies, but only to the extent that you are required to provide additional insured status to the state, municipality or political subdivisian as a condition of receiving and maintaining fhe permii. Such state, municipality or political subdivision tha# has issued you a permit is an insured anly wiih respect to iheir liability as grantor of such permit to yau. However, with respect to the state, municipality or political subdivision: 1. Coverage will be no broader than required; and 2. Limits of insurance wili not exceed the minimum limits of insurance required as a condition for receiving or maintaining the permit; but neither the scope of coverage nor fhe limits of insurance will exceed those provided by this Policy. 7his insurance does not app(y to; 1. "Bodily injury", "property damage" or "persona( and advertising injury" arising out of operations performed for the state, municipaiity or political subdivision; 2. Any "bodily injury" or "prapsrty damage" included within the "products-compieied operations hazard", except when required by written agreement initiated prior to loss; or 3. "Bodily injury", "property damage" or "personal and advertising injury", unless negligentiy caused, in whofe or in part, by you or those acting on your behalf. Item 3. Other (nsurance Amendment If yau are obiigated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person(s) or organization(s) that qualifies as an additional insured on this Policy, this Policy wili apply solety on the basis required by such written agreement and Paragraph 4. Other Insurance of Section N— Cammercial General Liabiliiy Conditions wiil not apply. Where the appiicable written agreement does not specify on what 6asis the Iiability insurance wil! apply, the provisions af Paragraph 4. Other Insurance of Section IV — Commerciat General Liability Condifions will apply, However, this insurance is excess over any other insurance available to the additionaf insured ior which if is also covered as an additional insured for the same "occurrence", claim or "suit". LC 20 58 11 1$ O 2018 Liberty Mutuai insurance Page 4 of 4 Includes copyrighted maferiaf of insurance Services Office, Inc., with its permission. Policy Number: T62-Z91-471905-020 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. P�EASE READ IT CAREFULLY. COMMERCIAI. GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL I.IABI�IiY COVERAGE PART Index of modified items: Item 1. item 2. Item 3. Item 4. item 5. Item 6. Item 7. Item 8. item 9. Item 10. Item 11. Item 12. Item 13. Item 14. Reasonabie Force Non-Owned Watercraff Extension Damage To Prernises Rented To You — Expanded Coverage Bodily Injury To Co-Employees Health Care Professionals As Insureds Knowledge Of Occurrence Or Offense Notice Of Occurrence Or Offense Unintentional Fai{ure To Disclose Bodily Injury Redefined Supplementary Payments — Increased Limits Property In Your Care, Custody Or Contro( Mobile Equipment Redefined Newly Formed Or Acquired Entities Waiver Of Right Of Recovery By Written Contract Or Agreement item 1. Reasanabie Force Exclusion a. of Section I— Coverage A— Bodily Injury And Property Damage Liabifity is replaced by the following: a. Expected Or intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusian g, of Section 1— Coverage A— Bodity Injury And Property Damage Liability is repiaced by thefollowing: {2) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You — Expanded Coverage A. The final paragraph of 2. Exclusions of Section I— Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: LC 32 199 11 18 OO 2p18 Liberty Mutual Insurance Page 1 of 5 �ncludes copyrighted material of Insurance Services Office, Inc., with its permission. Exclusionsc. through n. da not apply to damage byfire, lightningor explosion or subsequentdamages resuiting from such fire, lightning or explosion incfuding water damage to premises while rented to you ar temporarily occupied by you with permission of the owner, A separate limit of insurance applies to this coverage as described inSection Ifi — Limits �f Insurance. B. Paragraph 6, of Section I{i — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we wiil pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or subsequentdamages resultingfrom such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 4.a. of the definition af "insured contracY' irSection V— Definitions is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, expivsion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permissio� dhe owner is not an "insured contract"; D. The paragraph immediatelyfollowing Paragraph (6} of Exclusian j. of Section 1— Coverage A— Bodily (njury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not app{y to "property damage" (other than damage by fire. lightning or explosion or subsequent darnages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutivedays. A separate limitof insurance applies to Damage To Premises Rented To You as described in Section Ili — Limits af fnsurance ttem 4. Bodily Injury To Co-Empioyees A. Paragraph 2, of Section It — Who is An Insured is amended to include: Each of the fol►vwing is also an insured: Your "employees" (other than either your "executive officers" {if you are an organization other than a partnership,joint venture or limitedliabilitycompany) or your managers (if you are a limited liabilitycompany)) or "valunteer workers"are insuredswhilein the course of their employmentor whileperforming dutiesrelated to the conduct of your business with respect to "bodily injury": (1) To you; (2) To your partners or members (if you are a partnership or joint venture); (3) To your members (ifyou are a limited iiabi{ity company}; or (4) To a co-"employee" ar "volunEeer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her empfoymentby you or whileperforming duties refated to the conductof your business (including participation in any recreational activities sponsored by you). Paragraph 2.a.(1}(a) of Section II — Who is An Insured does not appiy to "bodily injury" for which insurance is provided bythis paragraph. LC 32 19911 '18 m 2018 Liberty Mutual Insurance Page 2 af S Includes copyrighted material of Insurance Services O�ce, inc., with its perrnission. B. The insurance provided by this item 4. for "bodily injury" to a co-"employee" or "volunteer worker" wiil not apply if the injured co-"employee's" or "volunteer worker's" sole remedy for suth injury is provided under a workers' compensation law or anysimilar law. C. Oiherinsurance The insurance provided by this item 4. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or an any other basis. item 5. Nealth Care Professionals As lnsureds A. Paragraph 2.a.(1)(d} of Section ii — Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or fai(ure to provide professional health care services. However, any "em ployee" or "volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a pubiic or medica! emergency ar who is a"designated health care proader" is an insured with respect to "bodily injury" and "personai andadvectising injury" that: (i) Arises out of the providing of or failure to provide professional health care services; and (ii) Occurs in the course of and withinthe scope of such "employee's" or "volunteer worker's" employment by the Named Insured. B. W ith respect to "empioyees" and "volunteer workers" providing professional health care services, the fo(lowing exclusions are added ta Paragraph 2. Exclusions of Sec#ion I— Coverage A— Bodiiy Injury And Property Damage Liability and Paragraph �. �xclusions of Section I— Coverage B— Persona! And Advertising Injury Liabitiry: This insurance does not appiy to: (1) Liability assumed under an "insured contract" or any other contract or agreement; (2) Lia6iiity arising out of the providing of professional health care services in violation of law; (3) Liabi�ityarising out of the prvviding of any professional health care services whife in any degree under the influence ofintoxicants or narcotics; (4) Liability arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or fai(ure to act; or (5j Punitive or exemplary damages, fines or penalties. C. The following definition is added tcSection V— Definitions: "Designated heaith care provider" means any "employee" or "volunteer worker" of the Named insured whose duties include providing professionai health care seivices, including but not limited to doctors, nurses, emergency medical technicians obesignated first aid personne(. D. Other {nsurance The insurance provided by this ttem 5. is excess over any other valid and coliectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Of Occurre�ce Or Offense Knowledgeof an "occurrence" or offense by your agent, servant or "employee" wifl not in itselfconstituteknow(edge by you unless your "executive officer" or "employee" designated by you to notify us of an "occurrence" or offense has knowledge of the"occurrence" or offense, LC32'1991118 020181ibertyMutualinsurance Page 3of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission, item 7, Notice Ot Occurrence Or Offense Far purposes of Paragraph 2.a. of Section IV — Commercial General Liability Conditions> you refers to your "executive officer"or "employee" that you have designated to give us notice. ltem 6, Unintentional Failure To Disciase Unintentionaffai(ure of the Named insured to discioseall hazards existingat the inceptionof this Policyshall not be a basisfor denial of any coverage afforded by khis Policy. However, you mustreport such an error or omissionto us as soon as practicableafter its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or nan-renewal. Item 9. Badiiy Injury Redefined The de�nition of "bodily injury" ir6ection V-- Definitions is replaced by the following: "Bodify injury" means: a. Badily injury, sicknessor diseasesustainedby a person, includingdeath resu{tingfrom any of these at any time; and b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type ofinental or emotional illness or distress. (tem 10. Suppfementary Payments —lncreased Limits Paragraphs 1.b. and 7.d. of Section I— Supplementary Payments — Coverages A And B are repiaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic faw violations arising out of the use of anyvehicle to which Bodily Injury Liability Caverage applies. We do noi have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assistin the investigationor defense of the claim or "suiP',including actual loss of earnings up to $500 a day because of time off from work. (fem 19, Praper#y in Yo�r Care, Custody Or Controi A. Paragraphs {3) and (4) of Exclusion j. of Section 1— Coverage A— Bodily tnjury And Propecty Damage Liability are defeted. B, Additionat Exclusion Coverage provided by this endorsement does not apply to "property damage" to property while in transit. C. Limi#s of Insurance Subject to Paragraphs 2., 3., and S. of Section IU — Limits Of Insu�ance, the most we wil( pay for insurance provided by ParagraphA. above is: $10,000 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limitfor this coverage applies ta al! damages as a result of any one "occurrence" regardless of thenumber of persons or organizations who sustain damage because of that "occurrence". The Aggregate Lim it is the most we will pay for the sum of all damages under this ltem 11. lC 32 199 11 18 O 2078 Liberty Mutua! Insurance Page 4 of 5 Includes copyrighted material of Insurance Serrices Office, Inc., with its permission. D. Otherinsurance This insurancedoes not apply to any portion of a loss for which the insured has availabie any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifical�y purchased by the insured to apply in excess of this Policy. ttem 12. Mobi(e Equipment Redefined The definitionof "mobile equipment" in Section V— Defnitions is amended to i�clude self-propelled vehicles with permanentiy attached equipment Iess than 1000 pounds gross vehicle weight that are primarily designed for: (�) Snow rernaval: (2} Road maintenance, but not construction or resurfacing; or (3} Street cleaning. However, "mobile equipment" does not include (and vehicles that are subject to a compuisory or financial responsibilitylaw or other motor vehicle insur.ance law where such vehicles are ficensed or principally garaged. Land vehicles subject to a compulsory or financial responsibilitylaw or other motor vehicle insurance law are considered "autas". item 13. Newly Formed Qr Acquired Entities A. Paragraph 3. of Section II — Who Is An lnsured is replaced by the following: 3. Anyorganizationyou newlyacquireor form, other than a partnershipor jointventure, and over whichyou maintainmajorityownershipor majorityinterest, wiHqualify as a Named Insured if there is no other similar insurance available to that organization However; a. Coverage under this prnvision is afforded onfy until: (1 j The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the poiicy period whichever is earlier; b. Section I— Coverage A— Bodily lnjury And Property Damage Liability does not apply to "bodify injury" or "properrydamage" that occurred before you acquired or formed the organization; and c. 5ection f— Coverage B— Personal And Advertising injury Liability does not apply to "personal and advertising injury"arising out of an offense committed before you acquired or formed the organization. B. The insurance afforded to any organization as a Named (nsured under this ltern 13. does not apply if a Broad Form Named fnsuredendorsement attached to this Palicy appiies to that organizatian. item 14. Waiver Of Right LTf Recovery By Written Contract Or Agreement 7he following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commerciai Ge�eral Liability Conditions: We waive any right of recovery because of payments we make under this Policyfor injury or damage arising out of your ongoing operations or "your work" included in the "products-completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury" or "property damage" occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. LC 32 799 11 18 O 2018 Liberty Mutual Insurance Page 5 of 5 Inciudes copyrighted rnaterial of Insurance Services Office, Inc., with its permission. Policy Number: AS2-Z91-471905-030 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT GAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s) or Organizations(s): Regarding Designated Contract or Project: Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The foliowing is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 O 2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Policy Number : AS2-Z91-4719Q5-030 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. il. Iil. IV. V. VI. VII. VIII. IX. X. XI. XIi. XIII. XIV. XV. XVi. XVII. XVIII. XIX. XX. XXI. XXII. XXIiI. Newly Acquired or Formed Organizations Employees as Insureds Lessor - Additional Insured and Loss Payee Supplementary Payments - Increased Limits Fellow Employee Coverage Personal Property of Others Additional Transportation Expense and Cost to Recover Stolen Auto Airbag Coverage Tapes, Records and Discs Coverage Physical Damage Deductible - Single Deductible Physical Damage Deductible - Glass Physical Damage Deductible - Vehicle Tracking System Duties in Event of Accident, Ciaim, Suit or Loss Unintentional Failure to Disclose Hazards Woridwide Liability Coverage - Hired and Nonowned Autos Hired Auto Physical Damage Auto Medical Payments Coverage Increased Limits Drive Other Car Coverage - Broadened Coverage for Designated Individuals Rental Reimbursement Coverage Notice of Cancellation or Nonrenewal Loan/Lease Payoff Coverage Limited Mexico Coverage Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you" and "your" also refer to any organization you newly acquire or form, other than a pa�tnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and C. The coverage does not apply to an "accident" which occurred before you acquired or formed the organization. AC 84 07 11 17 O 2017 Liberry Mutual Insurance Page 1 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. II. EMPLOYEES AS INSUREDS Paragraph A.1. Who Is An Insured of SECTION II - COVERED AUTOS LIABILITY COVERAGE is amended to add the following: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. 111. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE A. Any "leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any "leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the "leased auto" whichever occurs first. B. For any "leased auto" that is a covered "auto" under SECTION 11 - COVERED AUTOS LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your "employees" or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a"leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the "leased auto" for "loss" to the covered "leased auto". 2. The insurance covers the interest of the lessor of the "leased auto" unless the "loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a"leased auto", we will obtain his or her rights against any other party. D. Canceliation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement, the fallowing definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, including any "temporary substitute" of such "leased auto". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss" or destruction. AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 2 of 10 Includes copyrighted materiai of Insurance Services Office, Inc., with its permission. IV. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4j of SECTION 11 - COVERED AUTOS LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.S. of SECTION il - COVERED AUTOS LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Empioyee Coverage only, Paragraph B.5. of SECTION IV - BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. Vi. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II - COVERED AUTOS LIABILITY COVERAGE for a covered "auto" is amended to add the following: This exclusion does not apply to "property damage" or "covered pollution cost or expense" involving "personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5,000 per "accidenY'. Payment under this coverage does not increase the Limit of insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $50 per day and to a maximum limit of $1,000. B. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. VIII. AIRBAG COVERAGE Exclusion B.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION 111 - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: AC 84 0711 17 O 2017 Liberty Mutual Insurance Page 3 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Are your property or that of a family member; and (2) Are in a covered "auto" at the time of "loss". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE - SINGLE DEDUCTIBLE Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss" for all the involved covered "autos" will be reduced by a single deductible, which wiil be the largest of all the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE — GLASS Paragraph D, in SECTION 111 - PHYSICAL DAMAGE COVERAGE is amended to add the following: No deductible applies to "loss" to glass if you elecf to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE - VEHICLE TRACKING SYSTEM Paragraph D. in SECTION 111 - PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Deciarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a, and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accidenY', claim, "suit" or "loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident", claim, "suit" or "loss". Such notice must include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the "accident", claim, "suit" or "loss" from your agent, servant or "employee". b. Additionally, you and any other involved "insured" must: �9) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 4 of 10 Includes copyrighted materiai of Insurance Services Office, Inc., with its permission. {2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suif'. (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 8.2. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period wili not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XV. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If c�aim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Ganada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or "suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suiY' and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the folfowing will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 5 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered "auto" at the time of the "loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement results in better than like kind or quality, we wiil not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be $250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses For Hired Auto Physicai Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legaliy responsibie to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay under this coverage is $30 per day, subject to a maximum of $900. XVII. AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, or vehicles involved in the "accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II - COVERED AUTOS LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 6 of 10 Includes copyrighted material of Insurance Services O�ce, Inc., with its permission. a. Any "auto" owned by that individua� or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. The following is added to Who Is An insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1. of this endorsement. C. Auto Medical Payments, Uninsured Matorist, and Underinsured Motorist Coverages are amended as follows: The fo�lowing is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: Any "auto" owned by that individual or by any "family member". D. SECTION III - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any "auto" owned by that individual or by any member of his or her household; or 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V- DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by btood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of $900 in any one period. AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 7 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. This coverage does not apply: 1. While there are spare or reserve "autos" available to you for your operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX. NOTICE OF CANCELLATIQN OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s) and address(es) shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: (1) 60 days; (2) The number of days shown in the Canceilation and Non-renewal Schedule; or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancelfation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOANILEASE PAYOFF COVERAGE The foliowing is added to Paragraph C. Limits Of Insurance of SECTION I11 - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the "loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 8 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of $1,500 for each covered "auto". XXI1. LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY - NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CC�NSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. A. Coverage 1. Paragraph 8.7, of SECTION IV - BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The "accidents" or "loss" occurs within 25 miles of the United States border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.5. Other Insurance in SECTION IV - BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a"loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such "loss" at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any "insured" who is not a resident of the United States. XXIII. WAIVER OF SUBROGATION Paragraph A.5. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. AC 84 0711 17 O 2017 Liberry Mutuai Insurance Page 9 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Schedule Premium Liability Physical Damage Total Premium XVIiI. Drive Other Car LIAB MP Name of Individual UM UIM COMP COLL XX. Notice of Cancellation or Nonrenewal Name and Address Number of Days AC 84 07 11 17 O 2017 Liberty Mutual Insurance Page 10 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with 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 not operate direct�y or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. 1. { ) Specific Waiver Name of person or organization Schedule (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas operations Premium: The premium charge for this endorsement shal connection with work performed for the above described. I be 2.0 percent of the premium developed on payroll in person(s) or organization(s) arising out of the operations 4, Advance Premium: Issued by �iberty Mutual Fire Insurance Company16586 For attachment to Policy No.WC2-Z91-471905-010 Effecfive Date Issued to Bean Electrical, Inc. Premium $ WC 42 03 04 B �O Copyright 2014 National Council on Compensation insurance, Inc. Page 1 of 1 Ed. 06/01/2014 All Rights Reserved. 006214-1 PAYMENTBOND Page I of 3 I 2 3 4 5 6 7 8 9 10 11 12 l3 14 15 16 i7 18 19 20 THE STATE QF TEXAS COUNTY OF TARRANT SECTION 00 6214 PAYMENT BOND #4440169 § § KN4W ALL BY THESE PRESENTS: § That we, BEAN ELECTRICAL, INC. , known as "Principal" herein and SURETEC INSURANCE a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether ane or more), are held and firmly bound unto the Developer, D.R, HORTON — TEXAS, LTD., A TEXAS LIMITED PARTNERSHIP,G ALEDO DEVELOPMENT, LLC, authorized to do business in Texas "(Developer'�, and the City of Fort Worth, a Texas municipal corporation ("City'), in the penal surn of TWO HUNDRED THIRTY SIX THOUSAND SIX HUNDRED DOLLARS AND NO CENTS {�236,670.00) , iawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be rnade jointly unto the Developer and the Ci#y as duat obligees, we bind ourselves, our heirs, executars, administrators, successors and assigns, jointly and severaily, �rmly by these presents: WHEREAS, Develaper and City have entered inta an Agreement for the construction of community facilities in the City of Fort tUorth, by and through a Community Facilitaes Agreement, CFA Number 2 �`�;and 21 W33EREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the �day of �!�/�'j2[ , 20 Z I, which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to fiu-nish all 24 materiais, equipment, labor and other accessaries as de�ned by law, in the prosecution of the 2S Work as provided for in said Contract and designated as NORTHSTAR — SECTION 4, PHASE 26 1. 27 28 NOW, THEREFQRE, THE CONDITION OF THIS OBLIGATION is such that if 29 Principal shall pay ail monies awing to any (and ali) payment bond bene�ciary (as defined in 30 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 31 ihe Contract, then this obligation shall be and beco�ne null and void; otherwise to ren�ain in fizll 32 force and effect. CITY OF FORT WDRTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECiS CIi'Y PROJECT NO.: 102777 Revised 7anuary 31, 20I2 flOb214-2 PAYMENT BOND Page 2 of 3 1 2 3 This bond is �nade and executed in compliai�ce with the provisions of Chapter 2253 of ihe Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the pravisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the ao � day of � � , 20 Z 1 . 7 -� �r . _� Witness as to Surety Muni Rabah, Bond Account Manager , �'—�S'I � __ � . ATTEST: N/A (Surety) Secretary 8 9 l0 11 PRINCIPAL: BEAN ELECT C�', INC. : Rt)Y R. BEAN, PRESIDENT Name and Tiile Address: $21 EAST ENON FORT WORTH, TEXAS, 76140 SLTRETY: SureTec Insurance Company 1330 Post Oak Blvd Ste I 100 Houston, TX 77055 -. ,^ `' _ _ _ BY: ��- . S�ignature � Jeremv Barnett Attornev-in-Fact Name and Title Address: 2255 Rid�e Rd. Suite 333 Rockwall TX 75087 Telephone Number: 972-772-722Q Note: If signed by an officer of the Surety, there Yntist be on �le a certiiied extract from the bylaws showing thaT this person has authority ta sign such obligation. If Surety's physical address is different fram its mai2ing address, both must be provided. CITY OF FORT WORTI-I NORTHSTAR — SECTION 4, PHASE 1 STANDARD CITY CONDITIONS — DEVELOPEI2 AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised January 31, 2012 A1`TEST: � � r '���` (P cipa ' 'cretary 006214-3 PAYMENTBOND PAge 3 of 3 2 The date of the bond sha11 not be prior to the date ihe Contract is awarded. 3 END OF SECTION C'ITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE l STANDARD CI"I'I' CONDITIONS — DEVELOPER AWARDED PROJECTS CITY PROJECT NO.: 102777 Revised January 31, 2012 00 62 13 - 1 PERFOIi.MANCE BOND Page 1 of 3 1 2 3 4 5 6 7 � 9 THE STATE OF TEXAS COUNTY OF TARRANT SECTION QO 6213 PERFORMANCE BOND #4440169 § § KNOW ALL BY THESE PRESENTS: § That we, BEAN ELECRICAL, INC, , knawn as "Principal" herein and SURETEC INSURANCE, a corporate surety(sureties, if more than one) duly authorized to do business in 10 the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound l i unto the Developer, D.R. HORTON - TEXAS, LTD., A TEXAS LIMITED PARTNERSHIP, I2 authorized io do business in Texas {"Deveiaper") and The City of Fort Worth, a Texas rnunicipal 13 corporation ("City"), in fhe penal sum of, TWO HUNDRED THIRTY SIX THOUSAND SIX 14 HUNDRED SEVENTY DOLLARS AND NO CENTS, (�236,670.00), lawful money of the 15 United States, to be paid in Fort tiVorth, Tarrant County, Texas for the payment of which sum IG 17 18 19 20 21 well and truly to be made jointiy unto the Developer and the Ciiy as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns,,jointiy and severaliy, �rmly by these presents. WHEREAS, Developer and City have entered into an Agreement for the constniction of community facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 2�- �OZ� and 22 WHEREAS, the Principal has entered into a certain written contract with the Deveioper awarded 23 The � Y � da of �R�. , 2q 2�, which Contract is hereby referred to and made a 24 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 25 and other accessories defined by law, in the prosecution of the Work, including any Change 26 C?rders, as provided for in said Contract designated as NORTHSTAR - SECTION 4, PHASE 1, 27 NOW, THEREFORE, the condition of this obiigation is such that if the said Principal 28 shall faithfuliy perf�rm it obligations under the Contxact and shall in all respects duiy and 29 faithfully perform the Work, includiug Change Orders, under the Contract, accarding to the plans, 30 specifications, and contract documents tiiereiu referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Devetoper and/or City, then this 32 obligatian shall be and become null and void, otherwise to remain in full force and effect. CITY UF FORT WORTH NORTHSTAR - SEC;TION 4, PHASE 1 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PR03ECTS CITY PROJEC'T NO. 102777 Revised January 31, 2012 005213-2 PERFORMANCE BOND Page 2 of 3 i 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Coun for the Northern District of Texas, Fori 3 Worth Division. 4 This bond is made and executed in compiiance with the provisions of Chapter 2253 of ihe 5 Texas Government Code, as amended, and all Iiabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the o�0 � day of _/ G�3 9 .20 Z�. 10 li 12 13 14 15 16 17 1� 19 2Q 21 22 23 24 �` 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 ATT ST: , r % /� � �/,^ � l� (Principal) Secretary � Witne as to Principai _� . _ J Witness as to Surety Muni Rabah, Bond Account Manager �� PRINCIPAL: . . BEAN ELECTRI L, : BY: Si re Name �nd Title Address: 821 EAST ENON FC1RT WORTH, TEXAS ?Gl�fl SURETY: SureTec Insurance Company 133{� Post Oak �1� Ste 1100 Ho •(, t; �X ?7056 BY: - � Signaiiire Terein� R�rnett Aff��rne�-in-F��t Nanie and T'itie Address: 2255 Rid�e Rd. Sttite 333 Rock�vall, TX 75087 Telephone Nttmber: 97?_77�_722p *Note: If signed by an officer of the Surety Company, ihere must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. CITY OF FURT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CITY CONDITIONS — DEVELQPER AWARDED PROJECTS CITY PROJECT NO. 102777 Revised January ;l,?Oi2 006219-I MAINTENANCE BOND Page 1 of 3 I 2 3 � 5 6 7 8 9 IO 21 12 13 I4 IS 16 17 18 19 i�+l 21 22 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 6219 MAINTENANCE BOND #4440169 § § KNOW ALL SY THESE PRESENTS: § That we BEAN ELECTRICAL, INC., known as "Principal" herein and SURETEC INSURANCE, a corporate surety (sweties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly baund unto the Developer, D.R. Ht3RTON - TEXAS, LTD., A TEXAS LIMITED PARTNERSHIP, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation {"City"), in the sum af TWO HUNDRED THIRTY SIX THOUSAND SIX HITNDRED SEVENTY DOLLARES AND NO CENTS ($236,G70.00} , lawful money of the United States, to be paid in Fort Worth, Tazrant County, Texas, for payment of which sum well and truly be n�ade jointly unto the Developer and the Ciry as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, �rmly by these presents. WHEREAS, Developer aud City have entered inio an Agreement for the construction of corn�nunity facilities in the City of Fort Worth by and through a Community Facilities Agreement, CFA Number 2 �'- (�2$ ;and 23 WI3EREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the��day of __ � , 20�, which Contract is 25 hereby referred to and a made part hereof for all purposes as if fulIy set forth herein, to furnish all 26 inaterials, equipment labor and other accessories as defined by law, in the prosecution of the 27 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 28 the "Work") as provided for in said Contract and designated as NORTHSTAR - SECTION 4, 29 PHASE 1 and 30 3i 32 33 34 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Cantract Docu�nents that the Work is and will remain free from defects in materials ar workmanship for and during the period of trvo {2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARB CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CITY FRi>JECT NO.: 102777 Revised Jamiaty i l, 2012 006219-2 MAINTENANCE BOND PAge 2 of 3 1 2 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 3 upon receiving natice from the Developer and/or City of the need thereof at any tune within the 4 Maintenance Period. 5 6 NOW THEREFORE, the condition of this abligation is such that if Principal shall 7 remedy any defective Work, for which timely notice was provided by Developer ar City, to a 8 completion satisfactory to the City, then this obligation shall become null and void; otlierwise to 9 remain in full force and effect. 10 1 t PROVIDED, HUWEVER, if Principal shail faii so to repair or reconstruct any timely 12 noticed defective Work, it is agreed that the Developer ar City rnay cause any and all such. 13 defective Work to be repaired and/or recanstructed with all associated costs thereof being borne 14 by the Principal and the Surety under this Maintenance Bond; and 15 16 PROVIDED FURTHER, tiiat if any legal action be filed on this Bond, venue shall lie in 17 Tarrant County, Texas or fhe United States District Court far the Northern District of Texas, Fort 18 Worfh Division; and 19 20 PROVIDED FURTHER, that this obligation shail be continuous in nature and 21 successive recoveries may be had hereon for successive breaches. 22 23 24 CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CTI'Y CONDITIONS — DEVELUPER AWARDED PRGJECTS CITY PROJECT NO.: 102777 Revised Jamuzry 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the �D � da of Y 3 20 2�. 4 5 G 7 8 9 10 11 12 13 14 15 1 f� 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 4:i ATTEST: N!A (Surety) Seeretary ,��� �`-_. . - -.—_ Wimess as ta Surety Mu�ii Rabah, Bond Account Manager i7 PRINCIPAL: ` %, BEAN ELEC , INC. BY: � ,�. i� ature ROY R. BEAN/PRES3DENT Nan1e and Title t�ddress: 821 EAST ENON FORT WORTH, TEXAS 76144 SURETI': SureTec Insuraz�ce Conlpany 1330 Post Oak Blvd., Ste i 100 Hrn�st<in TX,]Zf15f� BY: , ;,�---_" _ SignahttE 3eremy Barnett Attornev-in-Fact Name and Title Adciress: 2255 Rid�e Rd. Svite 3�3 RockwalL TX 75087 Telephone Number: 9�2_��2_722p �`Nate: If signed by an officer flf the Surety Company, there must be on file a certified extract from the by-laws showing that this person l�as authority to sign such obligation. If Sureiy's physicai address is different from its mailing address, both must be provided. The date of the bond shal2 not be prior to the date the Contract is awarded. CITY OF FORT WdRTH NORTHSTAR - SECTION 4, PHASE 1 STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CITY PR(1JEC'T NO.: 102777 Revised Januafy 31, 2012 A TEST: � A �, � ;, � %'�..''�,,o°�� ' cipa ecretary 00 62 13 - 3 PERFORMANCE BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. CITY UF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CITY CONDITIdNS — DEVELOPER AWARD�D PROJECTS CITY PROJECT NO. 102777 Revised January 31, 2012 POA# 4221049 JOiNT LlMITED P4WER OF ATTaRNEY KNOW A!L MEN BY THESE F'RESENTS: That SureTec insurence Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Narris, Texas and Markel Insurance Company (the "Campany"}, a corporation duly organized and existing under the Iaws of the state of Iliinois, and having iks principai administrative office in Gien Allen, Virginia, does by these presents make, constitute a�d appoint: Tony Fierro, Jey Jordan, Johnny Moss, Steven W. Searcey, Robert J. Shuya, Mistie Beck, Jeremy Barneft, Robert G. Kanufh, Jade Porter, Jennifer Cisneros, Jarrett Willson, Jack Nottingham Their true and lawful a�ent{sj and attorney(s)-in-fact, each in Lhelr separate capacity if more than one is named above, to make, execute, seal and Qeliver fo� and on their awn behaif, individuaily as a surety orjointly, as co-sureties, and as #heir aa and deed any and all bonds and other undertaking in suretyship provided; however, that the periai sum of any one such insirument executed hereunder shall not exceed the sum of: Twenty Million and 00/140 Dollars ($20,000,000.00) This Pawer of Attorney is granted and is signad and seated under and by the authprity of the #ailowing Resolutions adopted by tfie Board of Directors of Sure7ec lr�wrence Company and Markei Insurance Company: "RESpLVED, That the President, Senior Vice Preside�t, Vice President, Assistant Vice President, Secretary, Treasurer and each of khem hereby is authorized to execute powers of attomey, and such authority can be executed by use of facsimite signature, which may be attested or acknowiedged by any officer or attorney, of the company, qualifying the attorney or attorneys named in tfie given power of attorney, to execute in behaif of, and acknowiedge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as tfie casa may 6e, all bond undertakings and contracu of suretyship, and to affix the corporate seal thereio." IN WITNE55 WHEREOF, Markel i�surance tompany and SureTec insurance Company have caused their official seal to 6e hereunta affixed and these presents to be signed by their duly authorized officers on the s�m day of r�o�e�no�� , zazo . SureTec Insurance Campany BY: ��' MichaeE C. Keimig, President � W�µ�� �uo`�5 Xa►v,y�°o � ;� wtw y j� s� r �� •,4 1 � t ``w«nno n��.,m`.�" ��`��U���'C ��� tilarkel insura ce Company :�s Fo �� l� � °�.Po�°r.ol `�� ��"USEAL '' �' ;�,�� � � �-... _ .. =y• ;'0= ,e !' .+°' �; � �' � �,! - '��:, �� 2c g�; �.;L.� �: :�•$•,�q��tg� Z.�� — ,��,'"I'*""t,`��. R in Russo, Senlor Vice Presldent Commonwealth of Virginia County of Henrico SS: On this t�m day of Novemeer, 202o A. p., befose me, a Notary Public of the Comrnanwealth of Virginia, in and for tha County of Henrfco, duly commiss�oned and qua�ified, came TtiE ABOVE OFFICERS OF TNE CDMPANIES, to me personally known to be the individuals and officers descr(bed in, who executed the preceding instrument, and they acknowiedged the execution of same, and being by me du[y sworn, disposed and said that they are the offieers of the said companies aforesaid, and thac the seais affiixed tn the proceeding instrument are the Co�porete Sea(s of said Companies, and the said Corporate Seals and their signatures as officers were dufy aifixed and subscribed to the said instrument by the authority and direction of the said campanies, and that Resolutions adopted by ihe Board o( Dlrectors of said Companies referred to in the preceding instrument is now in force. `�, � e e e r t�� ��� .�`�`aP � °N,q �`'� IN TESTIMGNY WHEREOF, I have hereunto set my hand, and affixed m�bff�['j�,a�ahA �� Ci���p# Henrico, the day and year first above written. . (,3� . Y � Q , � B �'. .� : ' � M Y CC� �; \ "-�, 1 �„'__ CQh�Ilvt!SSION � ��^ 1�..--}, ''�-,. i "' n � NUf��iHFR : Q � By:!-�_ "--� 'l�..._._--,..-�.__._�...M� = � : �• ,� : Donna Donavant, Notary Public � � '� 70$3�68 . �� � Mycommission expires 1/31fi023 %'yQ�''.+ .•��� * � We, the undersigned Officers of SureTec Insurence Company and MarkaY}�� r�£ypLC-��{fiy,c�qVierby cariify that the o�iginal VOWER pF ATTORNEY �f which the foregoing Js a fuli, true and correct copy is stitl in fuil force and effed and haStiqtrt�e�e�r� r�ypkkd. •, �r►� r IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the ��day of I��C52 V i�'� ZC�2� Svr ec insur ce C pan By M. Br t Beaty, Assistant Secreta Markel Insurance Company . / � „��,� 1 { � r� �'r � �,, �'> ey.� 'i A.�< �. „- / .,-^ ___..,,,�_. L w �.-� _ �..�,�,,. . �. --'^'a-'-�� ,� Richard R. Grinnan, Vice President ari�Setretary Any lnstrument issued in excess ot the penaity stated abova is totally void and without any vafidity. 42240A9 For verification of the authority of thls Power you may call (713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OP PORT WORTH STANDARD CITY CONDITIONS — DEV�LOPER AWARDED PROJECTS Revised: January IQ 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1— Definitions and Terminology .......................................................................................................... l 1.01 Defined Terms ............................................................................................................................... l 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 Article4— Bonds and Insurance ....................................................................................................................... 7 4.01 Licensed Sureties and Insurers ..................................................................................................... 7 4.02 Performance, Payrnent, 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 Equipinent ...........................................................................................13 5.04 Project Schedule ..........................................................................................................................14 5.05 Substitutes and "Or-Equals" .......................................................................................................14 5.06 Pre-Qualification of Bidders (Prime Conh•actors 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 Prograins .............................................................................................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, 20 ] 3 5.18 Indemnification ...........................................................................................................................24 5.19 Delegation of Professional Design Seivices ..............................................................................24 5.20 Right to Audit : ............................................................................................................................25 5.21 Nondiscrimination .......................................................................................................................25 Article6- Other Work at the Site ...................................................................................................................26 6.01 Related Work at Site ...................................................................................................................26 Article7 - City's Responsibilities ...................................................................................................................26 7.01 Inspections, Tests, and Approvals .............................................................................................. 26 7.02 Limitations on City's Responsibilities .......................................................................................26 7.03 Compliance with Safety Program ...............................................................................................27 Article 8- City's Observation Status During Construction ...........................................................................27 8.01 City's Project Representative .....................................................................................................27 8.02 Authorized Variations in Work ..................................................................................................27 8.03 Rejecting Defective Work ..........................................................................................................27 8.04 Determinations for Work Performed ..........................................................................................28 Article9- Changes in the Work .....................................................................................................................28 9.01 Authorized Changes in the Work ............................................................................................... 28 9.02 Notification ta 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, Rernoval 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 Article12 - 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 Article13 - Suspension of Work .................................................................................................................... 33 13.01 City May Suspend Woi•k ............................................................................................................33 Article14 - Miscellaneous ..............................................................................................................................34 14.01 Giving Notice ..............................................................................................................................34 CITY OF PORT WORTH STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJGCTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34 14.03 Cumulative Remedies ................................................................................................................. 34 14.04 Survival of Obligations ...............................................................................................................35 14.05 Headings ......................................................................................................................................35 CITY OF PORT WORTH STANDARD CITY CONDITIONS — D�VELOPER AWARDED PROJECTS Revised: ,lanuary 10, 2013 00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of35 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defrned TeNms 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 tenn shall have a meaning as defined below whether capitali�ed or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Docuinents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Ag�eement - The written instruinent 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 docuinent management and collaboration system. 5. Calendar Day — A day consisting of 24 hours ineasured from inidnight to the next midnight. 6. City— The City of F'ort Worth, Texas, a Texas home-r�ule municipal corpo�^ation, acting by, its governing body thNough its City Manager, his designee, or agenls authorzzed pursuant to its duly authoNized charter on his behalf. 7. Community Facilities Agr�eement (CFA) A Contract between the Developer and the City for the Consh^uction o, f one or more following publrc facilities wzthrn the City public right-o, f- way or easement: Water, Sanitary Sewer, Street, Sto�m Drain, Street Light, and Street Signs. A CFA may include private facilities wilhin the right-of-way dedicated as private right-of- way or easement on a recoNded plat. 8. Contt�act—The entire and integrated wt^itten docufnent incorporating the Contract Documents between the Developer, ContracCor, 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 contracl and which must include the Agreement, and it's attachments such as standard construction specifications, standard City Condrtions, other general conditions of the Developer, including: a. An Agreement CITY OF FORT WORTH STANDARD CITY CONDITIONS — D�VELOPER AWARDED PROJECTS Revised: January ] 0, 2013 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 b. Attachments to the Agreement i. Bid Form e. f. g• h. J• k. 1. m. n. ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement Current Prevailing Wage Rates Table (if required by City) Insurance Accord Form Paylnent Bond Performance Bond Maintenance Bond Power of Attorney for Bonds Workers Compensation Affidavit MWBE Commitment Form( If required by City) General Conditions Supplementary Conditions The Standard City Conditions 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. Contr�actor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day — A day, unless otherwzse defined, shall mearr a Calendar Day. 12. Developer — An individual or entity that desi�es to make certain improvemerrts within the Crty of'Fort Worth 13. DNawings—That part o, f the Co�t��act Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by ContractoN. Submittals a�°e not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering fi.rm registered in the State of 7'exas 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 spec�ed r.'n the Contract Documents has been completed to the satisfaction of the City. CITY OP FORT WORTH STANDARD CITY CONDITIONS — D�VELOPER AWARDCD PROJECTS Revised: January 10, 2013 00 73 ] 0- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 16. Final Inspection — Inspection carried out by the City to ver� that the Contractor has completed the Work, and each and every part or appurtenance the�eo,f,' fully, entirely, and in conformance with the Contract Documents. 17. Geraeral Requirements A part of the Contract Documents between the DevelopeN and a Contractor. 18. �aws and Regulations Any arrd all applicable laws, rules, regulations, oNdinances, codes, and orders o_ f any and all goveNnmental bodies, agencies, authorities, and cou�ts having jurisdiction. 19. Liens—Charges, security inter^ests, or encumb��ances upon Project,funds, real property, or personal property. 20. Milestone A principal event specified in the Contract Documents relating to an interrrzediate Contract Time prior to Final Acceptance of the Wo�k. 21. Non-Participating Change Order A document, which is prepared,for and reviewed by the City, which is signed by Cont�^actor, 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 Effeciive Date of the Agreement. 22. Pa�ticipating Change Order A document, which is prepared for and approved by the City, which is signed by Contractor, DevelopeN, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract P�ice o�- the Contract Time, issued on or a�er the Effective Date of the Ag�eement. 23. Plans — See definition of DNawings. 24. Project Schedule A schedule, prepared crnd maintained by Contractor, in accoNdance with the General �Zequirerrzents, descNibing 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 pe�formed 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 ineeting 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.in. and ending at 6.•00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—�hysical examples of materials, equipment, or workmanship that aNe representative of some portion of the WoNk and which establish the standards by which such portion of the Work will be judged. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 30. Schedule of Submittals A schedule, prepared and maintained by Contr�actor, of Nequired 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 easemenCs for access thereto, and such other lands furnished by City or Developer which are designated for the use of Cont�^actof�. 32. Specifrcations—That part o, f the Cortt�^act Docurrrents consisting of written requiNements for materials, equipment; systerras, standa�ds and workmanship as applied to the Work, and certairt administrative Nequirements and procedural matters applicable thereto. Speci�cations may be specifically made a paNt of the Contr•act Documents by attachment or, if not attached, may be incorporated by refeNence as indicated in the Table o, f' Contents (Division 00 00 00} o, f'each Project. 33. Standard City Conditions — That part o.f the Cont�^act Documents setting forth requirements of the City. 34. Subcontractof� An individual oN entity having a direct contract with Contractor or with any other S�bcontractor for the peNfoNmance of a part of lhe WoNk at the Site. 35. Sub�nittals All drawings, diag�ams, illust�^ations, schedules, and other daZa or inforrnation which aYe specifically prepar•ed oN assembled by or for Contractor and submitted by Contractor to illust�ate sorne portion of the Work. 36. Superintendent — 7'he representative of the Contractor who zs available at all times and able to receive instructions fi�om the City and/or Develope� and to act for the Contr�actor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supple�nents the General Conditions. 38. Supplier A manufacturer, fabricator, supplier, distributor, materialnzan, or vendor having a direct contract with Contractor or with any SubcontracCor to furnish materials o� equiprnent to be incoNporated 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 o�^ attachments, and any encasements containing such facilities, including but not limited to, those that convey electr^icity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other laquids or chemicals, or tra�c or other control systems. 40. Weekend Working Hours — Hours beginning at 9: 00 a.rn. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as app�oved in advance by the City. CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVGLOPER AWARDED PROJECTS Revised: January 10, 20 ] 3 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 41. Woi^k—The entire construction or the various separately identifiable parts thereof requif•ed 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-�'articipating Change Order or Field Order, and furnishr."ng, znstalling, and incorporating all materials and equipment into such construction, all as requzred by the Conh�act Documents. 42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, oN legal holidays authorized by the City , f'o� contract purposes, in which ��eather or other conditions not under the control o,f' the Contractor will permit the performance of the pNincipal unit of work under�vay for a continuous period of not less than 7 hours between 7 a. m. and 6 p. rr�r. 1.02 Te�^minology 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: 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 specifcally limited in the context used. D. Unless stated otherwise in the Contract Documents, technical or construction industry or trade meaning accordance with such recognized ineaning. words or phrases that have a well-known are used in the Contract Documents in CITY OF P'ORT WORTI-I STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 ] 0- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 ARTICLE 2 — PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstr�uction Conference Before any Work at the Site is started, the Contractor shall attend a Preeonstruction Conference as specified in the Contract Documents. 2.03 Public Meetzng Contractor lnay 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 Re, fererrce Standards A. Standards, Specifications, Codes, Laws, and Regulations 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 officeis, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise ot• direct the performance of tl�e Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Cantract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the VVork 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 Tiine, may be authorized, by one or more of the following ways: 1. A Field Order; CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 7 Standard City Conditions Of The Construction Contract For Devetoper Awarded Projects Page 7 of 35 1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City's written interpretation or clarification. ARTICLE 4— BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained fi•om 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 Pe�°formance, 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 ainount 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 Fede�•al Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: lanuary ] 0, 2013 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 1. The certificate of insurance shall document the City, an as "Additional Insured" ou 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 endoi•sements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OP FORT WORTFI STANDARD CITY CONDITIONS — DEVELOP�R AWARDED PROJECTS Revised:lanuary ]0,2013 00 73 l0- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. l l. 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 reguired 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. WoNkers Compensation and EmployeNs' 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 einployed 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. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVGLOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 1) $140,000 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 coiltractors, 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 operatioil exposure, the City may require the contractor to maintain completed operations coverage for a miniinum 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 The policy must have an endorseinent (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 Relnarks 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 thern may be liable. l. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOPGR AWARDGD PROJ�CTS Revised: January 10, 2013 00 73 ] 0- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 I of 35 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 3) $500,000 4) $100,000 Bodily Injury per person Bodily Injury per accident / Property Damage D. Railroad Pratective 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 reyuirements: 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: h/��} �4�ritc thc numr u(thc i;iili��ail rumpum. l I(n�,nc. thcn ��n�c n�mr) 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 andlor 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: �l �/�' I�ntcr lin�it, �iru� i�lccl h� K.iihon�l ('um��am Ufn�,nc ��ritr r�mrl b. Each Occurrence: : N �1� I�ntcr limitti ��ro� iiic�l h� R.uh��iad l'umGinm fl(nonc ��ritc nuncl 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 1 Q 2013 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other woric 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 compai�y 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 SupeNintendent 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 CITY OP FORT WORTH STANDARD CITY CONDITIONS — D�VELOPER AWARDED PROJ�CTS Revised: January 10, 2013 00 73 ] 0- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authocity 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 tiines 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: l. 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 Ser^vices, ILlate�ials, and Equipment A. Unless otherwise specifed in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 1 Q 2013 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will cl�ange 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. "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 suf�ciently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, 111 WI11CI1 case review and approval of the proposed item may, in City's sole discretion, be accoinplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph S.OS.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 CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- I S Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 2) it will confonn 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 S.OS.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 O1 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 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJ�CTS Revised: January 10, 2013 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute itein, 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 saine manner as those provided in Paragraph S.OS.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs S.OS.A and S.OS.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 inay require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemn� and hold harmless City and anyone diNectly 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. Ciry's Cost Reifnbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs S.OS.A.2 and S.OS.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 Cofnpliance: CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 ❑ Required for this Contract. 1('hcrl. this hu� ifth�rc i, �im Cit� P�uticiputiunl � 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 andlor 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 disqualifcation 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: l. 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 Suhcontractors, 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 Subcantractor or Supplier to the applicable terms and conditions of these Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 ] 0- ] 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors andlor 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 fos� 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 ernployed 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. ComplainCs of Violations and City DeteNmination of Good Cause. On receipt of informatioil, including a coinplaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the infonnation, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Suhcontractor 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 tlle full alnounts 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 accordailce 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 agreeinent 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 l lth 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 CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEV�LOPER AWARDED PR07ECTS Revised: January 10, 2013 00 73 10- 19 Standard Gity Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. PNogress Paynzents. With each progress payment or payroll period, whicliever 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 andlor 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 indemn� and hold ha�-mless City, fi�om and against all claims, costs, losses, and danmages (including but not limited to all fees and charges of engineeNs, architects, attorneys, and other professionals and all court or arbitNation o� other dispute �°esolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the WoNk or resulting fi^om the incorpoNation in the Work of any invention, design, process, product, or device not specified in the Contract Docume»ts. 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 Othe� Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: lanuary 10, 2013 00 73 ] 0- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 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. 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. PuNsuant to Paragraph 5.18, Contractor shall indemn� and hold harmless Czty, from and against all claims, costs, losses, and damages arising out of or relating to any clairrr or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris DuNing Perfortnance of the Work: Contractor shall keep the Site and other areas free from rubbish, and other debris. Removal and disposal of such debris shall conform to applicable Laws and Regulations. During the progress of accumulations of waste waste materials, rubbish, the Work materials, and other 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 equipinent 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 consn•uction. These record documents together with all approved CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOP�R AWARDED PROJECTS Revised: January 10, 2013 00 73 ] 0- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page Z 1 of 35 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Saf'ety and PNotection 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 equipinent to be incorporated therein, whether in storage on or off the Site; and other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replaceinent in the course of construction. B. Contractor shall coinply 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 theln 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 VVork is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJ�CTS Revised: January I0, 2013 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 5.15 Hazard Cornmunication Progi^ams 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 reguired by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be colnplete 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 hei•ein 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. VVhen 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: 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 infonnation given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. CITY OF PORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January t Q 2013 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section O1 33 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 WaNranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: l. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEV�LOPER AWARDED PROJECTS Revised: January ]0, 2013 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its owil 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 SY 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 einployees, 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 Delegatzon 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 equipinent 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 pi•operly 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. CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEV�LOPER AWARDGD PROJECTS Revised: January 10, 2013 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings} will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relatirlg 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 t11at 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 fui�ther, 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 Nondiscriminatron 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 Rrghts Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 20I3 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 ARTICLE 6— OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to stai-ting 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 perfonned 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 Ins�ections, 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 Ci�y'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 prograins iizcident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the perfonnance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOP�R AWARDED PROJECTS Revised: January ] 0, 2013 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 7.03 Corrcpliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requireinents of Contractor's safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE $— CITY'S OSSERVATION STATUS DURING CONSTRUCTION 8.01 City's �Noject Repj�esenCative 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 proceedirig in accordance with the Contract Documents. City's Project Representative will not be required to make e�austive 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 Woi�k 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 Docuinents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CITY CONDITIONS — D�VELOPER AWARD�D PROJECTS Revised: January ] 0, 20 ] 3 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9— CHANGES IN THE WORK 9.01 AuBhorized Changes in the Wo�k A. Without invalidating the Contract and without notice to any surety, City may, at any time or froin 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 Not�cation 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 Contr�act Time A. The Contract Tiine may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. CITY OF PORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 ARTICL� 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice o, f 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 thein 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 thereo� to be inspected, tested, or approved, Contractor shall assutne 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 inaterials, 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 detennined solely by C1�. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under tliis Section 11.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF PORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARD�D PR07�CTS Revised: January 10, 2013 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Urrcove�irrg 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 Docuinents, City may order Contractor to stop the Worlc, 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 PeNiod A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract CITY OF FORT WORTH STANDARD CITY CONDITIONS — D�VELOPER AWARD�D PROJECTS Revised: January 10, 2013 00 73 ] 0- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph S.lO.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 colnply 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 liinitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: Ja�ivary t 0, 2013 00 73 ] 0- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 11.09. ARTICLE 12 — COMPLETION 12.01 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.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 Contractar in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Finallnspectzon A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: CITY OF PORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PRO.TECTS Revised: January 10, 2013 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are l�ecessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; a list of all pending or released Darnage 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 Pt•oject due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJ�CTS Revised: January 10, 2013 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 available within a reasonable period of time, Contractor may request an extension ii1 Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the �ork for an indefinite period, the Contractor shall store all materials in such a maimer that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take eveiy 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 Notiee A. Whenever any provision of the Contt•act Docuinents 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 lcnown to the giver of the notice. B. Business address changes must be promptly inade in wi•iting 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 Ti�nes 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 falis on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall becoine the last day of the period. 14.03 Cumulative Rerr�tedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition ta, 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 part'rcular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARD�D PROJECTS Revised: January ]0, 2013 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 14.04 Survival o, f 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 payinent, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OP FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 011100-i DAP SUMMARY OF WORK Page I of 3 1 2 3 PART1- GENERAL SECTION Ol 11 00 SUMMARY OF WORK 4 l.l SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various itelns bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATNE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CITY PROJECT NO.: 10277'7 Revised December 20, 2012 oi li o0-2 DAP SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 4. Preserve and use every precautian to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to tl�e various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CITY PROJECT NO.: 102777 Revised December 20, 2012 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS (NOT USED] 10 PART 3- EXECUTION [NOT USED] � 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH NORTHSTAR — SECTION 4, PHASE 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CITY PROJECT NO.: 102777 Revised December 20, 2012 Ol 1100-1 DAP SUMMARY OF WORK Page 1 of 3 SECTION Ol 11 00 SUMMARY OF WORK PARTl- GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents 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 Requireinents 1.2 PRICE AND PAYMENT PRC?CEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include filrnishing all labor, materials, and equipmeilt, and performing all Work necessary for this construction project as detailed in the Drawings and Specifcations. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH [lnsert Project Name] STANDARD CONSTRUCTION SPECII'ICATION DOCUM�NTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 Ol 1100-2 DAP SUMMARY OP WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such maimer as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as tlle railroad permit. D. Work within Easements Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. Do not store equipment ar material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, p1a�lts, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence wark within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OP PORT WORTH [Insert Project Name] STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 011100-3 DAP SUMMARY OP WORK Page 3 of 3 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 CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects [Insert Project Number] Revised December 20, 2012 O 1 25 00 - 1 DAP SUBSTITUTION PROCEDURES Page I of 4 SECTION Ol 25 00 SUBSTITUTION PROCEDURES PART1- GENERAL 11 SUMMARY A. Section Includes: 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. Catalag number 2. Substitutions are not "or-eqllals". 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 aild 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 aud 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, CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PR0IECTS [Insert Project Number] Revised August 3Q 2013 otzsoo-z DAP SUBSTITUTION PROCEDURES Page 2 of 4 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 Docuinents 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) Productexperience a) Location of past projects utilizing product b) Name and telephone number of persons associated witli 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 Written approval or rejection of substitution given by the City City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. In the event the substitution is approved, if a reduction in cost or time results, it will be documented by Change Order. C1TY OP PORT WORTI-I [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPGR AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROC�DURGS Page 3 of 4 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 Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer'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 [SITEj CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDj PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVGLOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 012500-4 DAP SUBSTITUTION PROC�DUR�S Page 4 of 4 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 Drawiilgs and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended _ Recommended _ Not recommended _Received late By Date Remarks Rej ected Date CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 O1 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 SECTION Ol 31 19 PRECONSTRUCTION MEETING PART1- 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. No construction schedule required unless requested by the City. 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 coilsidered 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 l. A preconstruction meeting will be held within 14 days after the delivery of the distribution package to the City. 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. Developer and Consultant 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 CITY OF FORT WORTH [tnsert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 01 31 19-2 DAP PR�CONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Noiice 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-Constructiou Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 O1 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 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 C1TY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 o�3z1�-i DAP CONSTRUCTION PROGRES3 SCHEDULE Page 1 of 5 SECTION Ol 32 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections ii�clude, 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 Payinent l. 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 A. Definitions Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmeiltal entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treahnent plant Baseline Schedule - Initial schedule submitted before wark begins that will serve as the baseline for measuring progress and departures from the schedule. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS — DEV�LOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-2 DAP CONSTRUCTION PROGRESS SCI-IEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Sciledule with the City to demonstrate understanding of the work to be perfot•med and known issues and constraints related to tlie schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of t11e steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in arder to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OP FORT WORTH [lnsert Project Name) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPLR AWARDED PROJECTS [lnsert Project Number] Revised July 1, 201 I 013216-3 DAP CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Conti•act completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a cllange therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, teclmical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unfareseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. �. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest fnish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTII [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 20ll O13216-4 DAP CONSTRUCTION PROGR�SS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriaie contracts froln the City for the preparation and updating of Baseline schedule and make the required changes in his schedule wlien indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In sucli cases, the decision of the City shall be accepted as final. b. Tl1e temparary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule l. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format aiZd pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS — DGVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013216-5 DAP CONSTRUCTION PROGR�SS SCI-IEDULE Page 5 of 5 1.6 ACTION SUSMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the perfonnance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 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 CITY OP rORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPGR AWARDED PROJECTS [Insert Project Number] Revised July 1, 2011 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION Ol 32 33 PRECONSTRUCTION VIDEO PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Ad�ninistrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. 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— Ge�7era1 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/aligmnent, including all areas in the vicinity of aild 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 USEDj 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 DELNERY, STORAGE, AND HANDLING (NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] L12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF PORT WORTI-I [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOP�R AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013233-2 DAP PRECONSTRUCTION VID�O Page 2 of 2 PART 3 - EXECUTION [NOT USED) END OF SECTION CITY OP PORT WORTI-I [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 20 ] 3 013300-1 DAP 5UBMITTALS Page ] of 8 SECTION 0133 00 DAP SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 l. 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. Measuremei�t and Payment 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 tiine of submittal, of any deviatioizs 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) Coordiilation with other submittals c) Testing d) Purchasing e) Fabrication fl 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. C1TY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS (Insert Pr ject N maberj Revised August 30, 2013 013300-2 DAP SUBM]TTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Wark or in the work of any other contractor. B. Submittal Numbering 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 Review shop drawings, product data and samples, iilcluding those by subcontractors, prior to submission to determine and verify the following: a. Tield 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, T hereby represent that I have detennined 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 Fold shop drawings larger than 8'/2 inches x 11 inches to 8%2 inches x 11 inches. Bind shop drawings and product data sheets together. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Saanples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SP�CIFICATION DOCUM�NTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 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 highligliting of revisions on resubmittals 11. An 8-incli 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 fabricatiou 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 coinpliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OP FORT WORTH [[nsert Project Name] STANDARD CONSTRUCTION SPLCIFICATION DOCUM�NTS — DEVELOPER AWARDED PROJECTS [Insert Project Nwnber] Revised August 30, 2013 013300-4 DAP SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrains 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 l2) As applicable to the Work H. Samples l. 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/texturel�attern 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 perfonned, 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 mare 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) CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — D�V�LOPER AWARD�D PROJECTS [Insert Project Numberj Revised August 30, 2013 013300-5 DAP SUBMITTALS Page 5 of 8 a. Sllop Drawings 1) Distributed to tlle 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, Coiltractor 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 3. 4. The review of shop drawings, data and samples will be for general conforinance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirernents 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 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. 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. 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. 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 retumed under this code the Contractor may release the equipment andlor material for manufacture. b. Code 2 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS — DEVELOPER AWARDLD PROJECTS [Insert Project Number] Revised August 30, 2013 OI 3300-6 DAP SUBMITTALS Page 6 of 8 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 incarporated 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 rnaterial for manufacture; however, all notations and comments must be incorporated into tl�e 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 otl�er 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 perfarmed 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. '. 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. . 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 Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARD�D PROJECTS [Insert Pr ject Numaber] Revised August 30, 20 ] 3 Oi 3300-7 DAP SUBMITTALS Page 7 of 8 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 L Mock Up units as specified in individual Sections, include, but are not iiecessarily 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 L If specifically required in other Sections of these Specifications, submit a P.E. Certification for each itern required. N. Request for Information (RFI) I. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractar 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. Sufficient information shall be attached to permit a written response without filrther information. 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS — DEV�LOP�R AWARDED PROJECTS [[nsert Project Number] Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED) PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 12/20/2012 D. Jolmson SUMMARY OF CHANGE 1.4.K.8. Working Days modified to Calendar Days CITY OP FORT WORTH [Inserf Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUM�NTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised August 30, 2013 O 1 45 23 DAP T�STING AND INSP�CTION SERVICES Page 1 of 2 SECTION Ol 45 23 TESTING AND INSPECTION SERVICES PART1- 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 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 far 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. 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. 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 form of distribution approved by the City. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOP�R AWARDED PROJECTS [Insert Project Number] Revised March 20, 2020 01 45 23 DAP TGSTING AND INSPECTION SGRVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1} Tests perfonned 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 USEDj 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 I NAME I SUMMARY OF CHANGE 03/20/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Nwnber] Revised March 20, 2020 O15000-1 DAP TGMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Sectioi7Includes: 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 tl�is 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 temparary 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 maiiltain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week befare water for construction is desired CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — D�VELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY 1, 2011 ol s000-a DAP T�MPORARY FACILITIES AND CONTROLS Page 2 of 4 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 temparary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe workulg 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 anehor sa�iitary 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 equipmeilt 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 aild existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and mail�tain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS — DEVELOPER AWARDED PROJ�CTS [Insert Project Number] Revised JULY l, 201 I 015000-3 DAP TEMPORARY FACILITILS AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control througll the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely marnier 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 DELNERY, STORAGE, AND HANDLING (NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 112 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 (ou] 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 CITY OI' FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEV�LOPER AWARDED PROJECTS [Insert Project Number] Revised JULY l, 2011 015000-4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of tlie Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT U5ED] 3.13 MAINTENANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED) END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised JULY l, 2011 015526-i DAP STR�ET USE PERMIT AND MODIPICATIONS TO TRAFPIC CONTROL Page 1 of 3 SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL l.l SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs 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 Fonns and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 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 Itein. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the ti�ne of the latest revision date logged at the end of this specificatioi�, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Contt•ol Plans to City Transportation and Public Works Department. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July l, 2011 Ol 5526-2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAPFIC CONTROL Page 2 of 3 1) Allow a minimuin of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Coirtrol plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be reinoved for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the reinoval of permanent sign. 3. When construction is complete, to the extent that the permanent sigii can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 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 DELNERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH [Insert Projecl Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Numberj Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFPIC CONTROL Page 3 of 3 CITY OF FORT WORTI-I [Lisert Project Namej STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS — DEVELOP�R AWARDED PROJECTS [Insert Project Number] Revised July 1, 201 ] 015713-1 DAP STORM WATER POLLUTION PREVCNTION Page 1 of 3 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION PARTl- 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 l. 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 Specifcation, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Tecl�uiical 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVLLOP�R AWARDED PROJECTS [Insert Project Number] Revised July l, 201 I 01 57 13 -2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. Z. 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 TXR 150000 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 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, Enviromnental 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 reguirements 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 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, Enviromnental Division for review CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised July 1, 201 I 015713-3 DAP STORM WATER POLLUTION PR�VENTION Page 3 of 3 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) l.11 FIELD [SITE) CONDITIONS [NOT USED) 1.12 WARRANTY (NOT USED] PART 2 - PRODUCTS (NOT USED] PART 3 - EXECUTION [NOT USEDj END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PR07ECTS [Insert Project Number] Revised July l, 2011 Ol 58 13 - 1 DAP TEMPORARY PROJ�CT SIGNAGE Page ] of 3 SECTION Ol 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily lim'rted to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of tl�e Contract 2. Division 1— General Requireynents 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, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OP PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMGNTS — DEV�LOPER AWAFZDED PROJECTS [Insert Project Number] Revised April 7, 2014 015813-2 DAP T�MPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 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. General 1. Provide vertical installatiolz at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Bat•ricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD �ox] 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 A. General 1. Maintenance will include painting and repairs as needed ar directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS — DEVGLOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 015813-3 DAP TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME 4/7/2014 M. Domenech SUMMARY OF CHANGE Revised for DAP application CITY OF FORT WORTH []nsert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJ�CTS [Insert Project Number) Revised April 7, 2014 01 60 00 DAP PRODUCT REQUIRGMENTS Page 1 of 2 SECTION Ol 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 list of City approved products for use is available through the City's website at: I�ttns://anr�s.fortworthtcxas �o�°/ProicctResourceti/ and following the directory path: 02 - Construction Documents\Standard Products List A. 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. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. l. 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. C. 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. D. See Section Ol 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS (NOT USED] 1.6 ACTION SUBMITTALSJINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF PORT WORTH [lnsert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUM6NTS — DEVGLOPER AWARDED PROJECTS [Insert Project Number) Revised March 20, 2020 O l 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 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 NqME ]0/12/12 D. Johnson 4/7/2014 M.Domenech 03/20/2020 D.V. Magana SUMMARY OF CHANGE l Location of City's Standard Product List for DAP application i reference to Buzzsaw and noted that the City approved products list is e fllrough the City's website. CITY OF PORT WORTH STANDARD CONSTRUCTlON SPECIFICATION DOCUMGNTS — DEVELOPER AWARDED PROJECTS (Insert Project Name] Revised March 20, 2020 [Insert Project Number] 016600-1 DAP PRODUCT STORAG� AND HANDLING REQUIREMENTS Page I of 4 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- 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 coilsidered 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] L10 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 extellded periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVGLOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 O16600-Z DAP PRODUCT STORAG� AND HANDLING REQUIREMENTS Page 2 of 4 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 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 iuto Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all pai-ts 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. �. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along liue 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 Representaiive. CITY OF FORT WORTH (Insert Project Natne] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARD�D PROJ�CTS [Insert Project Number] Revised April 7, 2014 016600-3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 l.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 [l�tOT 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 [ox) 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 USEDj 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED) 3.11 CLOSEOUT ACTIVITIES (NOT USEDj 3.12 PROTECTION A. Protect all products or equipment in accordailce 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 CITY OP FORT WORTH [Insert Project Name) STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [lnsert Project Number] Revised April 7, 2014 016600-4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH (Insert Project Name] STANDARD CONSTRUCTION SP�CIFICATION DOCUMGNTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 o��000-1 DAP MOBILIZATION AND R�MOBILIZATION Page 1 of 4 SECTION Ol 70 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization l) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessasy general facilities for the Contractor's operation at the Site 3) Pre�niums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Deinobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away frorn the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resuine the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Paymeuts will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Wo1•k. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — D�VELOP�R AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017000-2 DAP MOBIL]ZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilizatiou and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issualice of the Work Order. 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 L2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accardance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilizatioil performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenY' will be paid for at the unit price per eacll "Specified Remobilization" in accordance with Cont�•act Documents. c. The price shall iiiclude: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section I.1.A.Z.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF PORT WORTH [Ltsert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017000-3 DAP MOBILIZATION AND R�MOBILIZATION Page 3 of 4 Remobilization for suspension of Work as t•equired by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. Emergency Mobilizations and Deinobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 1.5 SUBMITTALS [NOT USEDj 1.6 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] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOP�R AWARDED PROJ�CTS [Insert Project Number] Revised April 7, 2014 017000-4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Aage 1 of 4 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey 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 Requirernents, Contract Forms and Conditions of the Contract 2. Division 1— Genera] Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnisl�ed in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work perfarmed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] LS SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-confonnance witl� requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEV�LOP�R AWARDED PROJ�CTS [Insert Project Number] Revised April 7, 2014 017123-2 DAP CONSTRUCTION S1'AKING AND SURVEY Page 2 of 4 B. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate stalcing such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for constructio�l survey. c. It is the Coiltractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements andlor restarations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Riin and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coardinates for waterlines at the following locations: (1) Every 250 linear feet CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017123-3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittirigs) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim arld vent pipe) (l 1) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 2501inear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but iiot limited to the following: 1) Established benchmarks and control points provided for the Contractor•'s use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines aud grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURV�Y Page 4 of 4 l.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 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's r•esponsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDj 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USEDj 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OP' FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised Apri17, 2014 01 74 23 - 1 DAP CLCANING Page 1 of 4 SECTION Ol 74 23 CLEANING PART1- 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 Requireme»ts 3. Section 32 92 l 3— 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 tliis 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 cleauing 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 CLOSEDUT 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project NumUer] Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 l.11 FIELD [SITEj CONDITIONS [NOT USED] 1.12 WARRANTY (NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For inanufactured 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 [oa] 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 autharities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in stonn or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of noridegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — D�VELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017423-3 DAP CLEANING Page 3 of4 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 tlze Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED) 312 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED) CITY OF PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUM�NTS — DEV�LOPER AWARDED PROJ�CTS [InseR Project Number] Revised April 7, 2014 017423-4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME 4/7/2014 M.Domenech SUMMARY OF CHANGE Revised for DAP application CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVGLOP�R AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017719-I DAP CLOSEOUT REQUIREMGNTS Page 1 of 3 SECTION Ol 77 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract 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— Biddiilg Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURE5 A. Measurement and Payment L 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. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMGNTS — DEVELOPGR AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017719-2 DAP CLOSEOUT REQUIREMENI'S Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [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 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: l. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O 1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will malce an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been colnpleted. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment a Iilitial fill up ofall chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SP�CIFICATION DOCUMCNTS — DEV�LOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affdavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED) 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS — DEVELOP�R AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017823-1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION Ol 78 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL l.l 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 For•ms 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 Itern is considered subsidiary to the various Items bid. No separate payment will be allowed far this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 3Q calendar days of product sllipment to tl�e project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 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'/z inches x 11 inches b. Paper ]) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 O17823-2 DAP OP�RATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Pt•ovide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for eacl� 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 ot- 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 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 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 iilformation 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. �. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [lnsert Project Number] Revised Apri( 7, 2014 017823-3 DAP OP�RATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet far 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) Iuformation 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 aud 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 Submit 5 copies of complete manual in fnal form. 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 norma] 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 CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS — D�VELOPER AWARDED PROJECTS [Insert Pro ect N maber] Revised April 7, 2014 017823-4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 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 pertinetlt 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 nonnal 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 pri�Ited 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 . 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SP�CIPICATION DOCUMENTS — DEV�LOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINT�NANCE DATA Page 5 of 5 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 C1TY OF PORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUM�NTS — DEVLLOPER AWARDED PROJ�CTS [Insert Project Number] Revised April 7, 2014 01 78 39 - ] DAP PR07ECT RECORD DOCUMENTS Page t of 4 SECTION Ol 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 Itein 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. Priar 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 pocuments where such entry is required to show the change properly. 2. Accuracy of recards shall be such that future search for items shown in the Contract Documents may rely reasonably on infonnation obtained from the approved Project Record Documents. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS — D�VELOPER AWARDED PROJECTS [lnsert Project Number] Revised Apri17, 2014 017839-2 DAP PR07�CT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual infarmation 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 Handliug 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 tlie Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED (ox] OWNER-SUPPLIED PRODUCTS [NOT USED) 2.2 RECORD DOCUMENTS A. Job set 1. Pro�nptly 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 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 L Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STANDARD CONSTRUCTION SP�CIFICATION DOCUMENTS — DGVELOPER AWARD�D PROJECTS [Insert Pr ject N maber] Revised Apri17, 2014 017839-3 DAP PROJ�CT RECORD DOCUMENTS Page 3 of 4 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 perfonned, 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 fnal Project Record Documents. c. Maintain the job set at the sife of work. 3. Coordination with Construction Survey a. At a minimum clearly mark any deviations from Contract Documents associated with installatioi� 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 flle 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 ar note, the vertical location of the Item ("under slab", "in ceiling plenuin", "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 Transfer of data to Drawings a. Carefully transfer change data shown on tlle job set of Recard 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 constructiou, and the actual location of items. c. Call attention to each entry by drawing a"cloud" around the area or areas affected. CITY OP FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project Number] Revised April 7, 2014 017839-4 DAP PROJ�CT R�CORD DOCUM�NTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, 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 [NCiT 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] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OI' FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [Insert Project NumUer] Revised April 7, 2014 F RT 0 �VORTH � CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: December 6, 2018 The Fort Worth Water Departinent's Standard Products List llas 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 Cont�nt (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 Cancrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Ceme►ltitious ................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 1 l. Pipes/Ductile Iron ................................................................................. I1 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 I5. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlat•gement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDP� .......................................................................................... l9 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. Sanlpling Stations ................................................................................. 35 � 0 N � O N 'O v F 'fl a � E"{ � �i W H 3aA ��o � A a O W Q F � A U � � � v x � x � F x w .. _ v c u 0 d � � d _ «. 0 c 3 �.+ d � O .. Y U a d R � Q � H z w � � � a w A W Fy 3 x � x 0 � F� � O wj�� 1�1 O � H I�i U � � � � H U A O � a a d z � � � x � � � l^ � I�1 i v _ 0 � 0 a � � �, s �. 0 .� � L � � � 0 r Y v � a a � � a c � m � O E LL � � � � a � H x E� � O 5 U �d'O � A � O W � H�z V�E,�,, � J x � x � F x w +• c v c u° 0 d .a � � v � r 0 c � d � ^a +.�+ R b 2 � F"� W � � QI W a W H � � a O 3 � � � � � 1�1 U H � I�I 1� H U A � a � z ['^ � � � 0 � .iYi ^ � � A ro A L1 q L` C.� �=o �o � p q q q L] Q L1 C1 C] N �I N N �� �j ry N O O O O O O O O N v b � � y o 0 0 0 h � � �L � � ¢ t�ii � � � � O � �p Z 2 �� `� C N cC �n v1 r� rn Q v � ¢� �� < � �a ¢ � ` �at �� � ° � F � ¢ ¢ ¢ ¢ ¢ � o ¢ .n � F�-' E5-" E5"- x � � � � � � ¢ ¢ ¢ ¢ ¢ E c = �C c( � U .b c u = N �[ �- a � '� p� N -- x « G ^ O 6 N � � � O V � 9 c�s y� G V N - - � O S q C7 e�i �"' Z o. c c �� Y � v � a vi `r Q t'N' S N S v v Q �� v 3i N �¢°�C' «`�i c O 'N p � N � ._, � � � N _ � � z � > X �G � T � _ � a w a y z�, � � 3�' o� � � .n � Q � I a �� C7 � m u. `� Q C7 ,j ry q j V t� G N" x � �'=- -' ^ � �S �n 5 `° w E � 3 v � � � v x � o U o> y S �� � M s o U �D o 3 � o M � p � A �- N vVi � > � � o b ;.. � ; a � C M w � V1 � .c '� � i O y r � c ^ � '� �, , - o o n � o o.. 3 a�'i M � � � � � � � � � "'- 3 � .o' _ _ .. � P-1 a u�.. i,�. [,� •.,�. o �� U~ c ` o p- � '-�-' ,o U Y Q ,= �= � m U U� ¢ n' d � U v �,y `u <n x > � � c c ,o . � o v a¢ -0 3 � o u u o.. �� °' 'n. o E � o°" � �0/ 3 g z z z Z u u o z` ❑ �o v� � N Y+�i a X in in 0. �7 y � � " N � O W N ,y� ,,._, � � W T � � E y � C " v' � � 3 �° v� � h � N O O U � U � `° � � v d � .X Y � V1 O O Y C� .-1 a o i0 8 as as � s ti � � � s. �. a, a, � 7ry � c ❑ c � r�ii = x x S c° � > i > > > > > > > > > > > > i > > > � � o 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0'o 0 � U U U U U U U U U U U U U(J U U U U V � _v �a a � a � -c� �n v � � v � �o �o v �o �o �o � � `T� N � N N m N N N N 9 O R m N K N R n m , `° y ti � c E E E E E c E E E c c c c c c c o A�� ro� R 4 A R i� a� a a r� � � •_ �;. u: t�.. u: �. :�. ci U: u. u. ri u�'. x Z 5 Z x� S `° O o o v � o� o u o � v v 5_ ��� � 5 � i R 0 0 0 0 0 0 0 ^ o 0 0 0 � � � � s m q� � c a a c a Q O Ll Ll Ll Q C� s- ��� S� 5 5 5 5 5 S 5$' o' =� � � o m �, v a' � Uj O i. � � .-. � `.-." � � � � `; � g o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �n y L M M M V � N d L �" O � L � N 3 00 00 d� W v �O �� -. M y N o � C .--� � ¢ N N N N � O C� � O N ^ N O� O O O O � r O \ O C � O z. C N a+ _ O V 0 a .� � d S O C t� 3 N � � Y V J 3 O d � � c N N C � � lL M � d R 'ii �'.� � E � f�! W E-� 3aA � W a W O W � ��z `.� "� � V �, � , � E-+ � � E� � L� � � a, c 0 u 0 � � � r d r « _ 3 N C v a d � b � � H Z W � a � a W A W � � 3 x H � 3 H a O w O � Ey � U E� � � a E� U A 0 a a � � A z H � x E-� � � � ^1 ^ c ai _ v° 0 a, .� � � s 0 � � 3 d K � � U � � 0 a` v m v c N N CO � LL �o a R 9 a � E"� � awF 3 � A E''�O owa A �w �+ E"' A ��z �3H � x H x � F x w ..� c d _ v° 0 d � � � s � a � � � � 0 M � � � � a � J H z W � a a w A W � 3 x H a O 3 H O w w O � H �I U � � � a E� U � 0 a a � z � � l*i x H x � � � I�1 C d _ 0 u � 0 � .� � d � 0 _ 3 d � 0 Y Y v J � 0 a` a m v c � m c � O 0 b � � � a � H � �4 W E-+ 3 � A owa � O W � �+ F-+ A H�z �3H � x F � � H x w c d � u° 0 v .� � �, L O � C i 7 d � � d R b a � H z w � � a W A W � d� � x H x 3 H O w w � � E� F�i U H C/� � � F � � a � � A z E� � � x h x � � ^1 � a .a H v s 0 � � � 3 N � 0 � Y u � � 0 � � � C N N CO � �i � 0 N � O N � N A 9 �. , E � R; W E-� O�U a�o �wa w A � O F' A H�z V~�� F,,, � � x H x � H x w � d � � 4 ..7 � z W � a � a W A w H � r W H � 3 H a O w 0 � 1��1 V � � !� a E-+ v A 0 x a � � a � E� � � T F � � E-� � L� C � C 0 v 0 � � � � � Y _ � � � 0 Y v 3 0 a � � � _ � � m 0 ° . � d � � � � � Hza O � U �d'O �Aa O W � F � Z � � F � � x F� � � E-� � L� r C W .. � s 0 d � � a s 0 ,� � 3 d � O � Y U � � � � � � E� � � W E-� 3aA F�o �wa A � �I N O W H�z U � H � � � E-� � � E-� GG L� � a � 0 U O � � � a L a+ O _ 3 N � � �o d R � a J H z w � F� a � a w A W � � x H x 3 Fy � O w � 0 � � H U � � � � H U A O � a � � z E� � x E-� � � E-+ � w �+ C O/ _ 0 � 0 � � � � � 0 �. � 3 N � 0 Y u � 0 � � � � � � � 0 0 � � v � � a � � x�a O � U � � O �wa�'", O W � F�z �3H � � x H x � F x c� Y C d �. _ u° 0 d � � � �, � 0 � � � � 0 �. Y u � 0 N b O N 'fl d R 'O a J � Nza oW� 3aA �wa w O W � ��z U � � � �� x F � � E-� � w � � R 7 a � F � R�r f� E� O�U 3aa �~�o � A a w O F' A H�z U � � � � � E-� � � E� � L� � d R � G .7 � Hza tZ; W E-+ O � U � � O O W ,rsa, A ��I OE'-'A H�z U�F�„ � :� x H � � F x c� ++ C N � u° 0 a � � d � .. � _ 3 � � a .. Y U � v � � a � h z W � a d a w a W F � 3 x H � � 3 E� � O w � � Fy � U H � � a F V A O � a, � � A z F � x E-+ � � �N �1 ^ c a� _ 0 v 0 v � � d s 0 � 3 d K � 0 a` a m a c � m a0 � � ti OC O � 0 N 9 y R '� a � W a � � � � � w � C� 1� W A � � I�I � E-+ � O � � A � rF^� V1 �i N O W � � V � � x ^1 � � � ^ �_ _ ���,�,�� �_ �_ _ � °� � � 4 '�L � r N �O � � � � � i � y L � � _ � _ V V _ _ _ _ '.�p � V � V �r "v v v a ' — N N d � U � � O U y�� �� � G1 C P��� P � a W � Q � E-' � O C �O � � � � � � O -p q o q¢ u.. q w[,.. t,:, ��� o'�- C1 i 5� � o ����� 5¢ 0 5 � F� '7 F= Ca [-- �n � E' v� rn ri �� v� � a� ¢ 5 Q c�. Q¢¢ Q¢ G v C] ¢�¢ 4 �' S ¢ ` �n 5_ c. .fl ¢ � N Q < A � C 'C3 'II aj a � � c .CI � N N �" �" k. .0 n Q u � _ N N 0. y � �n q 3 � � C� � � � v� �' C' <n v�i �o > n � � �_ � 3`� N o � Q Q m � R � N 'p I/] 4. � � J� Q R 0. •V � � N N u a, � - � � u y rn 0., x V 0 Q V °' a 'o � o u �^ Li G F d o o u o 0 ^= o 0 5_ � � � g .. .- � v c� ^ `o w �"`o "� o o c R <° '" c� o n, o a o� � o � g v a, p o � o U o°" j U o v� U o= V v"i ri> s.. c`. � U > g a. _ U Y. �u, _ v a, y .� > > ir .c a -� -. " c� � m � m S t'" A ,v ,a' � ' � 3 4 C q� � � - C ' C L L V 9 F _, C y V �-p �'O � � n O.�-1 ��' o `� G o 0. O 4 4 N � J � � � � � � � � �z� R ,� R A Q o E o Q y � � � 1. W � � � ¢. N � N i N N � M � "'� � � � .a \ U l� a V V L'-� � N � �) C� ; N 1 U _ .L � � 'J e� N v N N N U c) �.V .V J N N N'� C. 0. 0. 0.. 0. 0. 0. �. 4 ^L 3 li IY � a a ,� M s > ? > > > 3 % 3 3 � 3 3 � 3 ? � ,� �n v �n rn ri� �n rn ri� rn �n v�i �n v� -� vi ri� y � U U U U U U U U U U U C.� U r U U > > > ? > > 9 > > > > > > � > > � � a c. a a a a n. c. a. c. c. c.. a U a., a a m ,�, d ^ O O O C O "' � O O O O O O O C {.. ^ N hl N N N N N N N N N N N N N N ^� _ _ _ o 3 1 � M M v�i � M u � � '- 3 o � �. � � � 3 � � � �� � � � � � P � � O O P O O f'�y 7 �O �— V' h h N N � � N � � C � � � O� P O � O— p O O z i d C 0 v 0 d .n H W L O C s.. 7 N � � 3 � a` (D a c � m � Q � li a a R 'fl a a F z W � E� a � a w a W H � 3 x E� � � 3 F a O w � � Fy � U E� � � � H U A O a a �a d A z � � � �M ^1 � F � w � a, _ 0 v 0 a � � � � 0 _ 3 N � 0 Y U J U 3 O a` � m v � N � � 0 0 : �o � R � a J E W � h Q a W A W Fy � 3 � � 0 3 a O w O � Fy � U �"q � � � E� � 0 a a � d A z H � x � � � ��/ I�y 1�1 C N � 0 v � 0 � � � � � 0 � 3 a � V � � a` v m � c � m c � O E 0 a d � � � � E � �; W E� O � U � � O �wa O W � H�z ~�� U �, � x E--� � � E-� � L� Y � v c v 0 � .� � d L M � i 3 N C' a � 'a i R '� a :.J H W � H � a W A W � 3 x � � 3 a O �I O F �I U H � F� 1� � � 0 P., � A � Ey � � lil � � ^ � c � O � O O O O �' l�i O N �'S N N- ' � ..- N � D _ N _ _ N _ = 3 '� 5 � � O Q a � N N � O �y _ � Ci U 'a� � -" " � oo v N �- a > > rn -- � o 0 0� U �n �n F o v N � � ,� .7 � VI N � o � � � N LL, 4. 4. y, O b � C p+n N rn N N N y,0„ o�'� W � 00 0�0 I M z M � M N N (`] N ,� U U C.1 (J U� 4 ¢ LL ¢ 4. (.1 U U U '= 3 3 3 3 3�z �� �� 3 3 3 3 �� — 3 3 3 3 3 ��' �`� ��' �, ¢ ¢ ¢ ¢ ¢ <d 3¢¢ ¢¢ ¢ ¢ ¢ < v 3 3 3 � < ¢ ¢ �o E � ..i .-i _ � � z z z � � 0 3 3 � x x z � 3 � M� M � � � � � � �,, z.o z� � v m � �+i' � A � ,�01� � Z o N r"� „`�, oo � v� � _ y 3 3 3 a'� c 'c� in ��� � + —� o�' v'^ v� u�'.7 � c"i U c�i. �'i � Q Q � � v p J � p ,. a w � m � � x cq � x � > �, � �n _ i,. w w `� � '-i � ,,,j ..i ,..i . ri v u�' o H � y c¢. o¢. a� a� ^ p C �n E" �o+ T z ;G � Z. ..J `" � � w I M � v� " N u � K W W W _ V1 ^J' ln O /.. h r �O q .t' Z n o N C N P] c v� .5 �s C N _ .-. � � Z u � o 0 o N � N o� N_ o v O^ v.� m� m�� -� ^� v W Q P] c� 7 U.o �O. � �o a�--� �� N'Z N z `v o �� `� "^ U U U c� r� v, ,� o= o o ci � m m� � z � z n Q N o ��� 3 3 3 c� m" y N Z N`= v 1 Z Z� o 0 0� o #`r `r N�+ O C.` C] � U U � �- C M o c o o" o.-. o � yr o .�o � � �', W m � v y � m � 0 � � � - = [ = m " v v V U U v -o �o � 5 � c p- ..� �1 ,.:.� = � ~� _ �;�- _ �.��� p � � :o w x x c c o �'.^: �� ti" m v ��= �= �- s� x � G � C� Q Q 0.7 0.�1 9 U U U � � � � o o J s �¢ n aS od 3i � � u `u i `u � = � 'O '0 5 C. P.. P.. co E�� 5 ..y .. ;.. � _ c c G x a' x a m y� � ' � � � � a ' � 5 u3. w 3 q m m Y � � �o � � � � U U q q Q u�. u° u°. .� � � � �. 0 � > 0 � v � _ �, L�•M•I v�i � � v � a`i o -� a �a � � � n �, � �, ti q ,-. u � u ?: � ?_' � � °' > > > > > i > s u in in v� o 0 0 � 0 � > > > > > > > > 3 �n ti in F .^. � �o _ �o � u o 'o c v N v °-' :'_ °'. :: c� '' ?i .`�°'.. T� `�' m V w m C� t� U N N U U v 'O O � i i i X X Y. in ���,�. �� 5 � � � � �' W U in U�n in � o 0 o m° m� m � M � cn �n � p fA 6�1 � � 6� L1 � � �> � U CQ W W °' :' .�.. � y i ty. .". n a H �n v, Jn �'n w c"i c� c"i c"i u a,' �; y�� 5 N N� o 0 0 0 0 0 0 o F �' `� G �`" ��� S v .L.� �' � � q °' ri� ri� in v� �n in v'"i in �o c c c c ❑ a m � a�i � a � 3 .n a � � .o � .o � °' ' - - - � � o c C o 0 0 0 � 0 3 0 _ � o . . ._ . ��•U-. '- o �- ai Q q Q U U U U U U U U U h F- F t- t- -�, a a ci. V U U N � � ^� ^ o 0 0 0 0 o c C %- Q ^ ^ ^ �- N N N N � ^ N N N N N ^ N N N l�� 3 ' — (/�j � M L � � 3 �. � 3 � ry �� oo w oo co 0o co n� .-. _ �—� o 0 0 0 0 0 0�^ r' ^ rJ — � ¢ \ n � N N N �l N N �D � O G� O� � O \ � O O O O O N N �1 N N N � y�j � N \ N � M ; 0 — � � ,� o p o 0 0 0 0 0 z c N C V O d .� � v t 0 C 7 � � O �-+ U u � � d V N � � x � c O E LL � N � O N b O N � � � 9 a � H � awh O � U � � O �wa O W � H�z U�F-+ � �, x F x � H x w ++ � d � v° 0 � � � � � � 0 � � a � � Y v � d � � d � � z w � a � a w A x H x 0 3 F� � O w �a oW H� �3 F� � � a H U A O a a � � z H � J x F � � � � 1�1 c v � � � 0 d � � d _ 0 .. � � � � a Y v � � 0 a � � a c � m c � O E ll iF � d � � � � Ey � awH O � U � � � O owa O W � H � z �3F � , F ^ � C'"^ � 1�1 � 3 � a` v m a c � m c � O E 0 m N � ti O N � O N 'a Y R 'i7 0. � � Hza f�! W E-� 3aa owa�", Lr� � W Q H�z U � E�,, � � x F x � H x w �+ C d � v° 0 � .� � � s 0 « e 3 d � 0 �. Y v '8 d R L C. J `� H x 0 3 z � w H z w � a a W A � � � a H � 0 a a � A � F� � w � O W F � U � 1+1 � � � E-� � � A �o L N � � R 'a � U ii ♦-i C aL.+ � 3 N H L O Y � 3 Q V Z N N N (�1 N /'1 N �T '�1 � �i' � V � U 6 `O � ^ o 0 0 � � `" c 0 U U U V a � � ^� ^ � ", ^� Q � <¢ Q Q`� `� Z.� J N l�c g� 3 3 3 3<.:�� �-��,� 4¢ < 2 Q QQ�Qo. ¢:�¢u: 3 3 ¢ � x Q - - `� � ' � v � a a� a � m � m c c q Q - a� N y � � G i-' a� �, :� � _ = s s o � A � � s e � � s � � a � ti� ; �,�, � � � � G n ^ � � U� , _ y ✓� �� �I � � � P, 0. C C� j a a K � £ � �A � � 0 0 � s � I M � � O O O r r: M M M � � 3 � U Y L N 6 n. NG 0. 0. 6. C1, 0. G. y :� e� a� as u u d � � > > > � � iLl G`. fL O. 4 0. G G (, U V U U U "v :� � n. a a n, a c'�.. i � � N N N N N �J N a - - - , - - - � _ � � � � M � M M M m, r, �+ � 3 � 0 0 0 0 � � hl N hl N �1 P P V1 \ �C � � — N N ^� � � � � N � _ w c 0 � 0 � � � � v s 0 � 3 � r Y v u � 0 d N � C � � � � Li O b O N � Y R � ii � � w � E� d a W � W � 3 x a O � � O � � H � U H � F�I � F� U � O a � A � H � �� x � O � ^1 � N M N ^' V N � N � ^� N N N O O O O O O � O O Y � .' `r v c a v v v `r "v v i� a � N v � � N � ^ h VMl VMi .-. f. f. � � � V U v`"i V U U v"'i U V U (� U v' o 0 o J v��� V U � Q Q¢ Q d '' � _ _ _ � � = 3 3 � � 3 ° V C.+ U U.=: : c� c� c` -� c� - u 3 5 5 i � ¢ �n � > :J 'v � � .'= U U ; � 6 ¢ ¢ Q Q Q 3 � '° M M � ' 3 ¢ � � ¢ 3 ' ¢ ¢ ¢ 3 3 a ¢ ¢ ¢ ¢ ¢ ¢ ¢ � ¢ 3 3 ¢ ¢ ¢ ¢ ¢ ¢ � 5 5_ � � 5 T Q ¢ ¢ ¢ ¢ ¢ ¢ m E � � � o � c o _ Q o ^ 'B ^ � U J � � � o N O � p, .fl' 0 5 �'-' O o � '' iJ U C p d � � V U � bi� o � x '� 'O R c � m�"J c� � 6'' q 0.� U p�.c ov o q � � � - �u. i�. `n �' u' '-' U.,o 0 o v� r`�n o ii. � q � o. d c. " o �-- (.� �� a �°= .v N N o. N c, � c c w ou �'C v o"' .-i o o � W u? U w C� ^ 'o '� .c c � _ o � rn .-7 .� c -o V' ri > > 'N _ � �� .':: - o � . q _ c p. _ c p„ c p„ � _ h w ii. U cu ^� � G � e`n � :° a � o0 � _ � � F �� � v � -? p p � � � ' .- ... � �c -c c c y� .. ._ � A � G c �n '^ a.' w W, � � � 4= u � 4^ cv o � v� � Eo ou � � U a Q 0.� q U V � i 5 . � � n � � q _' � � `r' `T .. � �, q ; � ° � c'c U u+ = oq _" u+ >; `n .r .n �c 'J a� � in v> � a a ou � � U � � O (� C� :�J o � � � N � w � � � � o = n o ; � � v� m c ❑ � , 6 _ „ m � u . � m o � � �= �;�; ;��_� a � �, . � � � a � � o � � � � � ,�-, �, = .� � o � � o 0 0 � � - - v :. ;. � o G�". �u�- ��vu� n� � oN �� y M c. u'] � � o o Cl ¢ d � E E � � a' a' C � C Q ¢ � O � .� � N Q CI w O � W ri� ii VI �'�D� G. a c c c y0/ 5_ 5_ 3S a, N N a a a r" � .' _ o c�� bb �� �, �, � � � � �� � � ;' 3 �, � � ,° ' � M > v' o b a �� a� kr � � � A 0 h ~ � � 0. G I.. � C y �'. , d � � N N N E C C � G R E D � � � �" V C7 " V.7 J y C7 � e � �__ � � . ;� N - -=y�= �n==G � _ L � N N� � �% R o.� � �� � q � u� `" � � � � 'C a K -' u i+ 5 g - � w a G W c4 x N ^' - � G G t G C p, C C C C G C C � r` � � W O `�i. O d V O� � O O O O O O � `. C C C C y ^ CG C F S_ — v. " � � Q N � pa O O O O C O � U U � cRi e�i U U U � � ` U ^ '+' �O .0 .� '�" � .0 .G .0 .G .^ �� N = ' = w J - = U _ � � � s .c s � .c `° a'.'i i" �'" '� -� � 'a '"' o v - o o v u � � A Q c' 0 5 Q a o o c�. � 5���� 5� � � m � � S.. Qy t� t� � V I� t^ t� h V h__— — y O O O O O N O O O O 1 O � 1 N i.� W la1 u: W W (a.l LU W W W LLi W W f' M cn y � M L � � 3 L u � 3 N V 00 7 N N K 7 00 O �O �D �D 00 �C OC c a; - a �. o - - o 0 0� - o -- - - - ^ a -� v o a o. rn o iv w n � a c o� N - N O N N O O -� C O � � y � � � lV \ \ � N N 00 O \ � \ \ \ � O O O � C � O O O O O� C-- O O O Z d s 0 .. _ 3 N � � Y v � i � � G � E z w � h � d a W A W E"� � � x 3 E� � O W � E�+ 1�1 U �r^ VJ � a H U A O a � A � E� � F+y � O � � ^ = = - - = o " _ ,� ,b = .-. .V .r..� E iV iJ N . E ,O '� N _ v�i z � N �O i0 � — � A � a � � m R � '0 �D � O O C � i O O v V N '7 � � � � � O f�l � @ � O � � N �S � � A O it M � 7 N N N - � O N V1 N � � d v � � '^ o -� y o � ¢ L, v� T v� U �n dN' V � � � � � � _ p .-. .-. _ p ... ... � _ ,Q U U U U U J U V V U C� U U U CJ ��' U a� Q Q¢ Q¢ Q G d Q Q Q¢¢ Q Q Q �_ = 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3�� � �� 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3�� ¢ „ a a¢¢¢¢ < a a a a¢¢ a a �� a �. ¢ � 3 � 3 �a ¢ Q ¢ E c �a � v � v o � ry M � �. V �� � � 0 (0 � � p O � h C`. — � � v� � F T" '� �"� c N � o N ��n v v c n� N N �' �d 7t .. O � .- J � 0 � ' � a U � -- V� G N o� _ �., ._ y �� Ll Q� o £ j� ^ �� y � � Q Q y � _ <d ni Q �, 5. - = � s � Cl � � '� �o � X ry��, " o �. � > o > C �., � � � O N O N N N ¢ ��= V] 3 �'✓ > y U : .� 'i. N n , � -Lyi � O � 5 � ~ N tj tn � � � � /-. � 0 U U _ N �i. (n N i. U O � N ¢ r U � U V1 y � .o c 0 � N � � ^ � V1 4 0 0 0 � F c c G U• e � M o 0 0 o c o�� 6 o d o d� � 3 v .. � u u u u v � � o o a a a u u u u u� � o � � Q o 0 0 0 0 0���= V v � U v-�- =-�- �?� � � Z y ii. u. �i. u.. u.. i,. Q Q u 5' _�_� a>>>>> c�� � O � � � m R R � � `,� � � � > > 3 3 3 3 3 £ ro � � N � � 5�� 5_ o 0 0 0 0 �� y ~ aa�ad�a�d� ~ � uvuu�U N� � � Y d � � M in '� W � � > �. � � y � � � � v � b � � � � � � � [ � N L � � `�' ^' 3 � �H � � > u . c� u — c4 � .� .� .� = _�.. � ,i ; > > > = > .� .� � ? � _ > > �+ �, � > > > > > > i > > > > i > > > > > > > > > > � �" ��� � � � � �� �� ������ � �� � � � � c� v c; c� :� �� o c� � c� c� c� c� c� v v ca � u � � N a+ � o a� � u v a� G v-d � u u v a� v v � c� c� .o .a .� � `�" �+ u T' � v� v a�i u � c�, �a, �"a, a v v c�i � U> � c�f 3 3 3 3 3 3 3 3�n ��n 3 3 3 3 3 3 3 3 3�i ��` R y � C G C G C � u G G G C C � � � C C C � C u C N 17 �%n �v �n �n �n �i �'-' �"' N m �n ':� v in N �n �n �%n �n �n �n �v v '�' � � r1 v: z�� rz � a z c�u' z z z z z c� a a��� rz a z N y Gl 0 s, p;� � .o .o .o .� .o .o .o �o � 3 N N N N ^ N N N N ^ N 1 N � w w w u u� m w w :;a ua L � � 3 �. Y (� 3 N C O� O V � O� �G V C� V N.— �D o0 o�� o� � o o �� a� o � ¢ _ � , , a � � � � o � a N C N O N— N O O N Nl O N N � � rl � � O N — .-. � � .� p � � O � O O C � O -- O O C O——— �- O � p z � d c � 0 a, � � d s 0 C 3 d � 0 +� Y u u a n`. v � N N C o` � O � � � � a a H � �i W H O�U � � Q O OWp�"., O W � H�z � � � � � x H x � H x w c ai r C U O d � � d � .. 0 � � v � 0 .. Y U � d R � �. � F� � a W E-� O � � � � � �wa O � � H�z V � H � � x H a� � H x w � � � V O N � A F N t Y Q C � � � v � 0 N b O N 'fl N R 9 LL � � � awH 3�� �aa w A a O W � ��z � � � � 1 �l1 1�1 ��/ W �L l�^/ W 1�1 C d .� � 0 u 0 � � � � a s 0 _ � a � 0 r Y U