HomeMy WebLinkAboutContract 60404-PM1CSC No. 60404-PM1
FORT WORTH.
CONTRACT
FOR
THE CONSTRUCTION OF
ENVISION IMAGING CENTER
IPRC Record No. 23-0124
City Project No. 105019
FID No.30114-0200431-105019-EO7685
X File No. X-27930
Mattie Parker Jay "Jesus" Chapa
Mayor City Manager
Chris Harder
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
FEBRUARY 2025
BARRON STARK ENGINEERS, LP
6221 SOUTHWEST BOULEVARD, SUITE 100
FORT WORTH, TEXAS 76132
817-231-8100
TBPE FIRM NO. F-10998
f
i
B rrn of r
Engineers
Together.
...:......................:....
CHARLES F. STARK
�oA �f57357�o:•,�W�
Q �y;•�,l57£R. �2
S,ONAL
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
Last Revised
nno�3
invitationno BN&dorz
03/20/2020
1002113 13
las4=uetiefis to B;Adc o
03/20/2020
00 41 00
Bid FE)Fm
04/02/2014
00 42 43
Proposal Form Unit Price
05/22/2019
0043 13
Bid Ben
04/02/2014
nn�T
Bidders Pr-egttali f;,.,, ien's
04/02/2014
0045 12
Prequalification Statement
09/01/2015
00 4 13
Bidder P -e,,, alifieatio A ppli .atie
03/09/2020
00 45 26
Contractor Compliance with Workers' Compensation Law
04/02/2014
00 45 40
nlir.rit•-f Buc�n2ss Enterprise Goal
08/21/2018
00 52 43
Agreement
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
007 00
Gener-al Conditions
11/15/2017
007300
E. W,--...—,af4 fY Conditions
07/01/2011
0073 10
Standard City Conditions of the Construction Contract for Developer
01/10/2013
Awarded Projects
Division 01 - General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 2500
Substitution Procedures
08/30/2013
01 31 19
Preconstruction Meeting
08/30/2013
01 3120
Project Meetings
07/01/2011
01 32 33
Preconstruction Video
08/30/2013
01 3300
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 55 26
Street Use Permit and Modifications to Traffic Control
07/01/2011
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 6000
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
04/07/2014
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
NONE
Division 02 - Existing Conditions
0241 13 Selective Site Demolition
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
03 80 00 Modifications to Existing Concrete Structures
Division 26 - Electrical
26 05 00 Common Work Results for Electrical
26 05 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 05 43 Underground Ducts and Raceways for Electrical Systems
Division 31- Earthwork
31 1000
Site Clearing
3123 16
Unclassified Excavation
31 23 23
Borrow
31 24 00
Embankments
31 25 00
Erosion and Sediment Control
31 36 00
Gabions
31 37 00
Riprap
Division 32 - Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
3201 18
Temporary Asphalt Paving Repair
32 01 29
Concrete Paving Repair
32 1123
Flexible Base Courses
32 1129
Lime Treated Base Courses
32 1133
Cement Treated Base Courses
32 1137
Liquid Treated Soil Stabilizer
32 12 16
Asphalt Paving
32 1273
Asphalt Paving Crack Sealants
32 13 13
Concrete Paving
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
32 1373
Concrete Paving Joint Sealants
32 1416
Brick Unit Paving
32 1613
Concrete Curb and Gutters and Valley Gutters
32 1723
Pavement Markings
32 1725
Curb Address Painting
3231 13
Chain Fences and Gates
Date
Modified
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
32 31 26
Wire Fences and Gates
32 31 29
Wood Fences and Gates
3232 13
Cast -in -Place Concrete Retaining Walls
3291 19
Topsoil Placement and Finishing of Parkways
3292 13
Hydro -Mulching, Seeding, and Sodding
32 93 43
Trees and Shrubs
Division 33 - Utilities
33 01 30
Sewer and Manhole Testing
33 01 31
Closed Circuit Television (CCTV) Inspection
3303 10
Bypass Pumping of Existing Sewer Systems
33 04 10
Joint Bonding and Electrical Isolation
3304 11
Corrosion Control Test Stations
33 04 12
Magnesium Anode Cathodic Protection System
33 04 30
Temporary Water Services
33 04 40
Cleaning and Acceptance Testing of Water Mains
33 04 50
Cleaning of Sewer Mains
3305 10
Utility Trench Excavation, Embedment, and Backfill
3305 12
Water Line Lowering
3305 13
Frame, Cover and Grade Rings - Cast Iron
3305 13.10
Frame, Cover and Grade Rings - Composite
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
3305 16
Concrete Water Vaults
3305 17
Concrete Collars
33 05 20
Auger Boring
33 05 21
Tunnel Liner Plate
33 05 22
Steel Casing Pipe
33 05 23
Hand Tunneling
33 05 24
Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26
Utility Markers/Locators
33 05 30
Location of Existing Utilities
33 1105
Bolts, Nuts, and Gaskets
33 11 10
Ductile Iron Pipe
33 11 11
Ductile Iron Fittings
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
33 11 13
Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type
33 11 14
Buried Steel Pipe and Fittings
33 11 15
Pre -Stressed Concrete Cylinder Pipe
33 12 10
Water Services 1-inch to 2-inch
33 12 11
Large Water Meters
33 1220
Resilient Seated Gate Valve
33 1221
AWWA Rubber -Seated Butterfly Valves
33 1225
Connection to Existing Water Mains
33 1230
Combination Air Valve Assemblies for Potable Water Systems
33 1240
Fire Hydrants
33 1250
Water Sample Stations
33 1260
Standard Blow -off Valve Assembly
3331 12
Cured in Place Pipe (CIPP)
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
33 31 13
Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
33 31 15
High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 31 21
Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
33 31 22
Sanitary Sewer Slip Lining
33 31 23
Sanitary Sewer Pipe Enlargement
33 31 50
Sanitary Sewer Service Connections and Service Line
33 31 70
Combination Air Valve for Sanitary Sewer Force Mains
3339 10
Cast -in -Place Concrete Manholes
33 39 20
Precast Concrete Manholes
33 39 30
Fiberglass Manholes
33 39 40
Wastewater Access Chamber (WAC)
33 39 60
Epoxy Liners for Sanitary Sewer Structures
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
3341 11
High Density Polyethylene (HDPE) Pipe for Storm Drain
3341 12
Reinforced Polyethlene (SRPE) Pipe
33 46 00
Subdrainage
33 46 01
Slotted Storm Drains
33 46 02
Trench Drains
3349 10
Cast -in -Place Manholes and Junction Boxes
33 49 20
Curb and Drop Inlets
33 49 40
Storm Drainage Headwalls and Wingwalls
Division 34 - Transportation
3441 10
Traffic Signals
3441 10.01
Attachment A — Controller Cabinet
3441 10.02
Attachment B — Controller Specification
3441 10.03
Attachment C — Software Specification
3441 11
Temporary Traffic Signals
3441 13
Removing Traffic Signals
3441 15
Rectangular Rapid Flashing Beacon
3441 16
Pedestrian Hybrid Signal
34 41 20
Roadway Illumination Assemblies
34 41 20.01
Arterial LED Roadway Luminaires
34 41 20.02
Freeway LED Roadway Luminaires
34 41 20.03
Residential LED Roadway Luminaires
34 41 30
Aluminum Signs
3471 13
Traffic Control
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httlD:Hfortworthtexas.gov/tvw/contractors/
or
https: //app s.fortworthtexas.2ov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Selective Site Demolition 12/20/2012
0241 14 Utility Removal/Abandonment 12/20/2012
0241 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
260500 Common V,l ork for- Eleet,iea �11 2QO14
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 U4ide+gmund Duoto and I1aoo. ays for Eleetriea Systeri � 07/�11
zv-vT✓v CommuniOQt7lJTl7Multi 02r26rs016
Division 31- Earthwork
31�o Site (erg 12/'fez
31�3 Beffe 01 /� 13
31 25 00E.r^osion and Sediment Control 12/20/2012
31 3600 Gabions 1 /zzr20Q0 z
3,moo Riprap QQ0Q0Q
Division 32 - Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
12/20/2012
3201 18
�o
'27�9
Te,vpo-.,,-„ Depa-ir-
�'1�halt Ilr �
(''.,ner-ete De,,
i2/20Q0 7
��
32 1123
Pa ,inn ai
Flexible Base Courses
12/20/2012
12/20/2012
32 1129
Lime e Treated Base !`oufses
12/'fzzr2042012
32 1133
'27�T
Cement Treated Base Courses
T,-e.,te,l
12/20/2012
32 12 16
Liquid Sol Stabilize-,.-
Asphalt Paving
Q8QiQ0i5
12/20/2012
32 1273
Asphalt It P ,ifig Cr- e 1 t
1 2QOQ01 7
32 13 13
Concrete Paving
12/20/2012
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
06/05/2018
32 1373
Concrete Paving Joint Sealants
12/20/2012
Z7�v
1 m TT .�12it
$ra�h�ing
12QOQn17
�
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 1723 Pavement Markings 11/22/2013
27�5 Curb Address Painting 1 11 1 /n 3
33 3,11 13 Chain Fenees and Gates 12/20,Q
323126 Wife Fences and Gatos 12/20,9012
3232 �3 ..7.0.% lid Pla..e Goner-ete Retaining Ala 06/05,904-9
3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012
3292 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30
Sewer and Manhole Testing
12/20/2012
33 01 31
Closed Circuit Television (CCTV) Inspection
03/03/2016
3303 TO
Bypcos Pumping ofExisting Sewer- Syste
12/2z
33 04 10
33 04
T ,4
j81iitB G�li�g aiS�12EiPi0a1 1J�1� 36n
(`e„FE)sie !''e tfal Tort Sta4ie s
tl,, n,- S
12/20QO12 ��
12/20QO12
33 04
33 04 30
33 04 40
Magnesium Anode C die teetio ysto,n
Te,v,,,,,,-ary Wa4e f Sef-vie
Cleaning and Acceptance Testing of Water Mains
Q/20190Q
0�/non
02/06/2013
33 04 50
Cleaning of Sewer Mains
12/20/2012
3305 10
22�z
Utility Trench Excavation, Embedment, and Backfill
12/12/2016
1 �� /'lzzr20izviz
3305 13
W.,to,- Line Lower -in .
Frame, Cover and Grade Rings — Cast Iron
01/22/2016
33 n�0
Frame, Cover- and r ^do Ringo Composite
01 /')vim 22QO16
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
12/20/2012
2'2�0
Grade
!'',.ner-ete
3305 17
330520 20Auger-171
22�=
Water Vaults
Concrete Collars
T-tin e T ;..or Dl.,to
i2/rr,20izviz
12/20/2012
/7 z
12/'lzzr2042012
22�
330523 23
33 0524
Stool Cass ... Npe
i7..n.a 1Tunneling
T11te c4i.,,a.,F!''.,ffie,- Pipe i !''.,s;,,.g or- Twine! Liner Plate
lit-y TRafke,-s/T .,e to
Q/20190Q
12/'1rr,,-20,Q012
06/ivvr19r2013
12/2
330526 26
22�0
U fs
T oeation E) D,-isVng Utilities
z
1 /'f�zr20190i2
33 1105
2'2�o
MtO, Nuts, and Gaskets
7,-o
12/�12
33 11 11
Ductile
Pipee
Ductile Iron Fittings
i2Q0Q0i2
12/20/2012
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
11/16/2018
3_ 11 13
zoocuro Pipa Bar- Wrapped, Stool !`..1inde,- Type
Q /7 z
3_ 11 11
Btffied Stool Pip and Fittings
12/20QO12
33 12 10
Water Services 1-inch to 2-inch
02/14/2017
22�o
!-_.,te
3_ 1221
Resilient Seated Valve
A WW A Rubber- Seated Butterfly V.,ly
QPl z
1 � /�i2
33 1225
Connection to Existing Water Mains
02/06/2013
33 1230
�v
33 1240
r A; V l.,o f 7�^y��L 10 �a/4ef Syste
.�I/LilV.i1�.✓✓tJil �� �c`1" 2 �Z �� yVGC./61v
Fife H J
i2/�i2
01 /no�4
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
33 1250
Water Sample Stations
12/20/2012
33 1260
Standard Blow eFfValoe ids �'1.,Iy
06/19/2013
��
3,21 31 12
Cure in Dlaee Pipe (CIPP)
12/20,9012
3,31 3 1 '.,2
Fiber Rei feree,l Pipe for- 1-'_,-m,it . Sanitary Sewer
12/'fez
-glass
33 31 �
High Density Delyethyle„e for- Sanitary Sewe,-
(I-(IPik.,e
12,9012�
/20
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
06/19/2013
3'1
Polyvinyl Chloride (PVC) Closed Pr-o le Or-ayi EZnia,—y -Sewer
12/2-nr-n
7T3 Z
Pipe
iz
44 11
Sanitary Sewer lip T�rrMg
12/20,9012
33 31 50
Sanitary Sewer Service Connections and Service Line
04/26/2013
22�0
Combination t:o n:,- Valve f9F &anitcyy Sewe,- Fe,-..e AiT.,:„.,
12/lrz�-rv,9viz
3339 10
�o
r ✓1�.t in Maze L�nc e C „e fete Manholes
12/'1 z
33 39 20
Precast Concrete Manholes
12/20/2012
33 3930 �
Fitiorgk-\.-aManheles
12/20QO12 ��
33 39 40
2Z�0
Wastewater- A eeess C;h--,.,,&bQ,r / � 7 �
Epoxy I : e s for- Sanitary Sewer- St,-„etufes
12/20QO12
12/20QO12
33 41 10
2
11 11
De:„fo-ee,l Ge„eFete St,,,-,Y, Sewe- Pipe/Culverts
High Density Polyethylene L'
(I-IDP�) Pi��er-Storms D���r
07/0T
i2/20,QO 7
��
2'2�2
Reinforced Pooled le„e (E PE) Pira
1111 /i ce
�3-4t-A9
.c /atid�w��ge
12 /20QO12
��
221
��'��SS D�1�;
n�/ni /�ni i
m-rorrtvzT
22 46 i
Trm9:i DmisC
07/01 2011�T
3349 10
Cast -in -Place Manholes and Junction Boxes
12/20/2012
33 4920
33 49 40
Curi atA Dr^
Ste,«-., Drainage Head -walls and Alin...,ells
i 2/�-1-2
07/no i„- Q
Division 34 -
3 n�o
34 41
Transportation
Tfa ff e Sig 1s
Att-aehmeat A CofitfellerCabinet
1 n/1�15
12/1 /1�15
zn 41 10.02
n� �ttaehmei}tB C-entrellnerepeeifie-atien
At��'���t 9 Software Sp ecfzcatien
02
2
zn n�o3
3�-41-11
3 A�7
TOm, Y(,-z j,T«&ffi. c;gn 1s
Removing Tr
-oaf f e Signals s
W/22,Q0i3
1 2 /20 0ii 2
34 41 15
7D�
Reeta�i�'.:a�.a� 1 ,pid Fkaz ling Beaeo
UellestFia
11/22Q013,
1 i1 /'lm-22190
34 41
34 41 20
Hybrid Signal.
Roadway Illumination Assemblies
3
12/20/2012
34 41 20.01
Arterial LED Roadway Luminaires
06/15/2015
34 4120.02
Freeway LED Roadway I �1,:Fiii11:,0�T�S
5QO 5
��
0611
2n n�o3
I E r
Resfda�ti�a1 � � i��. �arm��i.�
06/15QO15
o��
zn 4130
�o
�41u:�rurs &:g1}s
ii�Q0i3.
/ 2,
34 41 50
Single Mode Fiber Qptie Cable
02/26QO16
3471 13
Traffic Control
11/22/2013
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
000010
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
Page 8 of 8
GC-4.J1
vailablit-y of Lands
G -402
Su -,urf ee a -a Physieal G,,adifi fis
GC-4.04
Underground Facilities
GC-4.06
Hazardous Environmental Condition at Site
GC-6.06.13
Minoritv and Women Owned Business Enterprise Compliance
GG 6.07
",ATage R4es
GC 6.0-9
Pofmits and Utilities
G&6.2�
rl
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised March 20, 2020
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP-BIDPROPOSAL
Pagel of6
Bidder's Application
Project Item Information
Bidder's Proposal
Bidlist Item
Description
I Specification
I Unit of
I Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
UNIT I: WATER)IMPROVEMENTS
1
3311.0261 6" PVC Water Pipe
33 11 12
LF
25
$169.00
$4,225.001
2
3311.0261 8" PVC Water Pipe
33 11 12
LF
355
$190.00
$67,450.001
9
0241.1218 4"-12" Water Abandonment
Plug 0241 14
EA
2
$17,375.00
$34,750.00 1
14
3312.2003 1" Water Service
33 12 10
EA
1
$5,250.00
$5,250.001
16
0241.1100 Remove Asphalt Pavement
0241 15
LF
710
$10.00
$7,100.001
TOTAL UNIT I: WATER IMPROVEMENTS
$118,775.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Foam Version May 22, 2019
RUTS bid list
00 42 43
DAP - BID PROPOSAL
Page 2 of 6
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item Specification Unit of Bid
No. Description Section No. Measure Quantity Unit Price Bid Value
UNIT II: SANITARY SEWER IMPROVEMENTS
1 3331.3201 6" Sewer Pipe 33 3121 LF 90 $376.00 $33,840.00 1
3 3339.1001 4' Manhole 33 3920 EA 1 $8,635.00 $8,635.00 1
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $42,475.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Tom Version May 22, 2019 RUTS bid list
UNIT PRICE BID
Bidlist Item
No.
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP-BIDPROPOSAL
Page 6 of 6
Bidder's Application
Bidder's Proposal
Description I Specification I Unit of I Bid Unit Price
Section No. Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Rangeline Utility Services, LLC
1150 Blue Mound Road W
Suite #821
Haslet TX 76052
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
GENERAL CONTRACTOR:
Rockport Construction Group, LLC
8400 Belleview Drive
Suite #140
Plano TX 75024
Total Construction Bid
BY: Chris Campbell
+
j�
TITLE: Chief Operations Officer
DATE: 1/2/2025
Bid Value
$118,775.00 1
$42,475.00 1
N/Al
N/Al
N/Al
N/Al
$161,250.001
20 working days after the date when the
BY: Donal otz
TITLE: President
DATE: 1/2/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Foam Version May 22, 2019 RUTS bid list
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP-BIDPROPOSAL
Page 5 of 6
Bidder's Application
Bidder's Proposal
Bidlist Item
Description
I
Specification
I Unit of
I Bid
Unit Price
Bid Value
No.
Section No.
Measure
Quantity
UNIT V: STREET LIGHTING IMPROVEMENTS
3441.3037 Furnish/Install 10'-14' Washington Standard
1
Light Pole & Fixture LED
344120
EA
7
$8,255.23
$57,786.61
2
3441.3050 Furnish/Install Arterial Wood Pole Arm &
3441 10
EA
1
ATBO Cobra Head - Galvanized
$2,569.45
$2,569.45
3
3341.152 Ground Box Type B
34 41 20
EA
3
$2,101.12
$6,303.36 1
4
2" cond PVC sch 80 (T)
26 05 33
LF
323
$83.17
$26,863.91 1
5
3441.1771 Furnished/Install 120-240V Single Ph.
34 41 20
EA
1
Metered Pedestal
$11,545.14
$11,545.14
6
9999.008 Equipment/Bucket Truck/Other
99 99 99
EA
1
$17,642.53
$17,642.531
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
$122,711.001
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Foam Version May 22, 2019 Hurst Electric Bid List
UNIT PRICE BID
Bidlist Item
No.
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP-BIDPROPOSAL
Page 6 of 6
Bidder's Application
Bidder's Proposal
Description I Specification I Unit of I Bid Unit Price
Section No. Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Hurst Electric
229 W Hurst Blvd.
Hurst TX 76053
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
GENERAL CONTRACTOR:
Rockport Construction Group, LLC
8400 Belleview Drive
Suite #140
Plano TX 75024
Total Construction Bid
BY: Gerlad Jordan
TITLE: Project Manager
DATE: 1/2/2025
Bid Value
N/Al
N/Al
N/Al
N/Al
$122,711.001
$122,711.00 1
60 working days after the date when the
BY: Don
Jal Lotz
TITLE: President
DATE: 1/2/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
Hurst Electric Bid List
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP-BIDPROPOSAL
Page 4 of 6
Bidder's Application
Bidlist Item Description I Specification I Unit of I Bid
No. Section No. Measure Quantity
UNIT IV: PAVING IMPROVEMENTS
1 999.05 6" Asphalt Repair 3201 17 SY 145
2 3211.0701 6" Cement Stabilization at 32 Lbs/SY 32 1133 SY 520
3 �3212.0302 2" HMAC - Type D 32 12 16 SY 520
TOTAL UNIT IV: PAVING IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Foam Version May 22, 2019
Bidder's Proposal
Unit Price I Bid Value
1
$138.70 $20,111.501
$47.10 $24,492.00 1
$33.50 $17,420.001
$62,023.501
Hurst Electric Bid List
UNIT PRICE BID
Bidlist Item
No.
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP-BIDPROPOSAL
Page 6 of 6
Bidder's Application
Bidder's Proposal
Description I Specification I Unit of I Bid Unit Price
Section No. Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
Reynolds Asphalt & Construction Co
PO Box 370
Euless TX 76039
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
Total Construction Bid
BY: Ned Tankersley
TITLE: Vice President
DATE: 1/2/2025
Bid Value
N/Al
N/Al
N/Al
$62,023.50 1
N/Al
$62,023.501
20 working days after the date when the
BIDDER: BY: Donald Lqtz
Rockport Construction Group, LLC
8400 Belleview Drive
Suite 4140 TITLE: President
Plano TX 75024 DATE: 1/2/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version May 22, 2019
Hurst Electric Bid List
0045 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
Tvpe" box provide the complete major work tune and actual description as Provided by the Water
Department for water and sewer and TPW for paving.
Major Work Type
Connect & Extend Existing
Domestic Service, Install 6"
C900 Fire Line, Install Sewer
Service Line, Install 48"
Manhole
Trench Cap Paving 6" HMAC -
Type D, Alley Maintenance, 2"
Mill, and 2" HMAC - Type D
Electrical/Street Lighting
Improvements
Contractor/Subcontractor Company Name Prequalification
Expiration Date
Rangeline Utility Services, LLC
04/30/2025
Reynolds Asphalt & Construction 05/30/2025
Company
Hurst Electric 05/07/2026
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Rockport Construction Group, LLC
8400 Belleview Drive, Suite 140
Plano, Texas 75024
BY: Donralld�L-ot_z
(Signature)
TITLE: President
DATE: 01 /02/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS
2015_DAP
00 45 12_Prequalification Statement
Form Version September 1, 2015
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
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
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. 105019. 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:
Rockport Construction Group, LLC
Company
8400 Belleview Drive, Suite 140
Address
Plano, Texas 75024
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
By. Donald Lotz
(Please Print)
Signature:
Title: President
(Please Print)
*4X °Ga MELITA D PECHAL
§ T Notary ID #1225613
My Commission Expires
§ ''EOFt`�} June 17, 2024
BEFORE ME, the undersigned authority, on this day personally appeared
Donald Lotz , 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 Rockport Construction Group, LLC for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 26th day of
January , 2024.
n -a DC.J.
P�C
Notary Public in and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
ENVISION IMAGING CENTER
CPN 105019
00 52 43 - 1
Developer Awarded Project Agreement
Page 1 of 4
1 SECTION 00 52 43
2 AGREEMENT
3
4 THIS AGREEMENT, authorized on 11/13/2024 is made by and between the Developer,
5 (The Lee Anderson Family I. Limited Partnership), authorized to do business in Texas
6 ("Developer") , and Rockport Construction GrouD. LLC
7 authorized to do business in Texas, acting by and through its duly authorized representative,
8 ("Contractor").
9 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
10 follows:
11 Article 1. WORK
12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
13 Project identified herein.
14 Article 2. PROJECT
15 The project for which the Work under the Contract Documents may be the whole or only a part is
16 generally described as follows:
17 Envision ImazinI? Center
18 Proiect Number 105019
19 Article 3. CONTRACT TIME
20 3.1 Time is of the essence.
21 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
22 Documents are of the essence to this Contract.
23 3.2 Final Acceptance.
24 The Work will be complete for Final Acceptance within { 100-J working days after the
25 date when the Contract Time commences to run as provided in Paragraph 12.04 of the
26 Standard City Conditions of the Construction Contract for Developer Awarded Projects.
27
28 3.3 Liquidated damages
29 Contractor recognizes that time is of the essence of this Agreement and that Developer will
30 suffer financial loss if the Work is not completed within the times specified in Paragraph
31 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard
32 City Conditions of the Construction Contract for Developer Awarded Projects. The
33 Contractor also recognizes the delays, expense and difficulties involved in proving in a
34 legal proceeding the actual loss suffered by the Developer if the Work is not completed on
35 time. Accordingly, instead of requiring any such proof , Contractor agrees that as
36 liquidated damages for delay (but not as a penalty), Contractor shall pay Developer
37 <zero> Dollars ($0.00) for each day that expires after the time specified in Paragraph 3.2
38 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised June 16, 2016
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
39 Article 4. CONTRACT PRICE
40 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
41 Documents an amount in current funds of THREE HUNDRED -FORTY-FIVE THOUSAND
42 NINE -HUNDRED EIGHTY-FOUR Dollars with FIFTY Cents ($345,984.50).
43 Article 5. CONTRACT DOCUMENTS
44 5.1 CONTENTS:
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
2.
Attachments to this Agreement:
49
a. Bid Form (As provided by Developer)
50
1) Proposal Form (DAP Version)
51
2) Prequalification Statement
52
3) State and Federal documents (project specific)
53
b. Insurance ACORD Form(s)
54
c. Payment Bond (DAP Version)
55
d. Performance Bond (DAP Version)
56
e. Maintenance Bond (DAP Version)
57
f. Power of Attorney for the Bonds
58
g. Worker's Compensation Affidavit
59
h. MBE and/or SBE Commitment Form (If required)
60
3.
Standard City General Conditions of the Construction Contract for Developer
61
Awarded Projects.
62
4.
Supplementary Conditions.
63
5.
Specifications specifically made a part of the Contract Documents by attachment or,
64
if not attached, as incorporated by reference and described in the Table of Contents
65
of the Project's Contract Documents.
66
6.
Drawings.
67
7.
Addenda.
68
8.
Documentation submitted by Contractor prior to Notice of Award.
69
9.
The following which may be delivered or issued after the Effective Date of the
70
Agreement and, if issued, become an incorporated part of the Contract Documents:
71
a. Notice to Proceed.
72
b. Field Orders.
73
c. Change Orders.
74
d. Letter of Final Acceptance.
75
76
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised June 16, 2016
00 52 43 - 3
Developer Awarded Project Agreement
Page 3 of 4
r lei »lulaly[o1vIBlei
78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
79 expense, the city, its officers, servants and employees, from and against any and all
80 claims arising out of, or alleged to arise out of, the work and services to be performed
81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
82 under this contract. This indemnification provision is specifically intended to operate
83 and be effective even if it is alleged or proven that all or some of the damages being
84 sought were caused, in whole or in part, by any act, omission or negligence of the city.
85 This indemnity provision is intended to include, without limitation, indemnity for costs,
86 expenses and legal fees incurred by the city in defending against such claims and causes
87 of actions.
88
89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
90 the city, its officers, servants and employees, from and against any and all loss, damage
91 or destruction of property of the city, arising out of, or alleged to arise out of, the work
92 and services to be performed by the contractor, its officers, agents, employees,
93 subcontractors, licensees or invitees under this contract. This indemnification provision
94 is specifically intended to operate and be effective even if it is alleged or proven that all
95 or some of the damages being sought were caused, in whole or in part, by any act.
96 omission or negligence of the city.
97
98 Article 7. MISCELLANEOUS
99 7.1 Terms.
100 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the
101 Construction Contract for Developer Awarded Projects.
102 7.2 Assignment of Contract.
103 This Agreement, including all 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.
110 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.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised June 16, 2016
00 52 43 - 4
Developer Awarded Project Aweernerit
page 4 of 4
Iis
119 7.6 Authority to Sign.
120 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized
121 signatory of the Contractor.
122
123 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
124 counterparts.
125
126 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
127
Contractor: Developer:
Rockvort Construction Group. LLC The Lee Anderson Familv I. Limited Padwrvhir2
By: By
ignature}
(Signature)
Donald Lotz / I-ze- A V RS-C
129
(Printed Name}
Title: President
Company Name:
Address:
Rocknort Construction Group. LLC
8400 Belleview Drive, Suite 140
City/State/Zip: Pbmo- TPxaa 75f17.4
11/13/2024
Bate
(Printed Name)
Title: ID Pcc S'; )> G -) 1
Company name:
Address:
City/5tatelzip:
Date
CITY OF FORT WORTH P,NVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCOMDM — DEVELOPER AWARDED PROJECTS CPN 105019
Revised June 16, 2016
RANGELINE UTILITY SERVICES, LLC
DBA RUTS CONSTRUCTION, LLC
WATER AND SEWER IMPROVEMENTS
00 62 13 - 1
PERFORMANCE BOND
Page I ol'3
SECTION 00 62 13
2 PERFORMANCE BOND BOND NO.: SPA150847 002
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Ranueline Utility Services. LLC DBA RUTS Construction , known as
9 "Principal" herein and SiriusPoint America Insurance Company , a corporate
10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
1 I "Surety" herein (whether one or more), are held and firmly bound unto the Developer, The Lee
12 Anderson Family I. Limited Partnership, authorized to do business in Texas ("Developer") and
13 the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of,
14 One Hundred Sixty One Thousand and Two Hundred Fifty Dollars ($ 161.250.00) lawful money
15 of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which
16 sum well and truly to be made jointly unto the Developer and the City as dual obligees, we bind
17 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
18 by these presents.
19 WHEREAS, Developer and City have entered 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 23-012 ] ;and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
23 the 23rd day of October . 2024, 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 Orders, as provided for in said Contract designated as Envision Imaging Center.
27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
28 shall faithfully perform it obligations under the Contract and shall in all respects duly and
29 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
30 specifications, and contract documents therein referred to, and as well during any period of
31 extension of the Contract that may be granted on the part of the Developer and/or City, then this
Q obligation shall be and become null and void, otherwise to remain in full force and effect.
CITY OF PORT WORTu ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105019
Revised January 31, 2012
006213-2
PERFORMANCE BOND
Page 2 Pr3
1 PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in
2 Tarrant County. Texas or the United States District Court for the Northern District of Texas. Fort
3 Worth Division.
4
5
6
7
8
9
10
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
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.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 17th day of December
. 20 24 .
EST:
(Principal) Secretary
PRINCIPAL:
Rantreline U ' 't SeryjaMLLC DBA RUTS Construction
BY:
Signature
Name and Title
Address: 1150 Blue Mound Rd., W., Ste. 921
Haslet. TX 76052
SURETY:
SiriusPoint America Insurance Company
BY:�� ! Fa -
Signature
Kenneth Nitsche, Attorney -In -Fact
Name and Title
Address: 1 World Trade Cener. 285 Fulton Street
Floor. Suite 47.1 Ne
New York_ NY 10007
Witness as to Surety (Canellia Doss, Secrctary) Telephone Number: 212-312-0200
*Note: If signed by an officer of the Surety Company, there 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 FORT WORTH ENVISION IMAGING CENTER
STANDARD CrrY CONDITIONS — DEVELOPER AWARDED PROJECTS City Pn,ject No. 105019
Revised January 31, 2012
0062I3-3
PERFORMANCE BOND
Payee 3 of 3
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DI:VELOPIrR AWARDED PROJECTS City Project No- 105019
Revised January 31, 2012
0002 14- 1
PAYMEN"r BOND
Page 1 01' 3
SECTION 00 62 14
2 PAYMENT BOND BOND NO.: SPA] 50847 002
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS-
6 COUNTY OF TARRANT §
7 That we, Rangeline Utility Services, LLC ❑BA RUTS Construction known as
8 "Principal" herein, and Sirii mPnint AmQrira 1nRilranf:R C:nmpan}► , a
9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of
10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the
1 I Developer, The Lee Anderson Family I. Limited Partnership , authorized to do business ill
12 Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the
13 penal sum of One Hundred Sixty One Thousand and Two Hundred Fifty Dollars
14 ($ 161,250.00 ), lawful money of the United States, to be paid in Fort Worth.
15 Tarrant County, Texas, for the payment of which suln well and truly be made jointly unto the
16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators,
17 successors and assigns, jointly and severally, firmly by these presents:
18 WHEREAS, 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, CFA Number 23-0121;and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the 23rd day of October 2024 , which Contract is hereby
23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all
24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the
25 Work as provided for in said Contract and designated as Envision imaging Center.
26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of tine Work under
29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
30 force and effect.
CITY OF FORTWORTH ENVISION IMAGING CENTER
STANDARD] CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31. 2012
0062 14 - 2
PAYMENT BOND
IN. 2 of 3
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined ill
3 accordance with the provisions 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 17th day of
G December , 2024
7
8
9
l0
11
12
13
14
ATTEST:
-,-:w /I--- -
(Principal) Secretary
Witness as to Principal
er r POKY
PRINCIPAL:
Rangeline Utility Services, LLC DBA RUTS Construction
� j
Signature
Name and Title
Address: 1150 Blue Mound Rd., W., Ste. 821
Haslet, TX 76052
SURETY:
SiriusPoint America Insurance Company
ATTEST: BY: /�.e�4 - /* �
Signature
(Surety) Secretary
1{annrath Njtcrhs:k, Atfnrnay-In-Fart
Name and Title
Address: 1 World Trade Center, 285 Fulton Street
47th Floor, Suite 47J
New York, NY 10007
Witness as to Surety (Canellia Doss, Secretary)
Telephone Number: 212-312-0200
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.
The date of the bond shall not be prior to the date the Contract is awarded.
I D0 UDIXIXQ-II_CfLI
CITY Or TORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31, 20I2
00G214-3
PAYMENTBOND
1'age 3 ni3
CITY Of FORT WORTI I FNViSION IMAGING CENTER
STANDARD CITY CON DTTIQNS— DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31. 2012
0062 19- 1
MAINTENANCE BOND
Page 1 Or
I SECTION 00 62 19
2 MAINTENANCE BOND BOND NO.: SPA150847 002
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we Ranveline Utilitv Services. LLC DBA RUTS Construction known as
8 "Principal" herein and SiriusPoint America Insurance Company a corporate surety
9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, The Lee
I I Anderson Family I. Limited Partnership, authorized to do business in Texas ("Developer") and
12 the City of Fort Worth, a Texas municipal corporation ("City"), in the sum
13 of One Hundred Sixty One Thousand and Two Hundred Fifty Dollars ($161,250.00), lawful
14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of
15 which sum well and truly be made jointly unto the Developer and the City as dual obligees and
16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,
17 jointly and severally, firmly by these presents.
18
19 WHEREAS, Developer and City have entered 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 23-0121;and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer
23 awarded the 23rd day of October , 2024 , which Contract is
24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
25 materials, equipment labor and other accessories as defined by law, in the prosecution of the
26 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
27 the "Work") as provided for in said Contract and designated as Envision Imaging Center; and
28
29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
30 accordance with the plans, specifications and Contract Documents that the Work is and will
31 remain free from defects in materials or workmanship for and during the period of two (2) years
32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
33
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105019
Revise) January 31. 2012
006219-2
MAINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
2 upon receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4
5 NOW THEREFORE, the condition of this obligation is such that if Principal shall
6 remedy any defective Work, for which timely notice was provided by Developer or City, to a
7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to
8 remain in full force and effect.
9
10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
1 1 noticed defective Work, it is agreed that the Developer or City may cause any and al I such
12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne
13 by the Principal and the Surety under this Maintenance Bond; and
14
15 PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in
16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Port
17 Worth Division; and
18
19 PROVIDED FURTHER, that this obligation shall be continuous in nature and
20 successive recoveries may be had hereon for successive breaches.
21
22
23
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31.2012
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
41
42
006219-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 17th
, 20 24 .
(Principal) Secretary
Witness as to Principal
aeaAff Or//#-
day of December
PPNCi PAL:
Rangeline Utility Services, LLC
DBA RUTS Constructisf
BY: _ �7
Signature
Name and Title
Address: 1150 Blue Mound Rd. W.. Ste. 821
Haslet, TX 76052
SURETY:
SiriusPoint America Insurance Comaynv
BY: !____
Signature
Kenneth Nitsche, Attorney -In -Fact
Name and Title --
Address: I World Trade Center 285 Fulton Street
(Surety) Secretary 47th Floor, Suite 47J
n ! New York, NY 10007
Witness as to Surety (Cane[Iia Doss, Secretary) Telephone Number: 212-312-0200
`Note: If signed by an officer of the Surety Company, there 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDAR1) CITY CONDMIONS - DEVELOPER AWARDED PROJECTS CPN 105019
Revised Ian Lie ry 31, 2012
POWER OF ATTORNEY NITGID01 0623
SIRIUSPOINT AMERICA INSURANCE COMPANY
NEW YORK
KNOW ALL MEN BY THFSE PRESENTS: Thai SiriusPoinl America Insurance Company (the "Company"). a New York oorlxrration. having its
principal office in the City ol'New York, pursuant to the following Resolution. which was adopted on August 27.2024 by Unanimous Written Consent of the
Board of the directors of the Company, to wit:
RESOLVED. that the President. Sensor Vice President. Chief Financial Officer, Secretary or the Assistant Secretary is hereby authorised to
execute Powers of Altomey appointing as attorneys -in -fact selected employees of certain surety companies who shall have the power for and on behalf of the
Company to execute and affix the seal of the Company to surety contracts as co -surety.
Does hereby nominate. constitnic and appoint: -
Kenneth Nitsclie. Robert James Nitwhe. Robert K. Nitsche, Craig Parker, Gary Nitsche, Jennifer J. Iiichlc
its true and lawful agent and attorney -in -fact. to make, exeeute, seal and deliver for and on its behalf. and its act and deed any and all bonds. contracts.
agreements of indemnity and other undertakings is suretyship (NOT INCLUDING bonds without a fixed penalty or financial guarantee) and to bind the Companv
thereby as fully and to the same extent as ofsame were signed by the duly authorized officers of the Company. provided. however. Ihot the penot ,um ofany one
such ins[ mmem executed hereunder shall not exceed the sum ot:
S62,687,000 single bond limit
All acts of said attorneys -in -fact pursuant to the authorities herein given arc hereby ratified and confirmed. The Presideal. Senior Vice President, Chic I'
Financial Ofliccr. Secretary or Assistant Secretary may from time to lime and at anv time remove such appointee and remove the power given to him or her.
The execution of such bonds or undertakings in pursuance of these presents- within one year oftlic dale of these present. shall he binding under said
Company, as fuf ly and ampty, to all intents and purposes. as if they had been duly executed and acknowledged by the regularly elected officers of the Company at
its office in New York, New York. in their own proper persons.
IN W ITN ESS WHEREOF. SiriusPoint America Insurance Company has caused its corporate seal to be hereunto affixed and these presents to be
signed by its President this tenth day of October. 2024. SiriusPoint America Insurance Company
�.• � 0P1
�- �0 "Lit
SEA
1; 1
1979
State of New York Aa l!t Mihulka
County of New York r �,:
r,r,,,,., President
On ihis tenth day of Octobcr 2024. before me a Notary Pubbic of the Stale ofNew York, in and fur the County of New York. duly commissioned and
qualified, came Paul Mihat ka. President. oI'SiriusPoint America Insurance Company, to me personally known to be the individual and officer described in. and who
executed the preceding instrumcni, and acknowledged the execution of the same, and being by me duty sworn, deposed and said that he is the officer of the said
Company aforesaid. and that the seal affixed to the preceding instrument is the Corporate Scal of said Compmiy. and the said Corporate seal and his signalure a%
officer were duly alf ixed and subscribed to the said instrument by the authority and direction of the said Company. referred to in the preceding instrument is now in
force.
IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my official seal.
SU5►N Hs5COCK
rotary Public . State or Hew York
NO. 01HI6444797 Notary Public
Qvatitied in itichmond County
My Co�gm+S5ion Exvires Dec s, 2426 My Commission expires &C- g omgto
STATE OF New York
COUNTY OF New York
1. Paul Mihulka. President of SiriusPoinI America insurancc Company, a New York corporation. do hereby certify lhaI the above and foregoing is
a full, true and correct copy of Power of Attorney, is still in full force and effect and has not been revoked.
IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company. on the 17th day of December , 20 24
`Cps i�VSGk..
0 sr- f x
4, 1471) ,� ``: Paul >4lilutlka
y :" President
.r.r�„� �,.r•,,..•
IMPORTANT NOTICE -TEXAS
This bond has been issued by one of the North American Casualty Group and/or SiriusPoint America
Insurance Company insurance carriers listed below:
Continental Indemnity Company
Illinois Insurance Company
Pennsylvania Insurance Company
California Insurance Company
SiriusPoint America Insurance Company
To obtain information or make a complaint:
You may call the insurance carrier's toll -free telephone number for information or to make a
complaint at:
(877) 234-4420
Please send all notices of claim on this bond to:
Applied Surety Underwriters - Surety Claims
10805 Old Mill Road
Omaha, NE 68154
Phone: (877) 234-4420
Fax: (877) 234-4425
You may contact the Texas Department of Insurance to obtain information on companies, coverages,
rights or complaints at:
1-800-252-3439
You may write the Texas Department of insurance at:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: httD://www.tdi.state.tx.us
E-mail: Cons um erProtectio n(&td i. state. tx. us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you should contact your agent
or Applied Surety Underwriters first. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the attached document
and is given to comply with Texas legal and regulatory requirements.
A5-1001 o-NAC
(05-2022)
SUBCONTRACT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
PERFORMANCE Hartford, Connecticut 06183
BOND
Bond No.: 106802801
KNOW ALL BY THESE PRESENTS, That we, Rangeline Utility Services, LLC DBA RUTS Construction, LLC,
called the Principal, andTravelers Casualty and Surety Company of America, a Connecticut corporation, called
the Surety, are held and firmly bound unto Rockport Construcion Group,LLC, called the Obligee, in the sum of
One Hundred Sixty Five Thousand Dollars ($165,000.00) for the payment whereof said Principal and Surety bind
themselves, jointly and severally, as provided herein.
WHEREAS, the Principal has entered into a subcontract with the Obligee, dated October 231d, 2024, for Envision
Imaging ("Subcontract").
NOW, THEREFORE, the condition of this obligation is such that if the Principal shall perform the Construction
Work to be done under the Subcontract, then this obligation shall be null and void; otherwise to remain in full
force and effect. The Surety's obligations hereunder shall not arise unless Principal is in default under the
Subcontract for failing to perform the Construction Work, and has been declared by Obligee to be in default
under the Subcontract for failing to perform the Construction Work; and Obligee has performed its obligations
under the Subcontract. In such event, Surety shall have a reasonable period of time:
1. Upon entering into an acceptable written takeover agreement with Obligee, undertake to
perform and complete the Construction Work to be done under the Subcontract; or
2. Obtain bids or negotiated proposals from qualified contractors for a contract for completion of
the Construction Work to be done under the Subcontract, arrange for a contract to be prepared for execution by
the Obligee and the contractor, to be secured with performance and payment bonds executed by a qualified
surety; or
3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1 and 2
above, and with reasonable promptness under the circumstances: (a) After investigation, determine the amount
for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender
payment therefor to the Obligee; or (b) Deny liability in whole or in part and notify the Obligee citing reasons
therefor.
4. The Subcontract balance, as defined below, shall be credited against the reasonable cost of
completing the Construction Work to be performed under the Subcontract. If completed by the Obligee pursuant
to paragraphs 2 or 3 above, and the reasonable cost exceeds the Subcontract balance, the Surety shall pay to
the Obligee such excess, but in no event shall the aggregate liability of the Surety exceed the amount of this
bond. if the Surety completes the work pursuant to paragraph 1 above, that portion of the Subcontract balance
as may be required to complete the Construction Work to be done under the Subcontract and to reimburse the
Surety for its outlays shall be paid to the Surety at the times and in the manner as said sums would have been
payable to Principal had there been no default under the Subcontract; provided, however, that to the extent that
the Surety's outlays exceed the Subcontract balance paid to Surety by Obligee, the Surety shall be entitled to a
dollar for dollar reduction of its liability under this bond, and the Surety's aggregate liability shall not exceed the
penal sum of this bond. The term "Subcontract balance," as used herein shall mean the total amount payable by
Obligee under the Subcontract and any amendments thereto, less the amounts heretofore properly paid by
Obligee to the Principal under the Subcontract. The term "Construction Work" as used herein shall mean the
providing of all labor and/or material necessary to complete Principal's scope of work under the Subcontract.
Notwithstanding any language in the Subcontract to the contrary, the Subcontract balance shall not be reduced
or set off on account of any obligation, contractual or otherwise, except the reasonable construction cost incurred
in completing the Construction Work.
Subcontract Performance Bond — Page 1 of 2
5. Any suit by the Obligee under this bond must be instituted before the earlier of. (a) the expiration
of one year from the date of substantial completion of the Construction Work, or (b) one year after the Principal
ceased performing the Construction Work under the Subcontract, excluding warranty claims. If the limitation set
forth in this bond is void or prohibited by law, the minimum period of limitation available to sureties as a defense
in the jurisdiction of the suit shall be applicable, and said period of limitation shall be deemed to have accrued
and shall commence to run no later than (y) the date of substantial completion of the Construction Work or (z)
the date the Principal ceased performing Construction Work, excluding warranty work, whichever occurs first.
6. No suit or action shall be commenced hereunder other than in a court of competent jurisdiction
in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in
the United States District Court for the district in which the project, or any part thereof, is situated, and not
elsewhere.
Signed this 29th day of October, 202024.
Rangeline Utility Services, LLC DBA RUTS Construction,
LLC
(Principal)
By:
O,VN(i s CavinOpt 91�
eq aewc r
Trave ers asualty and: Surety Company of America
By: r
Kenneth L. Nitsche
Attorney -in -Fact
Subcontract Performance Bond — Page 2 of 2
SUBCONTRACT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
PAYMENT BOND Hartford, Connecticut 06183
(Private Work)
Band No.: 106802801
KNOW ALL BY THESE PRESENTS, That we, Rangeline Utility Services, LLC DBA RUTS Construction, LLC,
called the Principal, andTravelers Casualty and Surety Company of America, a Connecticut corporation, called
the Surety, are held and firmly bound unto Rockport Construcion Group,LLC, called the Obligee, in the sum of
One Hundred Sixty Five Thousand U.S. Dollars ($165,000.00) for the payment whereof said Principal and
Surety bind themselves, jointly and severally, as provided herein.
WHEREAS, the Principal has entered into a subcontract with the Obligee, dated _October 23rd,
2024 for Envision Imaging ("Subcontract").
NOW, THEREFORE, if the Principal shall promptly make payment to all Claimants as hereinafter defined for all
labor and material used, consumed and incorporated in the performance of the construction work under the
Subcontract, then this obligation shall be void; otherwise to remain in full force and effect, subject, however, to
the following conditions:
1. A Claimant is defined as one other than the Obligee having both: (a) a contract with the Principal
or with a direct subcontractor of the Principal to supply labor and/or materials and said labor and/or materials are
actually used, consumed or incorporated in the performance of the construction work under the Subcontract; and
(b) an enforceable lien against the property improved under the Subcontract for labor and/or materials used,
consumed or incorporated in the performance of the construction work under the Subcontract.
2. The above -named Principal and Surety hereby jointly and severally agree with the Obligee that
every Claimant as herein defined who has not been paid in full before the expiration of a period of ninety (90)
days after the later of: (a) the date on which the last of such Claimant's work or labor was done or performed or
materials were furnished by such Claimant, or (b) the date the Claimant filed an enforceable lien, may bring suit
on this bond, prosecute the suit to final judgment for the amount due under Claimant's contract for the labor
and/or materials supplied by the Claimant which were used, consumed or incorporated in the performance of the
construction work, and have execution thereon. The Obligee shall not be liable for the payment of any costs or
expenses of any such suit.
3. No suit or action shall be commenced hereunder by any Claimant:
a. After the expiration of one (1) year after the day on which the Claimant last supplied the
labor and/or materials for which the claim is made. If this limitation is void or prohibited by law, then the
minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be
applicable, and said period of limitation shall be deemed to have accrued and shall commence to run on the
day the Claimant last supplied the labor and/or materials for which the claim is made, and said period of
limitation shall be deemed to have accrued and shall commence to run on the day the Claimant last
supplied the labor and/or materials for which the claim is made; and
b. Other than in a state court of competent jurisdiction in the county or other political
subdivision of the state in which the project, or any part thereof, is situated, or in the United States District
Court for the district in which the project, or any part thereof, is situated, and not elsewhere.
4. The amount of this Mond shall be reduced by and to the extent of any payment or payments
made in good faith hereunder. The Surety's liability hereunder is limited, singly, or in the aggregate, to the penal
sum of the bond set forth herein.
Signed this 29th day of October, 2024.
Rangeline Utility Services, LLC DBA RUTS Construction,
LLC
(Principal)
By:
Ghr:s a►1++�.�1
e�Travelers asualty and Surety Company of America
By: _40&r ' ` 0�
Kenneth L. Nitsche, Attorney -in -Fact
AW
TRAVELER5J
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint KENNETH L NITSCHE of
GIDDINGS , Texas , their true and lawful Attorneys} -in -Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
w
-�,:,OvAfy, I
3 r
il�CS1lIV. �{p'� CORN.
N+
State of Connecticut
City of Hartford ss.
By:
Robert L. Rane , enior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal
My Commission expires the 30th day of dune, 2026
rU.--
This
MiAnna P. Nowiis, Notary Public
Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
i, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 29th day of October , 2024
IE
�h555►�Oi1Q �i "T WwTfOR6. +" � C�OGF�R'
1 [ Wri'+ CONN. MAL
fS F
Kevin EE. Hughes. Assistant Secretary
To verify the authenticity of this Power of Attorney, please call as at I-800-42I -3880
Pleaso refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached
This
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
i, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 29th day of October , 2024
IE
�h555►�Oi1Q �i "T WwTfOR6. +" � C�OGF�R'
1 [ Wri'+ CONN. MAL
fS F
Kevin EE. Hughes. Assistant Secretary
To verify the authenticity of this Power of Attorney, please call as at I-800-42I -3880
Pleaso refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached
MAINTENANCE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
BOND Hartford, Connecticut 06183
Bond No.: 106802801
KNOWN ALL BY THESE PRESENTS: That we Rangeline Utility Services LLC DBA RUTS
Construction, LLC as Principal, and Travelers Casualty and Surety Company of America, a
corporation organized and existing under the Laws of the State of Connecticut, Surety are
held and firmly bound unto Rockport Construction Group, LLC as Obligee, in the total sum of
One Hundred Sixty Five Thousand U.S. Dollars ($165,000.00) for the payment whereof said
Principal and Surety bind themselves, jointly and severally, as provided herein.
WHEREAS, the Principal entered into a contract with the Obligee dated October 23rd, 2024
for Envision Imaging Center: Installation of 500' of 8" PVC Line and Water Services, along
w16" Sewer ("Work").
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
Principal shall maintain and remedy said Work free from defects in materials and
workmanship for a period of Two year(s) following substantial completion of the Work (the
"Maintenance Period"), then this obligation shall be void; otherwise it shall remain in full force
and effect.
PROVIDED, HOWEVER, that any suit under this bond shall be commenced no later than
one (1) year from the expiration date of the Maintenance Period; provided, however, that if
this limitation is prohibited by any law controlling the construction hereof, such limitation shall
be deemed to be amended so as to be equal to the minimum period of limitation permitted by
such law, and said period of limitation shall be deemed to have accrued and shall commence
to run on the expiration date of the Maintenance Period.
Signed this 7th day of November, 2024.
(Principal)
By:
CWpbQL( We� ()ptfo, EOM OU)'C-P-r
Travelers Casualty and Surety Company of America
By: 4 • �—a
Kenneth L. Nitsche, Attorney -in -Fact
Travelers Casualty and Surety Company of America
.A Travelers Casualty and Surety Company
TRAVELERS .J St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make. constitute and appoint KEN NETH L NITSCHE of
GIDDINGS , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute. seal and
acknowledge any and all bonds, recognizances. conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April.
2021.
Sri.
�• •�
�titRiF0i8,ti � wY NARTFpFiC. = � C7C3i��
State of Connecticut
City of Hartford ss.
Jf
By:
Robert L. Raney�'Senior Vice President
On this the 21st day of April, 2021. before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF. 1 hereunto set my hand and official seal
My Commission expires the 30th day of June. 2026
•'.
a�' i.0 }A RV
d • ++lx { t
r r
i��4 ���
Yr
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President. any Vice Chairman, any Executive Vice President, any Senior Vice President. any Vice
President, any Second Vice President. the Treasurer, any Assistant Treasurer. the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her: and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is fited in the office of the Secretary: and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President. any Vice Chairman, any Executive
Vice President. any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary:
or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed In his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is
FURTHER RESOLVED, that the signature of each of the following officers: President. any Executive Vice President, any Senior Vice President.
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and Correct copy of the Power of Attorney executed by said Companies. which remains in full force and effect.
pared f':is tilt day of November , 2024
`7 °Y MAlif:9fb. " C74^Ja i
UAL
rr t�
Kevin E. Hughes. Assistant Secretary
ro verify the authenticity of this Power ofA(torn ey, please call us at 1 -900-421 -3880.
Please rct er to the above -named Attorneys) -in -Fart and the details of the bond to which this Po wer ofA ttorney is attached.
--
REYNOLDS ASPHALT AND CONSTRUCTION COMPANY
PAVING IMPROVEMENTS
006213-1
PERFORMANCE BOND
Page 1 of 3
1 SECTION 00 62 13
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Revnolds Asphalt & Construction Comnanv, , known as "Principal" herein and
9 Colonial American Casualtv and Suretv Comnanv, , 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, The Lee Anderson Family I. Limited
12 Partnership, authorized to do business in Texas ("Developer") and the City of Fort Worth, a
13 Texas municipal corporation ("City"), in the penal sum of, Sixtv-Two Thousand, Twentv-Three
14 Dollars & Fifty Cents, ($62,023.50), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas for the payment of which sum well and truly to be made jointly unto the
16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators,
17 successors and assigns, jointly and severally, firmly by these presents.
18 WHEREAS, 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, CFA Number 23-0121;and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the 29th day of Februarv, 2024, which Contract is hereby referred to and made a part hereof for
23 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
24 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
25 provided for in said Contract designated as Envision Imaging Center.
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
27 shall faithfully perform it obligations under the Contract and shall in all respects duly and
28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
29 specifications, and contract documents therein referred to, and as well during any period of
30 extension of the Contract that may be granted on the part of the Developer and/or City, then this
31 obligation shall be and become null and void, otherwise to remain in full force and effect.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105019
Revised January 31, 2012
006213-2
PERFORMANCE BOND
Page 2 of 3
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
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
41
42
43
44
45
46
47
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.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 29th day of March, 2024.
General Contractor:
Rockport Construction Group, LLC PRINCIPAL:
REYNOLDS ASPHALT &
CONSTRUCTION COMPANY
Donald Lotz, President BY. fiek A)4
8400 Belleview Drive, #140, Plano TX 75024
Signature
ATTEST:
Ned Tankersley, Vice President
(Prin ' a) SecretaryName and Title
Address: P.O. Box 370
Euless, TX 76039
Witness as to Principal
SURETY:
COLONIAL AMERICAN CASUALTY
AND SU _'Y COMPANY
BY: A,
Signat e
Charles D. Sweeney, Attorney -in -Fact
Name and Title
Address: 15303 Dallas Pkwy., Suite 800
Addison, Texas 75001
CLtLJ
Witness as to Surety Telephone Number: 972-774-2221
*Note: If signed by an officer of the Surety Company, there 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
ENVISION IMAGING CENTER
City Project No. 105019
006213-3
PERFORMANCE BOND
Page 3 of 3
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105019
Revised January 31, 2012
006214-1
PAYMENTBOND
Page 1 of 2
1
SECTION 00 62 14
2
PAYMENT BOND
3
4 THE STATE OF TEXAS
§
5
§ KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT
§
7
8 That we, Revnolds Asphalt & Construction Companv, known as "Principal" herein, and
9 Colonial American Casualtv and Suretv Comnanv. a corporate surety ( or sureties if more than
10 one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
11 or more), are held and firmly bound unto the Developer, The Lee Anderson Family I. Limited
12 Partnership , authorized to do business in Texas "(Developer"), and the City of Fort Worth, a
13 Texas municipal corporation ("City"), in the penal sum of Sixtv-Two Thousand. Twentv-Three
14 Dollars & Fifty Cents. ($62.023.50), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the
16 Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators,
17 successors and assigns, jointly and severally, firmly by these presents:
18 WHEREAS, 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, CIA Number 23-0121;and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the 29th day of Februarv, 2024, which Contract is hereby referred to and made a part
23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and
24 other accessories as defined by law, in the prosecution of the Work as provided for in said
25 Contract and designated as Envision Imaging Center.
26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
30 force and effect.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31, 2012
006214-2
PAYMENTBOND
Page 2 of 2
1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions 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 29th day of March, 2024.
General Contractor:
6 Rockport Construction Group, LLC
PRINCIPAL:
Donald Lotz, President REYNOLDS ASPHALT &
CONSTRUCTION COMPANY
8400 Belleview Drive, #140, Plano TX 75024
ATTEST: BY: a -
Signature
Z)ip
Ned Tankersley, Vice President
(PriSecretary Name and Title
Address: P.O. Box 370
A0410� Euless. TX 76039
Witness as to Principal
7
8
9
10
11
12
13
14
ATTEST:
(Surety) Secretary
cw-44fi ' "—
Witness as to Surety
SURETY:
COLONIAL AMERICAN CASUALTY
AND SURETY COMP/ANY
BY: C4, 4 1,17 14,
I!
Signature 7
Charles D. Sweeney, Attorney -in -Fact
Name and Title
Address: 15303 Dallas Pkwy., Suite 800
Addison, Texas 75001
Telephone Number: 972-774-2221
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.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31, 2012
0062 19- 1
MAINTENANCE BOND
Page i of 3
Bond No. MNT7671862
��p3!
1 SECTION 00 62 19
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Rev noIds Asnhalt & Construction CQ_rnDarn known as "Principal" herein
9 and Colonial American Casualtv and Suretv CompanN , a corporate surety (sureties, if
10 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein
1 1 (whether one or more), are held and firmly bound unto the Developer, The Lee Anderson Family
12 1. Limited Partnership, authorized to do business in Texas ("Developer") and the City of Foil
13 Worth, a Texas municipal corporation ("City"), in the sum of Sixtt!-Two Thousand. Twenty-
14 Three Dollars & Fiftv Cents ($62.023.50) lawful money of the United States, to be paid in Fort
15 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the
16 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs,
17 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
18
19 WHEREAS, Developer and City have entered 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 23-0121 and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer
23 awarded the 29`h day of February , 20 24 , which Contract is hereby referred to
24 and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
25 equipment labor and other accessories as defined by law, in the prosecution of the Work,
26 including any Work resulting from a duly authorized Change Order (collectively herein, the
27 "Work') as provided for in said Contract and designated as Envision Imaeing Center; and
28
29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
30 accordance with the plans, specifications and Contract Documents that the Work is and will
31 remain free from defects in materials or workmanship for and during the period of two (2) years
32 after the date of Final Acceptance of the Work by the City ("Maintenance Period`); and
33
CITY OF FORT WORTH Envision Imaeine Center
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No, 105019
Revised .lanuary 31 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
006219.2
MAIN'FLNANC'E BOND
Paee 2 oF3
Bond No. MNT7671862
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, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed with 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 Court 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 FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised .lamiany 31. 2012
Envision hnaeine Center
Cite Project No. 105019
2
3
4
6
7
5
y
I R'1
II
12
13
1.4
15
1�
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
006219-3
MAINTENANCE 13OND
Pape 3 of 3
Bond No. MNT7671862
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 15t1i day of March . 20 24
General Contractor:
Rockport Construction Group, LLC
8400 Belleveiw Drive, Suite #140
Plano, TX 75024
BY: Donald Lotz
Title: President
Date: 04/22/2024
ATTEST: j
�.
(Principw Secretary
Witness as to Principal
ATTEST:
(Surety) Secretary Dawn E. Brown
ALL!
Witnes#,s Surety Elizabeth Gra
PRINCIPAL:
REYNOLDS ASPHALT & _
CONSTRUCTION COMPANY
BY:
Signature
Ned Tankerslev, Vice President _
Name and Title
Address: P.O. Box 370
Euless. Texas 76039
SURETY:
COLONIAL AMERICAN CASUALTY
AND SURETY COMPANY BY: ' l�'OeX&
Signatu
Charles D. Sweeney. Attornev-in-Fact
Name and Title
Address: 15303 Dallas Pkwv, Suite 800
Addison. Texas 75001
Telephone Number: 972-774-2221
`Note: if signed by an officer of the Surety Company, there 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised .Ianuary 31- 2012
Envision Imaging Center
City Project No 105019
Texas Important Notice
Ikyd:101Ar_1kq111ski 191111[y0
To obtain information or make a complaint:
You may call Zurich North America's toll -free telephone
number for information or to make a complaint at:
1-800-382-2150
You may contact the Texas Department of Insurance to
obtain information on companies, coverages, rights, or
complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the company first. If
the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
AVISO IMPORTANTE
Para obtener informaci6n o para presentar una queja:
Usted puede Ilamar al numeeo de telefono gratuito de
Zurich North America's para obtener informaci6n o para
presentar una queja al:
1-800-382-2150
Usted puede comunicarse con el Departamento de Se-
guros de Texas para obtener informaci6n sobre com-
par5ias, coberturas, derechos, o quejas al:
1-800-252-3439
Usted puede escribir al Departamento
de Seguros de Texas a:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Sitio web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS POR PRIMAS DE SEGUROS O
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro
o con una reclamaci6n, usted debe comunicarse con la
compania primero. Si la disputa no es resuelta, usted
puede comunicarse con el Departamento de Seguros de
Texas.
ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es
solamente para prop6sitos informativos y no se con-
vierte en parte o en condici6n del documento adjunto.
U-GU-296-E (06/15)
Page 1 of 1
ZURICH A:l'IERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALT) AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OP MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York. the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. a corporation of the State of Illinois. and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"). by
Robert D. Murray, Vice President. in pursuance of authority granted by Article V. Section 8. of the By -Laws of said Companies. which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof do hereby nominate, constitute,
and appoint Charles 1). SWEENEY, Elizabeth GRAY, Kyle IV. SWEENEY and N'lichael A. SWEENEY, all of Pt. North, Texas, its
true and lawful agent and Attorney -in -Fact. to make. execute. seal and deliver, for. and on its behalf as surety, and as its act and deed: any
and all bonds and undertakings, and the execution ofsuch bonds or undertakings in pursuance of these presents; shall be as binding upon
said Companies, as fully and amply. to all intents and purposes- as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York_ New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certifv that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies; and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND. this 27th day of November, A.D. 2019.
NM ins `y 1
t�4''�`pfrory'n`p�3 Ls4 n 096.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D..Nfurray
Vice President
Bv: Dmvn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 27th day of November, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland; duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies. to me personally knox%n to be the individuals and officers described in and who
executed the preceding instrument- and acknowledged the execution of same. and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn. Notary Public
My Commission Expires: July 9, 2023
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V. Section 8. Attorneys -in -Fact. The Chief'Executive Officer. the President; or any Executive Vice President or Vice President
may_ by written instrument under the attested corporate seal. appoint attorneys -in -fact with authority to execute bonds, policies.
recognizances. stipulations. undertakings. or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto: and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
L the undersigned: Secretary of the ZURICH AMERICAN INSURANCE COMPANY; the COLONIAL AMERICAN CASUALTY
AND SURETY COMPANY_ and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. do hereby certify that the foregoing
Power of Attorney is still in frill force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of the By -
Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof hearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 1 Oth day of May. 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President. Secretary. or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF. 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 15th day of March 2024
SEAL
By: Brian M. Hodges
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
ww%w.re ortsfclaimsin.,zurichna.com
800-626-4577
HURST ELECTRIC
ELECTRICAL/ STREET LIGHTING IMPROVEMENTS
006213-1
PERFORMANCE BOND
Page 1 of 3
1 SECTION 00 62 13
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Hurst Electric LP , known as "Principal" herein and The Hanover Insurance
9 Company , a corporate surety(sureties, if more than one) duly authorized to do business in the
10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto
11 the Developer, The Lee Anderson Family I. Limited Partnership, authorized to do business in
12 Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the
13 penal sum of, One Hundred Twenty Two Thousand Seven Hundred Eleven 00/100 Dollars
14 ($122,711.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas for the payment of which sum well and truly to be made jointly unto the Developer and the
16 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and
17 assigns, jointly and severally, firmly by these presents.
18 WHEREAS, 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, CFA Number 23-0121;and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the lit day of May, 2024, which Contract is hereby referred to and made a part hereof for all
23 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
24 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in
25 said Contract designated as Envision Imaging Center.
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
27 shall faithfully perform it obligations under the Contract and shall in all respects duly and
28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans,
29 specifications, and contract documents therein referred to, and as well during any period of
30 extension of the Contract that may be granted on the part of the Developer and/or City, then this
31 obligation shall be and become null and void, otherwise to remain in full force and effect.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105019
Revised January 31, 2012
006213-2
PERFORMANCE BOND
Page 2 of 3
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
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
41
42
43
44
45
46
47
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.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 1 st day of May, 2024.
General Contractor:
Rockport Construction Group, LLC PRINCIPAL:
Hurst Electric, LP
Donald Lotz, President
8400 Belleview Drive, #140, Plano TX 75024 B
ATTEST: Signature
vichaefefark Stacie Ritchey, VP
(Principal) Secretary Name and Title
Ed4A,c oto- Rojay
Witness as to Principal
Address: 229 W. Hurst Blvd.
Hurst, TX 76053
SURETY:
The Hanover Insurance Comnanv
BY: Wc� f3rotkw-v,w
Signature
Michele Brockman, Attorney -in -Fact
Name and Title
Address: 440 Lincoln Street
Worchestor MA 01615
Witne s Surety Telephone Number: (800) 608-8141
*Note: If signed by an officer of the Surety Company, there 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
ENVISION IMAGING CENTER
City Project No. 105019
006213-3
PERFORMANCE BOND
Page 3 of 3
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105019
Revised January 31, 2012
006214-1
PAYMENTBOND
Page 1 of 2
1 SECTION 00 62 14
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Hurst Electric LP, known as "Principal" herein, and The Hanover Insurance
9 Company, a corporate surety ( or sureties if more than one), duly authorized to do business in the
10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto
l l the Developer, The Lee Anderson Family I. Limited Partnership , authorized to do business in
12 Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"), in the
13 penal sum of one hundred twenty two thousand seven hundred eleven 00/100
14 Dollars ($122,711.00), lawful money of the United States, to be paid in Fort Worth, Tarrant
15 County, Texas, for the payment of which sum well and truly be made jointly unto the Developer
16 and the City as dual obligees, we bind ourselves, our heirs, executors, administrators,
17 successors and assigns, jointly and severally, firmly by these presents:
18 WHEREAS, 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, CFA Number 23-0121;and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the lst day of May, 2024, which Contract is hereby referred to and made a part hereof for
23 all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other
24 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and
25 designated as Envision Imaging Center.
26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
30 force and effect.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31, 2012
006213-2
PERFORMANCE BOND
Page 2 of 3
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
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
41
42
43
44
45
46
47
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.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 1 st day of May, 2024.
General Contractor:
Rockport Construction Group, LLC PRINCIPAL:
Hurst Electric, LP
Donald Lotz, President
8400 Belleview Drive, #140, Plano TX 75024 B
ATTEST: Signature
vichaefefark Stacie Ritchey, VP
(Principal) Secretary Name and Title
Ed4A,c oto- Rojay
Witness as to Principal
Address: 229 W. Hurst Blvd.
Hurst, TX 76053
SURETY:
The Hanover Insurance Comnanv
BY: Wc� f3rotkw-v,w
Signature
Michele Brockman, Attorney -in -Fact
Name and Title
Address: 440 Lincoln Street
Worchestor MA 01615
Witne s Surety Telephone Number: (800) 608-8141
*Note: If signed by an officer of the Surety Company, there 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.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
ENVISION IMAGING CENTER
City Project No. 105019
Bond Number: 1093096
006219-1
MAINTENANCE BOND
Page 1 of 3
1 SECTION 00 62 19
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, Hurst Electric LP, known as "Principal" herein and The Hanover Insurance
9 Comaanv, a corporate surety (sureties, if more than one) duly authorized to do business in the
10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto
11 the Developer, The Lee Anderson Family I. Limited Partnership, authorized to do business in
12 Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City"), in the
13 sum of One Hundred Twenty Two Thousand Seven Hundred Eleven 00/100 Dollars
14 ($122,711.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas, for payment of which sum well and truly be made jointly unto the Developer and the City
16 as dual obligees and their successors, we bind ourselves, our heirs, executors, administrators,
17 successors and assigns, jointly and severally, firmly by these presents.
18
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
21 CFA Number 23-0121;and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer
23 awarded the 1 st day of May, 2024, which Contract is hereby referred to and a made part hereof
24 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
25 accessories as defined by law, in the prosecution of the Work, including any Work resulting from
26 a duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract
27 and designated as Envision Imaging Center; and
28
29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
30 accordance with the plans, specifications and Contract Documents that the Work is and will
31 remain free from defects in materials or workmanship for and during the period of two (2) years
32 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
33
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31, 2012
Bond Number: 1093096
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
006219-2
MAINTENANCE BOND
Page 2 of 3
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, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed with 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 Court 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 FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31, 2012
Bond Number: 1093096
006219-3
MAINTENANCE 13OND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
e�7 ,,/�
2 instrument by duly authorized agents and officers on this the rI day of iJ 1L(i%
3 , 20�. f
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
General Contractor:
Rockport Construction Group, LLC
8400 Belleveiw Drive, Suite #140
Plano, TX 75024
BY:: Donald Lotz
—J,"
412_1
Title: President
Date: 05/02/2024
ATTEST:
(Principal) Secretary
Witness as to Principal
PRINCIPAL:
�u,,t rpt ire L 0
B —
Signature
Name and Title
Address: 4A9 14'a VS
SURETY: _
i4-�il�Di�e� .��t b'Q�Nev C��vu�[t►�c�
BY.
Signature
IM
AI -TEST: blame and Title to
_ Address: /1CrG1k)gf�sj
(Surety) Secretary S pn—
Witness as to Surety Telephone Number(_ ON — 14(
37 `Note: If signed by an officer of the Surety Company, there inust 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 shall not be prior to the date the Contract is awarded.
42
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 105019
Revised January 31, 2012
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWER OFATTORNEY
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
extant herein stated -
KNOW ALL PERSONS BY THESE PRESENTS:
That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing underthe
laws of tha State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AM ERICA, a corporation organized and existing under the laws of the State of
Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint,
Lynn Dockins, Michele Brockman, Suzanne Van Meter andIor Brett Atwell
Of Insurica of Plano, TX each individually, it there be mare than one named, as its true and lawful attorneys) -in -fact to sign, execute. seal, acknowledge and
deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recog n izan ces, undertakings, or other surety
Obligations. The execution of such surety bonds, recognizanGos, undertakings or surety obligations, In pursuance of these presents, shall be as binding upon the
Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this
power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any
limitation stated below:
Any such obligations in the United States, not to exceed Thirty Million and Noll00 ($30,000,0001 in any single instanco
That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Cam pany, and said Resolutions
remain in full force and effect:
RESOLVED: That the President or any Vice President, in conjunction with any Vice President. be and they hereby are authorized and empowered to
appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds,
recognizances. contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the
Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and
acknowledged by the regularly elected offlcars of the Company In their own proper persons.
RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and
executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Campany to the same extent
as if all signatures therein were manually affixed, even though ane or me re of any such signatures thereon may be facsimile. (Adopted October7, 1981—
The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — C itizens Insurance
Company of America and affirmed by each Company on March 24, 2014)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY. MASSACHUSETTS BAY INSURANCE COMPANYand CITIZENS INSURANCE COMPANY
OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 151 day of April, 2024
lhr ll--, 1,:x jncr t—up—,
�ttcwrhuctns Ra} IRLMraMCC
Company
Citizens Insurance Company of ,Americs
4wm 4 40-m-iA
Jl!r H. Kawiecki, Vice President
STATE OF CONNECTICUT }
COUNTY OF HARTFORD
lh. Il.aawcr bs ul.m, Lmnyali�
arhutem. FUy In<onact Campany
CAk es Insurance Company 0fAmtrk>a
Ilan M. Mandoxa, Vice President
On this II day of April, 2024 before me came the above named Executive Vice President and Vice President of The Hanover Insurance Company, Massachusetts
Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and
acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance
Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duty affixed and
subscribed to said Instrument by the authority and direction of said Corporatlans.
T Wendy Latoumes
NOtary Pubic, State of Connecticut
Idly Corrwrxsslon Expires July 31. 2025
yglndy Latou eTtssiu
�31,2025
My commisst rty
I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Hay Insurance Company and Citizens Insurance Company of America,
hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies. and do hereby further certity
that the said Powers of Attorney are still In force and effect.
GIVEN under my hand and the seats of said Companies, at Worcester, Massachusetts, this _ I S"� day of _ �&�_CIO
lohn
■nr lofrlranrt ompac u �r Ins any
CERTIFIED COPY n [e Rowt+idcr, Vicc Prctiidcai
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART
as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement,
then that other endorsement controls with respect to such provision, and the changes made by this endorsement with
respect to such provision do not apply.
TABLE OF CONTENTS
1. Additional Insureds
2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance
3. Bodily Injury- Expanded Definition
4. Broad Knowledge of Occurrence/ Notice of Occurrence
5. Broad Named Insured
6. Broadened Liability Coverage For Damage To Your Product And Your Work
7. Contractual Liability - Railroads
8. Electronic Data Liability
9. Estates, Legal Representatives and Spouses
10. Expected Or Intended Injury - Exception for Reasonable Force
11. General Aggregate Limits of Insurance - Per Project
12. In Rem Actions
13. Incidental Health Care Malpractice Coverage
14. Joint Ventures/Partnership/Limited Liability Companies
15. Legal Liability - Damage To Premises / Alienated Premises / Property In The Named Insured's Care,
Custody or Control
16. Liquor Liability
17. Medical Payments
18. Non -owned Aircraft Coverage
19. Non -owned Watercraft
20. Personal And Advertising Injury - Discrimination or Humiliation
21. Personal And Advertising Injury - Contractual Liability
22. Property Damage - Elevators
23. Supplementary Payments
24. Unintentional Failure To Disclose Hazards
25. Waiver of Subrogation - Blanket
26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs
CNA74705XX (1-15) Policy No: 7015112796
Page 1 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
1. ADDITIONAL INSUREDS
a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs
A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part
under a written contract or written agreement, provided such contract or agreement:
(1) is currently in effect or becomes effective during the term of this Coverage Part; and
(2) was executed prior to:
(a) the bodily injury or property damage; or
(b) the offense that caused the personal and advertising injury,
for which such additional insured seeks coverage.
b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer
will not provide such additional insured with:
(1) a higher limit of insurance than required by such contract or agreement; or
(2) coverage broader than required by such contract or agreement, and in no event broader than that described
by the applicable paragraph A. through H. below.
Any coverage granted by this endorsement shall apply only to the extent permissible by law.
A. Controlling Interest
Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or
organization's liability for bodily injury, property damage or personal and advertising injury arising out of:
1. such person or organization's financial control of a Named Insured; or
2. premises such person or organization owns, maintains or controls while a Named Insured leases or
occupies such premises;
provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or
demolition operations performed by, on behalf of, or for such additional insured.
B. Co-owner of Insured Premises
A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect
to such co -owner's liability for bodily injury, property damage or personal and advertising injury as co-owner
of such premises.
C. Lessor of Equipment
Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for
bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named
Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such
bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place
prior to the termination of such lease.
D. Lessor of Land
Any person or organization from whom a Named Insured leases land but bodily
injury, property damage or personal and advertising injury arising out
of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense
giving rise to such personal and advertising injury takes place prior to the termination of such lease. The
CNA74705XX (1-15) Policy No: 7015112796
Page 2 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
coverage granted by this paragraph does not apply to structural alterations, new construction or demolition
operations performed by, on behalf of, or for such additional insured.
E. Lessor of Premises
An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but
only with respect to liability for bodily injury, property damage or personal and advertising injury arising out
the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that
the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal
and advertising injury, takes place prior to the termination of such lease. The coverage granted by this
paragraph does not apply to structural alterations, new construction or demolition operations performed by, on
behalf of, or for such additional insured.
F. Mortgagee, Assignee or Receiver
A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's
liability for bodily injury, property damage or personal and advertising injury arising out Named
Insured's ownership, maintenance, or use of a premises by a Named Insured.
The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition
operations performed by, on behalf of, or for such additional insured.
G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits
A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but
only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily
injury, property damage or personal and advertising injury arising out of:
1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which
this insurance applies:
a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,
canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk
vaults, street banners, or decorations and similar exposures; or
b. the construction, erection, or removal of elevators; or
c. the ownership, maintenance or use of any elevators covered by this insurance; or
2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf.
The coverage granted by this paragraph does not apply to:
a. Bodily injury, property damage or personal and advertising injury arising out of operations performed
for the state or governmental agency or subdivision or political subdivision; or
b. Bodily injury or property damage included within the products -completed operations hazard.
With respect to this provision's requirement that additional insured status must be requested under a written
contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the
Named Insured to add the governmental entity as an additional insured.
H. Trade Show Event Lessor
1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer,
any person or organization whom the Named Insured is required to include as an additional insured, but only
with respect to such person or organization's liability for bodily injury, property damage or personal and
advertising injury caused by:
CNA74705XX (1-15) Policy No: 7015112796
Page 3 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
a. the Named Insured's acts or omissions; or
b. the acts or omissions of those acting on the Named Insured's behalf,
in the performance of the Named Insured's ongoing operations at the trade show event premises during the
trade show event.
2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within
the products -completed operations hazard.
2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE
The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to
add the following paragraph:
If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non-
contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not
seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own
insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding
anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess
of any other insurance available to such person or organization.
3. BODILY INJURY — EXPANDED DEFINITION
Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following:
Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock,
mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical
injury, sickness or disease.
4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE
Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended
to add the following provisions:
A. BROAD KNOWLEDGE OF OCCURRENCE
The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence,
offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a
partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the
above to give such notice.
B. NOTICE OF OCCURRENCE
The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give
the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's
reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However,
the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the
Named Insured is aware that this insurance may apply to such occurrence, offense or claim.
5. BROAD NAMED INSURED
WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following:
3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has
management control:
a. on the effective date of this Coverage Part; or
CNA74705XX (1-15) Policy No: 7015112796
Page 4 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
b. by reason of a Named Insured creating or acquiring the organization during the policy period,
qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary,
contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have
provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or
narrower than that provided by this insurance.
But this BROAD NAMED INSURED provision does not apply to:
(a) any partnership, limited liability company or joint venture; or
(b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part.
For the purpose of this provision, management control means:
A. owning interests representing more than 50% of the voting, appointment or designation power for the
selection of a majority of the Board of Directors of a corporation; or
B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or
sell property held by a trust.
4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance
does not apply to:
a. bodily injury or property damage that first occurred prior to the date of management control, or that first
occurs after management control ceases; nor
b. personal or advertising injury caused by an offense that first occurred prior to the date of management
control or that first occurs after management control ceases.
5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names
or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to
employ.
6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusions k. and I. and replace them with the following:
This insurance does not apply to:
k. Damage to Your Product
Property damage to your product arising out of it, or any part of it except when caused by or resulting from:
(1) fire;
(2) smoke;
(3) collapse; or
(4) explosion.
I. Damage to Your Work
Property damage to your work arising out of it, or any part of it and included in the products -completed
operations hazard.
This exclusion does not apply:
(1) If the damaged work, or the work out of which the damage arises, was performed on the Named
Insured's behalf by a subcontractor; or
CNA74705XX (1-15) Policy No: 7015112796
Page 5 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
(2) If the cause of loss to the damaged work arises as a result of:
(a) fire;
(b) smoke;
(c) collapse; or
(d) explosion.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising
out occurrence because of property damage to your product and your work that is caused by fire,
smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit
does not property damage to your work if the damaged work, or the work out of which the damage
arises, was performed on the Named Insured's behalf by a subcontractor.
C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not
an endorsement of the same name is attached to this policy.
7. CONTRACTUAL LIABILITY — RAILROADS
With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced
by the following:
Insured Contract means:
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 to premises while rented to a Named Insured or temporarily
occupied by a Named Insured with permission of the owner is not an insured contract;
b. A sidetrack agreement;
c. Any easement or license agreement;
d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a
municipality;
e. An elevator maintenance agreement;
f. That part of any other contract or agreement pertaining to the Named Insured's business (including an
indemnification of a municipality in connection with work performed for a municipality) under which the Named
Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person
or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or
agreement.
Paragraph f. does not include that part of any contract or agreement:
(1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of:
(a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,
field orders, change orders or drawings and specifications; or
(b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or
damage;
(2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage
arising out of the insured's rendering or failure to render professional services, including those listed in (1)
above and supervisory, inspection, architectural or engineering activities.
8. ELECTRONIC DATA LIABILITY
CNA74705XX (1-15) Policy No: 7015112796
Page 6 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following:
This insurance does not apply to:
p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability
Damages arising out of:
(1) any access to or disclosure of any person's or organization's confidential or personal information,
including patents, trade secrets, processing methods, customer lists, financial information, credit card
information, health information or any other type of nonpublic information; or
(2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate
electronic data that does not result from physical injury to tangible property.
However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily
injury.
This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses,
forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named
Insured or others arising out of that which is described in Paragraph (1) or (2) above.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of
any one occurrence because of property damage that results from physical injury to tangible property and
arises out of electronic data.
C. The following definition is added to DEFINITIONS:
Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or
from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes,
drives, cells, data processing devices or any other media which are used with electronically controlled equipment.
D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of
property damage in DEFINITIONS is replaced by the following:
0
Property damage means:
a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use
shall be deemed to occur at the time of the physical injury that caused it;
0
0
b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at
the time of the occurrence that caused it; or
c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate
electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be
deemed to occur at the time of the occurrence that caused it.
For the purposes of this insurance, electronic data is not tangible property.
E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the
$100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that
higher limit.
9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES
The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this
policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for
CNA74705XX (1-15) Policy No: 7015112796
Page 7 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks
damages from marital community property, jointly held property or property transferred from such natural person
Insured t spouse. No coverage is provided for any act, error or omission of an estate, heir, legal
representative, or spouse outside the scope of such person's capacity or status as such, provided however that the
spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership
Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named
Insured's business.
10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following:
This insurance does not apply to:
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.
11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT
A. For each construction project away from premises the Named Insured owns or rents, a separate Construction
Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations,
is the most the Insurer will pay for the sum of:
1. All damages under Coverage A, except damages because of bodily injury or property damage included in
the products -completed operations hazard; and
2. All medical expenses under Coverage C,
that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction
project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the
Construction Project General Aggregate Limit of any other construction project.
B. All:
1. Damages under Coverage B, regardless of the number of locations or construction projects involved;
2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing
operations at a single construction project, except damages because of bodily injury or property damage
included in the products -completed operations hazard; and
3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing
operations at a single construction project,
will reduce the General Aggregate Limit shown in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for
Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit
or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be
attributed solely to ongoing operations at a particular construction project.
D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments
for damages because of bodily injury or property damage included in the products -completed operations
hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of
the number of projects involved.
CNA74705XX (1-15) Policy No: 7015112796
Page 8 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and
then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or
timetables, the project will still be deemed to be the same construction project.
F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as
stipulated.
12. IN REM ACTIONS
A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the
Named Insured, will be treated in the same manner as though the action were in personam against the Named
Insured.
13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE
Solely with respect to bodily injury that arises out of a health care incident:
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following:
b. This insurance applies to bodily injury provided that the professional health care services are incidental to
the Named Insured's primary business purpose, and only if:
(1) such bodily injury is caused by an occurrence that takes place in the coverage territory.
(2) the bodily injury first policy period. All bodily injury arising from an occurrence will
be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence;
and
B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to:
i. add the following to the Employers Liability exclusion:
This exclusion applies only if the bodily injury arising from a health care incident is covered by other
liability insurance available to the Insured (or which would have been available but
limits).
ii. delete the exclusion entitled Contractual Liability and replace it with the following:
This insurance does not apply to:
Contractual Liability
the Insured's actual or alleged liability under any oral or written contract or agreement, including but not
limited to express warranties or guarantees.
iii. add the following additional exclusions:
This insurance does not apply to:
Discrimination
any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on
an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual
orientation.
Dishonesty or Crime
Any actual or alleged dishonest, criminal or malicious act, error or omission.
Medicare/Medicaid Fraud
CNA74705XX (1-15) Policy No: 7015112796
Page 9 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state
or local governmental program.
Services Excluded by Endorsement
Any health care incident for which coverage is excluded by endorsement.
C. DEFINITIONS is amended to:
i. add the following definitions:
Health care incident means an act, error or omission by the Named Insured's employees or volunteer
workers in the rendering of:
a. professional health care services on behalf of the Named Insured or
b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received.
Professional health care services means any health care services or the related furnishing of food,
beverages, medical supplies or appliances by the following providers in their capacity as such but solely to
the extent they are duly licensed as required:
a. Physician;
b. Nurse;
c. Nurse practitioner;
d. Emergency medical technician;
e. Paramedic;
f. Dentist;
g. Physical therapist;
h. Psychologist;
i. Speech therapist;
j. Other allied health professional; or
Professional health care services does not include any services rendered in connection with human clinical
trials or product testing.
ii. delete the definition of occurrence and replace it with the following:
Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any
common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a
single occurrence;
iii. amend the definition of Insured to:
a. add the following:
the Named Insured's employees are Insureds with respect to:
(1) bodily injury to a co -employee while in the course of the co -employee's employment by the
Named Insured or while performing duties related to the conduct of the Named Insured's
business; and
CNA74705XX (1-15) Policy No: 7015112796
Page 10 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
(2) bodily injury to a volunteer worker while performing duties related to the conduct of the
Named Insured's business;
when such bodily injury arises out of a health care incident.
the Named Insured's volunteer workers are Insureds with respect to:
(1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the
Named Insured's business; and
(2) bodily injury to an employee while in the course of the employee's employment by the Named
Insured or while performing duties related to the conduct of the Named Insured's business;
when such bodily injury arises out of a health care incident.
b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED.
D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the
following:
Other Insurance
b. Excess Insurance
(1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer
instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased
specifically by the Named Insured to be excess of this coverage.
14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES
WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following:
No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or
limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured
was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited
liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to
its interest in such joint venture, partnership or limited liability company but only to the extent that:
a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the
personal and advertising injury arising out of such offense first occurred after such termination date;
b. the bodily injury or property damage first occurred after such termination date; and
c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or
limited liability company; and
If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up)
insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph
c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising
injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision
entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS.
Please see that provision for the definition of consolidated (wrap-up) insurance program.
15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED
INSURED'S CARE, CUSTODY OR CONTROL
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following:
This insurance does not apply to:
CNA74705XX (1-15) Policy No: 7015112796
Page 11 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
j. Damage to Property
Property damage to:
(1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you,
or any other person, organization or entity, for repair, replacement, enhancement, restoration or
maintenance of such property for any reason, including prevention of injury to a person or damage to
another's property;
(2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out
part of those premises;
(3) Property loaned to the Named Insured;
(4) Personal property in the care, custody or control of the Insured;
(5) That particular part of real property on which the Named Insured or any contractors or subcontractors
working directly or indirectly on the Named Insured's behalf are performing operations, if the property
damage arises out of those operations; or
(6) That particular part of any property that must be restored, repaired or replaced because your work was
incorrectly performed on it.
Paragraphs (1), and (4) of this exclusion do not apply to property damage (other than damage by fire) to
premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of
the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer
consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described
in LIMITS OF INSURANCE.
Paragraph (2) of this exclusion does not apply if the premises are your work.
Paragraphs (3), and (6) of this exclusion do not apply to liability assumed under a sidetrack
agreement.
Paragraph (6) of this exclusion does not apply to property damage included in the products -completed
operations hazard.
Paragraphs (3) and (4) of this exclusion do not apply to property damage to:
i. tools, or equipment the Named Insured borrows from others, nor
ii. other personal property of others in the Named Insured's care, custody or control while being used in the
Named Insured's operations away from any Named Insured's premises.
However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to:
a. property at a job site awaiting or during such property's installation, fabrication, or erection;
b. property that is mobile equipment leased by an Insured;
c. property that is an auto, aircraft or watercraft;
d. property in transit; or
e. any portion of property damage for which the Insured has available other valid and collectible
insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its
exclusions.
A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE
as amended below.
CNA74705XX (1-15) Policy No: 7015112796
Page 12 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete its last paragraph and replace it with the following:
Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or
temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of
premises rented to a Named Insured for a period of 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE.
C. The following paragraph is added to LIMITS OF INSURANCE:
Subject 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out
one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other
personal property of others in the Named Insured's care, custody or control, while being used in the Named
Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property
damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but
not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the
Named Insured will promptly reimburse the Insurer for any such amount.
D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by
the following:
6. Subject 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit
is the most the Insurer will pay under Coverage A for damages because of property damage to any one
premises while rented to the Named Insured or temporarily occupied by the Named Insured with the
permission of the owner, including contents of such premises rented to the Named Insured for a period of 7
or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of:
a. $500,000; or
b. The Damage To Premises Rented To You Limit shown in the Declarations.
E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following:
(ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by
the Named Insured with the permission of the owner; or for personal property of others in the Named
Insured's care, custody or control;
16. LIQUOR LIABILITY
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Liquor Liability.
This LIQUOR LIABILITY provision does not
additional insured on this Coverage Part.
17. MEDICAL PAYMENTS
A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the
following:
7. Subject 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the
Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury
sustained by any one person. The Medical Expense Limit is the greater of:
(1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or
(2) the amount shown in the Declarations for Medical Expense Limit.
CNA74705XX (1-15) Policy No: 7015112796
Page 13 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace
Paragraph 1.a.(3)(b) with the following:
(b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and
18. NON -OWNED AIRCRAFT
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended as follows:
The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following:
This exclusion does not apply to an aircraft not owned by any Named Insured, provided that:
1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United
States of America or Canada, designating that person as a commercial or airline transport pilot;
2. the aircraft is rented with a trained, paid crew to the Named Insured; and
3. the aircraft is not being used to carry persons or property for a charge.
19. NON -OWNED WATERCRAFT
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and
replace it with the following.
This exclusion does not apply to:
(2) a watercraft that is not owned by any Named Insured, provided the watercraft is:
(a) less than 75 feet long; and
(b) not being used to carry persons or property for a charge.
20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION
A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort:
Discrimination or humiliation that results in injury to the feelings or reputation of a natural person.
B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled
Exclusions is amended to:
1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following:
This insurance does not apply to:
Knowing Violation of Rights of Another
Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act
would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not
apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but
only if such discrimination or humiliation is not done intentionally by or at the direction of:
(a) the Named Insured; or
(b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a
limited liability company) of the Named Insured.
2. add the following exclusions:
CNA74705XX (1-15) Policy No: 7015112796
Page 14 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
This insurance does not apply to:
Employment Related Discrimination
Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past
employment or termination of employment of any person by any Insured.
Premises Related Discrimination
discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental,
lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured.
Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity
because of discrimination.
The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION
Provision does not apply to any person or organization whose status as an Insured derives solely from
Provision 1. ADDITIONAL INSURED of this endorsement; or
attachment of an additional insured endorsement to this Coverage Part.
This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to
any person or organization who otherwise qualifies as an additional insured on this Coverage Part.
21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY
A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Contractual Liability.
B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY -
CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled
SUPPLEMENTARY PAYMENTS — COVERAGES A AND B:
1. Paragraph 2.d. is replaced by the following:
d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit
are such that no conflict appears to exist between the interests of the Insured and the interests of the
m indemnitee;
2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following:
s
So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that
indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred
by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed
to be damages for personal and advertising injury and will not reduce the limits of insurance.
C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if
Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this
Coverage Part.
This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any
person or organization who otherwise qualifies as an additional insured on this Coverage Part.
22. PROPERTY DAMAGE —ELEVATORS
A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of
the Damage to Property Exclusion do not apply to property damage that results from the use of elevators.
CNA74705XX (1-15) Policy No: 7015112796
Page 15 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the
Other Insurance conditions is amended to add the following paragraph:
This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other
basis that is Property insurance covering property of others damaged from the use of elevators.
23. SUPPLEMENTARY PAYMENTS
The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows:
A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000.
limit; and
B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a
$1,000. limit.
24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named
Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure.
25. WAIVER OF SUBROGATION - BLANKET
Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to
add the following:
The Insurer waives any right of recovery the Insurer may have against any person or organization because of
payments the Insurer makes for injury or damage arising out of:
1. the Named Insured's ongoing operations; or
2. your work included in the products -completed operations hazard.
However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in
a written contract or written agreement, and only if such contract or agreement:
1. is in effect or becomes effective during the term of this Coverage Part; and
2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise t
claim.
26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS
Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any
construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up)
insurance program by applicable state statute or regulation.
If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary
endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance
Programs (C.C.I.P.) is attached, then the following changes apply:
A. The following wording is added to the above -referenced endorsement:
With respect to a consolidated (wrap-up) insurance program project Named Insured is or was
involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as
damages because of:
1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's
ongoing operations at the project, or during such operations of anyone acting on the Named Insured's
behalf; nor
CNA74705XX (1-15) Policy No: 7015112796
Page 16 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Contractors' General Liability Extension Endorsement
2. Bodily injury or property damage included within the products -completed operations hazard that arises
out of those portions of the project that are not residential structures.
B. Condition 4.Other Insurance is amended to add the following subparagraph 4.b.(1)(c):
This insurance is excess over:
(c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available
to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up)
insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up)
insurance program.
C. DEFINITIONS is amended to add the following definitions:
Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the
prime contractor/project manager or owner of the construction project has secured general liability insurance
covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled
Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.).
Residential structure means any structure where 30% or more of the square foot area is used or is intended to
be used for human residency, including but not limited to:
1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit
developments; and
2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs,
detached garages, guest houses or any similar structures).
However, when there is no individual ownership of units, residential structure does not include military housing,
college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also
does not include hospitals or prisons.
This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision
does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part.
All other terms and conditions of the Policy remain unchanged.
m
m
as
n
N
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect
on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and
expires concurrently with said Policy.
N
O
O
O
CNA74705XX (1-15) Policy No: 7015112796
Page 17 of 17 Endorsement No: 4
The Continental Insurance Co. Effective Date: 07/01/2024
Insured Name: HURST ELECTRIC LP
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
'C, 4A CNA PARAMOUNT
Blanket Additional Insured - Owners, Lessees or Contractors -
with Products -Completed Operations Coverage Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by
written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily
injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or
the acts or omissions of those acting on your behalf:
A. In the performance of your ongoing operations subject to such written contract; or
B. In the performance of your work subject to such written contract, but only with respect to bodily injury or
property damage included in the products -completed operations hazard, and only if:
1. The written contract requires you to provide the additional insured such coverage; and
2. This Coverage Part provides such coverage; and
C. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not
provide such additional insured with:
1. Coverage broader than what you are required to provide by the written contract; or
2. A higher limit of insurance than what you are required to provide by the written contract.
Any coverage granted by this Paragraph I. shall apply solely to the extent permissible by law.
II. If the written contract requires additional insured coverage under the 07-04 edition of CG2010 or CG2037, then
paragraph I. above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by
written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily
injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or
the acts or omissions of those acting on your behalf:
A. In the performance of your ongoing operations subject to such written contract; or
B. In the performance of your work subject to such written contract, but only with respect to bodily injury or
property damage included in the products -completed operations hazard, and only if:
1. The written contract requires you to provide the additional insured such coverage; and
2. This Coverage Part provides such coverage.
III. But if the written contract requires:
A. Additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10
01 edition of CG2037; or
B. Additional insured coverage with "arising out of" language;
then paragraph I. above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by
written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily
injury, property damage or personal and advertising injury arising out of your work that is subject to such written
contract.
CNA75079XX (3-22)
Page 1 of 3
The Continental
Insured Name: HURST
Insurance Co.
ELECTRIC LP
Policy No: 7015112796
Endorsement No: 9
Effective Date: 07/01/2024
Copyright CNA All Rights Reserved.
'C, 4A CNA PARAMOUNT
Blanket Additional Insured - Owners, Lessees or Contractors -
with Products -Completed Operations Coverage Endorsement
IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then
paragraph I. above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by
written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily
injury, property damage or personal and advertising injury arising out of your work that is subject to such written
contract.
V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property
damage, or personal and advertising injury arising out of:
A. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services,
including:
1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,
field orders, change orders or drawings and specifications; and
2. Supervisory, inspection, architectural or engineering activities; or
B. Any premises or work for which the additional insured is specifically listed as an additional insured on another
endorsement attached to this Coverage Part.
VI. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to
add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this Coverage
Part:
Primary and Noncontributory Insurance
With respect to other insurance available to the additional insured under which the additional insured is a named
insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written
contract requires the insurance provided by this policy to be:
1. Primary and non-contributing with other insurance available to the additional insured; or
2. Primary and to not seek contribution from any other insurance available to the additional insured.
But except as specified above, this insurance will be excess of all other insurance available to the additional insured.
VII. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended as follows:
The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of
the following:
Any additional insured pursuant to this endorsement will as soon as practicable:
1. Give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim;
2. Send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation,
defense, or settlement of the claim; and
3. Make available any other insurance, and endeavor to tender the defense and indemnity of any claim to any other
insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part.
However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.
does not apply to other insurance under which the additional insured is a named insured.
The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives
written notice of a claim from the additional insured.
CNA75079XX (3-22)
Page 2 of 3
The Continental
Insured Name: HURST
Insurance Co.
ELECTRIC LP
Policy No: 7015112796
Endorsement No: 9
Effective Date: 07/01/2024
Copyright CNA All Rights Reserved.
'C, 4A CNA PARAMOUNT
Blanket Additional Insured - Owners, Lessees or Contractors -
with Products -Completed Operations Coverage Endorsement
Vill. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to
add the following definition:
Written contract means a written contract or written agreement that requires you to make a person or organization an
additional insured on this Coverage Part, provided the contract or agreement:
A. Was executed prior to:
1. The bodily injury or property damage; or
2. The offense that caused the personal and advertising injury;
for which the additional insured seeks coverage; and
B. Is still in effect at the time of the bodily injury or property damage occurrence or personal and advertising
injury offense.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect
on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and
expires concurrently with said Policy.
CNA75079XX (3-22)
Page 3 of 3
The Continental
Insured Name: HURST
Insurance Co.
ELECTRIC LP
Policy No: 7015112796
Endorsement No: 9
Effective Date: 07/01/2024
Copyright CNA All Rights Reserved.
'C, 4A CNA PARAMOUNT
Changes - Notice of Cancellation or Material
Restriction Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
EMPLOYEE BENEFITS LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
STOP GAP LIABILITY COVERAGE PART
TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART
SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY — NEW YORK DEPARTMENT OF TRANSPORTATION
SCHEDULE
Number of days notice (other than for nonpayment of premium):
Number of days notice for nonpayment of premium:
Name of person or organization to whom notice will be sent:
Address: PER SCHEDULE ON FILE
PER SCHEDULE ON FILE
030
N/A
PER SCHEDULE ON FILE
XX 00000
If no entry appears above, the number of days notice for nonpayment of premium will be 10 days.
It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy
period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or
organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in
the above Schedule.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect
on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and
expires concurrently with said Policy.
CNA74702XX (1-15)
Page 1 of 1
The Continental Insurance Co.
Insured Name: HURST ELECTRIC LP
Policy No: 7015112796
Endorsement No: 31
Effective Date: 07/01/2024
Copyright CNA All Rights Reserved.
CNA Business Auto Policy
Policy Endorsement
1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
I. LIABILITY COVERAGE
A. Who Is An Insured
The following is added to Section II, Paragraph A.1., Who Is An Insured:
1. a. Any incorporated entity of which the Named Insured owns a majority of the voting stock on the
date of inception of this Coverage Form; provided that,
b. The insurance afforded by this provision A.1. does not apply to any such entity that is an
insured under any other liability "policy" providing auto coverage.
2. Any organization you newly acquire or form, other than a limited liability company, partnership or
joint venture, and over which you maintain majority ownership interest.
The insurance afforded by this provision A.2.:
a. Is effective on the acquisition or formation date, and is afforded only until the end of the policy
period of this Coverage Form, or the next anniversary of its inception date, whichever is earlier.
b. Does not apply to:
(1) Bodily injury or property damage caused by an accident that occurred before you acquired or
formed the organization; or
(2) Any such organization that is an insured under any other liability "policy" providing auto
coverage.
3. Any person or organization that you are required by a written contract to name as an additional
insured is an insured but only with respect to their legal liability for acts or omissions of a person,
who qualifies as an insured under SECTION II — WHO IS AN INSURED and for whom Liability
Coverage is afforded under this policy. If required by written contract, this insurance will be primary
and non-contributory to insurance on which the additional insured is a Named Insured.
4. An employee of yours is an insured while operating an auto hired or rented under a contract or
agreement in that employee's name, with your permission, while performing duties related to the
conduct of your business.
"Policy", as used in this provision A. Who Is An Insured, includes those policies that were in force on
the inception date of this Coverage Form but:
1. Which are no longer in force; or
2. Whose limits have been exhausted.
B. Bail Bonds and Loss of Earnings
Section II, Paragraphs A.2. (2) and A.2. (4) are revised as follows:
1. In a.(2), the limit for the cost of bail bonds is changed from $2,000 to $5,000; and
2. In a.(4), the limit for the loss of earnings is changed from $250 to $500 a day.
Form No: CNA63359XX (04-2012) Policy No: BUA 7015112782
Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 07/01 /2024
Endorsement No: 1 1; Page: 1 of 4 Policy Page: 75 of 178
Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St,
Chicago, IL 60606
° Copyright CNA All Rights Reserved. Includes copyrighted material of the
Insurance Services Office, Inc., used with its permission.
CNA Business Auto Policy
Policy Endorsement
C. Fellow Employee
Section II, Paragraph B.5 does not apply.
Such coverage as is afforded by this provision C. is excess over any other collectible insurance.
II. PHYSICAL DAMAGE COVERAGE
A. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles
The following is added to Section III, Paragraph A.3.:
With respect to any covered auto, any deductible shown in the Declarations will not apply to glass
breakage if such glass is repaired, in a manner acceptable to us, rather than replaced.
B. Transportation Expenses
Section III, Paragraph A.4.a. is revised, with respect to transportation expense incurred by you, to
provide:
a. $60 per day, in lieu of $20; subject to
b. $1,800 maximum, in lieu of $600.
C. Loss of Use Expenses
Section III, Paragraph A.4.b. is revised, with respect to loss of use expenses incurred by you, to
provide:
a. $1,000 maximum, in lieu of $600.
D. Hired "Autos"
The following is added to Section III. Paragraph A.:
5. Hired "Autos"
If Physical Damage coverage is provided under this policy, and such coverage does not extend to Hired
Autos, then Physical Damage coverage is extended to:
a. Any covered auto you lease, hire, rent or borrow without a driver; and
b. Any covered auto hired or rented by your employee without a driver, under a contract in that
individual employee's name, with your permission, while performing duties related to the
conduct of your business.
c. The most we will pay for any one accident or loss is the actual cash value, cost of repair, cost
of replacement or $75,000, whichever is less, minus a $500 deductible for each covered auto.
No deductible applies to loss caused by fire or lightning.
d. The physical damage coverage as is provided by this provision is equal to the physical damage
coverage(s) provided on your owned autos.
e. Such physical damage coverage for hired autos will:
(1) Include loss of use, provided it is the consequence of an accident for which the Named
Insured is legally liable, and as a result of which a monetary loss is sustained by the leasing
or rental concern.
(2) Such coverage as is provided by this provision will be subject to a limit of $750 per
accident.
E. Airbag Coverage
The following is added to Section III, Paragraph B.3.:
The accidental discharge of an airbag shall not be considered mechanical breakdown.
Form No: CNA63359XX (04-2012) Policy No: BUA 7015112782
Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 07/01 /2024
Endorsement No: 1 1; Page: 2 of 4 Policy Page: 76 of 178
Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St,
Chicago, IL 60606
° Copyright CNA All Rights Reserved. Includes copyrighted material of the
Insurance Services Office, Inc., used with its permission.
DNA
F. Electronic Equipment
Business Auto Policy
Policy Endorsement
Section III, Paragraphs B.4.c and B.4.d. are deleted and replaced by the following:
c. Physical Damage Coverage on a covered auto also applies to loss to any permanently installed
electronic equipment including its antennas and other accessories
d. A $100 per occurrence deductible applies to the coverage provided by this provision.
G. Diminution In Value
The following is added to Section III, Paragraph B.6.:
Subject to the following, the diminution in value exclusion does not apply to:
a. Any covered auto of the private passenger type you lease, hire, rent or borrow, without a driver
for a period of 30 days or less, while performing duties related to the conduct of your business;
and
b. Any covered auto of the private passenger type hired or rented by your employee without a
driver for a period of 30 days or less, under a contract in that individual employee's name, with
your permission, while performing duties related to the conduct of your business.
c. Such coverage as is provided by this provision is limited to a diminution in value loss arising
directly out of accidental damage and not as a result of the failure to make repairs; faulty or
incomplete maintenance or repairs; or the installation of substandard parts.
d. The most we will pay for loss to a covered auto in any one accident is the lesser of:
(1) $5,000; or
(2) 20% of the auto's actual cash value (ACV).
III. Drive Other Car Coverage — Executive Officers
The following is added to Sections II and III:
Any auto you don't own, hire or borrow is a covered auto for Liability Coverage while being used by,
and for Physical Damage Coverage while in the care, custody or control of, any of your "executive
officers", except:
a. An auto owned by that "executive officer" or a member of that person's household; or
b. An auto used by that "executive officer" while working in a business of selling, servicing, repairing
or parking autos.
Such Liability and/or Physical Damage Coverage as is afforded by this provision.
(1) Equal to the greatest of those coverages afforded any covered auto; and
(2) Excess over any other collectible insurance.
2. For purposes of this provision, "executive officer" means a person holding any of the officer positions
created by your charter, constitution, by-laws or any other similar governing document, and, while a
resident of the same household, includes that person's spouse.
Such "executive officers" are insureds while using a covered auto described in this provision.
IV. BUSINESS AUTO CONDITIONS
A. Duties In The Event Of Accident, Claim, Suit Or Loss
The following is added to Section IV, Paragraph A.2.a.:
Form No: CNA63359XX (04-2012) Policy No: BUA 7015112782
Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 07/01 /2024
Endorsement No: 1 1; Page: 3 of 4 Policy Page: 77 of 178
Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St,
Chicago, IL 60606
° Copyright CNA All Rights Reserved. Includes copyrighted material of the
Insurance Services Office, Inc., used with its permission.
DNA
Business Auto Policy
Policy Endorsement
(4) Your employees may know of an accident or loss. This will not mean that you have such
knowledge, unless such accident or loss is known to you or if you are not an individual, to any
of your executive officers or partners or your insurance manager.
The following is added to Section IV, Paragraph A.2.b.:
(6) Your employees may know of documents received concerning a claim or suit. This will not mean
that you have such knowledge, unless receipt of such documents is known to you or if you are
not an individual, to any of your executive officers or partners or your insurance manager.
B. Transfer Of Rights Of Recovery Against Others To Us
The following is added to Section IV, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To
Us:
We waive any right of recovery we may have, because of payments we make for injury or damage,
against any person or organization for whom or which you are required by written contract or
agreement to obtain this waiver from us.
This injury or damage must arise out of your activities under a contract with that person or
organization.
You must agree to that requirement prior to an accident or loss.
C. Concealment, Misrepresentation or Fraud
The following is added to Section IV, Paragraph B.2.:
Your failure to disclose all hazards existing on the date of inception of this Coverage Form shall not
prejudice you with respect to the coverage afforded provided such failure or omission is not intentional.
D. Other Insurance
The following is added to Section IV, Paragraph B.5.:
Regardless of the provisions of Paragraphs 5.a. and 5.d. above, the coverage provided by this policy
shall be on a primary non-contributory basis. This provision is applicable only when required by a
written contract.
That written contract must have been entered into prior to Accident or Loss.
E. Policy Period, Coverage Territory
Section IV, Paragraph B. 7.(5).(a). is revised to provide:
a. 45 days of coverage in lieu of 30 days.
V. DEFINITIONS
Section V. paragraph C. is deleted and replaced by the following:
Bodily injury means bodily injury, sickness or disease sustained by a person, including mental anguish,
mental injury or death resulting from any of these.
Form No: CNA63359XX (04-2012) Policy No: BUA 7015112782
Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 07/01 /2024
Endorsement No: 1 1; Page: 4 of 4 Policy Page: 78 of 178
Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St,
Chicago, IL 60606
° Copyright CNA All Rights Reserved. Includes copyrighted material of the
Insurance Services Office, Inc., used with its permission.
DNA
1
It is understood and agreed that:
Business Auto Policy
Policy Endorsement
If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of
Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of
Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to
such Certificateholders at least 30 days in advance of the date cancellation is effective.
If notice is mailed, then proof of mailing to the last known mailing address of the Certificate holder on file with
the Agent of Record will be sufficient to prove notice.
Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or
impose any liability or obligation upon us or the Agent of Record.
All other terms and conditions of the policy remain unchanged
This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers,
takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective
date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy.
Form No: CNA68021 XX (02-2013) Policy No: BUA 70151 12782
Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 07/01 /2024
Endorsement No: 12; Page: 1 of 1 Policy Page: 79 of 178
Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St,
Chicago, IL 60606
° Copyright CNA All Rights Reserved.
DNA
1
Business Auto Policy
Policy Endorsement
7
It is understood and agreed that this endorsement amends the Business Auto Coverage Part Declarations by
adding the following:
The Hired Auto Physical Damage Limit of Insurance for Comprehensive and Collision Coverage is the:
1. Actual cash value;
2. Cost of repairs; or
3. amount of $80,000
whichever is less, minus the applicable deductible.
All other terms and conditions of the policy remain unchanged
This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers,
takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective
date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy.
Form No: CNA89114XX (05-2017) Policy No: BUA 7015112782
Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 07/01 /2024
Endorsement No: 14; Page: 1 of 1 Policy Page: 81 of 178
Underwriting Company: American Casualty Company of Reading, Pennsylvania, 151 N Franklin St,
Chicago, IL 60606
° Copyright CNA All Rights Reserved.
CNA Workers Compensation And Employers Liability Insurance
Policy Endorsement
1
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 directly or indirectly to benefit anyone not named in the Schedule.
The premium for this endorsement is shown in the Schedule.
Schedule
1. ❑ Specific Waiver
Name of person or organization
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
3. Premium:
The premium charge for this endorsement shall be 2% 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: Refer to Schedule of Operations
All other terms and conditions of the policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers,
takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another
effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy
unless another expiration date is shown below.
Form No: WC 42 03 04 B (06-2014) Policy No: WC 7 151 12801
Endorsement Effective Date: Endorsement Expiration Date: Policy Effective Date: 07/01 /2024
Endorsement No: 7; Page: 1 of 1 Policy Page: 42 of 46
Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL
60606
° Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved.
CNA Workers Compensation And Employers Liability Insurance
Policyholder Notice
1
It is understood and agreed that:
If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of
Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of
Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to
such Certificate Holders at least 30 days in advance of the date cancellation is effective.
If notice is mailed, then proof of mailing to the last known mailing address of the Certificate Holder on file with
the Agent of Record will be sufficient to prove notice.
Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or
impose any liability or obligation upon us or the Agent of Record.
All other terms and conditions of the policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers,
takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another
effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy
unless another expiration date is shown below.
Form No: CC68021 A (02-2013) Policy No: WC 7 151 12801
Policyholder Notice; Page: 1 of 1 Policy Effective Date: 07/01 /2024
Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL Policy Page: 4 of 46
60606
° Copyright CNA All Rights Reserved.
CNA
1
It is understood and agreed that:
CNA Paramount Excess and Umbrella Liability
Policyholder Notice
If the Named Insured has agreed under written contract to provide notice of cancellation to a party to whom the
Agent of Record has issued a Certificate of Insurance, and if the Insurer cancels a policy term described on that
Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be
provided to such Certificate holders at least 30 days in advance of the date cancellation is effective.
If notice is mailed, then proof of mailing to the last known mailing address of the Certificate holder on file with
the Agent of Record will be sufficient to prove notice.
Any failure by the Insurer to notify such persons or organizations will not extend or invalidate such cancellation,
or impose any liability or obligation upon the Insurer or the Agent of Record.
Form No: CNA75014XX (01-2015)
Policyholder Notice Page: 1 of 1
Underwriting Company: The Continental Insurance Company, 151 N Franklin St, Chicago, IL 60606
Policy No: CUE 7015112815
Policy Effective Date: 07/01 /2024
Policy Page: 3 of 65
° Copyright CNA All Rights Reserved.
Westchester
A Chubb Company
ADDITIONAL INSURED ENDORSEMENT — PRODUCTS -COMPLETED OPERATIONS HAZARD
Named Insured Endorsement Number
Hurst Electric, L.P.
Policy Symbol Policy Number Policy Period Effective Date of Endorsement
CPW G71537705 006 07/01/2024 to 07/01/2025 07/01/2024
Issued By (Name of Insurance Company)
Westchester Surplus Lines Insurance Company
Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Orzanization(s): As required by written contract, prior to a loss to which this insurance applies.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
A. SECTION II — 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 injury or damage, to which this
insurance applies, caused by or resulting from your work performed for that additional insured and
included in the products -completed operations hazard, and only to the extent that such injury or
damage is caused, in whole or in part, by your negligence or the negligence of those acting on your behalf.
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 is added to SECTION III -
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:
i. Required by the contract or agreement; or
2. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
All other terms and conditions of this policy remain unchanged.
ENV-3251 (12/18) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page i of 1
(221012.2)
Westchester
A Chubb Company
ADDITIONAL INSURED ENDORSEMENT — ONGOING WORK OR OPERATIONS
Named Insured Endorsement Number
Hurst Electric, L.P.
Policy Symbol Policy Number Policy Period Effective Date of Endorsement
CPW G71537705 006 07/01/2024 to 07/01/2025 07/01/2024
Issued By (Name of Insurance Company)
Westchester Surplus Lines Insurance Company
Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
SCHEDULE:
Name of Person(s) or Or¢anization(s): As required by written contract, prior to a loss to which this insurance applies.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the persons or
organizations shown in the Schedule, but only with respect to liability for injury or damage, to which this
insurance applies, caused in ,whole or in part, by:
i. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional insureds.
However:
i. 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 exclusion is added:
Exclusions
This insurance does not apply to injury or damage occurring after:
a. All work or operations, including materials, parts or equipment furnished in connection with such
work or operations, on the project (other than service, maintenance or repairs) to be performed
by you or on your behalf at the site of the covered operations has been completed; or
b. 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 the additional insured as a part of the same project.
ENV-3250 (12/18) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 2
(221012.1)
Westchester
A Chubb Company
C. With respect to the insurance afforded to these additional insureds, the following is added to SECTION
III — 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:
i. Required by the contract or agreement; or
2. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.
All other terms and conditions of this policy remain unchanged.
ENV-3250 (12/18) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 2 of 2
(221012.1)
Westchester
A Chubb Company
PRIMARY AND NONCONTRIBUTORY — OTHER INSURANCE CONDITION
Named Insured Endorsement Number
Hurst Electric, L.P.
Policy Symbol Policy Number Policy Period Effective Date of Endorsement
CPW G71537705 oo6 07/01/2024 to 07/01/2025 07/01/2024
Issued By (Name of Insurance Company)
Westchester Surplus Lines Insurance Company
Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART
The following is added to the Other Insurance Condition and supersedes any provision to the contrary:
Primary and Noncontributory Insurance
This policy is primary to, and will not seek contribution from, any other insurance available to an
additional insured under this policy, provided that:
a. The additional insured is a named insured under such other insurance; and
b. The named insured has agreed in a written contract or agreement that this insurance
would:
(1) act as primary insurance; and
(2) would not seek contribution from any other insurance available to the additional insured.
All other terms and conditions of this policy remain unchanged.
ENV-3253 (12-18) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page i of 1
(266562.2)
Named Insured Endorsement Number
Hurst Electric, L.P.
Policy Symbol Policy Number Policy Period Effective Date of Endorsement
CPW G71537705 006 07/01/2024 to 07/01/2025 07/01/2024
Issued By (Name of Insurance Company)
Westchester Surplus Lines Insurance Company
Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
CONTRACTORS POLLUTION LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Oraanization: As required by written contract, prior to a loss to which this insurance applies.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the
addition of the following:
We waive any right of recovery we may have against the person or organization shown in the Schedule above
because of payments we make for injury or damage arising out of your ongoing operations or your work done
under a contract with that person or organization and included in the products -completed operations hazard.
This waiver applies only to the person or organization shown in the Schedule above.
All other terms and conditions remain the same.
ENV-3143 (03-05) Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1—
Definitions and Terminology..........................................................................................................1
1.01
Defined Terms...............................................................................................................................1
1.02
Terminology..................................................................................................................................5
Article2 —
Preliminary Matters.........................................................................................................................
6
2.01
Before Starting Construction........................................................................................................6
2.02
Preconstruction Conference..........................................................................................................
6
2.03
Public Meeting..............................................................................................................................
6
Article 3 —
Contract Documents and Amending...............................................................................................
6
3.01
Reference Standards.....................................................................................................................
6
3.02
Amending and Supplementing Contract Documents..................................................................
6
Article 4 —
Bonds and Insurance.......................................................................................................................
7
4.01
Licensed Sureties and Insurers.....................................................................................................
7
4.02
Performance, Payment, and Maintenance Bonds........................................................................
7
4.03
Certificates of Insurance...............................................................................................................
7
4.04
Contractor's Insurance..................................................................................................................
9
4.05
Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................16
5.08
Wage Rates..................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas.......................................................................................................19
5.12
Record Documents......................................................................................................................20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................21
5.15
Hazard Communication Programs.............................................................................................22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification........................................................................................................................... 24
5.19 Delegation of Professional Design Services..............................................................................24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination.......................................................................................................................25
Article6 - Other Work at the Site...................................................................................................................26
6.01 Related Work at Site................................................................................................................... 26
Article 7 - City's Responsibilities...................................................................................................................26
7.01 Inspections, Tests, and Approvals.............................................................................................. 26
7.02 Limitations on City's Responsibilities.......................................................................................26
7.03 Compliance with Safety Program...............................................................................................27
Article 8 - City's Observation Status During Construction...........................................................................27
8.01 City's Project Representative.....................................................................................................27
8.02 Authorized Variations in Work..................................................................................................27
8.03 Rejecting Defective Work..........................................................................................................27
8.04 Determinations for Work Performed..........................................................................................28
Article9 - Changes in the Work.....................................................................................................................28
9.01 Authorized Changes in the Work............................................................................................... 28
9.02 Notification to Surety..................................................................................................................28
Article 10 - Change of Contract Price; Change of Contract Time................................................................28
10.01 Change of Contract Price............................................................................................................28
10.02 Change of Contract Time............................................................................................................28
10.03 Delays..........................................................................................................................................28
Article 11- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects........................................................................................................................29
11.02 Access to Work........................................................................................................................... 29
11.03 Tests and Inspections.................................................................................................................. 29
11.04 Uncovering Work.......................................................................................................................30
11.05 City May Stop the Work.............................................................................................................30
11.06 Correction or Removal of Defective Work................................................................................30
11.07 Correction Period........................................................................................................................30
11.08 City May Correct Defective Work............................................................................................. 31
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
Article 13 - Suspension of Work....................................................................................................................33
13.01 City May Suspend Work............................................................................................................ 33
Article14 - Miscellaneous.............................................................................................................................. 34
14.01 Giving Notice.............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times .................
14.03 Cumulative Remedies ..................
14.04 Survival of Obligations ................
14.05 Headings .......................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS —DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
34
34
35
35
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
In. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 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 verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6: 00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 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 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer 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 from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-9
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.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of.
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 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 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: NONE
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement' with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: NONE
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: NONE
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 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 authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal " Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 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 PROJECTS
Revised: January 10, 2013
0073 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 item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 18
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 and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
Ef Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the I Ith 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 OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 19
Standard City 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. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 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.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 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 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 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 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 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 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 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 in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving parry.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
011100-1
SUMMARY OF WORK
SECTION 01 11 00
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 3
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 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. 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
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 [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 11 00 - 2
SUMMARY OF 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
manner 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 the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or 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, 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 the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 11 00 - 3
SUMMARY OF 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
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
012500-2
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 Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended
Not recommended
By
Date
Remarks
Date
Rejected
Recommended
Received late
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 0132 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
013119-3
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
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
013120-1
PROJECT MEETINGS
Page 1 of 3
SECTION 01 31 20
PROJECT MEETINGS
[Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.]
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations 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
[Mr* WRe17ZMA01104►Y87Z1Zy041N4*9M
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre -Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of meeting to be determined by the City.
3. Attendees
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
013120-2
PROJECT MEETINGS
Page 2 of 3
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre -construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as -
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off -site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
in. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
013120-3
PROJECT MEETINGS
Page 3 of 3
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
0132 16.1
CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE
Pagel of 5
1 SECTION 0132 16.1
2 CONSTRUCTION SCHEDULE - BASELINE EXAMPLE
3 PART1- GENERAL
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
41
42
43
44
45
46
The following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the baseline for the project. This version of the
schedule is referred to as a "baseline" schedule. This example is intended to provide
guidance for the Contractor when developing and submitting a baseline schedule. See CFW
Specification 01 32 16 Construction Schedule for details and requirements regarding the
Contractor's project schedule.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
[Insert Project Name]
[Insert Project Number]
ITI
CFVV- Integrated Program I Project S ched u I e Data D@te-. 30-Mar-18
kd 111 U -,320
1. 4, M J W6 I A I 101 N I j I F1 'Al A I V I JkJ.J A 1 101 N I Q 1`
No FTW - Project MarlW
Pro-castruadan
.......... . ..................... I ........... I .......... ............
SIN a IUbon Pree I M Man (Cont-Mor Prepare 4Md SUWJ I ;-r 16 42W
M fit-,N,1,'hfouCr 02-Are-,a L-wia $M0
..... . ... . .................... I .......... L ......... ................
I F:. -IaCe owp—,&cor 5tt. tyi No* -In I-Apl-'8 '74,pr18 82% B2,r0 .0
Pv--m 4,uca• - -u bi - M�hr g 25,Ap,'E; 2. AprlE sZ,f Dk. E�2- 0
Wbfizal w 2r 21 2-,Ap,-!�t 23rVley-'8 82e- nic ----------- --------------------- i ---------- --------- ---------------
----------
C m b wtim Conbract E)o cuHon Y-4a 23e Q&SW18 0
230 230 is 1• Apr- i
.- . . J ....................
street 1 00 w 0~8 10-sw.�s 140
wasel & Slam 41 41 03r7 18 28ajo-le 0
312- 1)
CriL...... - -- I ------------------------------- ---------- -------- -----
fj 30 1 �. -50C
L& -" we and mrrioes -2- •2- 17-"r�,18 21-Jig-l- 301' ,
cn
30-� 31)C. 2 CC 1)
.. . ...... ... ................ . ............ .. . ..........
Avvb�u 1: 5 4E 140 .............
3-51 51Eb1ZEtM 5 5 7&-1d58 20Jj1 18 �'�Y 30K tio
1 ------------------------------------ ----------- ------- -- -----
I-okug,' 8 3m-
:��C P&in-;
K7F F at 2z 21 06" 18 3'-Aug.'81 M 37E0 M
3.-5i -3aw L P 12 1�1 27-ALg�l8 e� zl
f.................. ..... .............
Siled I coflnvoe 0 0 -5ouo 1?z M 23Jr+--looDG-le 77
Watet 9,51mn 63 53 2aW $ 27-sep-ta 517 t
-- - --------- ---------------------------------- ---------- ---------- -----
:Mc
ZVO taP Er v.1tor and m�' iff 03.Aug-, 8 3A00 .. 0 3 f i
MM ITempParing Repair 5 5 06A� 3-2:
......
Sewer aldsw-m $ 13,�wgle 22,Aug-, MD 314-
J................
...
WO 7empPaevRq)* 5
St1!9� "Mc Dae20 30A4;18 27-Ser,� _
-------------------- --------- --------------------- -----
45 A F�rvft 4,
05-6cc- ?8 iooea, 0
1'.. Enva)or 5 5 *Qa-'a t1-od-,8 2tK 32�,
2-8- 17 t
ActualVkrk # # Milw-tone Rernainin...
CIF-0- Neighborhood Street FORT WORTH -
Remaining Work 4 0 Critical Mwone Actual Lev... Critical Remaining Work * 4 Completed Milestone Project Ba... Construction Baseline Schedule Example
0
CFVV- Integrated Program
A a%r-,y to
A,111�111—
Project Schedule I Data D@te-. 30-Mar-18
'JU I k11 I
Paring
2z
7E
N I
SIMI 3
OD
r.
Wader 4 Storin
vp-j 6,
Lay Or' w35r andsaw
3.Ai
-,�n - F w qg F orar
Pavkm
3c
MG
oUqal-m
5
5
12%
pwlng
329C
C�Mn L P
7.
1
330C
Sl�c 2 i:;W-p 48
0
0
ftam 4
. . —
Wafer d slam
_4-n VeA 2'
3nc
vr-Jw wdwwes�
Lay 6" S �w Lrhis LVM L4d ��3Nn�5 346
v
z.
3?5,L
La+ ?' S a Lfl9s L-3212 -8n,95 and S&Nki
VI:
1.
Peft
6;
K
3,37C
Exwvabor
1v
11
51aNrzl 7o
I-
-39C 3
Flaring
2C
z.
34,7i
F at Wor-
34-u
a3a up
#1C
IC
342C
51%4 4 Corn peter itstwaa Complete
0
0
2-16
lr�ecUon
276
27e
8500
ir5pa&or,
225
225
8510
rlalln5pedw
1-
11
85de
Con Dote -in m - it a3
K
y
:DM I Hr 1", 1 ,,1 9c �J
Aga' M 0, 1 M I J W6 (A ii I F1 'A I A I V I �'.J A 1 $ 101 N I Q 194Da-'S 15,Kw--a -e. M 13100 7 r
TM —w 77
8 3,S 73720— 77
...........................
77
30AL�18 M)OC-18 67 i I
34AL�I$ %sep- =8 9
.. . ........ .................... 4 .......... i ........................... 05 Vz, 221< 0
Ms-�:- 18 "Sep, 3
......... .
- - --------- - — ----- - ------ -- -----
12-04-13 24D�18
12q 18-0tf-18 132t- 21 3262 1 07
*Odlls MOWS 13ZC 300 1 07
881. la 13260 3280 67
3270 moo
11_0�__18 24De '8 3280 3300
------
198e 18
M)-sep-18
. ....... ........ .. ........... .....
......... .......... ................
193ec-18 253ep,$ LIZ - A 0
16 -;t:lz
----------- --- -------- - I --------------------
2WOMO i33 3350 a i
� 713i
-- - --------
..........- ------.......... .....
)I. AIX, 1-.
22,131-'9 04 r�,; 9 0
4
4 Ma I Z 338; 340C
MIC
191,iff-,g 01. Apr-1- ?40� M2C a
— -- - -------- --------- - ----- ----------------
---------- ---------
18 25rAff-1: ---------------------
28'vL-;. - 9 8510
5 — ActualVkrk Milw-Wne Rernainin
roRemaining Work 0 0 Critical Malone Actual Lev...
Critical Remaining Work * 4 Completed Milestone Project Ba...
-0
P
CIF-01B - Neighborhood Street FORT WORTH
0
Construction Baseline Schedule Example
ITI
CFVV- Integrated Program I Project S ched u I e Data D@te-. 30-Mar-18
AC,ILI lull U -,320
t,j 0 Rae, 1 J JJ6 I Al 5101 NJ I I I I 'A I A I %, I JkJ.J A 1 10 1 N I Q 11
CD", '0.M F ial WakThmgh ?a Comkod R ad', Ust Tmft 0 t
40
I. CkLwaiA
.. .........
0 .. f
.......... ...............
�4
cA ConstructionContractCloseout 1K 05%ul-19 17-Doc-19
M AP-MM Sway 5 25
A.*, i I 8,vey akir,n red by Cc=d co 5 •wo 25
COI&Ixt Cs"GIMM
?113 corja x -Rwwciiaf on :�c y 0�1)jr-`9 t8,)jF13 9100, 85 0120
-- -------- ---------- -- — -- ---------- 4 ---------- - ?12C- Subm z"5 Prqed C cs t Dom m wlatoqy 3t 19,L] 9 l'-sep! 9 - ---------- -----
T
—HOV4 liva
F ied C)nsM0 m Contrad - wo %Nwie 10MI110 9130 940 a
C•.. .......... .......... .................... .......... ............ . ..........
�15C corstiLoor Crowd 0 0 1~10 19140 9160 a
Lm&:xsLoqre,. M)ao-10
cn
cn
ActualVkrk # # Milm-Wne Remainin...
:3 CIF-01B - Neighborhood Street FORT WORTH -
Remaining Work 4 0 Critical Mwone Actual Lev...
Critical Remaining Work * 4 Completed Milestone Project Ba... Construction Baseline Schedule Example
0
DATE
July 20, 2018
0132 16.1
CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE
Page 5 of 5
END OF SECTION
NAME
M. Jarrell Initial Issue
Revision Log
SUMMARY OF CHANGE
May 7, 2021 M Owen Revised name due to revising the schedule specification
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
0132 16.2
CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE
Pagel of 5
I SECTION 0132 16.2
2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE
3 PART1- GENERAL
4 The following is an example of a Contractor's project schedule that illustrates the data and
5 expectation for schedule content depicting the progress for the project. This version of the
6 schedule is referred to as a "progress" schedule. This example is intended to provide
7 guidance for the Contractor when developing and submitting a progress schedule. See
8 CFW Specification 01 32 16 Construction Schedule for details and requirements regarding
9 the Contractor's project schedule.
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
CD
oCFVV-
Integrated Program
Project S ched u I e
ou
�J
Na FTW - Project Manaw
-111
*Aor- -a
C I P-01 P - Nei ghbo
rhood Street Construct io n Pro gresi�
Schedul
Pro-constnwilan
Z-rmy�le
cll,, I -..a.
1 !411:r+I,.
�%,J)
846 4-,hFAT
Z.Vvs
02-Apr- i 6A
t',10
�M 4diuton Pwo *on zi. u I i, i.
LAxrdj 10
a
ItA
*Atrl
1;-Apr-it
62-Ap&10,
13-ADr-i 8 A,
M
Nouce I o -xw n0mg
0
I CO%
Vr-V
-''7-.7_Ar19A
17-Air1; 0,
8240
Pm-Car� -::-,,bi �,1*669
6
ick
'�kA pr-,
ZApr18
'UpAA
8 0,
K
38
11
V.%
02,AX-'$
7,Mrf,118
AA),,1AA
I 0a, i 8
_..1.
z
11
m%,
25A x- - 8
MrMe,16
'3-ApO S A
1541a1 18
C m b wtim ContriKi: E)o uftrj
Y-4a
21)
ow,18
01-ApF1q
C 1-Mar 1E
28A- , -!j
-cfztLdlcr
236
230
89h
CC�N%aw is
01-Apr-15
2,?AL ",
Street 1
!)0
w
Mmz�,16
1098p48.
bsNwia
OBSec 1
v.,
Water & stmu
c0
4r,
cc-wia
26� awta
OVA�1a
2E-JiR's
18
Te
144o4-1 8
'K
L&d
25
�C
21��,46
45M. �
I-
C
�ap_�-qgRRor
5
5
G%
:221mt8
284in-18
41AjP16
25,bn,-8
pavoN
-
4 5
-
4E
.
05,JuM
061qM I S
I
' t:-1.
u
::eC
P&inq
39
K
1 M
23r&M
19-108
29-AL�- ie
11,
,Z7c
Fat Wux
2y
20
if 13%
1 w%q
z-AiT
29-Ay, l
I
P.
f
--treat 2
M
?Mr-'$
10-uaalta
27_krljo
%oee_I9
77
Water 951mn
63
53
rinr- 1$
27-Up-18
27-Ajr-18
07
- -f ",ate
I-
1:
n
29,mr-'3
3Jj-18
-7�-xr-IB
--15
V1
M31L,�ib
(AO�
M20
_- _Aj 18
08-A 16
3M
1.41 S RAW MJ tOMM
0%
lmiql8
2�-A413
gllil�
- f I Mvmv��
6
Olk
!AAq4
I �6AL,94
"I-Ajg i�
AALR4
t
WjgFA
Z�JP4
i�A,g 4
�. ec-fl
61
Favft
1 -45
4!
• Mod -is
10C*0a
03-0d-78
Xc_14
77
op
13
5
r,
Data Date: 30-Apr-I 8
Actual Work # # Milw-Wne Remainin... ro
CIF-01P - Neighborhood Street FORT WORTH
Remaining Work 0 0 Critical Mwone Actual Lev-
0
Critical Remaining Work 0 4 Completed Milestone Project Ba... Co_j.. Progress Schedule Example
CD
CFVV- Integrated Program
A a%r-,y to
Project Schedule
Data Date: 30-Apr-18
A,111y NI — f1,.QPJ bran I!-. -ryea t-wm
c"Prow _,", I 1a.. I I I 1 1 1 - I J 14 NLI I I J1 •) I Al 1"I"L ',J1
MC Paging 2z 7E "I'll, i8 2
I 2Mo18 77 2
L P -V A 27-N-18 2
----------
N-T 7'
SIMI 3 W 96 30Avq-18 Z")mlo 67
Waw 4 Storin t3 t3 XAjg-18 ,$-%Oa 2e-A-jgOa I s -
......... ...
--r, I; vM 6, a a M 3,lAag1E c6sap-la 28Ajg-I 3"6�M
C Lay Or- w1w and we6 oc-ap15 --Se 0 13wl e :.-Ai -,�n F w qg F orar 145a4i a 1 z_seo-i 8
PovkM x I 160d_I8 20 F.ari B 67
oUqal,
15 5 JR 19gd-s8 i 25,0d-* 17-Od-18 23-0,- 61
....... . .....
127C pwlng 2-1 _--9d-lq 2f Wo-la 24-0 is V 2
1, MW-1 2C
329C C�Mn L P 7C 1 A 24-1!1L,10 07'-06618 1 e�7 2
Sl•[ 2 i:;W-P 48 0 m C� __ 13
WIN 2
ftam 4 ---
Wafer d sicrm 69 19.52p-18 27-Coo-18 i "S epls 24a_* 1 e 2 2
_4-n VeA 2' 0 6 _0% sp 16 2
vr-Jw wwas 0% 2'_IqlE
221-0c:-'8 9�-01-18 Z.
L ff'S �w U1 L-Z46 wd SeNr�5 -'8 -11� 26mN�_i a ay AsL 20 1 0% aloct 12w4o�ls 26,0d
3?5,C Ler, Saver bzn95 L-3212 &' M,55 and S&Nkws VI: 1. 0% 2rzv-18 v;.f),618 27-W-18 17-Dea13
5 5 "% 2rD+0 18 27-6M618_ :&DWM 24,Ce .14
3,37C Exwvabor 1" 11
3'✓31 51aNrzl 7o 1: 11' N-F=,L,19 z i,
339C Flaring 2C z. C5,Feb,19 04, 9 2 -------
'40i 2
F at Wor- 9% 2�,Feb-19 2--tAw, 1.9 22-Fet�19
:A-u a3an up # -,c 2,'c M 13!Mar19 )1.Apr15 ni 2 ---- ---- ----- ---
342C Suet 4 C4ry peatarS itstw-Ja Complete 0 0 01-Apr1F
Inspecdom. 276 276 *Kly-is OF5Un19 n z
"qt 5
la M 1 -A_l9
Camffats Oinvi 5t asks K X _0% 15-Apr-'9 12-A�F-1
k:m st� d& = gal com �,,t w il 0 )5�jjq.19
_F% t 21;_ - 1� L
5 — ActualVkrk Milm-tclne Rernainin
Remaining Work 0 0 Critical Mwone Actual Lev...
Critical Remaining Work * 4 Completed Milestone Project Ba...
(D
P.
CD,
-d
P
CIP-01P - Neighborhood Street FORT WORTH
0
Construction Progress Schedule Example
CFVV- Integrated Program
Project Schedule
Data Date: 30-Apr-18
Adly U A�1ra—
Ilaze
UTDattIJMAI-11IJI'l JA1"41lII,
F w-1 vi� -hmgh Im Q,pkt F% ad'LA Tmft
*wy-l° ct!-Jj,,� z 2
CkmapA t35 !Y, 05 jr-! 0 "f-ceo U-Jir,19 lacee,19
B5 35 C9h C6wr 'I '7-G;r, I 15LW-19
Construdbi Contract Gknw-atd 1K 00-xr-19 '7.1�,�l 04-jjr,19 13L0049 0 Z.
AS -Sam sa"y jjr- "J11- N'. s$-Xr 14 JC4rv,,g 25 2
..... 44 ..... .... .... ..... ..
91W A�-F J I 8,J vey (SkKen rr.w by CaMmdo 5 5 0E-jjr-'q N-xr-19 23 2
Con&= Cbseour IM x 05,xr-10 fxec-ls
431M nc y &JJ,19 34-xr-13 1511x[_'43
4312C SuLvn *1a15 PnIed C usbout WwmalaWFI) 38 3t 1-S op-14 174I9 6ME09
EY Notice Aba rtfGfaeo ShW 0 )iNo'i F ial Qons!md m Conhd Inyoke Paid -�44D�19
Cor stR. oor �.orr� a Cbwd 0 0 2
VM
t> sl_eare-
1 0% 17_tiDoc- 1U)MI19 naeo_19 2
5'— ActualVkrk # # Milw-Wna
Remaining Work 0 0 Critical MWorie
Critical Remaining Work * # Completed Milestone
o
(D
CD,
Reminin...
Actual Lev... CIP-01P - Neighborhood Street FORT WORTH,
0
Project Ba... Construction Progress Schedule Example
DATE
July 20, 2018
0132 16.2
CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE
Page 5 of 5
END OF SECTION
NAME
M. Jarrell Initial Issue
Revision Log
SUMMARY OF CHANGE
May 7, 2021 M Owen Revised name due to revising the schedule specification
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
0132 16.3
—PROGRESS NARRATIVE
Page 1 of 1
SECTION 0132 16.3
CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE
Reporting Period: Date Issued:
Project Name: Contractor Company Name:
City Project No: Contractor Schedule Contact:
City Project Manager:
A. List of activities changed in the reporting period.
1. (insert text here)
2. (insert text here)
3. (insert text here)
4. (insert text here)
5. (insert text here)
6. (insert text here)
B. List any potential delays and provide mitigation actions
1. (insert text here)
2. (insert text here)
3. (insert text here)
C. List any actual delays and provide recovery actions
1. (insert text here)
2. (insert text here)
3. (insert text here)
City of Fort Worth, Texas
Construction Project Schedule Narrative Report for CFW Projects
Revised August 13, 2021
Page 1 of 1
01 3216 -1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
1 SECTION 0132 16
2 CONSTRUCTION SCHEDULE
3 PART 1 - GENERAL
4 1.1 SUMMARY
5
A.
Section Includes:
6
1. General requirements for the preparation, submittal, updating, status reporting and
7
management of the Construction Progress Schedule
8
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9
Document
10
B.
Deviations from this City of Fort Worth Standard Specification
11
1. None.
12
C.
Related Specification Sections include, but are not necessarily limited to:
13
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14
2. Division 1— General Requirements
15
D.
Purpose
16
The City of Fort Worth (City) is committed to delivering quality, cost-effective
17
infrastructure to its citizens in a timely manner. Akey tool to achieve this purpose is a
18
properly structured schedule with accurate updates. This supports effective monitoring
19
of progress and is input to critical decision making by the project manager throughout
20
the life of the project. Data from the updated project schedule is utilized in status
21
reporting to various levels of the City organization and the citizenry.
22
23
This Document complements the City's Standard Agreement to guide the construction
24
contractor (Contractor) in preparing and submitting acceptable schedules for use by the
25
City in project delivery. The expectation is the performance of the work follows the
26
accepted schedule and adhere to the contractual timeline.
27
28
The Contractor will designate a qualified representative (Project Scheduler) responsible
29
for developing and updating the schedule and preparing status reporting as required by
30
the City.
31
1.2 PRICE
AND PAYMENT PROCEDURES
32
A.
Measurement and Payment
33
1. Work associated with this Item is considered subsidiary to the various items bid.
34
No separate payment will be allowed for this Item.
35
2. Non-compliance with this specification is grounds for City to withhold payment of
36
the Contractor's invoices until Contractor achieves said compliance.
37
1.3 REFERENCES
38 A. Project Schedules
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
01 3216 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
1 Each project is represented by City's master project schedule that encompasses the
2 entire scope of activities envisioned by the City to properly deliver the work. When the
3 City contracts with a Contractorto perform construction of the Work, the Contractor
4 will develop and maintain a schedule for their scope of work in alignment with the
5 City's standard schedule requirements as defined herein. The data and information of
6 each such schedule will be leveraged and become integral in the master project
7 schedule as deemed appropriate by the City's Project Control Specialist and approved
8 by the City's Project Manager.
9
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City's Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City's Project Control Specialist. The assigned City Project
18 Control Specialist creates and maintains the master project schedule in P6 (City's
19 scheduling software).
20
21 2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule for the
23 scope of the Contractor's contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City's Project Control Specialist
25 and the City's Project Manager as a baseline schedule for Contractor's scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress
27 Schedule) to the City at the end of each month throughout the life of their work.
28 B. Schedule Tiers
29 The City has a portfolio of projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 "tiered" approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and
33 includes that designation and the associated requirements in the Contractor's scope of
34 work. The following is a summary of the "tiers".
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City's Project Control Specialist
39 acquires any necessary schedule status data or information through discussions with
40 the respective party on an as -needed basis.
41
42 2. Tier 2: Small Size and Short to Medium Duration Project
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies "start" and "finish" milestone dates on key elements of their
45 work as agreed with the City's Project Manager at the kickoff of their work effort.
46 The Contractor issues to the City, updates to the "start" and "finish" dates for such
47 milestones at the end of each month throughout the life of their work on the project.
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
01 3216 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
1 The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Level 3) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on the
7 project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a "progress"
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the "Baseline" schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress is
22 significantly behind schedule, the City's Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example of a Baseline Schedule is provided in Specification 0132 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the "Progress Schedule". The City's
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non -acceptance notification. An example of a Progress Schedule is
37 provided in Specification 01 32 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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
41
42
43
44
45
46
47
01 3216 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
1. Schedule Framework - The schedule will be based on the defined scope of work
and follow the (Critical Path Methodology) CPM method. The Contractor's
schedule will align with the requirements of this specification and will be cost
loaded to reflect their plan for execution. Compliance with cost loading can be
provided with traditional cost loading of line items OR a projected cost per
month for the project when the initial schedule is submitted, updated on a
quarterly basis is significant change is anticipated. Overall schedule duration
will align with the contractual requirements for the respective scope of work and be
reflected in City's Master Project Schedule. The Project Number and Name of the
Project is required on each schedule and must match the City's project data.
E. Schedule File Name
All schedules submitted to the City for a project will have a file name that begins with
the City's project number followed by the name of theproject followed by baseline (if
a baseline schedule) or the year and m onth (if a progress schedule), as shown below.
• Baseline Schedule File Name
Format: City Project Number_ Project Name_ Baseline
Example: 101376 North Montgomery Street Baseline
Example:
• Progress Schedule File Name
Format: City Project Number Project Name _YYYY MM
Example: 101376 North Montgomery Street HMAC 2018_01
• Project Schedule Progress Narrative File Name
Format: City Project Number _Project Name PN_YYYY-MM
Example: 101376 North Montgomery Street HMAC PN_2018_01
F. Schedule Templates
The Contractor will utilize the relevant sections from the City's templates provided in
the City's document management system as the basis for creating their respective
project schedule. Specifically, the Contractor's schedule will align with the layout of
the Construction section. The templates are identified by type of project as noted
below.
• Arterials
• Aviation
• Neighborhood Streets
• Sidewalks (later)
• Quiet Zones (later)
• Street Lights (later)
• Intersection Improvements (later)
• Parks
• Storm water
• Street Maintenance
• Traffic
• Water
48 G. Schedule Calendar
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
[Insert Project Name]
[Insert Project Number]
01 3216 - 5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
1 The City's standard calendar for schedule development purposes is based on a 5-day
2 workweek and accounts for the City's eight standard holidays (New Years, Martin
3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
4 Christmas). The Contractor will establish a schedule calendar as part of the schedule
5 development process and provide to the Project Control Specialist as part of the basis
6 for their schedule. Variations between the City's calendar and the Contractor's
7 calendar must be resolved prior to the City's acceptance of their Baseline project
8 schedule.
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project delivery.
18
19 1. Contractor is required to utilize the City's WBS structure and respective
20 project type template for "Construction" as shown in Section 1.4.1-lbelow.
21 Additional activities may be added to Levels 1 - 4 to accommodate the needs
22 of the organization executing the work. Specifically the Contractor will add
23 activities under WBS XXXXXX.80.83 "Construction Execution" that
24 delineates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City's Standard Milestones as shown
27 in Section 1.4.I below. Contractor will include additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31 I. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity, and in some cases the extent of the activity. All activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 "project start" and "project finish" milestones.
37
38 The activity duration is based on the physical amount of work to be performed for the
39 stated activity, with a maximum duration of 20 working days OR a continuous activity
40 in one location. If the work for any one activity exceeds 20 days, break that activity
41 down incrementally to achieve this duration constraint. Any exception to this requires
42 review and acceptance by the City's Project Control Specialist.
43
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseline schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseline schedule to the City for
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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
41
42
43
44
45
46
47
01 3216 - 6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
review and acceptance as described in Section 1.5 below. Updated baseline schedules
adhere to the following:
1. Time extensions associated with approved contract modifications are limited to the
actual amount of time the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the impact
of the change and is included in the Change Order. The coding for a new activity(s)
added to the schedule for the Change Order includes the Change Order number in the
Activity ID. Use as many activities as needed to accurately show the work of the
Change Order. Revisions to the baseline schedule are not effective until accepted by
the City.
K. City's Work Breakdown Structure
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX.30.10
Design Contractor Agreement
XXXXXX.30.20
Conceptual Design (3 0%)
XXXXXX.30.30
Preliminary Design (60%)
XXXXXX.30.40
Final Design
XXXXXX.30.50
Environmental
XXXXXX.30.60
Permits
XXXXXX.30.60.10
Permits - Identification
XXXXXX.30.60.20
Permits - Review/Approve
XXXXXX.40 ROW & Easements
XXXXXX.40.10
ROW Negotiations
XXXXXX.40.20
Condemnation
XXXXXX.70 Utility Relocation
XXXXXX.70.10
Utility Relocation Co-ordination
XXXXXX.80 Construction
XXXXXX.80.81
Bid and Award
XXXXXX.80.83
Construction Execution
XXXXXX. 80. 85
Inspection
XXXXXX.80.86
Landscaping
XXXXXX.90 Closeout
XXXXXX.90.10
Construction Contract Close-out
XXXXXX.90.40
Design Contract Closure
L. City's Standard Milestones
The following milestone activities (i.e., important events on aproject that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
[Insert Project Name]
[Insert Project Number]
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
01 3216 - 7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
Activitv ID
Activitv Name
Design
3020
Award Design Agreement
3040
Issue Notice to Proceed - Design Engineer
3100
Design Kick-off Meeting
3120
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
3150
Peer Review Meeting/Design Review meeting (technical)
3160
Conduct Design Public Meeting #1 (required)
3170
Conceptual Design Complete
3220
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Sewer
3250
Conduct Design Public Meeting #2 (required)
3260 Preliminary Design Complete
3310
Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
Water & Sewer
3330
Conduct Design Public Meeting #3 (if required)
3360
Final Design Complete
ROW & Easements
4000
Right of Way Start
4230
Right of Way Complete
Utility Relocation
7000
Utilities Start
7120
Utilities Cleared/Complete
Construction
Bid and Award
8110
Start Advertisement
8150
Conduct Bid Opening
8240
Award Construction Contract
Construction Execution
8330
Conduct Construction Public Meeting #4 Pre -Construction
8350
Construction Start
8370
Substantial Completion
8540
Construction Completion
9130
Notice of Completion/Green Sheet
9150
Construction Contract Closed
9420
Design Contract Closed
38
39 1.4 SUBMITTALS
40 A. Schedule Submittal & Review
41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's
42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of
43 the Contractor's baseline and progress schedules with the Master Project Schedule as
44 support to the City's Project Manager. The City reviews and accepts or rejects the
45 schedule within ten workdays of Contractor's submittal.
46
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
01 3216 - 8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
1 1. Schedule Format
2 The Contractor will submit each schedule in two electronic forms, one in native isle
3 format (.xer, .xml, .mpx) and the second in apdf format, in the City's document
4 management system in the location dedicated for this purpose and identified by the
5 Project Manager. In the event the Contractor does not use Primavera P6 or MS
6 Project for scheduling purposes, the schedule information must be submitted in .xls or
7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1
8 Construction Project Schedule Baseline Example), including activity predecessors,
9 successors and total float.
10
11 2. Initial & Baseline Schedule
12 The Contractor will develop their schedule for their scope of work and submit their
13 initial schedule in electronic form (in the file formats noted above), in the City's
14 document management system in the location dedicated for this purpose at least 5
15 working days prior to Pre Construction Meeting.
16
17 The City's Project Manager and Project Control Specialist review this initial schedule
18 to determine alignment with the City's Master Project Schedule, including format &
19 WBS structure. Following the City's review, feedback is provided to the Contractor
20 for their use in finalizing their initial schedule and issuing (within five workdays) their
21 Baseline Schedule for final review and acceptance by the City.
22
23 3. Progress Schedule
24 The Contractor will update and issue their project schedule (Progress Schedule) by the
25 last day of each month throughout the life of their work on the project. The Progress
26 Schedule is submitted in electronic form as noted above, in the City's document
27 management system in the location dedicated for this purpose.
28
29 The City's Project Control team reviews each Progress Schedule for data and
30 information that support the assessment of the update to the schedule. In the event
31 data or information is missing or incomplete, the Project Controls Specialist
32 communicates directly with the Contractor's scheduler for providing same. The
33 Contractor re -submits the corrected Progress Schedule within 5 workdays, following
34 the submittal process noted above. The City's Project Manager and Project Control
35 Specialist review the Contractor's progress schedule for acceptance and to monitor
36 performance and progress.
37
38 The following list of items are required to ensure proper status information is
39 contained in the Progress Schedule.
40 • Baseline Start date
41 • Baseline Finish Date
42 • % Complete
43 • Float
44 • Activity Logic (dependencies)
45 • Critical Path
46 • Activities added or deleted
47 • Expected Baseline Finish date
48 • Variance to the Baseline Finish Date
49
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
01 3216 - 9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
1 B. Monthly Construction Status Report
2 The Contractor submits a written status report (referred to as a progress narrative) at the
3 monthly progress meeting (if monthly meetings are held) or at the end of each month to
4 accompany the Progress Schedule Submittal, using the standard format provided in
5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The content
6 of the Construction Project Schedule Progress Narrative should be concise and complete
7 to include only changes, delays, and anticipated problems.
8
9 C. Submittal Process
10 • Schedules and Monthly Construction Status Reports are submitted in in the City's
11 document management system in the location dedicated for this purpose.
12 • Once the project has been completed and Final Acceptance has been issued by the
13 City, no further progress schedules or construction status reports are required from
14 the Contractor.
15 1.
16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.6 CLOSEOUT SUBMITTALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.8 QUALITY ASSURANCE
20 A. The person preparing and revising the construction Progress Schedule shall be
21 experienced in the preparation of schedules of similar complexity.
22 B. Schedule and supporting documents addressed in this Specification shall be prepared,
23 updated and revised to accurately reflect the performance of the construction.
24 C. Contractor is responsible for the quality of all submittals in this section meeting the
25 standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 1.12 ATTACHMENTS
30 Spec 01 32 16.1 Construction Project Schedule Baseline Example
31 Spec 01 32 16.2 Construction Project Schedule Progress Example
32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
1
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
4 END OF SECTION
5
6
01 32 16 -10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
Revision Log
DATE NAME SUMMARY OF CHANCE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 0133 00
SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
SUBMITTALS
Page 1 of 8
General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 33 00 - 2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
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:
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, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 'h inches x 11 inches to 8 'h inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 33 00 - 3
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 highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing -in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 33 00 - 4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on -site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
013300-5
SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 33 00 - 6
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 incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 33 00 - 7
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
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
013300-8
SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
0135 13- 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.]
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. The procedures for special project circumstances that includes, but is not limited to:
8 a. Coordination with the Texas Department of Transportation
9 b. Work near High Voltage Lines
10 c. Confined Space Entry Program
11 d. Use of Explosives, Drop Weight, Etc.
12 e. Water Department Notification
13 f. Public Notification Prior to Beginning Construction
14 g. Coordination with United States Army Corps of Engineers
15 h. Coordination within Railroad permits areas
16 i. Dust Control
17 j. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1 — General Requirements
23 3. Section 33 12 25 — Connection to Existing Water Mains
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Coordination within Railroad permit areas
27 a. Measurement
28 1) Measurement for this Item will be by lump sum.
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 will be paid for at the lump sum price bid for Railroad Coordination.
32 c. The price bid shall include:
33 1) Mobilization
34 2) Inspection
35 3) Safety training
36 4) Additional Insurance
37 5) Insurance Certificates
38 6) Other requirements associated with general coordination with Railroad,
39 including additional employees required to protect the right-of-way and
40 property of the Railroad from damage arising out of and/or from the
41 construction of the Project.
42 2. Railroad Flagmen
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised March 11, 2022
013513-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 a. Measurement
2 1) Measurement for this Item will be per working day.
3 b. Payment
4 1) The work performed and materials furnished in accordance with this Item
5 will be paid for each working day that Railroad Flagmen are present at the
6 Site.
7 c. The price bid shall include:
8 1) Coordination for scheduling flagmen
9 2) Flagmen
10 3) Other requirements associated with Railroad
11 3. All other items
12 a. Work associated with these Items is considered subsidiary to the various Items
13 bid. No separate payment will be allowed for this Item.
14 1.3 REFERENCES
15 A. Reference Standards
16 1. Reference standards cited in this Specification refer to the current reference
17 standard published at the time of the latest revision date logged at the end of this
18 Specification, unless a date is specifically cited.
19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
20 High Voltage Overhead Lines.
21 1.4 ADMINISTRATIVE REQUIREMENTS
22 A. Coordination with the Texas Department of Transportation
23 1. When work in the right-of-way which is under the jurisdiction of the Texas
24 Department of Transportation (TxDOT):
25 a. Notify the Texas Department of Transportation prior to commencing any work
26 therein in accordance with the provisions of the permit
27 b. All work performed in the TxDOT right-of-way shall be performed in
28 compliance with and subject to approval from the Texas Department of
29 Transportation
30 B. Work near High Voltage Lines
31 1. Regulatory Requirements
32 a. All Work near High Voltage Lines (more than 600 volts measured between
33 conductors or between a conductor and the ground) shall be in accordance with
34 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
35 2. Warning sign
36 a. Provide sign of sufficient size meeting all OSHA requirements.
37 3. Equipment operating within 10 feet of high voltage lines will require the following
38 safety features
39 a. Insulating cage -type of guard about the boom or arm
40 b. Insulator links on the lift hook connections for back hoes or dippers
41 c. Equipment must meet the safety requirements as set forth by OSHA and the
42 safety requirements of the owner of the high voltage lines
43 4. Work within 6 feet of high voltage electric lines
44 a. Notification shall be given to:
45 1) The power company (example: ONCOR)
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised March 11, 2022
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1 a) Maintain an accurate log of all such calls to power company and record
2 action taken in each case.
3 b. Coordination with power company
4 1) After notification coordinate with the power company to:
5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or
6 lower the lines
7 c. No personnel may work within 6 feet of a high voltage line before the above
8 requirements have been met.
9 C. Confined Space Entry Program
10 1. Provide and follow approved Confined Space Entry Program in accordance with
11 OSHA requirements.
12 2. Confined Spaces include:
13 a. Manholes
14 b. All other confined spaces in accordance with OSHA's Permit Required for
15 Confined Spaces
16 DELETE the below item, if not required for project. The following link is to Fact Sheet re: Air
17 Permitting:
18 httos://www.tcea.texas.aov/assets/public/nennittina/air/factsheets/permit-factsheet.i)df
19 D. TCEQ Air Permit
20 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
21 E. Use of Explosives, Drop Weight, Etc.
22 1. When Contract Documents permit on the project the following will apply:
23 a. Public Notification
24 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
25 prior to commencing.
26 2) Minimum 24 hour public notification in accordance with Section 0131 13
27 F. Water Department Coordination
28 1. During the construction of this project, it will be necessary to deactivate, for a
29 period of time, existing lines. The Contractor shall be required to coordinate with
30 the Water Department to determine the best times for deactivating and activating
31 those lines.
32 2. Coordinate any event that will require connecting to or the operation of an existing
33 City water line system with the City's representative.
34 a. Coordination shall be in accordance with Section 33 12 25.
35 b. If needed, obtain a hydrant water meter from the Water Department for use
36 during the life of named project.
37 c. In the event that a water valve on an existing live system be turned off and on
38 to accommodate the construction of the project is required, coordinate this
39 activity through the appropriate City representative.
40 1) Do not operate water line valves of existing water system.
41 a) Failure to comply will render the Contractor in violation of Texas Penal
42 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
43 will be prosecuted to the full extent of the law.
44 b) In addition, the Contractor will assume all liabilities and
45 responsibilities as a result of these actions.
46 G. Public Notification Prior to Beginning Construction
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised March 11, 2022
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
41
42
43
44
45
46
47
48
013513-4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
1. Prior to beginning construction on any block in the project, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
beginning any construction activity on each block in the project area.
1) Prepare flyer on the Contractor's letterhead and include the following
information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
f) Name of the City's inspector and phone number
g) City's after-hours phone number
2) A sample of the `pre -construction notification' flyer is attached as Exhibit
A.
3) City of Fort Worth Door Hangers will be provided to the Contractor for
distribution with their notice.
4) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
5) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer and door
hangers are delivered to all residents of the block.
H. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepare flyer on the contractor's letterhead and include the following
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
1. Coordination with United States Army Corps of Engineers (USACE)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
ENVISION IMAGING CENTER
CPN 105019
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
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
J. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
K. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
L. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
ENVISION IMAGING CENTER
CPN 105019
1
2
3
4
5
6
7
8
9
10
11
12
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
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]
DATE NAME
8/31/2012 D. Johnson
3/11/2022 M Owen
13
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.4.13— Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised March 11, 2022
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
013513-7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
ENVISION IMAGING CENTER
CPN 105019
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
1 EXHIBIT B
0)
FoRTWORTIL
Date:
DOE NO. XXXX
Project [lame:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
,CONTRACTOR
3 -
4
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised March 11, 2022
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 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 for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
01 45 23
TESTING AND INSPECTION SERVICES
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 performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
015000-1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
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
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 50 00 - 2
TEMPORARY 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 temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 55 26 -1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
30 traffic.
31 b. When traffic control plans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 c. When traffic control plans are not included in the Drawings, prepare traffic
34 control plans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2of3
1 2) A traffic control "Typical" published by City of Fort Worth, the Texas
2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department
3 of Transportation (TxDOT) can be used as an alternative to preparing
4 project/site specific traffic control plan if the typical is applicable to the
5 specific project/site.
6 B. Street Use Permit
7 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
8 a. To obtain Street Use Permit, submit Traffic Control Plans to City
9 Transportation and Public Works Department.
10 1) Allow a minimum of 5 working days for permit review.
11 2) It is the Contractor's responsibility to coordinate review of Traffic Control
12 plans for Street Use Permit, such that construction is not delayed.
13 C. Modification to Approved Traffic Control
14 1. Prior to installation traffic control:
15 a. Submit revised traffic control plans to City Department Transportation and
16 Public Works Department.
17 1) Revise Traffic Control plans in accordance with Section 34 71 13.
18 2) Allow minimum 5 working days for review of revised Traffic Control.
19 3) It is the Contractor's responsibility to coordinate review of Traffic Control
20 plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29 2. Install temporary sign before the removal of permanent sign.
30 3. When construction is complete, to the extent that the permanent sign can be
31 reinstalled, contact the City Transportation and Public Works Department, Signs
32 and Markings Division, to reinstall the permanent sign.
33 F. Traffic Control Standards
34 1. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE [NOT USED]
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY [NOT USED]
8 PART 2 - PRODUCTS [NOT USED]
9 PART 3 - EXECUTION [NOT USED]
10
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if
3/22/2021 M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
0157 13 -1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 0157 13
STORM WATER POLLUTION PREVENTION
PART1- 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 3125 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 3125 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 57 13 - 2
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 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 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,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
Submit in accordance with Section 0133 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
0157 13 -3
STORM WATER POLLUTION PREVENTION
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 0133 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 0158 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
0158 13 -1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
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 limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 58 13 - 2
TEMPORARY 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 installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
0158 13 -3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 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 considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 66 00 - 2
PRODUCT STORAGE 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
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off -site storage and protection when on -site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 6
1 SECTION 0170 00
2 MOBILIZATION AND REMOBILIZATION
3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.]
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
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
41
42
43
44
45
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums 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. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from 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 resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2016
ENVISION IMAGING CENTER
CPN 105019
017000-2
MOBILIZATION AND REMOBILIZATION
Page 2 of 6
1 a. Mobilization and Demobilization
2 1) Mobilization shall consist of the activities and cost on a Work Order basis
3 necessary for:
4 a) Transportation of Contractor's personnel, equipment, and operating
5 supplies to the Site for the issued Work Order.
6 b) Establishment of necessary general facilities for the Contractor's
7 operation at the Site for the issued Work Order
8 2) Demobilization shall consist of the activities and cost necessary for:
9 a) Transportation of Contractor's personnel, equipment, and operating
10 supplies from the Site including disassembly for each issued Work
11 Order
12 b) Site Clean-up for each issued Work Order
13 c) Removal of all buildings or other facilities assembled at the Site for
14 each Work Oder
15 b. Mobilization and Demobilization do not include activities for specific items of
16 work for which payment is provided elsewhere in the contract.
17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
18 a. A Mobilization for Miscellaneous Projects when directed by the City and the
19 mobilization occurs within 24 hours of the issuance of the Work Order.
20 B. Deviations from this City of Fort Worth Standard Specification
21 1. None.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
24 2. Division 1 — General Requirements
25 1.2 PRICE AND PAYMENT PROCEDURES
26 A. Measurement and Payment [Consult City Department/Division for direction on if
27 Mobilization pay item to be included or the item should be subsidiary. Include the
28 appropriate Section 1.2 A. 1.]
29 1. Mobilization and Demobilization [If subsidiary]
30 a. Measure
31 1) This Item is considered subsidiary to the various Items bid.
32 b. Payment
33 1) The work performed and materials furnished in accordance with this Item
34 are subsidiary to the various Items bid and no other compensation will be
35 allowed.
36 [OR]
37 1. Mobilization and Demobilization [If bid item included for Mobilization —
38 Consultant to provide a maximum % of adjusted contract amount based on the
39 anticipated mobilization costs to limit the amount bid for this item]
40 a. Measure
41 1) This Item will be measured by the lump sum or each as the work
42 progresses. Mobilization is calculated on the base bid only and will not be
43 paid for separately on any additive alternate items added to the Contract.
44 2) Demobilization shall be considered subsidiary to the various bid items.
45 b. Payment
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised November 22, 2016
017000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of 6
1
1) For this Item, the adjusted Contract amount will be calculated as the total
2
Contract amount less the lump sum for mobilization. Mobilization shall be
3
made in partial payments as follows:
4
a) When 1% of the adjusted Contract amount for construction Items is
5
earned, 50% of the mobilization lump sum bid or [Insert % the maximum
6
allowed] % of the total Contract amount, whichever is less, will be paid.
7
b) When 5% of the adjusted Contract amount for construction Items is
8
earned, 75% of the mobilization lump sum bid or [Insert the maximum
9
allowed]% of the total Contract amount, whichever is less, will be paid.
10
Previous payments under the Item will be deducted from this amount.
11
c) When 10% of the adjusted Contract amount for construction Items is
12
earned, 100% of the mobilization lump sum bid or [Insert the maximum
13
allowed]% of the total Contract amount, whichever is less, will be paid.
14
Previous payments under the Item will be deducted from this amount.
15
d) A bid containing a total for "Mobilization" in excess of [Insert
16
maximum allowed] % of total contract shall be considered unbalanced
17
and a cause for consideration of rejection.
18
e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT
19
include any cost or sum for mobilization items associated with
20
water/sewer items. Those costs shall be included in the various
21
water/sewer bid Items. Otherwise the bid Items shall be considered
22
unbalanced and a cause for consideration of rejection.
23
f) The Lump Sum bid for "Mobilization — Paving" shall NOT include
24
any cost or sum for mobilization items associated with drainage items.
25
Those costs shall be included in the "Mobilization — Drainage" Lump
26
Sum bid Item. Otherwise the bid Items shall be considered unbalanced
27
and a cause for consideration of rejection.
28
g) The Lump Sum bid for "Mobilization — Drainage" shall NOT
29
include any cost or sum for mobilization items associated with paving
30
items. Those costs shall be included in the "Mobilization — Paving"
31
Lump Sum bid Item. Otherwise the bid Items shall be considered
32
unbalanced and a cause for consideration of rejection.
33
2) The work performed and materials furnished for demobilization in
34
accordance with this Item are subsidiary to the various Items bid and no other
35
compensation will be allowed.
36
[OR]
37 1. Mobilization and Demobilization [If multiple `Mobilization " bid items are used
38 due to different funding (ex. Water and Sewer and Paving and/or Drainage) —
39 Provide detail of each bid item - Consultant to provide detail for each bid item
40 (typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with
41 possibly separate bid items for Paving and Drainage due to funding).]
42 a. Measure
43 1) This item for Water/Sewer improvements is considered subsidiary to the
44 various Items bid.
45 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization
46 — Paving/Drainage" will be measured by the lump sum or each as the work
47 progresses. Mobilization is calculated on the base bid only and will not be
48 paid for separately on any additive alternate items added to the Contract.
49 3) Demobilization shall be considered subsidiary to the various bid items.
50 b. Payment
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised November 22, 2016
017000-4
MOBILIZATION AND REMOBILIZATION
Page 4 of 6
1
1) The work performed and materials furnished in accordance with this Item
2
for Water/Sewer improvements are subsidiary to the various Items bid and no
3
other compensation will be allowed.
4
2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization
5
— Paving/Drainage", the adjusted Contract amount will be calculated as the
6
total Contract amount for paving, drainage or paving/drainage improvements
7
less the lump sum for mobilization. Mobilization shall be made in partial
8
payments as follows:
9
a) When 1% of the adjusted Contract amount for construction Items is
10
earned, 50% of the mobilization lump sum bid or [Insert % the maximum
11
allowed] % of the total paving, drainage, or paving/drainage Contract
12
amount, whichever is less, will be paid.
13
b) When 5% of the adjusted Contract amount for construction Items is
14
earned, 75% of the mobilization lump sum bid or [Insert the maximum
15
allowed]% of the total paving, drainage, or paving/drainage Contract
16
amount, whichever is less, will be paid. Previous payments under the Item
17
will be deducted from this amount.
18
c) When 10% of the adjusted Contract amount for construction Items is
19
earned, 100% of the mobilization lump sum bid or [Insert the maximum
20
allowed]% of the total paving, drainage, or paving/drainage Contract
21
amount, whichever is less, will be paid. Previous payments under the Item
22
will be deducted from this amount.
23
d) A bid containing a total for "Mobilization" in excess of [Insert
24
maximum allowed] % of total paving, drainage or paving/drainage
25
contract shall be considered unbalanced and a cause for consideration
26 of rejection.
27 3) The work performed and materials furnished for demobilization in
28 accordance with this Item are subsidiary to the various Items bid and no other
29 compensation will be allowed.
30 2. Remobilization for suspension of Work as specifically required in the Contract
31 Documents
32 a. Measurement
33 1) Measurement for this Item shall be per each remobilization performed.
34 b. Payment
35 1) The work performed and materials furnished in accordance with this Item
36 and measured as provided under "Measurement" will be paid for at the unit
37 price per each "Specified Remobilization" in accordance with Contract
38 Documents.
39 c. The price shall include:
40 1) Demobilization as described in Section 1.1.A.2.a.1)
41 2) Remobilization as described in Section 1.1.A.2.a.2)
42 d. No payments will be made for standby, idle time, or lost profits associated this
43 Item.
44 3. Remobilization for suspension of Work as required by City
45 a. Measurement and Payment
46 1) This shall be submitted as a Contract Claim in accordance with Article 10
47 of Section 00 72 00.
48 2) No payments will be made for standby, idle time, or lost profits associated
49 with this Item.
50 4. Mobilizations and Demobilizations for Miscellaneous Projects
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised November 22, 2016
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
017000-5
MOBILIZATION AND REMOBILIZATION
Page 5 of 6
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.A.3.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.
5. Emergency 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 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.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
30
1.3
REFERENCES [NOT USED]
31
1.4
ADMINISTRATIVE REQUIREMENTS [NOT USED]
32
1.5
SUBMITTALS [NOT USED]
33
1.6
INFORMATIONAL SUBMITTALS [NOT USED]
34
1.7
CLOSEOUT SUBMITTALS [NOT USED]
35
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
36
1.9
QUALITY ASSURANCE [NOT USED]
37
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
38
1.11
FIELD [SITE] CONDITIONS [NOT USED]
39
1.12
WARRANTY [NOT USED]
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised November 22, 2016
017000-6
MOBILIZATION AND REMOBILIZATION
Page 6 of 6
1 PART 2 - PRODUCTS [NOT USED]
2 PART 3 - EXECUTION [NOT USED]
3 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH ENVISION IMAGING CENTER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105019
Revised November 22, 2016
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION 01 71 23
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 Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As -Built Survey".
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as -built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 0133 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut -Sheets" conforming to the standard template provided by the City
(refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As -built Redline Drawing Submittal
1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall submit the proposed as -built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as -built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re -stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re -stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 25O linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART2- PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1 ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre -established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor's work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3' party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text'; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
CLEANING
Page 1 of 4
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight -exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
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.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 77 19 -1
CLOSEOUT REQUIREMENTS
Page 1 of 3
1 SECTION 0177 19
2 CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
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 Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
27
28 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
29
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 PART 2 - PRODUCTS [NOT USED]
32
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2of3
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 CLOSEOUT PROCEDURE
6 A. Prior to requesting Final Inspection, submit:
7 1. Project Record Documents in accordance with Section 0178 39
8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
10 01 74 23.
11 C. Final Inspection
12 1. After final cleaning, provide notice to the City Project Representative that the Work
13 is completed.
14 a. The City will make an initial Final Inspection with the Contractor present.
15 b. Upon completion of this inspection, the City will notify the Contractor, in
16 writing within 10 business days, of any particulars in which this inspection
17 reveals that the Work is defective or incomplete.
18 2. Upon receiving written notice from the City, immediately undertake the Work
19 required to remedy deficiencies and complete the Work to the satisfaction of the
20 City.
21 3. The Right-of-way shall be cleared of all construction materials, barricades, and
22 temporary signage.
23 4. Upon completion of Work associated with the items listed in the City's written
24 notice, inform the City that the required Work has been completed. Upon receipt of
25 this notice, the City, in the presence of the Contractor, will make a subsequent Final
26 Inspection of the project.
27 5. Provide all special accessories required to place each item of equipment in full
28 operation. These special accessory items include, but are not limited to:
29 a. Specified spare parts
30 b. Adequate oil and grease as required for the first lubrication of the equipment
31 c. Initial fill up of all chemical tanks and fuel tanks
32 d. Light bulbs
33 e. Fuses
34 f. Vault keys
35 g. Handwheels
36 h. Other expendable items as required for initial start-up and operation of all
37 equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative fords the Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit 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 [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
24
25
DATE
3/22/2021
26
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW"
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 1/2 inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 78 23 - 4
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 pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
8/31/2012 D. Johnson
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SUMMARY OF CHANGE
1.5.A.1 — title of section removed
Page 5 of 5
[Insert Project Name]
[Insert Project Number]
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 78 39 - 2
PROJECT 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 information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS SNOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
017839-3
PROJECT 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 performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
FORT WORTH.
(Approval
I
I 07/23/97
I 04/26/00
I 04/26/00
I 1/26/99
I 5/13/05
I ln6199
I 08/30/06
I 08/24/18
I 081241 8
I 10/31/06
I 7/25/03
I 01/31/06
I 11/02/10
I 07/19/11
I 08/10/11
I 10/14/13
I 06/O1117
I 12/05/23
I 09/16/19
I 10/07/21
I 03/08/00
I 04/20/01
I 09/23/96
I 12/05/23
I 05/08/18
09/03/24
I 06/09/10
I 09/06/19
I 10/07/21
I 10/07/21
I 10/07/21
03/07/23
I 03/07/23
I 04/28/07
iWikli4!
I 14121101
I
I 4/20/01
I 5/12/03
I 08/30/06
I
Spec No. lClasssification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer I Model No.
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
250-4G Gasket
33 05 13
HDPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
33 05 13
Manhole External Wrap
Canusa - CPS
WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)
33 39 13 Fiberglass an Fluid Containment, Inc.
33 39 13 Fiberglass Manhole L.F. Manufacturing
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
33 05 13 IManhole Frames and Covers I Western Iron Works, Bass & Hays Foundry(
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
33 05 13
Manhole Frames and Covers
Western Iron Works, Bass & Hays Foundry
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
33 05 13
Manhole Frames and Covers
Neenah Foundry
33 05 13
Manhole Frames and Covers
Neenah Foundry
33 05 13
Manhole Frames and Covers
Sigma Corporation
33 05 13
Manhole Frames and Covers
Sigma Corporation
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
33 05 13
Manhole Frames and Covers
Neenah Casting
33 05 13
Manhole Frames and Covers (Hinged)
Powerseal
33 05 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Parorex/rexus)
33 05 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
33 05 13
30" Dia. MH Ring and Cover
Sigma Corporation
33 05 13
30" Dia. MH Ring and Cover
Star Pipe Products
33 05 13
30" Dia. MH Ring and Cover
Accucast
33 05 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
3405 13
30" Dia. MH Ring and Cover (Lockable) CI
SIP Industries
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) CI
SIP Industries
33 05 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
3405 13
30" Dia. MH Ring and Cover
Trumbull Manufacturing
Flowtite
National Spec
ASTM D2240/13412/13792
ASTM C-443/C-361
ASTM 3753
30024
A 24 AM
R-1272 ASTM A48 & AASHTO M306
NF 1274 ASTM A48 & AASHTO M306
MH-144N
MH-143N
GTS-STD
Hinged Ductile Iron Manhole
RE32-R8FS
V1432-2 and V1483 Designs
MH1651FWN & MH16502
MR32FTWSS-DC
220700 Heavy Duty with Gasket Ring
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket
2280(32")
4267WT - Hinged (32")
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hmg
32"(30") Frame and Cover
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 Bev 2/3/16)
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
Fortnight
33 05 13
Manhole Frames and Covers
Neenah Casting
3305 13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
3305 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
33 05 13
Manhole Frames and Covers
Accucast
RC-2100
33 05 13
Manhole Frames and Covers
(SIESemamme Industries Private Ltd.
300-24-23.75 Ring and Cover
Water & Sewer - Manholes & Bases/Precast Concrete ( rev 1/8/13)
33 39 10 Manhole, Precast Concrete Hydro Conduit Com
33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc.
33 39 10 Manhole, Precast Concrete Concrete Product Inc.
33 39 10 Manhole, Precast Concrete The Turner Company
33 39 10 Manhole, Precast Concrete The Turner Company
33 39 10
Manhole, Precast Concrete
33 39 10
Manhole, Precast (Reinforced Polviner)Concrete
33 3920
Manhole, Precast Concrete
32 39 20
Manhole, Precast Concrete
33 3920
Manhole, Precast (Reinforced Polymer) Concrete
33 39 20
Manhole, Precast (Hybrid) Polymer & PVC
33 39 20
Manhole, Precast Concrete
33 3920
Manhole, Precast (Reinforced Polymer) Concrete
Manhole, Precast (Reinforced Polymer) Concrete
Sewer -(WAC) Wastewater Access Chamber 33 39 40
33 3920 I Wastewater Access Chamber
Oldcastle Precast Inc.
US Composite Pipe
Forterra Pipe and Precast
Forterra Pipe and Precast
Armorock
Geneva Pipe and Precast (Predl Systems)
AmeriTex Pipe and Products, LLC
P3 Polymers, RockHardscp
Amitech USA
Ouickstream Solutions, Inc.
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
E1-14
Manhole Rehab Systems
Quadex
EI-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
EI-14
Manhole Rehab Systems
AP/M Perniafomi
EI-14
Manhole Rehab System
Strong Company
EI-14
Manhole Rehab System (Liner)
Triplex Lining System
General Concrete Repair
FlexKrete Technologies
SPL Item 949
48" I.D. Manhole w/ 32" Cone
72" I.D. Manhole w/ 32" Cone
48", 60" I.D. Manhole w/ 32" Cone
Manhole, 32" Opening and Hat top, (No
Transition Cones)
Reinforced Polymer Concrete
60" & 72" I.D. Manhole w/32" Cone
48" I.D. Manhole w/32" Cone
48" & 60" I.D. Manhole w/32" Cone
48" & 60" I.D. Manhole w/32" Cone
48" & 60" I.D. Manhole w/32" Cone
48" & 60" I.D. Manhole w/32" Cone
Meyer Polycrete Pipe
Type 8 Maintenace Shaft (Powit)
Reimer MSP
Strong Seal MS2A Rehab System
MH repair product to stop infiltration
Vinyl Polyester Repair Product
ASTM A536
AASHTO M306-04
ASSHTO MI 05 & ASTM A536
ASTM A 48
ASTM A 48
ASTM A 48
ASTM A 48
ASTM C 478
ASTM C-443
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C-76
ASTM C-76
ASTM C-77
ASTM C-478; ASTM C-923;
ASTM C-443
ASTM D5813
Updated: 11-6-24
Size
SS MH
Traffic and Non -traffic area
Non -traffic area
Non -traffic area
24"x40" WD
24" Dia.
24" Dia.
24" Dia.
30" Dia.
24" dia.
24" dia.
24" Dia.
30" Dia.
30" Dia.
30" Dia
30" Dia
30" Dia
30" Dia
30" Dia.
30" Dia.
30" Dia.
30" Dia.
24" Dia.
24" Dia.
24" Dia.
24" Dia.
24" Dia.
24" Dia.
48" I
48" I
48"w/32" cone I
72" I
48", 60" I
48" to 84" I.D.
48" to 72" I
60" & 72" I
48" I
48" & 60" I
48" & 60" Non Traffic Areas I
I
I
I
I
For use when Std. MH cannot be
installed due to depth
I
I
I
I
I
I
I
Misc. Use I
I
* From Original Standard Products List
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
(Approval
Spec No.
IClasssification I
Manufacturer
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
EI-14
Manhole Rehab Systems
Sprayroq,
12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
01/31/06
Coatings for Corrosion Protection
Chesterton
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
33 01 16, 33 3111,
03/19/18
333920
Coating for Corrosion protection(Exterior)
Shervrin Williams
Water & Sewer
- Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
*
33 05 13
Manhole Insert
South Weatem Packaging
*
33 05 13
Manhole Insert
Noilm-Inflow
09/23/96
33 05 13
Manhole Insert
Southwestem Packing & Seals, Inc.
09/23/96
33 05 13
Manhole Insert
Southwestem Packing & Seals, Inc.
Water & Sewer - Pine Casing Spacers 33-05-24 (07/01/13)
11/04/02
Steel Band Casing Spacers
Advanced Products and Systems, Inc.
02/02/93
Stainless Steel Casing Spacer
Advanced Products and Systems, Inc.
04/22/87
Casing Spacers
Cascade Waterworks Manufacturing
09/14/10
Stainless Steel Casing Spacer
Pipeline Seal and Insulator
09/14/10
Coated Steel Casin Spacers
Pipeline Seal and Insulator
05/10/11
Stainless Steel Casing Spacer
Powerseal
03/19/18
Casing Spacers
BWM
03/19/18
Casing Spacers
BWM
03/29/22
33 M 13
Casing Spacers
CCI Pipeline Systems
09/03/24
33 05 13
Casing Spacers
Raci (Completely HDPE)
08/24/18
08/24/18
02/25/02
12/14/01
04/14/05
01/31/06
8/28/2006
05/25/18
7/21/97
03/22/10
04/09/21
03/07/23
09/03/24
Model No.
Spray Wall Polyurethane Coating
Series 20230 and 2100 (Asphatic Emulsion)
Arc 791, SIBB, Sl, S2
S-301 and M-301
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
Made to Order - Plastic
Made to Order - Plastic
Made to Order - Plastic
Lifesaver - Stainless Steel
TetherLok - Stainless Steel
Carbon Steel Spacers, Model SI
Stainless Steel Spacer, Model SSI
Casing Spacers
Stainless Steel Casing Spacer
Coated Steel Casing Spacers
4810 Powerchock
SS-12 Casing Spacer(Stainleas Steel)
FB-12 Casing Spacer (Coated Carbon Steel)
for Non_rressure Pipe and Grouted Casing
CSCI2, CSS12
Per Manufacturers Requirements (Sewer
Applications Only)
Updated: 11-6-24
National Spec
Size
ASTM D639/13790
Structures Only
Acid Resistance Test
Sewer Applications
Sealer Applications
For Exterior Coating of Concrete
Structures Only
ASTM D 1248
For 24" dia.
ASTM D 1248
For 24" dia.
ASTM D 1248
For 24" dia.
For 24" dia.
For 24" dia
Up to 48"
Up to 48"
Up to 48"
8" - 12" (Sewer Only)
Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13)
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile It. Pressure Pipe,
AW WA C150, C151
3" thou 24"
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co
American Futile Pipe (Bell Spigot)
AW WA C150, C151
4" thm 30"
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AW WA C150, C151
4" thin 30"
33 11 10 Ductile Iron Pope
U.S. Pipe and Foundry Co.
AW WA CI50, C151
33 11 10 Ductile Iron Pipe
McWane Cast Iron Pipe Co.
AW WA C150, C151
Water & Sewer - Utility Line Marker (08/24/20181
Sewer - Coatines/Enoxv 33-39-60 (01/08/13)
Epoxy Lining System
Sauereisea, Inc
S—Gard 210RS
LA County #210-1.33
Epoxy Lining System
Enech Technical Coatings
Ertech 2030 and 2100 Series
Interior Ductile Iron Pipe Coating
Induron
Protean 401
ASTM B-117
Ductile Bon Pipe Only
Coatings for Corrosion Protection
Chesterton
Arc 791, SIBB, Sl, S2
Acid Resistance Test
Sewer Applications
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
Sewer - Coatings/Polvurethane
Sewer - Combination Air Valves
33-31-70 1 Air Release Valve
A. -I. USA, Inc.
D025LTP02(Composite Body)
2"
Sewer - Pines/Concrete
EI-04 Conc. Pipe, Reinforced
Wall Concrete Pipe Co. Inc.
ASTM C 76
EI-04 Conc. Pipe, Reinforced
Hydro Comfort Corporation
Class III T&G, SPL Item #77
ASTM C 76
EI-04 Conc. Pipe, Reinforced
Hanson Concrete Products
—Manhole,-
ASTM C 76
E I-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. Inc.
ASTM C 76
Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13)
System
PIM Corporation
Polyethylene
PIM Corp., Piscata Way, N.I.
Approved Previously
McConnell Systems
�T_RS
McLat Construction
Polyethylene
Houston, Texas
Approved Previously
Systems
Trenchleas Replacement System
Polyethylene
Calgary, Canada
Approved Previously
Sewer- Pioe/Fiberglass Reinforced/33-31-13(1/8/13)
33 31 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/D3754
,33113 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
3331 13 Glass -Fiber Reinforced Polymer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
3331 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AW WA M45
ASTM D3262, ASTM D3517,
3331 13 Fiberglass Pipe (FRP)
Superlit Born Sanayi A.S.
Superlit FRP
ASTM 3754, AW WA C950
* From Original Standard Products List 2
CITY OF FORT WORTH
FORT WORTH. WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size
Sewer - Piue/Polvmer Pioe
4/14/05
Polymer Modified Concrete Pipe
Amnech USA
Meyer Polycone Pipe
AS— C33, A276, -11
8" to 102", Class V
06/09/10
EI-9 Reinforced Polymer Concrete Pipe
US Composite Pine
Reinforced Polymer Concrete Pioe
ASTM C-76
Sewer - Piues/HDPE 33-31-23(1/8/13)
*
igh-dsity polyethylene pipe
Phillips Driscopipe, Inc.
Opticore Ductile Polyethylene Pipe
ASTM D 1248igh-denty
polyethylene pipe
Bighd-msity
Plexco Inc.
ASTM D 1248
8"igh-density
polyethylene pipe
Polly Pipe, Inc.
ASTM D 1248
8"
polyethylene pipe
CSR Hydro Conduit/Pipeline Systems
McConnell Pipe Enlargement
ASTM D 1248
Sewer - Piues/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11
33-11-1l DR-14 PVC Pressure Pipe
Pipelife locate—
PVC Pressure Pipe
AW WA C900
4" thru 12"
10/22/14
33-11-12 DR-14 PVC Pressure Pipe
Royal Building Products
Royal Seal PVC Pressure Pipe
AW WA C900
4" thru 12"
Sewer - P1Des/PVC* 33-31-20 (7/1/13)
*
33-31-20 PVC Sewer Pipe
1-M Manufacturing Co., Inc. (JM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
12/23/97*
33-31-20 PVC Sewer Pipe
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
*
33-31-20 PVC Sewer Pipe
Lamson Vylon Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
*
33-31-20 PVC Sewer Pipe
1-M Manufacturinp`Co, Ina (JM Eagle)
PS 115
ASTM F 679
18" - 28"
05/06/05
33-31-20 PVC Solid Wall Pipe
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
04/27/06
33-31-20 PVC Sewer Fittings
Harco
SDR-26 (PS 115) Gasket Fittings
ASTM D-3034, D-1784, etc
4" - 15"
*
33-31-20 PVC Sewer Fittings
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Finings
ASTM D 3034
3/19/2018
33 3120 PVC Sewer Pipe
Pipelife Jet Stream
SDR 26 (PS 115)
ASTM F679
18"- 24"
3/19/2018
33 3120 PVC Sewer Pipe
Pipelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
3/29/2019
33 3120 Gasketed Fittings (PVC)
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
10/21/2020
33 31 20 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
10/22/2020
33 3120 PVC Sewer Pipe
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
10/21/2020
33 3120 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
18"-36"
* From Original Standard Products List
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
(Approval Spec No. Classsification Manufacturer Model No. National Spec
Water - Armor enances 33-12-10 (07/01/13)
I 09/03/24
33-12-10
Double Strap Saddle
Ford Meter Box Co., Inc.
202B
I 01/18/18
33-12-10
Double Strap Saddle
Romac
202NS Nylon Coated
AW WA C800
I 08/28/02
Double Strap Saddle
Smith Blav
#317 Nylon Coated Double Strap Saddle
I 07/23/12
33-12-10
Double Strap Service Saddle
Mueller Company
DR2S Double (SS) Strap DI Saddle
AW WA C800
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Incl. Corp. Stop, Dbl Strap, Stainless
NSF ANSI 372
I 10/27/87
Curb Stops -Ball Meter Valves
McDonald
6100M,6100MT & 61 OMT
10/27/87
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101 M
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
1111.18
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
L22-77NL
AW WA C800
FB600-6-NL, FB1600-6-NL, FV23-666-W-
1/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AW WA C800
FB600-4-NL, FB1600-4-NL, B11-444-WR-
1/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, B22444-WR-NL, L28-44NL
AW WA C800
B-25000N, B-24277N-3, B-20200N-3, H-
AW WA C800, ANSF 61,
5/25/2018
33-12-10
Cmb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
B-25000N, B-20200N-3, B-24277N-3,H-
AW WA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
B-25000N, B-20200N-3,H-15000N, H-
AW WA C800, ANSF 61,
5/25/2018
I
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
1553ON
ANSI/NSF 372
I 01/26/00
Coated Tapping Saddle with Double SS Straps
JCM Industries, Inc.
#406 Double Band SS Saddle
I 0/5/21/12
33-12-25
Tapping Sleeve (Coated Steep
JCM Industries, Inc.
412 Tapping Sleeve ESS
AW WA C-223
I 03/29/22
33-12-25
Tapping Sleeve (Coated or Stainless Steel)
JCM Industries, Inc.
415 Tapping Sleeve
AW WA C-223
I 05/10/11
Tapping Sleeve (Stainless Steep
Powerseal
3490AS (Flange) & 3490MJ
I 02/29/12
33-12-25
Tapping Sleeve (Coated Steep
Roma.
FTS 420
AW WA C-223
I 02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST Stainless Steel
AW WA C-223
I 02/29/12
33-12-25
Tapping Sleeve (Stainless Steep
Romac
SST III Stainless Steel
AW WA C-223
I 05/10/11
Joint Repair Clamp
Powerseal
3232 Bell Joint Repair Clamp
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW39C-12-1EPAF FTW
I 08/30/06
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW65C-14-1EPAF FTW
Concrete Meter Box
Bass & Hays
CMB37-B12 1118 LID-9
Concrete Meter Box
Bass & Bays
CMB-18-Dual 1416 LID-9
Concrete Meter Box
Bass & Bays
CMB65-B65 1527 LID-9
Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13)
None
I
Water - Combination Air Release 33-31-70 (01/08/13)
EI-11
Combination Air Release Valve
°
EI-11
Combination Air Release Valve
*
EI-11
Combination Air Release Valve
Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14)
10/01/87
E-1-12
Dry Barrel Fire Hydrant
03/31/88
E-1-12
Dry Barrel Fire Hydrant
09/30/87
E-1-12
Dry Barrel Fire Hydrant
01/12/93
E-1-12
Dry Barrel Fire Hydrant
08/24/88
E-1-12
Dry Barrel Fire Hydrant
E-1-12
Dry Barrel Fire Hydrant
09/24/87
E-1-12
Dry Barrel Fire Hydrant
10/14/87
E-1-12
Dry Barrel Fire Hydrant
01/15/88
E1-12
Dry Barrel Fire Hydrant
10/09/87
E-1-12
Dry Barrel Fire Hydrant
09/16/87
E-1-12
Dry Barrel Fire Hydrant
08/12/16
33-12-40
Dry Barrel Fire Hydrant
Water - Meters
02/05/93
E101-5
Detector Check Meter
08/05/04
Magnetic Drive Vertical Turbine
Updated: 11-6-24
Size
I
1"-2" SVC, up to 16" Pipe I
1"-2" SVC, up to 24" Pipe I
I
1"-2" SVC, up to 24" Pipe
1"-2" SVC, up to 24" Pipe
3/4" and 1" I
1 %" and 2"
2"
1-1/2"
1"
2"
1-1/2"
1"
1"-2" Taps on up to 12"
Up to 30" w/l2" Out
Concrete Pipe Only
4"-8" and 16"
U p to 42" w/24" Out
Up to 24" w/12" Out
Up to 30" w/12" Out
4" to 30"
Class "A
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/2" 1" & 2"
Valve and Primer Corp.
APCO #143C, #145C and #147C
1", 2" & 3"
American -Darling Valve
Drawing Nos. 90-18608, 94-18560
AWWA C-502
American Darling Valve
Shop Drawing No. 94-18791
AW WA C-502
Clow Corporation
Shop Drawing No. D-19895
AW WA C-502
American AVK Company
Model 2700
AW WA C-502
Clow Corporation
Drawings D20435, D20436, B20506
AW WA C-502
ITT Kennedy Valve
Shop Drawing No. D-80783FW
AW WA C-502
M&H Valve Company
Shop Drawing No. 13476
AW WA C-502
Shop Drawmgs No. 6461
Mueller Company
A-423 Centmron
AW WA C-502
Shop Drawing FH-12
Mueller Company
A-423 Super Centurion 200
AW WA C-502
U.S. Pipe & Foundry
Shop Drawing No. 960250
AW WA C-502
American Flow Control (AFC)
Waterous Pacer WB67
AW WA C-502
EJ (East Jordan Iron Works)
WaterMaster 5CD250
Ames Company
Model 1000 Detector Check Valve
AW WA C550
4" - 10"
Hersey
Magnetic Drive Vertical
AW WA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
CITY OF FORT WORTH
FORT WORTH.
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
IApprovall
Spec No.
IClasssification
Manufacturer
Model No.
National Spec
Size
Water - Piaes/PVC (Pressure Water) 33-31-70 (01/08/13)
AWWA C900, AWWA C605,
12 11S
3341-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
ASTM D1784
4"-16"
AWWA C900, AWWA C605,
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR18
ASTM D1784
16"-18"
AWWA C900, AWWA C605,
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR14
ASTM D1784
4"-16"
AWWA C900, AWWA C605,
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR18
ASTM D1784
16"-18"
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
AWWA C900
4"-12"
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
AWWA C900
16"-24"
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
AWWA C900
4"-12"
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
AWWA C900
16"-24"
AWWA C900-16
UL 1285
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
ANSIMSF 61
4"-28"
FM 1612
AWWA C900-16
UL 1285
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
ANSIMSF 61
16"-24"
FM 1612
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
AWWA C900
4" - 8"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
AWWA C900
16"-24"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
AWWA C900
4"- 12"
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
AWWA C900
4"- 12"
Water - PinesNalves & Fittin2s/Ductile Iron Fittines 33-11-11 (01/08/13)
07/23/92
EI-07
Ductile Iron Fittings
Star Pipe Products, Inc.
Mechanical Joint Fittings
AWWA C153 & C110
*
EI-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
Mechanical Joint Fittings
AWWA C 110
*
EI-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350
AWWA C 153, C 110, C III
08/11/98
EI-07
Ductile Iron Fittings
Sigma, Co.
Mechanical Joint Fittings, SSB Class 351
AWWA C 153, C 110, C 112
02/26/14
EI-07
MJ Fittings
Accucast
Class 350 C-153 MI Fittings
AWWA C153
4"-12"
05/14/98
EI-07
Ductile Iron Joint Restraints
Ford Meter Box Co./Um-Flange
Uni-Flange Series 1400
AW WA CI I IIC153
4" to 36"
05/14/98
EI-24
PVC Joint Restraints
Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1500 Circle -Lock
AW WA CI I I/CI53
4" to 24"
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
One Bolt Restrained Joint Fitting
AW WA C111/CI16/C153
4" to 12"
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)
AW WA CI I I/CI16/CI53
4" to 42"
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 2000(for PVC Pipe)
AWWACIII/C116/C153
4" to 24"
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLC4 - SLC10
AW WA C111/C153
4" to 10"
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12
AWWA C111/C153
4" to 12"
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLCE
AWWA C111/C153
12" to 24"
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
Sigma One-Lok SLDE
AWWA C153
4" - 24"
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM
ASTM F-1624
4" to 12"
08/16/06
EI-07
Mechanical Joint Fittings
SIP Industries(Serampore)
Mechanical Joint Fittings
AWWA C153
4" to 24"
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
PVC Stargrip Series 4000
ASTM A536 AW WA CI11
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
DIP Stargrip Series 3000
ASTM A536 AW WA CI I I
EZ Grip Joint Restraint (EZD) Black For DIP
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
ASTM A536 AW WA CI I I
3"-48"
EZ Grip Joint Restraint (EZD) Red for C900
0N19/1s
33-11-1.
Mechamcal Joint Retainer Glands
SIP Industries(Serampore)
DR14 PVC Pipe
ASTM A536 AW WA CI I I
4"-12"
EZ Grip Joint Restraint (EZD) Red for C900
0N1911s
33-11-11
Mechamcal Joint Retainer Glands
SIP Industries(Serampore)
DR18 PVC Pipe
ASTM A536 AW WA C111
16"-24"
* From Original Standard Products List 5
CITY OF FORT WORTH
FORT WORTH.
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No. �Classsification Manufacturer
Water PiDes & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Model No.
National Spec
Size
-
alves
Resilient Wedged Gate Valve w/no Gears
American Flow Control
Series 2500 Drawing # 94-20247
16"
12/13/02
Resilient Wedge Gate Valve
American Flow Control
Series 2530 and Series 2536
AW WA C515
30" and 36"
08/31/99
Resilient Wedge Gate Valve
Amen— Flow Control
Series 2520 & 2524 (SO 94-20255)
AW WA C515
20" and 24"
05/18/99
Resilient Wedge Gate Valve
Amen— Flow Control
Series 2516 (SD 94-20247)
AW WA C515
16"
10/24/00
EI-26
Resilient Wedge Gate Valve
American Flow Control
Series 2500 (Ductile Iron)
AW WA C515
4" to 12"
08/05/04
Resilient Wedge Gate Valve
Amen— Flow Control
42" and 48" AFC 2500
AW WA C515
42" and 48"
05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
American AVK Resilient Seaded GV
AW WA C509
4" to 12"
01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
20" and smaller
*
E1-26
Resilient Seated Gate Valve
Kennedy
4" - 12"
*
E1-26
Resilient Seated Gate Valve
M&H
4" - 12"
*
E1-26
Resilient Seated Gate Valve
Mueller Co.
4" - 12"
11/08/99
Resilient Wedge Gate Valve
Mueller Co.
Series A2361 (SD 6647)
AW WA C515
16"
01/23/03
Resilient Wedge Gate Valve
Mueller Co.
Series A2360 for 18"-24" (SO 6709)
AW WA C515
24" and smaller
05/13/05
Resilient Wedge Gate Valve
Mueller Co.
Mueller 30" & 36", C-515
AW WA C515
30" and 36"
01/31/06
Resilient Wedge Gate Valve
Mueller Co.
Mueller 42" & 48", C-515
AW WA C515
42" and 48"
01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
AW WA C509
4" - 12"
10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
16" RS GV (SO D-20995)
AW WA C515
16"
11/08/99
EI-26
Resilient Wedge Gate Valve
Clow Valve Co.
Clow RW Valve (SD D-21652)
AW WA C515
24" and smaller
11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
Clow 30" & 36" C-515
AW WA C515
30" and 36" (Note 3)
l l/30/12
Resilient Wed gp Gate Valve
Clow Valve Co.
Clow Valve Model 2638
AW WA C515
24" to 48" (Note 3)
05/08/91
E1-26
Resilient Seatedd Gate Valve
Stockb an Valves & Fittings
AW WA C 509, ANSI 420 - stem,
4" - 12"
*
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
Metroseal 250, requirements SPL #74
3" to 16"
10/26/16
33-12-21
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
El F1owMaster Gate Valve & Boxes
08/24/18
Matco Gate Valve
Mateo-Norca
225 MR
AW WA/ANSI C115/An21.15
4" to 16"
Water - PiDes/Valves & Fittines/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
*
EI-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
AW WA C-504
24"
*
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
AW WA C-504
24"and smaller
1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezunk Valves Co.
AW WA C-504
24" and larger
06/12/03
E1-30
Valmatic American Butterfly Valve
Valmatic Valve and Manufacturing Corp.
Valmatic American Butterfly Valve.
AW WA C-504
Up to 84" diameter
04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
M&H Style 4500 & 1450
AW WA C-504
24" to 48"
03/19/18
33 1221
Rubber Seated Butterfly Valve
G. A. Industries (Golden Anderson)
AW WA C504 Butterfly Valve
AW WA C-504
30"-54"
09/03/24
33 1221
Rubber Seated Butterfly Valve
American AVK Company
AW WA C504 Butterfly Valve Class 250B
AW WA C-504
24" - 48"
Water - Polvethvlene Encasement 33-11-10 (01/08/13)
05/12/05
E1-13
Polyethylene Erica —cm
Fl-sol Packaging
Fulton Enterprises
AW WA C105
8 —1 LLD
05/12/05
E1-13
Polyethylene Encasment
Mountain States Plastics (MSP) and AEP Ind.
Standard Hardware
AW WA C105
8 ,it LLD
05/12/05
E1-13
Polyethylene Encasment
AEP Industries
Bullstrong by Cowtown Bolt & Gasket
AW WA C 105
8 mil LLD
09/06/19
33-11-11
Polyethylene Encasment
Northtown Products Inc.
PE Encasement f DIP
AW WA C105
8 mil LLD
Water - Samuline
Station
03/07/23
33 12 50
lWater Sampling Station
Kupferle Foundry Company
Eclipse, Number 88 , 12-inch Depth ofBary
A::�31
09l02F24
33-1230
YJ;xeF-Saerp}ing-StaEaee
.�o.�:
This product removed
Water - Automatic
Flusher
HG6-A-IN-2-BRN-LPRR(Portable)
10/21/20
Automated Flushing System
Mueller Hydroguard
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21
Automated Flushing System
Kupferle Foundry Company
Eclipse #9800wc
04/09/21
Automated Flushing System
Kupferle Foundry Company
Eclipse #9700 (Portable)
The Fort Worth Water Department's Standard Products List has been developed to mmuruze 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 requrements 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
—Yellow Highlight indicates recent changes
* From Original Standard Products List 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
.S"I'ANDARD PROD11— LIST AS OF 2M/2025
I 30 (siaerylk.ADA a.Onveways. Curb/Guner. meaieu Pavemeull
I9/9rzozz UU AM1u �e� Amenan concrcro oanv
16rzana2a Ol lO DO
larorzo2z 033000
Ma Deem
ep `owln cou<rcmcom
� o axes
/1202033000
9N2022 033000
9ron022 033000
Ma De.m
Cmdm COKrue
Carder Canaue
19/9n022
MIXe
unoM irailRd�Mu
19rono3¢
19rorz0ss 033000
UUUeeeeee
own Rea�Mn 3
r-022I92022 033000 Ma ow Toum Rded�Ma
033000 MU
11/292024 033000 Mu Dey¢d Patrede oady g
19rono22 lie crefe
19rorzoss o33101 Mre y� -soR. lnc
19/211— 033000 Ues� un-soR.lnc
10u 033a Oo ma sum un-S0R
anrz
I 023 033000 MU D<um xamd smv<
19N201 033000 MU Dea�m uem Manche
19ro2022 033000 Mu yyy�
14/In023 Mu UUesien 16/1n02
16/n 02J 033000 MU Deem mane�m
I a022 033000 Manure
14n2023 0330 MU Denim nm Manena
19ron022 0330DO MmDy�
19/9no22 Ma UUeeyM
19ronoss Uev
Ilw4na21 033101 Ixum Rc y D 0/4ao23 033.00 Ma ady Mu
l2/102023 033000 MU Desm¢ Osbum
11/18n023 033000 Ma DeFm R9}� Red�Ma
I /24naz3 0 MulYeyym� Ka0id RIX M.
19rorzoss2a 3M 30u Ueum 1i%edd
fnrzan0o00 Ueu canerrre
10/18a02a 033000 MUDee�¢¢//�� rEc"
9111013000MuCmcrele
9rono
11a/lanazlb>N Mu ¢n
9rorzo22
19roIo22 DO Des1en XX
19N2022 13000 MU Denim rue Gm Wm Mu
I19rono22 M.3Jen6oln,Ju Retli Ma
r9ro2022 033000 °�m neHan Bm sem 1 Bb<Wyy �Il1r.l
19- 2 nRNA Mu
19ronoss 033000 M.
Tawn Rem Mre
19rono22 033000 rawn Ram M.
19/9rz022 033a 00 Mm um rawn Ran Ma
I9I92022 0330 DO MU Dewp, Town RWi Ma
9I92022 033000 MU Dearen ow Town Red�Ma
9ro2022 033000 yy wn R�Mu
19rono22 Mu Uay� wn It l-
19rono22 0330000 UUa .xnkun-sO D,.
I4222023 033000 MU Denim uiE stone
9ro2022 033000 Ma Degrv� F1nM Manena
18/4n023 Mn ym
111nonD23 o MR UUe a�
u lnonaz3 03
9roa0
I9Na022 03300D MU Deem Mann Mare
9ro02
03
13000 Mu Deym Manm Mn
I1/182023 033000 MU Denim IPANA Red�Mu
11/lenaz3 033000 MU Deem M.
313
=119 3o paJ n<rete mrembs anima AdewalkRmnvs �5"Smm 3b%Av
30UIOIAG 30,',,^W0,(j',(�/�CrLooncrt eMu forrSiMvya�lka 3-5"sNmp, 31'
1.
�CC502021 35W u�ILkr9�< %rsdewalke, Um�y}-Dos. Cwb ffi Outtm* 3-5" 1...s�3b%Au
oG 'Concrete mrDmewa .evn Rl:uner s^slamu:d s-3.5%ar
3ol>JJJJJanneme Mre smewa12a Ramos. Dnvew�eaea - slnmp.31o°An
3000hpmy Co _ ADA CC D Guner, Senty End TresHnen¢,Non-TxDOT Remmme Walla S"S ump, 3fi%Av
R3050A— 50000f1yy5'a��cTs/3.00O mConc dcfork5�dcwalkseR �AlnNlem(ne. sadMaaM1ola 3-5"slumo:36%Au
GCH40D0 301fOmiCon�mSSmewalkaRamsa. He�alnlar.and Smnn Dram smucmres -5"slams; 3fi%M
Sa09
3000/� Can —Ma Por S� .�1kkppspp/N(00b¢aantl Guuem
153fi%Av
C301D
R2136214
3,00
3.�If rConcmm [or9 dcwalka &TIvMpcs. and Dnvcwan
OmiLbvcrele
3-5"Slualm:3-6%Aa
1366NI4
3 �Ip
SOW1i�. 13..
3-S S. 3b°/Au
R2136R20
ro�ncrek�forstlxewL
3 OOa mComru<forlwc�wv Box<z S�d<weLLs and Ramps
3-5"sluvm�p. 3b%Av
R2136K14
3.00Ip �concruef s�dewwalkn andmmoa
35"91o�fin 36%Av
R2131314
R2132214
3.0a00d�yym Covcrete far SWewalka&Parym�osq
3-5"9lampg3b%Au
rerm�e5forsdewv6seR
- Slumv,d so;,I Av
s.als'acks6 .0 o scan
cfs A-Nv
SOD s.eka/ 3,o0Xe C m srecwaRS ffi Ramn, anecmnffifine
s•slmm�a-6^r°An
10A50MR
RRM5020A
5SK/ 3,000IryConuetevfor sdewalks
3000 Con fm Curb. Gutler.Dmewa sxkwalk. Ramos
3-5"Slum1;3b°/°Av
3-5"slams; 36°% Au
6O s ia.00D�r s�aoc�am FimPorswe n�cnr ne', Sewm rvlaanae. xRn. AJuocem, Bay
3OO
_s°s11-31% nn
w5025A
'OD r.canmw
3000//,yyyy Conaet<fm S�dewaDa, RemDD99,, eum1—Boxu. TM1mm ebcks, Curb and Guver, Dvvaways, Ranier Rams
300Upl4C�maeMrskrCmb&G¢d'br.Dmavew. B�dewalka.-A Ramps
s"smmo.3-6%an
3-5"Sluv/o: 3-6%Av
3-5"Slurt�s:3-6%Au
25.
UU�� �j,, Mu hr Cuab and Guns
'_
3nM17Z=am,DnmDARm
6
5
snlumns:.3L�n5
MAa
0230
02502301
3aa.=MawD,&GO Dw
30MGm
5mp, 310 %
An
P2aunauupne3
NF065
I1500B6
000 C �c for MaaM1�l. &I1rIIN 9w mrzs
�Loa�nuLue
35 Blavlfl 0-3%Av
T BW/�cl^m�u�¢'�y. eo'ncrele 6//��m,cllsaeaemeflt
33�66%
55
i+l.. fornmT-1N
3
5
2
270
symca35
10PCmmPaBOar
MMremffoorr
�%
3.
cc
30n7MufasdewakeAADw1111ro-11Cala N1—T RmWas
31
;353
25
7
Ja"lW.r
eLm
Sams3a%
11
re'whe
35m
3
55
r�509 aocnM Ma
31%
C361DNFA
4
.IXf
���H11,
M
3-5"S'—;3-6
3
R14—
�
3Bx BC.—. sidwa-R—
5
Ob
AAAAAAnvvnuu
5"m3fi%°%o%i
60
m�arM e�affixmmv.ln ce:
s"Stump; as �s%Au
1136224 3.600ppsi Conauc rorCan laWa 35"sluma'3b%Av
R41-33 32l'"kms.3b%AU d9kms36%
02 y hre
4ob D. NMoua
a�
sncrsMnoeom_ 3%A4reo BAv
31
y. RRM5320A 30LLonerctt foe BbeY 3-5"slu�hp;3b%
RRM6020ASs 40W ps1'-- fm stmm Dmm Snoamres 3-5 SOD,, 32
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
S"I'ANDARD PRODUCTS LIST AS OF 2/d/2025
I Lonerea (Cnnhnoedl
� Blab, mums 3-s^ smmp.3b � I larzvzm.4 o3300a SRM convene 4oeso 4000 ns�conome rw mlee,Mwhole.. xeamv. melwlm Cnnms 3-s•skmp,3b° �_ I
9/016n024 033000 9RM Covcrcro 35050 3500 pa�Covcme6rThmnHloeb wd CoOmaBTT 3-5"Skm.3111
19/92022 033000 MU Pos�w amm Cwmem PW5120A 30W/ry,Conc am Mu kr Bbckwe 3-5"Skmp,3b °Av
Monw2azz Ol pp drill LLoonn
I 110 C/feH us. Wlegwanu. CnrveacD T Shalbin� TCFw6ozsA2 4o w r Mwhl 35 sk p3b/Av _ 1
I DrWed3naNm I
19Nn022 033000 'MU Desiw Bumco Texan 36U500B0 55-)5"91umn311-
16212023 033000 Cow Town Reds Mu 360-DB 5"Blume. I- -
110Yion024 03 BstradaR�ay a snann 5"Slmnp.3-6%Am
I1zurz022 0 w-sak loc -
411859
f12023 013.W MU Demw D—SraneR� 11611OHR Ss-).5"Sl mv: 11%
62Jrz023 033000 MU Demen Mwm Manena U2146N41 5.)"Skmp,36%Av
162JI2023 033000 MU Demw Mamn Manena U2146K45
I uo
mHn asnauvehhmmoOblePeoouunndeaetomwnas Ss "^sSSmklvmmmovpdmS—I 5-)
1-024 033000 R RM 3szsin s
12024 �33000RMu 135K2a4 lDH11ed 9ha0r L..333a66°%°°i/°°AAAnnu III
1
ll9/9n022 0330rb(1 Ma Pon�w Cmdm Concete PWCC602001 4000 ps�Concrele fin 3lmm D.mR 3wcwrea, Mannak&Headwal6, Remmmg Well0. Valley (Nltae. Dnve Appoxnea 3-5"Slomp,36%Av I
19Nn022 033000 MU N.. CiN Cwcrem Comomv 40LA2011 4000 reIConcnla MUWSaIm Dram 9mauoms 35"9kma'3b%Av I
19/9n022 033000 M. 19qN2m . 3465:o00 psaii CCeonareemm M(w arorrmBax Culvea. H
2 3�LMuoBox Ln. HelB.l -5sS9kkmmmmpun..333bb6%A02I0000 "36keMxw0
®HRaCHC690222 033000 M. 400vComwI-Elz4Dmm 3-5"aNmp311—
aAvv III
�033000 Ib51 DawHwd aed Pame 35'•SS-31%-
I 14120 30 00 MuPoo.1cmm41%1
223 033000 M. I95 SKI4.000 p�sni ncrete fin Box CLlvae&Headwana 5"Stamp: q.a�311-
Iro2 A a
s`ewM
ro 4II I14/I2n2 M.m
9RM Cn5050 5 ,3bb%%A
ft 3ar- b
03300MUD450M,mp
52 033000 MU Poems WAAv
I
4000 reiCwcroro Mu forglom, Dam Swcmres 3-5"Slumg3-6°. Aa I
16/24rz024 321313
16na - 3
wCancrem
bye rnow
160060-1 600 wi Concrete for Mecmm� Placed Pavme-l"9kmn36%°Ah
36 ips Mxnmce Places eavme31
3C�
I19Nrz02R 3zuu MU Pomw
91 /92022 321313 Mre Deu,�
'9/92022 331313 MUDeaiep
111114/2021121313 Mu Poaw
C cowrela
c eware�e Ceom
Cow Tow Rwi Ma
Cow Tow—m.
306 mffor Mvchmeelaem P. n°smmp.3b%nv
]6LA2 36 va�ewerne Ma rm Mechme Plwetl Pavme I-3^slumo.3b%Av
25)-M 11 3600 pm Concrcm Mu kr Mazhme Plazw Pavme I-l"Slump.3b%Av
35)-M 3600pm Conaem Mrs h—.1Placed Pavme
I
19ronlnz
I9ron022 32 Pomw
6no24 321313 Pom
wRN�Mu
wRw�Mu
I-3"9I..31%Au
ps MuforMazhme Plead Pavme l"Slamp,3b%Av
360-M 4500 rar Cwaele Mafnr Machine Pmaaeeavyc a 3^slnmo:3-6%nv
rD3655AF 0 /3,600M C'—for Much-3"Slumv, 3b%ar
I
I
6122022 321313 MU Dcmen
I10/42022 321313 MUD.-
I10/4n023 321313
I IOn4n024 32
110n4n024 32 13 13 MU Posen
BR R<adv Mu
W '(Mrs
CwareN
SRM ewmem
-3"S1nmv, 3b%Av
D214DUG 4,000 pe�Cwo�nOc br Mwhme ekcw Pmm¢xow 61ump.3b%Au'
x -YY 5505azks 13.604pm Coocmc krMazhm<Plazw Pavme Slump:36%M
xe BF -NY 5509azke I3.600 s� mein hr Machine Plazd Pavme-3"91ump. 3-6%Au
RR
ao0o�///**Mi care lOrMmnme Placed Pavine 3" lump, 3-6%nv
Oers mr Macrame emcw Pavme 1a"Slump, 3b%An
I
I
I
I
9a/erzoz9 321313 MU Posy
1 anm4 3z 1313 MU Dn�gn
9N2022 321313 MU Beelw
sRM connect
sRM ennam
anwI=11
awOOQ icownane
Q 6% n
aozs «Ie rw Mannme elww Pavme la"s1wm:
3soz3 360 �Cwarc rmMaenmp elww eavme la°slmrm.3-6°r°an
FW5520AMP 3600 a1 Ccncicro for Macrame Plced Pavme I-3"Slumg3-6%Aa
I
2232 13 13
aE Ore RcAM'�u
cmR mM
02551301 a�uy nuete M.—MKb PUced Pavme I-3PSkmu, 35b5Y°Au
0260.z30z 0 psrL rer m f Mach PI p a Smmo 35-65/av
I
I
I1199999/N1992/22000222222 1:1vu3H1 vp�.PlvttP'M CH CCwaeom�5emCcamv sC144s�oGCwn�anOeHvnme PwmPame asZ1� s,eev ss"^99kmu,b%A
I5nM1yDweF-022 321313 Po31'1mm31%
41-1-1
231 Dgsmb%AA
321w0 p�aMskm3MWCC60021 450reHwmin
3UPomv1%
3233 Hwd Pa31%aa1
1— Po3 1 PoMuHwPvQSMCfi
1ro32 13 13 .wRm 361 41Cmeenoq- m311
Ig apmCnmv
s ml
32 13 13 DGH40 Avvv
I1IIII
b"S1ump.3b%Av
10/In021 321313 MU Deuen Hokw-90R, Ivc 550) 4500 .C=Hwd Plww Pavme S"SI—;36%Act
19I92022 321313 Mu Poagn Hokw-SOR, Ioc . 4500 psi Concrete fin Srow Dam Sw<wre0. Hand Placed Paving 35"Skmp;36°°/•Av I
111-022 32 1313 MU Pomgn Mavena a6N3s 611,
ps�cwnea rw xwa Place Paving. mins, M—, H-11s 3-5 swmp.3b/°an I
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
S"I'ANDARD PRODUCTS LIST AS OF 2/dr2025
I i'nnmeu4cmn mum)
l6/ 4n 02J
3z 1J 13 MU Dea.gn
Manm Mm�elm
Rzw6RJb
61]/gs0o m�cmmrme rmxana Plaeeeeavmg J-s^sh ma 3� �' I
zuu Mm Dear
321313enaSOmP373 MU Den�en
Mmpn Manepa
Mmtm Manena
�u1a6N36
R2146K3]
4sa6 we®amkrnrxane Places eavm 3-s
Conmme fm Hand3
622
:22
R2146R44
sack/4500 psi
660—b/4.500 mCanmmeMaferH3z
C Mufor Hand Places Pavme s"slnm:3fi%Ah32
313 M Dewy
n��nm.�
manm
ur4s0�p
4:, e�c e�cfeforxnnecea eavme-s•s�
3-6%A2131ure�nM peg Concmrcfm HandP ad Pavmg 3-5"S1ump,as-].5%Au
19 22 321313 MU N.,
19/9n022 321313 Mu Des
19ron022 322 Posy
1- Manmm
Mamn Mantua
MMar�etm
R2146236
R2146036
R2146242
4.500 pe�Concrtm far Hand Placed Pavme 3-5"Slump:36
4,500 �Conumefm Hand Placed pl j,.1. 35"Sln�Q 36°h Au I
crem fm Hand Placetl Pavmg S'slnrdaf 3fi I
�cm,wle
31313 Mn
19ron�n2
lmianozJ M
3213�u
Mmm
N.1s
R21a6oa2
P2-YY
450
for Hnodelacm Pav-5^51umo: 31%Au
6171Z 14soo wennmme rmxe eaP -s•smm 3� �
J-5"S1ump.3fi%Au
JI10n02; Dewp.
Os
n-NY
sA60MR
bs s.aker4sao a�canmte fmxan sea -r sm
6SK/4j00 ps�Conmcsc krHmd Placmeavmevm
I1242023 32U 13 Ma Dea�m
11H3nBz3 321313
19rono22
Ramd R�AM.
RM Conmma
RRM6320AHP
41.3
4500mi Cpncrct6r Hand Plasm Pavme 3-581ump:3-611 I
4500,tyymm Conmma fm Hand Plasm Pavme 3-5"91ump.3-6%An I
asuBmi coomemfor Hand Plasm Pavme 5--1 .3-6%Au I
laaanoza
10/182024321313ieRM
3z 1313 ear n� RM
Co�crcrc
585o
�5050
W �c •• °
4500 pw Co crem (m Hand Plasm Pavm¢ 3-5"SNmp.3b%Au
19-Ml
19ron022
19
321313 MU Des�en
32 13 13 M.
iartanl Concrne
on
FW6020AHP
—0AHP
4500 m�Conmme Mu kr Hand Placed Pavm¢ 3-5"SNmp;3b%Av I
45Oomnc Mufor HHPed -5 II
nd mea - "Smmp.3b%iroz
1roo22
3213 13 Mu
�-m3A°
9
n22321111
2
Mu
026 3o1
asWLcMmae
a50mCovomMuormlcrs,HmdPadPavmr22 s1,AAluo.
m 3-j
C�wc 3-5"mp:36%A
II
IIl0/9nOza
1(�IYY euh SrmneW eavmet
A
as0omeoremorHnP>-m3AAwa
mAn
I
19/9n022 32 13 13 MU Design
32 13 13
BieDConcrac
370—Cm3-1
1
—
ceWHOHemPvg 3-35"9Nkmm%Av
II
sN Pmn31%-5`20A
445 0 pi C
o^
2
19ro21 1-12 3213ll
3
3-5111'w
I1I/n189nn002234 uDe
1113 MU Damn
Emmda Readv Mum
0N
4575ABSC
m Hm450pCemESme Smfi%A
7508acks/4.500 mi(3.000 psi Cal 3da0Conermefm HESPavme 3-5"SNma'31. I
19ro2022 321313 Mu Demen
I-023 3 313
H.--9OR, me
W9mne
2125
A
5000 Canvaete fm HBS 1-3-5"91a3b%Au I
memhrHC4 Pwuy s"s1.13fi I
1m]n023 321MU Das�m
Marmne
R2161Rp0
ys�Ci�ompvwza lunllm xes eavme 35"S—,3A%Av I
402
svm nozJ
M�cea. �ff
e�oe
1.12
S,a W c lel xes eavm 3-s•slnm 3,%An
Oo (3,000 @3anys) Psi cooame mr xes eemng -s•' S1ump, 3-6%Au
992022
321315 MU Doren
Tamn�Conartm
PW6520AMR
a500 f3000 pw(13dan) pw HESPavme 3-5"S1ump:3fi%Av
19rorzOzz
I
M.
a 9/Br1Ae skb. rop SlaBro(Mrem
Tarrant concrem
lnD4. Culvema,AtJp Ih
—12—
Slebrl
4s00-0pwg3mn1 pal concrete Hes Patine Ts sh®p, 31%An I
I
19N2022
19ron022
19/9n022
321313 ll4 Deri¢n
321313
Cow]bwn RWiM4
�P.. M.a
Red
260 4000 ml C.— M. Brldec Slabs. Box Culvms, Hwdwalle
360 00uyConcme Mufor,— Slabs. Box Culvms.Hwdmlls
400�Ini Concretefpm Br jse s6bs, tq�labs ofdirect trafle caWem.ao��oa TXOOT CIus SNo FlV Ash
3-l'--31— I
3-S'Skmp`6%Arr I
-s"Slump.ib%Av
11n9n02a
32 Oem
Rae�ady Mu
e423a4 4000 ow con cnrciorBocrereror Hridea Sxln. Too Slabs. and Aooreach slabs
eoxB
a�•smmo,3b%Arr I
4/12023
Sn02a
14/ISn024
IS/sno2J
321313 Dewy
321313 - uDew¢n
321313 Nu Des�en
2 1313
Mmie
RRemv Mu
NBR Readv Mu
emrcrem
46133 601 aazks/4,. pw - m Mce Deco
%1SNY 550 Sacks/4000psi Concret<Mu for ClassSslab Pavme-NO FIV AeM1
4-1 450 Sacks/4000m� Concrete Mu far CBsn5866 Pavme
n100o0e553cB 4.00o ow conortrcfm Barrage Aowoacb sl.n, Dect slob
]-5"Smmp.3fi%SAu�
3-5"Smmp.3b
3-5"91nmp;3b%An I
Js Slumo, 3-6/°An
I L'pnmete Bare rreneO Repatr
9ro23 3341M m0�ya�9'i � Bomao Texas YBP TeFw.85-11514nrz0o2z 03466 e.141B0 wyanoMu fm B..o,Tmb 54•Sm.3/%AA'
19/9n022 031. 34r13�LO MuD MalerMl mao Term OIY690BF 00 0i�CsO—Mu far Plowable Pill Plowable, 85-I15°/°Au
19/9n022 033413 MU Dew® CaNm Coneee F%CC3]s01 SO B s eblo Fel-C— 3F-S�'skmFl,%--
19ron022 413 araac rm Is Fm bmFo c1.sM bm s11 s/tux
19rono22 V030413 IMulxmm ITarmnlconeorte IFwIm150CLSM I50150 om Fmwnbm Feu-CI.sM Ioowable, g-Iz°^a ntr
1 i Ila
Ia/1rzo23 1313]00� esi¢n (Mein Marie11e I.1141030 4.000 pv Conmme o`R;map 35"Blump:3b oAk
AA}}pTM1M1 99
1911022 7112a16PaWm Mu Des�en Aoerm Asphah PISB11]965 Fi5B11]965 PCbf-22 Tvpa BFme Bug
19rono22 32 12 16 MUD—
32 12 16 —De
I15n9no22
4—.1
II
z'c24v
o2
4a6a yN{m
Mu
1112n16
12E 1L 2 T oTeT aasaemec
0223
9ro2rrz5n031216 M
20321216
1
- Y22BR
341B
HONS—G2-TB mBarsee
RZRE
BmeMU
341B64—P02 TBmI
19ro2022 321216 M. Poet
430520
4
3211300 P-22 TyyyB II
41305-1]4
22 12216
119by
9ro22 3212
T.—
0-1
211305 f1]57)
211305(1]5]Wi����a
FmeBI
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
S"I'ANDARD PRODUCTS LIST AS OF 2/d/2025
I Aaph.lucenGnnem
19/9rzozz 1 Dean err lzsls Pc 6a-zzalzsls ec]o-zz ryP<DPm<s.,f.«
14/In024 321216 Mu DemRnvw TXBIT }qq MAC42P-0'1P22XR 344 MAC.SP-D]0-2z%R 9AC A -It Tvo<D Pme aorfiw
I rrii
���9I92022 3 DWS Pevas Wenelm Bnak TXN Dekembk Wvmme Pavers _
9I92022 321320 DWS-Composne
02 19Nn2 321320 vDWS-Composna ADASolmlmm (Wdmmboo. MA1 CMAIC Henuec Bnck C@Compos�x Paves
AOAa.Im�.�,�mmoo.MA, I D<�bl<W�mee.v�
I 301wve JWpt Be.lmt
19I9n022 3213 ]3 JomtSwWl Dow 8905E B90BL-Cold Applied.Smele Component Sdmone lomlSwWt
19Nn022 3213 ]3 swkntT
9005E 9005E-CoW{pEIid,Smale Componen4 Sihconelom[swknt
19/9n02z 3213 3 swlant Pecomo 5L 300SL-NWAppliN. sm le m� tsiu<nn<lomt se.km
19N2022 32119]3 3oml6wknl I}eWo Rmtlsav<r 90wovc Ro<kAdry�Bava B�hconc-Coti�Aponcd Bmek Comoovrnl 9�beovclomt 9<elal
19ron022 31 Sy oron<hEmbed enn asodd SiWuchm morals GnIVYBmbNmm[ sand
19rono:z fors ll am Ise cm hMm m. nmm<ntsena
1 e.,a fRwnal vn1"1
928n015 330513 col FCova�� omdry Se F-22]4 i916(Sme-32°D�v3 Dm ASTM A48 AASHTO M306
19/28n018 31051} ManM1ob Penmen end Coven Neepah Poundry EM IBm¢<a3 NP-P149-LMf—d)f8me-32"Dn) ABTM A48 AABHTO M306 I
19n8/2018 311513 Manhole Pmme woah Pouodry-30(Siz<-3225"O�al TM A48 AA5HTO M306 I
19rzanala Mennpk Pmmes uod= 1d7ry Hv (sae-32"D�.3 I
l-19 ninA aT [sa<-24"Dml I 33 as1 coves @manes 2z]9sT s� 3z Dw AsrM Aaa AAsxra M3a6
TM Aaa AAsxra
10rena20 310513 ene Coves El ffeommav Pssl ]oNen hon Wm4v) /A BP03322/Af-12.25"Dw) ASTM A536 AASHTOM306
13/82024 330513 Curb loleFCovcm S@mduames++ 2296T (S¢e-"^24"Dw3 ASTM A48 AASHTO M306 I
Ib/lanaza s0
,r 3oTM 6m<6�.a^<u�a.l Merss6 Aaa AAsxra M3a6 I
rvore an n«9w rn crO dbMfie4�ep 33 A.y B romd.3uexrye<.rm.<sI.<.eq«gm..xor<,rn.r.ra.n..<q.<rmw,l.mrr.ww.<.,.
110re/z020 3
Uoren020 3 1492 Nab mlels
arenazo 3
10ren020 334920 Curb mlms
I IOren020 333920 ManM1ole Foneme
I10/8n020 333920 —.11 Fonema
I110M 020o 3 Mle
IIOhren20 3
11023392.
n.20 333920 Munhok
3/192021 334920 Curb mkle ip<Group
13/19n021 334920 Cmb mkls Thpmoson Pipe Group
13/19n021 334920 —.- Thamoson P/�e Gmup
D/19— 3339 za 1M V cmuo
3 nov 3339 zo mncmn
r^^fsae-1o'x 31
AS T"fsae-10'X4s1
PRECAST^rsae-10'X451
FRT4X4-009-PRECAST-TOP fB¢c-4'X41
FRT-0X4-009-PRECAST-BABE(Sae-4'X4)
X5-010
�-I-C-PRECAsi-TAOP f5ae-5'X'X5151
dX-0eRar=
PRTfiX61111RE1AST-BASE 1--6'X6
TPG10X3-0OS-PRECAST PILET"(Sa<-10'X31
TPGISX3-0OS-PRECAST—ET "(Ss-IS'X 31
1PG-20XI-1-PRECAST@ILET"(S--20'XTI
c-0X--PRECASTTOe(--4'X41
P coxes-ao9-eRECAST BASE ISER a x41
I
ASTMC913 I
AS—C913
ASTM1I C913 I
ABTM C913 I
II AsrM c9H
TM C913
ASTM 615
11TM615 I
TM 615 I
M5 I
M 615
9
3/192021 me Group
�� -012-P s�--4)
'ICV-],VGIO-PRPLA$ OP (Sx-5'XS')
TM 615
13391
13I192021 333920 m— Th..—. Pme Group
13II9n021 333920 Ma�ok Thompson Pyy�Gmuo
13109 21 m-.le Thompmn P�` Gmup
TPG5%541-RECAST—RISxc SXS'3
TPGS%5-012-PRECASTS-Fr RISER fSme-5'X51
TPOfiXb-411-PRECAST TOP(Size-6'X 61
TM611 I
TM 615 I
I
92 P pp
13n9— anhole peon P,ge
3I1920AII
2: 333921 me(3mup
M Mole
fsae-6•x61ASTM
O 12e CASTe ER(S�-sxs)
TPO�XI-01?PRP.CAS II P(Sae-'1'"1
13/192021 333920 Me�hok Th mo repo Pmc Group
BASEB¢c-TX'11
A8TM615
13/19rza21 333920 Mm�hok Thamvson P//$$ Group
—1X'lAll-PRECAST
TPG]X]-012-PRECAST 0.1BER (Saes-]'%]1
ABTM 615 I
13/19n021 Manhole TM1ompmn Yp'ge Gmi
13/19na21 333920 Muwok �nY
BXe-011-PRECAST TOP(5a<-e•X81
Top
TPG- 1 - ISae-9'X 81
I
ASTM 615
eup
Vd��(�ASI'INLIsPim-
3/19n021 334920 Dmp mkl Grou
Rpc
4 x a •x s1
1
AS 61s
3/19n021 334920 mp mltt Group
13/19n021 334920 Drop mkt Thompson Rpe Group
Ie28n023 3349 10 MaMak OWcuae
TPG5X5-0OB-PRECAST EJLET (Sae-$'X51
TPG6X6-0OB-PRECAST EJLET (Su-b'X61
amcked Manhole rsae-4'X41
ASTM 615
ABTM1I615 I
IT1 Cd]B I
IBnerz023 3 McMok oWcuOe
S2I noz3 33491 k o.-.
5282023 334910 <nhok 01acsslpl
Box (Size-5'xa1
P.14'x 4' SIZ lunenov Bnx rsae-4'X 41
Bax rsae-5'Xs1
Pmw11 6'Smm�luncuov Box (Sent-6'X61
1
S MC4]8
ABTM GTB
1828n023 334910 Manhole Oldcmtle
Pseem18'x R'Smm, lunalon Box Beu fe¢e-B'X81
ASTMC4]B I
18/28n023 334910 Manhole Old—
I vze— 3 Mannple Amker Matmak
x e'Smnn luncnan Box Bore ISae-5'X81
ate Sm Poonne='I.(Sae-4'%41
mw
iMC9]8 I
I
18n — 3 p�/�
3392 Cm _ ,, ThompsonYipcc
rsae Pr))
let Rise rsae-3 Pfl
- 1
c91216
c913-16
mla MIWTme-3 Pq
Drop mlm (4'%4)
T C913-16
M
TM C913 I
8I292023 311121 CmbmM20 x3'Rwar
III122024 334920 Drop M.Am iI-1n �Ov udvu.
III12n024 334920 Dropmlm &Praducn
P/Pe&Products
Drop mlm(5•X 5)
TAI-3 I
I II19n024 3 Manhole
11/19no24 3 3492 PJpe&erne uass
erxastsxs•smm� aBox
I
AsrM c913 I
Tax Y
1/19na2a 334920 ape&Produom
=x(a•Mx on um mp pf s'le)
Prews�6k69m�m ]unanon Box
ASTM C913
I1/19YL024 3349N Manhole AmenTex Pmc&Praduua
6'Plwaal Tgnamop hW(4'l+W on Ne lop ofb']B)
ASTMC911 I
I1/19I2024 33 49 20 Manhole AmenTex P))pe&Products
I1/19n024 Y/'pg
Pswmt B'xe'Bmrm ]welmn Box
ABTM C913 I
I
334920Manhole Products
I I/19n02a 3 TexxYu ffiema
—(4'--Me of e'IBI
Box (a/Mx mime mvofRCB3
I
]/16na24 334920
rnl3
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
S"I'ANDARD PROD11-1.1- AS OF 2M/2025
2023 33411 Sram�Deam afr d,PretenRce Tooeue dGoove lamlPme (5-21'minreu)
6252023 334110 CYIVMRoxP aeenela orttd Concmc Box Culvm (Su-Vanoua)
110/12/2023 334110 —o Davin Pmes kLi,�nTT. Pmc&Feduma Ranfor.Con=,:Toneue and110112J2023 34 Culvon Boxry�&Pmdums R—l—dCoocremBoxC.1—, s�-Vmioox))11011v2o23 s merPC,o Deere po Cn pi (� moa fSac-IS"11011 v2023314110 alum ecx Tmnerca Rem0uced Co Rox Ivert -V.)
elnno24
v 5.24
Re .Rmnov g ® Rem -mix, Ch-ya DW(1a€2825)
CFW Lighting Approved Products List
CFW Product Name Manufacturer I Manufacturer Product Name & Description
Residential -Standard
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC Galvanized
MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm,
Type 11 Pole
Makers Sales and Marketing, LLC
Black
D601373(page 1 of 6)-Shoe Base Pole Type 11,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33B, 36" Rise Simplex 8' Arm, Black
Type 33B Arm
Valmont Industries, Inc
D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325607
American Electric Lighting, ATB0-P101-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD325606
Residential Luminaire
American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325609
American Electric Lighting, ATBO-P101-Mvolt-R4-3K-BK-
Acuity Brands Lighting, Inc.
MP-NL-P7-AO-RFD325608
McFarland Cascade
CREOSOTE 30/35 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 36" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
D1301373(page 6 of 6)-Wood Pole Arm, Galvanized
Arterial -Standard
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Makers Sales and Marketing, LLC
Galvanized
MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm,
Type 18 Pole
Makers Sales and Marketing, LLC
Black
DB01373(page 2 of 6)-Shoe Base Pole Type 18,
Valmont Industries, Inc
Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Galvanized
Makers Sales and Marketing, LLC
Type 33A, 60" Rise Simplex 8' Arm, Black
Type 33A Arm
Valmont Industries, Inc
DB01373(page 3 of 6)-Single Arm Type 33A, Galvanized
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322792
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322794
Arterial Luminaire
American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK-
Acuity Brands Lighting, Inc.
M P-N L-P7-AO-RFD322793
Acuity Brands Lighting, Inc.
American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK-
M P-N L-P7-AO-RFD322795
McFarland Cascade
CREOSOTE 35/40 FOOT TIMBER POLE
Timber Pole
Bayou Forest Products
30-35' .80 CCA Green Timber Pole
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized
Wood Pole Arm
Makers Sales and Marketing, LLC
Wood Pole Arm, 60" Rise Simplex 8' Arm, Black
Valmont Industries, Inc
D1301373(page 5 of 6)-Wood Pole Arm, Galvanized
Decorative -Pedestrian
Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4
Washington 10' Pole
Acuity Brands Lighting, Inc.
RFD110736
Holophane, CLA14FT J20DMODC03BK RFD325026, AB -
Washington 14' Pole
Acuity Brands Lighting, Inc.
16-4 SPEC RFD325026
Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7
Washington Luminaire
Acuity Brands Lighting, Inc.
FRGL RFD338699
Washington Globe
Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7
Luminaire
Acuity Brands Lighting, Inc.
AO RFD-315548
Oleander Type A Pole
Acuity Brands Lighting, Inc.
Holophane, PDA 12S5L20POBBK-MOD
Oleander Type B Pole
Acuity Brands Lighting, Inc.
Holophane, PDA20S5L20P08BK-MOD
Oleander Type B Arm
Acuity Brands Lighting, Inc.
Holophane, OHC 151N 2A TN BK
Holophane, AUCL2 P40 30K AS BK L3 N P7 AO
Oleander Luminaire
Acuity Brands Lighting, Inc.
RFD338741
Berry 12' Pole
Acuity Brands Lighting, Inc.
Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400
Berry 20' Pole
Acuity Brands Lighting, Inc.
Holophane, PD20S5J20P11BK RFD338816
Berry Arm
Acuity Brands Lighting, Inc.
Holophane, VLC 271N 1A TN QSM BK
Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7
Berry Luminaire
Acuity Brands Lighting, Inc.
AO SH
Banner Arms
Acuity Brands Lighting, Inc.
Holophane, BA-241N-2A-CO-S4J-BL-075P-BK
System
Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651
Cantex Inc.
specifi cations and NEMA TC2, Rated for 90°C Cable,
Sunlight Resistant, 10' Lengths and 20' lengths
Rigid Nonmetallic Schedule 80 Electric Conduit, Meets
UL 651 specifications, RUS listed, NEMA TC-2 and
Heritage Plastics
NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather
Conduit
Resistant
PVC Rigid Schedule 80 Conduit, Conforms to UL 651
Atkore-Heritage Plastics
and NEMA TC 2, Sunlight Resistant, Listed for 90°C
conductors or cable
Schedule 80 PVC Rigid Nonmetallic Conduit, Extra
Prime Conduit, Inc
Heavy Wall EPC-80, Sunlight resistant, Rated for use
with 90°C conductors, Meets UL651
Splice Kit With Connector NSi Industries, LLC
Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK
Series
Copper Wire/Conductor
Southwire
Encore Wire
Encore Wire
Service Wire Co
Advanced Digital Cable Inc
Aluminum Wire -Triplex Priority Wire & Cable, Inc
Fuse & Fuse Holder
Edison
Edison
Cooper
EATON
EATON
Connector Thomas & Betts
Metered Pedestal 120-240V Electrol Systems, Inc
WE Manufacturing & Controls
Metered Pedestal 240- Electrol Systems, Inc
480V WE Manufacturing & Controls
Ground Box
Kearneys
Photocell
Shorting Caps
MacLean Highline
Oldcastle
Type XHHW-2 copper conductor, 600V
TYPE XHHW-2 / RW90, copper conductor, Superslick
Elite, 600V/1000V
THHN / MTW / THWN-2 Copper conductor, 600V
Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT
Rated
XHHW-2 Low Smoke Halogen Free, Cross -linked
Polyethylene Insulated 14 AWG-750 MCM, 600 Volts,
90°C Dry and wet
Triplex Overhead Aluminum Conductor
General Purpose, Midget Class MEN Fuses, Voltage
Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps,
Interrupting Rating: 10,000 RMS Amps @ 125V
Modular Ferrule Fuse Blocks for Midget Class and CC
Fuses
In -line fuse holders for Single -Pole 13/32" x 1 1/2"
Fuses HEB-AA
Bussmann Series, HEB breakaway and non -breakaway
in -line fuse holders for UL 13/32" x 1-
1/2"supplemental fuses
Bussmann Series, FNM 13/32" x 1-1/2" 250Vac time -
delay supplemental fuses
Wire Joints for Copper Conductor, Cat No: 54615,
54620, 54625-TB, 54635, 54640, 54630
TY A (120/240) 100(NS)AL(E)PS(U)
TY A 120/240 100(NS)AL(E)PS(U)
TY A (240/480) 100(NS)AL(E)PS(U)
TY A 240/480 100(NS)AL(E)PS(U)
Polymer Concrete, PHA132412X0002: TIER 22 (X) 22,
500lbs
Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 -
TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING
NUT
Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 -
Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING
NUT
NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N
Series
Dark To Light, DLL Elite, Electronic Locking, Type
Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480
Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U
Interim Products
Residential Luminaire I TRASTARINC. PRA-STR25-31K-120-3-GR-SCL
RA-STR10A-3K-120-3-GR-SCL
Arterial Luminaire TRASTARINC.