Loading...
HomeMy WebLinkAboutContract 62711-PM1CSC No. 62711-PM1 1'O.T WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 2401 S. University IPRC Record No. IPRC24-0165 City Project No. 105700 FID No.30114-0200431-105701-EO7685 File No. K-3298 X File No. X-28289 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Developer Funded 2025 Prepared by Kimley)))Horn Texas Registered Engineering Firm F-928 801 Cherry Street, Suite 1300, Unit 11 Fort Worth, TX 76102 817.339.2269 Kimley-Horn No. 061324305 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ?V,-�nj®®®s (XU! 2/13/2025 00 00 00 STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 1 of 6 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised nn� lfwitatien to Bidders 03/20,9020 nn� last ueti ns to Bidders 03/20,9020 00 4100 Bid Fefm 04/02,9014 00 42 43 Proposal Form Unit Price 05/22/2019 0045 11 Bi.7dersU-egtt,l;f;eafiea's 04�nv�rvzzvi4 0045 12 Prequalification Statement 09/01 /2015 lln� niddef Pfegtt l;f;,...tief Applioati�-i n3/n�0 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 0062 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 nn�0 Maintenance Bond General Conditions 01/31/2012 1 1 /lrr45190i7 007300 0073 10 Siip .le.,.o,.4afy Conditions Standard City Conditions of the Construction Contract for Developer 07�nmTvi190i i 01/10/2013 Awarded Projects Division 01- General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 013129 01 3233 Pr-ege t Meetif s Preconstruction Video 07/0i,Qi 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 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 0157 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 0177 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 00 00 00 STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 — ExistinLF Conditions: NONE Division 03 — Concrete: NONE Division 26 — Electrical: NONE Division 31— Earthwork: NONE Division 32 — Exterior Improvements: NONE Division 33 — Utilities: NONE Division 34 — Transportation: NONE CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 00 00 00 STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http: //fortwo rthtexas.2ov/tpw/contractors/ or https:Happs.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 033000 Cast -In -Place Concrete 12/20/2012 03 34-13 Controlled l e,l Tow St fengt Mate,-ia (G S 4 1 22onviz 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05.�..�..,,,. -00 GeAler-k Des„ is f Eleetfie..1 1 11 /7�v1-3 2605 10 Demolition f Eleetr-ieal Systems' 122onviz 260533 R ee.. .,,�..7 ays Bexes f F :;CC�+ *-Aal Cij$tems 12/20,9viz 2605-43 Uade gr-e,,,.,a D, ets and n,,,.o.. ays for- le tfie.1 Systems n7/nm�z 26 05 50 Eol muffizati ns Multi Duct Ge..dttit !N/7v Q6,90iv Division 31 - Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 312323 Beffew n 1 /3 31 24 00 Embankments 01/28/2013 312500 1 25 00Erosion and Sediment Control 12/20/2012 313600 dens 1 71 /7�20,9012 3 ,�0 Ripmp 12/20,9012 Division 32 - Exterior Improvements �'� ne,..,. a erg 1 vex.,;,. ��4o�r�t Pcz.r W20,9012 3201 18 Tamj�044R�, A .l is D �,;... ne . ;, 7 1 /7�20190 z 27� 32 11 29 Fle*ible Base !''..ufses Lime Treated Base Courses 12420,9012 12/20/2012 32 1133 Cement Treated Base Courses 12/20/2012 3'� 27� Liquid T-Feate,l cal De'Alli er Asphalt D...,*9 nQ/�15 11 2/20,9012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 00 00 00 STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 4 of 6 2 7� 32 16 13 B -iek Unit Pa-, ng Concrete Curb and Gutters and Valley Gutters 12/7�20n01z 10/05/2016 32 17 23 Pavement Markings 11/22/2013 321725 3231 3 3'�6 r,,,a. n d -, carves-tcRsrOoo Its'��:ti°:lg Chain Fences and r es > r cos 1 1 /04 901 3 rri-v�rsoz� 12/zz 20,9012 12/�- ^�z 3232 13 Wife ones and Cast -in -Place Concrete Retaining Walls 06/05/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 3292 13 27� Hydro -Mulching, Seeding, and Sodding Trees ..,..,1 Shfi bs 12/20/2012 1 71 /20,9012 Division 33 - Utilities 33 01 30 330131 Sewer and Manhole Testing Glesed Gife,,;t Television ifispeeti n 12/20/2012 03/06 3303 10 33-04-10 3304 } 3304-12 (CCTV) %,rwo Puxmj�img 3f Bxr .Nt g Sewe �. Toro, Bea.1;n.. a -ad Eleetr-ieal lsela4ie n r,,,...esion Gentr-el Toss Stations M.,g es;,,,, Anode r...t,, die Pfeteeti .r Syste,., 12 / 0,9012 12/20,9012 12420,9012 12/20,9012 3304-30 3304-40 3304-50 3305 10 Te... per-afy Wa4er- Sef-i;ee Cleaning a -a A eeeptanee Testing ,,fWate fMains Gleaning ef Sewer- Mai Utility Trench Excavation, Embedment, and Backfill 07/0i190i 1 02/0 -3 12/20,9012 12/12/2016 3305 2 Wato..1jff,lJ Lawer-ing V 12/20,9012 �� 3305 13.10 3305 14 Ff a Grade Rings r,.,, p C—ev,�r . mite Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 014219 � 12/20/2012 Grade 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 12/20/2012 9 33-03-21 33 05 22 r Turn.�ter..- 1 ate Stool Casing -Ripe 12420,901 11 /z 12420,901 33�3 22� i7..n.] T,,,,..,.oling installation ..f!''..ffie,-Pipe;.. Cfl-sing or TLiriYo1Plate v 12420,9012 06/lvrrr2vi3 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 11 0 l to Iron Pirc 1'/'�12 33 11 11 Ductile Iron Fittings 12/20/2012 333 1111 12P'�olyvinyl 33 11 13 Chloride (PVC) Pressure Pipe Goneiete ,,,-e Pipe Bar- Ix4-.,,..,. Stool Cylinder- Type 11/16/2018 12420,9012 33 11 4 e c� n,,-ie ool Pi�G\�.� w 12/2n�>z2 901 33 12 10 Water Services 1-inch to 2-inch T >\ 02/14/2017 1 32� 33 1220 . fge Wale f etc fs Resilient Seated Gate Valve 2/7�20,9012 12/20/2012 33 1221 AAAWA Rub so: Na ed Bt4tef fly Valves 12/-20,9012 33 1225 Connection to Existing Water Mains 02/06/2013 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 00 00 00 STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 5 of 6 22� 33 1240 33 1250 22� 33 3142 3331 13 22� 33 31 20 Eo`rN1✓feat e..Air- V lye Assemblies for- Potable Wa4er- System Fire Hydrants Water Sample Stations Stan.7.,,-.1 Blow off Valve -A Gi ffe,l i Ulaee Pipe (CIDD) Fiber -glass n eiafi read P* o c . r ,. ity c aaita fy c ewe .Ei High Densi , Pelyethyle,.e (IIDPE) Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 1220n012 01/03/2014 12/20/2012 06/lvvr19, via 1 71 /7 z 1 � /� ^�z 1 7/20,9viz 06/19/2013 333121 Ave 12 /�, 20/ 20 -2 333122 22� sanitary Sewar 1�Liming sanitary Sewer- Pipe L', lar-ge.,.e,.t. r12r20r/2012 12/20,9012 33 31 50 33-3-1 70 Sanitary Sewer Service Connections and Service Line ,... rel.iaM e,. Air- Nl f ,. l.,e Sanitary Sewer- Fefee Mains 04/26/2013 4V20,9012 3339 33 39 20 22� Cast in Dlaee Genefete Manholes Precast Concrete Manholes Fiber -glass Ai1an eles 1 7/7�2onviz 12/20/2012 Q/2019N2 33 39 49 33 39 60 xx rite. r- n eeess Chamber- (WAG) r) Epoxy Liners for Sanitary Sewer Structures !V20,9z 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 22� HighIleasit.., Delyethyle,.e (IIDPE) P`Z�': YVtt7t��$ Dmin 1 7/7 z 3333 41 2 33 4600 R�ein,f ,-ee.7 Pelyet le,.e ���\UlE) Pir,v &ainage 1 1 /1 � 1 7 /r�2onviz 33 4601 Stt �torm Drc�rzj 07/nmTvi2011 33 4602 T-re3ak Dwiina n'7 /(0) izozz 3349 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33-49 40 80m DPainage4k-a&-a11c aid lWngwa49 07/nm�z Division 34 - Transportation 34 41 15 RceE uka I'L*zd F&%.-Aing Beaeon 11 /'�r3 1n� Pedestrian Hybrid Signal 1 V22,9013 34 4120 Read-wy 1,11umin Lion k000mVkes 1'/'�12 3n n�no1r 1 I I i 06/1 c90 c �'�1�r� �D It � .�arrr�rnro0 �>� 2^�02 €feevr-LED Roadway Laaninairoo 06/1�15 3n�03 I Roadway Lumina Ides-i crtia �D P_oa ..06/1 c,901 5� 1 1 34-4-�39 .u�irlu� signs 11/17 �90>3 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 00 00 00 STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 6 of 6 Appendix [Include appropriate Sections below. Delete Sections not used.] GG4.91 Aixailabilit-y of Lands GC-4.02 Subsurface and Physical Conditions GG 4.91 UK&-rgretind rwilitias GG 4.96 IlGzardow Ew,-;,.,,.., eftta �: r r GG 6.06.D Miner-ity and Women Owned Btisiness Enter-pfise Compliance GG 6.0'Wage Rates (if r-eqttir-ed by &ty) GC-6.21 PordjaiirAin&.4en GR-01 60 00 Product Requirements (Required for all Water and Sewer projects) END OF SECTION CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 Bid Tab DAP -PROPOSAL 1 OF 5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Water, Wastewater, Paving, and Drainage to Serve 2401 S. University CPN: 105700 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT I: WATER IMPROVEMENTS 1 3201.0127 10' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 465 $108.00 $50,220.00 2 3305.0109 Trench Safety 33 05 10 LF 465 $4.80 $2,232.00 3 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 0.85 $4,235.29 $3,600.00 4 3311.0161 6" PVC Water Pipe 3311 12 LF 35 $72.00 $2,520.00 5 3311.0263 8" PVC Water Pipe, Select Backfill 3311 12 LF 465 $225.03 $104,640.00 6 3312.0001 Fire Hydrant 33 12 40 EA 1 $7,800.00 $7,800.00 7 3312.0002 Water Sampling Station 33 12 50 EA 1 $3,000.00 $3,000.00 8 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 1 $5,400.00 $5,400.00 9 3312.2203 2" Water Service 33 12 10 EA 3 $3,520.00 $10,560.00 9 3312.3003 8" Gate Valve 33 12 20 EA 3 $3,040.00 $9,120.00 10 3471.0001 Traffic Control 3471 13 MO 1 $9,045.00 $9,045.00 11 9999.0001 Automatic Flushinq Station 99 99 99 EA 1 $3,600.00 $3,600.00 TOTAL UNIT I: WATE Q IMPROVEMENTS $211,737.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal Bid Tab DAP -PROPOSAL 20F5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Water, Wastewater, Paving, and Drainage to Serve 2401 S. University CPN: 105700 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT II: SEWER IMPROVEMENTS 1 0241.2001 Sanitary Line Grouting 0241 14 CY 0.4 $7,500.00 $3,000.00 2 3301.0101 Manhole Vacuum Testing 3301 30 EA 1 $3,000.00 $3,000.00 3 3305.0106 Manhole Adjustment, Major 33 05 14 EA 2 $2,400.00 $4,800.00 4 3305.0109 Trench Safety 33 05 10 LF 24 $45.00 $1,080.00 5 3331.3201 6" Sewer Service 33 31 50 EA 1 $1,320.00 $1,320.00 6 3331.4109 6" Sewer Pipe, CSS Backfill 33 11 10, 33 31 12, LF 24 $70.00 $1,680.00 7 3339.0001 Epoxy Manhole Liner 33 39 60 VF 11 $207.27 $2,280.00 5 3339.1002 4' Drop Manhole 33 39 10, 33 39 20 EA 1 $10,200.00 $10,200.00 TOTAL UNIT II: SEWER IMPROVEMENTS $27,360.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal Bid Tab DAP -PROPOSAL 30F5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Water, Wastewater, Paving, and Drainage to Serve 2401 S. University CPN: 105700 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidhst Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT III: DRAINAGE IMPROVEMENTS 1 3305.0109 Trench Safety 33 05 10 LF 356 $4.80 $1,709.00 2 0241.3023 Remove 48" Storm Line 0241 14 LF 15 $200.00 $3,000.00 3 3341.0309 36" RCP, Class III 3341 10 LF 346 $348.00 $120,408.00 4 3341.0402 42" RCP, Class III 3341 10 LF 11 $408.00 $4,488.00 5 3341.0409 48" RCP, Class III 3341 10 LF 15 $308.00 $4,620.00 6 3349.0001 4' Storm Junction Box 33 49 10 EA 1 $13,800.00 $13,800.00 7 3349.0003 6' Storm Junction Box 33 49 10 EA 1 $16,680.00 $16,680.00 8 3349.7002 5' Drop Inlet 33 49 20 EA 1 $8,640.00 $8,640.00 9 9999.0004 48" x 42" WYE Connection 99 99 99 EA 1 $3,360.00 $3,360.00 TOTAL UNIT III: DRAINAGE IMPROVEMENTS $176,705.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal Bid Tab DAP -PROPOSAL 40F5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Water, Wastewater, Paving, and Drainage to Serve 2401 S. University CPN: 105701 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidhst Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity UNIT IV: PAVING IMPROVEMENTS 1 0241.0100 Remove Sidewalk 0241 13 SF 2356 $6.60 $15,549.60 2 0241.0401 Remove Concrete Drive 0241 13 SF 640 $6.60 $4,224.00 3 0241.1300 Remove Cone Curb&Gutter 0241 15 LF 127 $18.78 $2,385.06 4 3213.0301 4" Cone Sidewalk 32 13 20 SF 2136 $18.94 $40,455.84 5 3213.0321 Cone Sidewalk, Adjacent to Rat Wall 32 13 20 SF 418 $18.94 $7,916.92 6 3213.0401 6" Concrete Driveway 32 13 20 SF 1182 $21.78 $25,743.96 7 3232.0100 Cone Ret Wall Adjacent to Sidewalk 32 32 13 SF 138 $132.96 $18,348.48 8 9999.0002 8" Cone Curb and Gutter 99 99 99 LF 184 $81.44 $14,984.96 9 9999.0003 2" Electrical Conduit Relocation 99 99 99 EA 2 $2,500.00 $5,000.00 TbTAL UNIT IV: PAVII"G IMPROVEMENTS $134,608.82 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal Bid Tab DAP -PROPOSAL 50F5 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORA/ Water, Wastewater, Paving, and Drainage to Serve 2401 S. University CPN:105700 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal ➢idlNnitem Description I Specification Section No, nk of Bid Unit Price Bid Value MeasI Quantity I Bid Summary UNIT I: WATER IMPROVEMENTS $211,737.00 UNIT II: SEWER IMPROVEMENTS $27,360.00 UNIT III; DRAINAGE IMPROVEMENTS $176.705.00 UNIT IV: PAVING IMPROVEMENTS $134,606.82 Total Constructiay-RUIN $550,410.82 This Did is submitted by the entity named below: I- Cnmp:myBIDDER; BY: �m/w i�:{fA3i'; � AddrT.s: '` &16 SexisACDCDK. 19Aa*,v; G' � -r3� 6� 7b/�� DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within /`O workiag days after the date when the CONTRACT commences to rum as provided in the General Conditions, END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECT FROM VERSION MAY 22, 2019 00 42 43_Bid Proposal 0045 12 DAP PREQUALIPICATION STATEMENT Page I of I 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 "Maior Work Tvue" box Provide the complete mVpr work type and actual description as provided by the Water Denartment for water and sewer and TPW for navina. i Major Work Type Contractor/Subcontractor Company Name Prequalifieation Expiration Date Storm/Water Calvo Construction 10. 31 /25 Asphalt Paving :List Work Type Here or Blank - List Work Type Here or Blank' -- DEW Paving. LLC <Company Na1ne Here or Blank> <.Company Name Here or Blank> 3113W26 x Date Here or Blank, i <Date Here or Blank -.- The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: RJM Contractors. Inc. 7616 Benbrook Pk%vy. Benbrook. TX 76126 , Ciq. State Zip Code Here BY: y(Signature) TITLE: )0/V DATE: ot/ ja Jas END OF SECTION CITI OF FORT WORTH STANDARD CONSTRUCTION PREQU WFICATIO\ STATESt6\T DE\ ELOPER AA ARDED PROJECTS 00 45 12 Prequahfcatron Statement 2015 DAP doe Form \ erston 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 0062 19 - 1 Standard Cit) Conditions Of The Construction For Developer Awarded Projects Page I 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. 105700. 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: i A Company i 1,b1 • I ✓ Address r,:, ! . THE STATE OF TEXAS COUNTY OFTARRANT By: RIO.-s"e— (Please Print) Signature: �- Title: l m (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Ty i 4V\V\ w� q, , known to me to be the person whose name is subscribed to the foregoing instrument, and ack owlredged to me that he?she executed the same as the act and deed of�s„�ix,�����,,.wta� for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this }, day of ekv-v A , 203-57 MADISON TURNER Notary Public, Stata of To comm. Expirsa o1-22.2 ry public in and for the State of Texas 4723664 Notary 10 i3 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN iS Revised April 2.2014 2401 S t'ntversiq CPN 105700 00 32 43 - 1 Developer Awarded Project Agreement Pagel of4 SECTION 00 52 433 2 Ag REEMENT 3 THIS AGREEMENT, authorized on 2/14) X5 is made by and between the Developer, 4 �.. , authorized to do business in Texas ("Developer") , and 5 .T authorized to do 6 business in exas, acting by and through i s duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project l l identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 2401 S. UNIVERSITY 16 CPN# 105700 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents 20 are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 120 working days after the date when 23 the Contract Time commences to run as provided in Paragraph 12.04 of the Standard City 24 Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 28 above, plus any extension thereof allowed in accordance with Article 10 of the Standard City 29 Conditions of the Construction Contract for Developer Awarded Projects. The Contractor 30 also recognizes the delays, expense and difficulties involved in proving in a legal proceeding 31 the actual loss suffered by the Developer if the Work is not completed on time. Accordingly, 32 instead of requiring any such proof , Contractor agrees that as liquidated damages for delay 33 (but not as a penalty), Contractor shall pay Developer 34 Dollars ($ ) for each day that 35 expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues 36 the Final Letter of Acceptance. CITY OF FORT WORTH 2401 S University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS CPN 105700 Revised June 16.2016 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for perform nce of the Work in accordance with the Contract / 39 Documents an amount in current funds offi�►� �i�{y tD A���'sur�►uNC�r� 4-en Dollars 4. 40 ($ 550, y16, S;), ). 1 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 A.The Contract Documents which comprise the entire agreement between Developer and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Forms) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY Or FORT WORTH 2401 S Umvers,q STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -- DFVF-LOPER AWARDED PROJECTS CPN 105700 Ret,sed June 16.2016 005243-3 Developer A%%arded Project Agreement Page 3 of 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all claims 78 arising out of, or alleged to arise out of, the work and services to be performed by the 79 contractor, its officers, agents, employees, subcontractors, licenses or invitees under this 80 contract. This indemnification provision is snecifically intended to onerate and be 81 effective even if it is alleged or proven that all or some of the damages being sought were 82 caused. in whole or in nart. by anv act. omission or negligence of the city. This indemnity 83 provision is intended to include, without limitation, indemnity for costs, expenses and legal 84 fees incurred by the city in defending against such claims and causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the 87 city, its officers, servants and employees, from and against any and all loss, damage or 88 destruction of property of the city, arising out of, or alleged to arise out of, the work and 89 services to be performed by the contractor, its officers, agents, employees, subcontractors, 90 licensees or invitees under this contract. This indemnification Drovision is snecifically 91 intended to onerate and be effective even if it is allego nr proven that all or some of the 92 damages being sought were caused, in whole or in hart. by anv act. omission or n Ie ►1„�i ►knee 93 of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement are defined in Article i of the Standard City Conditions of the 98 Construction Contract for Developer Awarded Projects. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the Developer. 102 7.3 Successors and Assigns. 103 Developer and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and obligations 105 contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining 109 provisions shall continue to be valid and binding upon DEVELOPER and CONTRACTOR. 110 7.5 Governing Law and Venue. 111 This Agreement, including all of the Contract Documents is performable in the State of Texas. 112 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern 113 District of Texas, Fort Worth Division. CITY OF FORT WORTH 2401 S Umversit) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJLCTS CPN 103700 Revised June 16.2016 00 52 43 - 4 Developer Av%arded Project Agreement Page 4 of 4 114 115 7.6 Authority to Sign. 116 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 117 signatory of the Contractor. 118 119 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 120 counterparts. 12l 122 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 123 124 Contracto,: By.-+---�'- (Signature) (Printed Name) Atilt %. PoAnn (Printed Name) Title: p 1K Title: Company Name: Company name: Address: 71 pjk�Address: City/State/Zip: &A ,—Vok ZZ, =6 Date City/State/Zip: walI4 -r)( wed. Date r r CITY OF FORT WORTH 2401 S University STANDARD CONSTRUCTION SPFCIFICATION DOCUMSFNTS DEVELOPER AWARDED PROJECTS CPN 105700 Revised June 16.2016 COMMERCIAL AUTO CA 00 01 11 20 BUSINESS AUTO COVERAGE FORM Various provisions in this Policy restrict coverage. Read SECTION I - COVERED AUTOS the entire policy carefully to determine rights, duties and Item Two of the Declarations shows the "autos" that are what is and is not covered. covered "autos" for each of your coverages. The Throughout this Policy, the words "you" and "your" refer following numerical symbols describe the "autos" that to the Named Insured shown in the Declarations. The may be covered "autos". The symbols entered next to a words "we", "us" and "our" refer to the company coverage on the Declarations designate the only "autos" providing this insurance. that are covered "autos". Other words and phrases that appear in quotation marks A. Description Of Covered Auto Designation have special meaning. Refer to Section V - Definitions. Symbols Symbol Description Of Covered Auto Designation Symbols 1 Any "Auto" 2 Owned "Autos" Only those "autos" you own (and for Covered Autos Liability Coverage any "trailers" you don't Only own while attached to power units you own). This includes those "autos" you acquire ownership of after the Policy begins. 3 Owned Private Only the private passenger "autos" you own. This includes those private passenger "autos" Passenger you acquire ownership of after the Policy begins. "Autos" Only 4 Owned "Autos" Only those "autos" you own that are not of the private passenger type (and for Covered Other Than Autos Liability Coverage any "trailers" you don't own while attached to power units you own). Private This includes those "autos" not of the private passenger type you acquire ownership of after Passenger the Policy begins. "Autos" Only 5 Owned "Autos" Only those "autos" you own that are required to have no-fault benefits in the state where they Subject To No- are licensed or principally garaged. This includes those "autos" you acquire ownership of fault after the Policy begins provided they are required to have no-fault benefits in the state where they are licensed or principally garaged. 6 Owned "Autos" Only those "autos" you own that because of the law in the state where they are licensed or Subject To A principally garaged are required to have and cannot reject Uninsured Motorists Coverage. Compulsory This includes those "autos" you acquire ownership of after the Policy begins provided they Uninsured are subject to the same state uninsured motorists requirement. Motorists Law 7 Specifically Only those "autos" described in Item Three of the Declarations for which a premium charge is Described shown (and for Covered Autos Liability Coverage any "trailers" you don't own while attached "Autos" to any power unit described in Item Three). 8 Hired "Autos" Only those "autos" you lease, hire, rent or borrow. This does not include any "auto" you Only lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. 9 Non -owned Only those "autos" you do not own, lease, hire, rent or borrow that are used in connection "Autos" Only with your business. This includes "autos" owned by your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households but only while used in your business or your personal affairs. CA 00 01 11 20 © Insurance Services Office, Inc., 2019 Page 1 of 13 19 Mobile Equipment Subject To Compulsory Or Financial Responsibility Or Other Motor Vehicle Insurance Law Only B. Owned Autos Only those "autos" that are land vehicles and that would qualify under the definition of "mobile equipment" under this Policy if they were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where they are licensed or principally garaged. 1. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered next to a coverage in Item Two of the Declarations, then you have coverage for "autos" that you acquire after the policy period begins of the type described for the remainder of the policy period. 2. But, if Symbol 7 is entered next to a coverage in Item Two of the Declarations, an "auto" you acquire after the policy period begins will be a covered "auto" for that coverage only if: a. We already cover all "autos" that you own for that coverage or it replaces an "auto" you previously owned that had that coverage; and b. You tell us within 30 days after you acquire it that you want us to cover it for that coverage. 3. An "auto" that is leased or rented to you without a driver, under a written agreement for a continuous period of at least six months that requires you to provide primary insurance covering such "auto", will be considered a covered "auto" you own. C. Certain Trailers, Mobile Equipment And Temporary Substitute Autos If Covered Autos Liability Coverage is provided by this Coverage Form, the following types of vehicles are also covered "autos" for Covered Autos Liability Coverage: 1. "Trailers" with a registered Gross Vehicle Weight Rating of 3,000 pounds or less designed primarily for travel on public roads. 2. "Mobile equipment' while being carried or towed by a covered "auto". 3. Any "auto" you do not own while used with the permission of its owner as a temporary substitute for a covered "auto" you own that is out of service because of its: a. Breakdown; b. Repair; c. Servicing; d. "Loss"; or e. Destruction. SECTION II - COVERED AUTOS LIABILITY COVERAGE A. Coverage We will pay all sums an "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of a covered "auto". We will also pay all sums an "insured" legally must pay as a "covered pollution cost or expense" to which this insurance applies, caused by an "accident" and resulting from the ownership, maintenance or use of covered "autos". However, we will only pay for the "covered pollution cost or expense" if there is either "bodily injury" or "property damage" to which this insurance applies that is caused by the same "accident". We have the right and duty to defend any "insured" against a "suit' asking for such damages or a "covered pollution cost or expense". However, we have no duty to defend any "insured" against a "suit' seeking damages for "bodily injury" or "property damage" or a "covered pollution cost or expense" to which this insurance does not apply. We may investigate and settle any claim or "suit' as we consider appropriate. Our duty to defend or settle ends when the Covered Autos Liability Coverage Limit of Insurance has been exhausted by payment of judgments or settlements. 1. Who Is An Insured The following are "insureds": a. You for any covered "auto". b. Anyone else while using with your permission a covered "auto" you own, hire or borrow except: (1) The owner or anyone else from whom you hire or borrow a covered "auto". Page 2 of 13 © Insurance Services Office, Inc., 2019 CA 00 01 11 20 This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own. (2) Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household. (3) Someone using a covered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours. (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company) or a lessee or borrower or any of their "employees", while moving property to or from a covered "auto". (5) A partner (if you are a partnership) or a member (if you are a limited liability company) for a covered "auto" owned by him or her or a member of his or her household. c. Anyone liable for the conduct of an "insured" described above but only to the extent of that liability. 2. Coverage Extensions a. Supplementary Payments We will pay for the "insured": (1) All expenses we incur. (2) Up to $2,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (3) The cost of bonds to release attachments in any "suit" against the "insured" we defend, but only for bond amounts within our Limit of Insurance. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $250 a day because of time off from work. (5) All court costs taxed against the "insured" in any "suit" against the "insured" we defend. However, these payments do not include attorneys' fees or attorneys' expenses taxed against the "insured". (6) All interest on the full amount of any judgment that accrues after entry of the judgment in any "suit" against the "insured" we defend, but our duty to pay interest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insurance. These payments will not reduce the Limit of Insurance. b. Out-of-state Coverage Extensions While a covered "auto" is away from the state where it is licensed, we will: (1) Increase the Limit of Insurance for Covered Autos Liability Coverage to meet the limits specified by a compulsory or financial responsibility law of the jurisdiction where the covered "auto" is being used. This extension does not apply to the limit or limits specified by any law governing motor carriers of passengers or property. (2) Provide the minimum amounts and types of other coverages, such as no-fault, required of out-of-state vehicles by the jurisdiction where the covered "auto" is being used. We will not pay anyone more than once for the same elements of loss because of these extensions. B. Exclusions This insurance does not apply to any of the following: 1. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". 2. Contractual Liability assumed under any contract or agreement. But this exclusion does not apply to liability for damages: a. Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subsequent to the execution of the contract or agreement; or CA 00 01 11 20 © Insurance Services Office, Inc., 2019 Page 3 of 13 b. That the "insured" would have in the absence of the contract or agreement. 3. Workers' Compensation Any obligation for which the "insured" or the "insured's" insurer may be held liable under any workers' compensation, disability benefits or unemployment compensation law or any similar law. 4. Employee Indemnification And Employer's Liability "Bodily injury" to: a. An "employee" of the "insured" arising out of and in the course of: (1) Employment by the "insured"; or (2) Performing the duties related to the conduct of the "insured's" business; or b. The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph a. above. This exclusion applies: (1) Whether the "insured" may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. But this exclusion does not apply to "bodily injury" to domestic "employees" not entitled to workers' compensation benefits or to liability assumed by the "insured" under an "insured contract". For the purposes of the Coverage Form, a domestic "employee" is a person engaged in household or domestic work performed principally in connection with a residence premises. 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business; or b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of Paragraph a. above. 6. Care, Custody Or Control "Property damage" to or "covered pollution cost or expense" involving property owned or transported by the "insured" or in the "insured's" care, custody or control. But this exclusion does not apply to liability assumed under a sidetrack agreement. 7. Handling Of Property "Bodily injury" or "property damage" resulting from the handling of property: a. Before it is moved from the place where it is accepted by the "insured" for movement into or onto the covered "auto"; or b. After it is moved from the covered "auto" to the place where it is finally delivered by the "insured". 8. Movement Of Property By Mechanical Device "Bodily injury" or "property damage" resulting from the movement of property by a mechanical device (other than a hand truck) unless the device is attached to the covered "auto". 9. Operations "Bodily injury" or "property damage" arising out of the operation of: a. Any equipment listed in Paragraphs 6.b. and 6.c. of the definition of "mobile equipment"; or b. Machinery or equipment that is on, attached to or part of a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. 10. Completed Operations "Bodily injury" or "property damage" arising out of your work after that work has been completed or abandoned. In this exclusion, your work means: a. Work or operations performed by you or on your behalf; and b. Materials, parts or equipment furnished in connection with such work or operations. Your work includes warranties or representations made at any time with respect to the fitness, quality, durability or performance of any of the items included in Paragraph a. or b. above. Your work will be deemed completed at the earliest of the following times: (1) When all of the work called for in your contract has been completed; (2) When all of the work to be done at the site has been completed if your contract calls for work at more than one site; or Page 4 of 13 © Insurance Services Office, Inc., 2019 CA 00 01 11 20 (3) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as completed. 11. Pollution "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. That are, or that are contained in any property that is: (1) Being transported or towed by, handled or handled for movement into, onto or from the covered "auto"; (2) Otherwise in the course of transit by or on behalf of the "insured"; or (3) Being stored, disposed of, treated or processed in or upon the covered "auto"; b. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or c. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". Paragraph a. above does not apply to fuels, lubricants, fluids, exhaust gases or other similar "pollutants" that are needed for or result from the normal electrical, hydraulic or mechanical functioning of the covered "auto" or its parts if: (1) The "pollutants" escape, seep, migrate or are discharged, dispersed or released directly from an "auto" part designed by its manufacturer to hold, store, receive or dispose of such "pollutants"; and (2) The "bodily injury", "property damage" or "covered pollution cost or expense" does not arise out of the operation of any equipment listed in Paragraphs 6.b. and 6.c. of the definition of "mobile equipment". Paragraphs b. and c. above of this exclusion do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (a) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (b) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. 12. War "Bodily injury" or "property damage" arising directly or indirectly out of: a. War, including undeclared or civil war; b. Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or c. Insurrection, rebellion, revolution, usurped power or action taken by governmental authority in hindering or defending against any of these. 13. Racing Covered "autos" while used in any professional or organized racing or demolition contest or stunting activity, or while practicing for such contest or activity. This insurance also does not apply while that covered "auto" is being prepared for such a contest or activity. 14. Unmanned Aircraft "Bodily injury" or "property damage" arising out of the ownership, maintenance or use of "unmanned aircraft". C. Limit Of Insurance Regardless of the number of covered "autos", "insureds", premiums paid, claims made or vehicles involved in the "accident", the most we will pay for the total of all damages and "covered pollution cost or expense" combined resulting from any one "accident" is the Limit Of Insurance for Covered Autos Liability Coverage shown in the Declarations. CA 00 01 11 20 © Insurance Services Office, Inc., 2019 Page 5 of 13 All "bodily injury", "property damage" and "covered pollution cost or expense" resulting from continuous or repeated exposure to substantially the same conditions will be considered as resulting from one "accident". No one will be entitled to receive duplicate payments for the same elements of "loss" under this Coverage Form and any Medical Payments Coverage endorsement, Uninsured Motorists Coverage endorsement or Underinsured Motorists Coverage endorsement attached to this Coverage Part. SECTION III - PHYSICAL DAMAGE COVERAGE A. Coverage 1. We will pay for "loss" to a covered "auto" or its equipment under: a. Comprehensive Coverage From any cause except: (1) The covered "auto's" collision with another object; or (2) The covered "auto's" overturn. b. Specified Causes Of Loss Coverage Caused by: (1) Fire, lightning or explosion; (2) Theft; (3) Windstorm, hail or earthquake; (4) Flood; (5) Mischief or vandalism; or (6) The sinking, burning, collision or derailment of any conveyance transporting the covered "auto". c. Collision Coverage Caused by: (1) The covered "auto's" collision with another object; or (2) The covered "auto's" overturn. 2. Towing And Labor We will pay up to the limit shown in the Declarations for towing and labor costs incurred each time a covered "auto" that is a private passenger type, light truck or medium truck is disabled. However, the labor must be performed at the place of disablement. 3. Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles If you carry Comprehensive Coverage for the damaged covered "auto", we will pay for the following under Comprehensive Coverage: a. Glass breakage; b. "Loss" caused by hitting a bird or animal; and c. "Loss" caused by falling objects or missiles. However, you have the option of having glass breakage caused by a covered "auto's" collision or overturn considered a "loss" under Collision Coverage. 4. Coverage Extensions a. Transportation Expenses We will pay up to $30 per day, to a maximum of $900, for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes Of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the Policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicates that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicates that Specified Causes Of Loss Coverage is provided for any covered "auto"; or Page 6 of 13 © Insurance Services Office, Inc., 2019 CA 00 01 11 20 (3) Collision only if the Declarations indicates that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $900. B. Exclusions 1. We will not pay for "loss" caused by or resulting from any of the following. Such "loss" is excluded regardless of any other cause or event that contributes concurrently or in any sequence to the "loss". a. Nuclear Hazard (1) The explosion of any weapon employing atomic fission or fusion; or (2) Nuclear reaction or radiation, or radioactive contamination, however caused. b. War Or Military Action (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power or action taken by governmental authority in hindering or defending against any of these. 2. We will not pay for "loss" to any covered "auto" while used in any professional or organized racing or demolition contest or stunting activity, or while practicing for such contest or activity. We will also not pay for "loss" to any covered "auto" while that covered "auto" is being prepared for such a contest or activity. 3. We will not pay for "loss" due and confined to: a. Wear and tear, freezing, mechanical or electrical breakdown. b. Blowouts, punctures or other road damage to tires. This exclusion does not apply to such "loss" resulting from the total theft of a covered "auto". 4. We will not pay for "loss" to any of the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment. b. Any device designed or used to detect speed - measuring equipment, such as radar or laser detectors, and any jamming apparatus intended to elude or disrupt speed -measuring equipment. c. Any electronic equipment, without regard to whether this equipment is permanently installed, that reproduces, receives or transmits audio, visual or data signals. d. Any accessories used with the electronic equipment described in Paragraph c. above. 5. Exclusions 4.c. and 4.d. do not apply to equipment designed to be operated solely by use of the power from the "auto's" electrical system that, at the time of "loss", is: a. Permanently installed in or upon the covered "auto"; b. Removable from a housing unit which is permanently installed in or upon the covered "auto"; c. An integral part of the same unit housing any electronic equipment described in Paragraphs a. and b. above; or d. Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system. 6. We will not pay for "loss" to a covered "auto" due to "diminution in value". C. Limits Of Insurance 1. The most we will pay for: a. "Loss" to any one covered "auto" is the lesser of: (1) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (2) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. CA 00 01 11 20 © Insurance Services Office, Inc., 2019 Page 7 of 13 b. All electronic equipment that reproduces, receives or transmits audio, visual or data signals in any one "loss" is $1,000, if, at the time of "loss", such electronic equipment is: (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installation of such equipment; (2) Removable from a permanently installed housing unit as described in Paragraph b.(1) above; or (3) An integral part of such equipment as described in Paragraphs b.(1) and b.(2) above. 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations prior to the application of the Limit Of Insurance, provided that: 1. The Comprehensive or Specified Causes Of Loss Coverage deductible applies only to "loss" caused by: a. Theft or mischief or vandalism; or b. All perils. 2. Regardless of the number of covered "autos" damaged or stolen, the maximum deductible applicable for all "loss" in any one event caused by: a. Theft or mischief or vandalism; or b. All perils, will be equal to five times the highest deductible applicable to any one covered "auto" on the Policy for Comprehensive or Specified Causes Of Loss Coverage. The application of the highest deductible used to calculate the maximum deductible will be made regardless of which covered "autos" were damaged or stolen in the "loss". SECTION IV - BUSINESS AUTO CONDITIONS The following conditions apply in addition to the Common Policy Conditions: A. Loss Conditions 1. Appraisal For Physical Damage Loss If you and we disagree on the amount of "loss", either may demand an appraisal of the "loss". In this event, each party will select a competent appraiser. The two appraisers will select a competent and impartial umpire. The appraisers will state separately the actual cash value and amount of "loss". If they fail to agree, they will submit their differences to the umpire. A decision agreed to by any two will be binding. Each party will: a. Pay its chosen appraiser; and b. Bear the other expenses of the appraisal and umpire equally. If we submit to an appraisal, we will still retain our right to deny the claim. 2. Duties In The Event Of Accident, Claim, Suit Or Loss We have no duty to provide coverage under this Policy unless there has been full compliance with the following duties: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident" or "loss". Include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or "suit". Page 8 of 13 © Insurance Services Office, Inc., 2019 CA 00 01 11 20 (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. c. If there is "loss" to a covered "auto" or its equipment, you must also do the following: (1) Promptly notify the police if the covered "auto" or any of its equipment is stolen. (2) Take all reasonable steps to protect the covered "auto" from further damage. Also keep a record of your expenses for consideration in the settlement of the claim. (3) Permit us to inspect the covered "auto" and records proving the "loss" before its repair or disposition. (4) Agree to examinations under oath at our request and give us a signed statement of your answers. 3. Legal Action Against Us No one may bring a legal action against us under this Coverage Form until: a. There has been full compliance with all the terms of this Coverage Form; and b. Under Covered Autos Liability Coverage, we agree in writing that the "insured" has an obligation to pay or until the amount of that obligation has finally been determined by judgment after trial. No one has the right under this Policy to bring us into an action to determine the "insured's" liability. 4. Loss Payment - Physical Damage Coverages At our option, we may: a. Pay for, repair or replace damaged or stolen property; b. Return the stolen property, at our expense. We will pay for any damage that results to the "auto" from the theft; or c. Take all or any part of the damaged or stolen property at an agreed or appraised value. If we pay for the "loss", our payment will include the applicable sales tax for the damaged or stolen property. 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. B. General Conditions 1. Bankruptcy Bankruptcy or insolvency of the "insured" or the "insured's" estate will not relieve us of any obligations under this Coverage Form. 2. Concealment, Misrepresentation Or Fraud This Coverage Form is void in any case of fraud by you at any time as it relates to this Coverage Form. It is also void if you or any other "insured", at any time, intentionally conceals or misrepresents a material fact concerning: a. This Coverage Form; b. The covered "auto"; c. Your interest in the covered "auto"; or d. A claim under this Coverage Form. 3. Liberalization If we revise this Coverage Form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in your state. 4. No Benefit To Bailee - Physical Damage Coverages We will not recognize any assignment or grant any coverage for the benefit of any person or organization holding, storing or transporting property for a fee regardless of any other provision of this Coverage Form. 5. Other Insurance a. For any covered "auto" you own, this Coverage Form provides primary insurance. For any covered "auto" you don't own, the insurance provided by this Coverage Form is excess over any other collectible insurance. However, while a covered "auto" which is a "trailer" is connected to another vehicle, the Covered Autos Liability Coverage this Coverage Form provides for the "trailer" is: (1) Excess while it is connected to a motor vehicle you do not own; or CA 00 01 11 20 © Insurance Services Office, Inc., 2019 Page 9 of 13 (2) Primary while it is connected to a covered "auto" you own. b. For Hired Auto Physical Damage Coverage, any covered "auto" you lease, hire, rent or borrow is deemed to be a covered "auto" you own. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Covered Autos Liability Coverage is primary for any liability assumed under an "insured contract". d. When this Coverage Form and any other Coverage Form or policy covers on the same basis, either excess or primary, we will pay only our share. Our share is the proportion that the Limit of Insurance of our Coverage Form bears to the total of the limits of all the Coverage Forms and policies covering on the same basis. 6. Premium Audit a. The estimated premium for this Coverage Form is based on the exposures you told us you would have when this Policy began. We will compute the final premium due when we determine your actual exposures. The estimated total premium will be credited against the final premium due and the first Named Insured will be billed for the balance, if any. The due date for the final premium or retrospective premium is the date shown as the due date on the bill. If the estimated total premium exceeds the final premium due, the first Named Insured will get a refund. b. If this Policy is issued for more than one year, the premium for this Coverage Form will be computed annually based on our rates or premiums in effect at the beginning of each year of the Policy. 7. Policy Period, Coverage Territory Under this Coverage Form, we cover "accidents" and "losses" occurring: a. During the policy period shown in the Declarations; and b. Within the coverage territory. The coverage territory is: (1) The United States of America; (2) The territories and possessions of the United States of America; (3) Puerto Rico; (4) Canada; and (5) Anywhere else in the world if a covered "auto" of the private passenger type is leased, hired, rented or borrowed without a driver for a period of 30 days or less, provided that the "insured's" responsibility to pay damages is determined in a "suit" on the merits, in the United States of America, the territories and possessions of the United States of America, Puerto Rico or Canada, or in a settlement we agree to. We also cover "loss" to, or "accidents" involving, a covered "auto" while being transported between any of these places. 8. Two Or More Coverage Forms Or Policies Issued By Us If this Coverage Form and any other Coverage Form or policy issued to you by us or any company affiliated with us applies to the same "accident", the aggregate maximum Limit of Insurance under all the Coverage Forms or policies shall not exceed the highest applicable Limit of Insurance under any one Coverage Form or policy. This condition does not apply to any Coverage Form or policy issued by us or an affiliated company specifically to apply as excess insurance over this Coverage Form. SECTION V - DEFINITIONS A. "Accident" includes continuous or repeated exposure to the same conditions resulting in "bodily injury" or "property damage". B. "Auto" means: 1. A land motor vehicle, "trailer" or semitrailer designed for travel on public roads; or 2. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, "auto" does not include "mobile equipment". C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these. D. "Covered pollution cost or expense" means any cost or expense arising out of: 1. Any request, demand, order or statutory or regulatory requirement that any "insured" or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or Page 10 of 13 © Insurance Services Office, Inc., 2019 CA 00 01 11 20 2. Any claim or "suit" by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". "Covered pollution cost or expense" does not include any cost or expense arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": a. That are, or that are contained in any property that is: (1) Being transported or towed by, handled or handled for movement into, onto or from the covered "auto"; (2) Otherwise in the course of transit by or on behalf of the "insured"; or (3) Being stored, disposed of, treated or processed in or upon the covered "auto"; b. Before the "pollutants" or any property in which the "pollutants" are contained are moved from the place where they are accepted by the "insured" for movement into or onto the covered "auto"; or c. After the "pollutants" or any property in which the "pollutants" are contained are moved from the covered "auto" to the place where they are finally delivered, disposed of or abandoned by the "insured". Paragraph a. above does not apply to fuels, lubricants, fluids, exhaust gases or other similar "pollutants" that are needed for or result from the normal electrical, hydraulic or mechanical functioning of the covered "auto" or its parts, if: (1) The "pollutants" escape, seep, migrate or are discharged, dispersed or released directly from an "auto" part designed by its manufacturer to hold, store, receive or dispose of such "pollutants"; and (2) The "bodily injury", "property damage" or "covered pollution cost or expense" does not arise out of the operation of any equipment listed in Paragraph 6.b. or 6.c. of the definition of "mobile equipment'. Paragraphs b. and c. above do not apply to "accidents" that occur away from premises owned by or rented to an "insured" with respect to "pollutants" not in or upon a covered "auto" if: (a) The "pollutants" or any property in which the "pollutants" are contained are upset, overturned or damaged as a result of the maintenance or use of a covered "auto"; and (b) The discharge, dispersal, seepage, migration, release or escape of the "pollutants" is caused directly by such upset, overturn or damage. E. "Diminution in value" means the actual or perceived loss in market value or resale value which results from a direct and accidental "loss". F. "Employee" includes a "leased worker". "Employee" does not include a "temporary worker". G. "Insured" means any person or organization qualifying as an insured in the Who Is An Insured provision of the applicable coverage. Except with respect to the Limit of Insurance, the coverage afforded applies separately to each insured who is seeking coverage or against whom a claim or "suit' is brought. H. "Insured contract' means: 1. A lease of premises; 2. A sidetrack agreement; 3. Any easement or license agreement, except in connection with construction or demolition operations on or within 50 feet of a railroad; 4. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; 5. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury" or "property damage" to a third party or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; or CA 00 01 11 20 © Insurance Services Office, Inc., 2019 Page 11 of 13 6. That part of any contract or agreement entered into, as part of your business, pertaining to the rental or lease, by you or any of your "employees", of any "auto". However, such contract or agreement shall not be considered an "insured contract" to the extent that it obligates you or any of your "employees" to pay for "property damage" to any "auto" rented or leased by you or any of your "employees". An "insured contract' does not include that part of any contract or agreement: a. That indemnifies a railroad for "bodily injury" or "property damage" arising out of construction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass or crossing; b. That pertains to the loan, lease or rental of an "auto" to you or any of your "employees", if the "auto" is loaned, leased or rented with a driver; or c. That holds a person or organization engaged in the business of transporting property by "auto" for hire harmless for your use of a covered "auto" over a route or territory that person or organization is authorized to serve by public authority. I. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor leasing firm to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". J. "Loss" means direct and accidental loss or damage. K. "Mobile equipment' means any of the following types of land vehicles, including any attached machinery or equipment: 1. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; 2. Vehicles maintained for use solely on or next to premises you own or rent; 3. Vehicles that travel on crawler treads; 4. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: a. Power cranes, shovels, loaders, diggers or drills; or b. Road construction or resurfacing equipment such as graders, scrapers or rollers; 5. Vehicles not described in Paragraph 1., 2., 3. or 4. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: a. Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well - servicing equipment; or b. Cherry pickers and similar devices used to raise or lower workers; or 6. Vehicles not described in Paragraph 1., 2., 3. or 4. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment' but will be considered "autos": a. Equipment designed primarily for: (1) Snow removal; (2) Road maintenance, but not construction or resurfacing; or (3) Street cleaning; b. Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and c. Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting or well - servicing equipment. However, "mobile equipment' does not include land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". L. "Pollutants" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. M. "Property damage" means damage to or loss of use of tangible property. N. "Suit' means a civil proceeding in which: 1. Damages because of "bodily injury" or "property damage"; or 2. A "covered pollution cost or expense"; to which this insurance applies, are alleged. Page 12 of 13 © Insurance Services Office, Inc., 2019 CA 00 01 11 20 "Suit" includes: a. An arbitration proceeding in which such damages or "covered pollution costs or expenses" are claimed and to which the "insured" must submit or does submit with our consent; or b. Any other alternative dispute resolution proceeding in which such damages or "covered pollution costs or expenses" are claimed and to which the insured submits with our consent. O. "Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short- term workload conditions. P. "Trailer" includes semitrailer. Q. "Unmanned aircraft' means an aircraft that is not: 1. Designed; 2. Manufactured; or 3. Modified after manufacture; to be controlled directly by a person from within or on the aircraft. CA 00 01 11 20 © Insurance Services Office, Inc., 2019 Page 13 of 13 THE HARTFORD COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and 'bur" refer to the stock insurance company member of The Hartford providing this insurance. The word "insured" means any person or organization qualifying as such under Section II - Who Is An Insured. Other words and phrases that appear in quotation marks have special meaning. Refer to Section V - Definitions. SECTION I - COVERAGES COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit' seeking damages for "bodily injury" or "property damage" to which this insurance does not apply. We may, at our discretion, investigate any "occurrence" and settle any claim or "suit' that may result. But: (1) The amount we will pay for damages is limited as described in Section III - Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverages A or B or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments - Coverages A and B. b. This insurance applies to "bodily injury" and "property damage" only if: (1) The "bodily injury" or "property damage" is caused by an 'occurrence" that takes place in the "coverage territory"; (2) The "bodily injury" or "property damage" occurs during the policy period; and (3) Prior to the policy period, no insured listed under Paragraph 1. of Section II - Who Is An Insured and no "employee" authorized by you to give or receive notice of an 'occurrence" or claim, knew that the "bodily injury" or "property damage" had occurred, in whole or in part. If such a listed insured or authorized "employee" knew, prior to the policy period, that the "bodily injury" or "property damage" occurred, then any continuation, change or resumption of such "bodily injury" or "property damage" during or after the policy period will be deemed to have been known prior to the policy period. c. "Bodily injury" or "property damage" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1. of Section II - Who Is An Insured or any "employee" authorized by you to give or receive notice of an 'occurrence" or claim: (1) Reports all, or any part, of the "bodily injury" or "property damage" to us or any other insurer; (2) Receives a written or verbal demand or claim for damages because of the "bodily injury" or "property damage"; or (3) Becomes aware by any other means that "bodily injury" or "property damage" has occurred or has begun to occur. d. Damages because of "bodily injury" include damages claimed by any person or organization for care, loss of services or death resulting at any time from the "bodily injury". e. Incidental Medical Malpractice And Good Samaritan Coverage "Bodily injury" arising out of the rendering of or failure to render the following health care services by any "employee" or "volunteer worker" shall be deemed to be caused by an 'occurrence" for: Form HG 00 01 09 16 Page 1 of 22 © 2016 The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) (1) Professional health care services such as: (a) Medical, surgical, dental, laboratory, x-ray or nursing services or treatment, advice or instruction, or the related furnishing of food or beverages; (b) Any health or therapeutic service, treatment, advice or instruction; or (c) The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances; or (2) First aid services, which include: (a) Cardiopulmonary resuscitation, whether performed manually or with a defibrillator; or (b) Services performed as a Good Samaritan. For the purpose of determining the limits of insurance, any act or omission together with all related acts or omissions in the furnishing of these services to any one person will be considered one "occurrence". However, this Incidental Medical Malpractice And Good Samaritan Coverage provision applies only if you are not engaged in the business or occupation of providing any of the services described in this provision. 2. Exclusions This insurance does not apply to: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. b. Contractual Liability "Bodily injury" or "property damage" for which the insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "bodily injury" or "property damage", provided: (a) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (b) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. c. Liquor Liability "Bodily injury" or "property damage" for which any insured may be held liable by reason of: (1) Causing or contributing to the intoxication of any person; (2) The furnishing of alcoholic beverages to a person under the legal drinking age or under the influence of alcohol; or (3) Any statute, ordinance or regulation relating to the sale, gift, distribution or use of alcoholic beverages. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in: (a) The supervision, hiring, employment, training or monitoring of others by that insured; or (b) Providing or failing to provide transportation with respect to any person that may be under the influence of alcohol; if the "occurrence" which caused the "bodily injury" or "property damage", involved that which is described in Paragraph (1), (2) or (3) above. However, this exclusion applies only if you are in the business of manufacturing, distributing, selling, serving or furnishing alcoholic beverages. For the purposes of this exclusion, permitting a person to bring alcoholic beverages on your premises, for consumption on your premises, whether or not a fee is charged or a license is required for such activity, is not by itself considered the business of selling, serving or furnishing alcoholic beverages. d. Workers' Compensation And Similar Laws Any obligation of the insured under a workers' compensation, disability benefits or unemployment compensation law or any similar law. Page 2 of 22 Form HG 00 01 09 16 e. Employer's Liability "Bodily injury" to: (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of Paragraph (1) above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to liability assumed by the insured under an "insured contract". If. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants": (a) At or from any premises, site or location which is or was at any time owned or occupied by, or rented or loaned to, any insured. However, this subparagraph does not apply to: (i) "Bodily injury" if sustained within a building and caused by smoke, fumes, vapor or soot produced by or originating from equipment that is used to heat, cool or dehumidify the building, or equipment that is used to heat water for personal use, by the building's occupants or their guests; (ii) "Bodily injury" or "property damage" for which you may be held liable, if you are a contractor and the owner or lessee of such premises, site or location has been added to your policy as an additional insured with respect to your ongoing operations performed for that additional insured at that premises, site or location and such premises, site or location is not and never was owned or occupied by, or rented or loaned to, any insured, other than that additional insured; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; (b) At or from any premises, site or location which is or was at any time used by or for any insured or others for the handling, storage, disposal, processing or treatment of waste; (c) Which are or were at any time transported, handled, stored, treated, disposed of, or processed as waste by or for: (i) Any insured; or (ii) Any person or organization for whom you may be legally responsible; (d) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. However, this subparagraph does not apply to: (i) "Bodily injury" or "property damage" arising out of the escape of fuels, lubricants or other operating fluids which are needed to perform the normal electrical, hydraulic or mechanical functions necessary for the operation of "mobile equipment" or its parts, if such fuels, lubricants or other operating fluids escape from a vehicle part designed to hold, store or receive them. This exception does not apply if the "bodily injury" or "property damage" arises out of the intentional discharge, dispersal or release of the fuels, lubricants or other operating fluids, or if such fuels, lubricants or other operating fluids are brought on or to the premises, site or location with the intent that they be discharged, dispersed or released as part of the operations being performed by such insured, contractor or subcontractor; (ii) "Bodily injury" or "property damage" sustained within a building and caused by the release of gases, fumes or vapors from materials brought into that building in connection with operations being performed by you or on your behalf by a contractor or subcontractor; or (iii) "Bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire"; or (e) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants". Form HG 00 01 09 16 Page 3 of 22 (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". However, this paragraph does not apply to liability for damages because of "property damage" that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority. g. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; (5) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment"; or (6) An aircraft that is not owned by any insured and is hired, chartered or loaned with a paid crew. However, this exception does not apply if the insured has any other insurance for such "bodily injury" or "property damage", whether the other insurance is primary, excess, contingent or on any other basis. h. Mobile Equipment "Bodily injury" or "property damage" arising out of: (1) The transportation of "mobile equipment" by an "auto" owned or operated by or rented or loaned to any insured; or (2) The use of "mobile equipment" in, or while in practice for, or while being prepared for, any prearranged racing, speed, demolition, or stunting activity. i. War "Bodily injury" or "property damage", however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. Damage To Property "Property damage" to: (1) Property you own, rent, or occupy, 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; Page 4 of 22 Form HG 00 01 09 16 (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your 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), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs (3) and (4) of this exclusion do not apply to "property damage" arising from the use of elevators. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraphs (3) and (4) of this exclusion do not apply to "property damage" to borrowed equipment while not being used to perform operations at the job site. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products -completed operations hazard". k. Damage To Your Product "Property damage" to "your product" arising out of it or any part of it. 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 if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. m. Damage To Impaired Property Or Property Not Physically Injured "Property damage" to "impaired property" or property that has not been physically injured, arising out of: (1) A defect, deficiency, inadequacy or dangerous condition in "your product" or "your work"; or (2) A delay or failure by you or anyone acting on your behalf to perform a contract or agreement in accordance with its terms. This exclusion does not apply to the loss of use of other property arising out of sudden and accidental physical injury to "your product" or "your work" after it has been put to its intended use. n. Recall Of Products, Work Or Impaired Property Damages claimed for any loss, cost or expense incurred by you or others for the loss of use, withdrawal, recall, inspection, repair, replacement, adjustment, removal or disposal of: (1) "Your product"; (2) "Your work"; or (3) "Impaired property"; if such product, work, or property is withdrawn or recalled from the market or from use by any person or organization because of a known or suspected defect, deficiency, inadequacy or dangerous condition in it. o. Personal And Advertising Injury "Bodily injury" arising out of "personal and advertising injury". 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. Form HG 00 01 09 16 Page 5 of 22 This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or others arising out of that which is described in Paragraph (1) or (2) above. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of "bodily injury". As used in this exclusion, 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. q. Employment -Related Practices "Bodily injury" to: (1) A person arising out of any "employment -related practices"; or (2) The spouse, child, parent, brother or sister of that person as a consequence of "bodily injury" to that person at whom any "employment -related practices" are directed. This exclusion applies: (1) Whether the injury -causing event described in the definition of "employment -related practices" occurs before employment, during employment or after employment of that person; (2) Whether the insured may be liable as an employer or in any other capacity; and (3) To any obligation to share damages with or repay someone else who must pay damages because of the injury. r. Asbestos (1) "Bodily injury" or "property damage" arising out of the "asbestos hazard". (2) Any damages, judgments, settlements, loss, costs or expenses that: (a) May be awarded or incurred by reason of any claim or suit alleging actual or threatened injury or damage of any nature or kind to persons or property which would not have occurred in whole or in part but for the "asbestos hazard"; (b) Arise out of any request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, encapsulate, contain, treat, detoxify or neutralize or in any way respond to or assess the effects of an "asbestos hazard"; or (c) Arise out of any claim or suit for damages because of testing for, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of an "asbestos hazard". s. Recording And Distribution Of Material Or Information In Violation Of Law "Bodily injury" or "property damage" arising directly or indirectly out of any action or omission that violates or is alleged to violate: (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or addition to such law; (2) The CAN-SPAM Act of 2003, including any amendment of or addition to such law; (3) The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or (4) Any federal, state or local statute, ordinance or regulation, other than the TCPA or CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmitting, communicating or distribution of material or information. Damage To Premises Rented To You - Exception For Damage By Fire, Lightning Or Explosion Exclusions c. through h. and j. through n. do not apply to damage by fire, lightning or explosion to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III - Limits Of Insurance. COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "personal and advertising injury" to which this insurance applies. We will have the right and duty to defend the insured against any "suit" seeking those damages. However, we will have no duty to defend the insured against any "suit' seeking damages for "personal and advertising injury" to which this insurance does not apply. We may, at our discretion, investigate any offense and settle any claim or "suit' that may result. But: Page 6 of 22 Form HG 00 01 09 16 (1) The amount we will pay for damages is limited as described in Section III - Limits Of Insurance; and (2) Our right and duty to defend end when we have used up the applicable limit of insurance in the payment of judgments or settlements under Coverages A or B or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments - Coverages A and B. b. This insurance applies to "personal and advertising injury" caused by an offense arising out of your business but only if the offense was committed in the "coverage territory" during the policy period. 2. Exclusions This insurance does not apply to: a. Knowing Violation Of Rights Of Another "Personal and advertising injury" arising out of an offense committed by, at the direction or with the consent or acquiescence of the insured with the expectation of inflicting "personal and advertising injury". b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written or electronic publication, in any manner, of material, if done by or at the direction of the insured with knowledge of its falsity. c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written or electronic publication, in any manner, of material whose first publication took place before the beginning of the policy period. d. Criminal Acts "Personal and advertising injury" arising out of a criminal act committed by or at the direction of the insured. e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in the absence of the contract or agreement. f. Breach Of Contract "Personal and advertising injury" arising out of a breach of contract, except an implied contract to use another's "advertising idea" in your "advertisement". g. Quality Or Performance Of Goods - Failure To Conform To Statements "Personal and advertising injury" arising out of the failure of goods, products or services to conform with any statement of quality or performance made in your "advertisement". h. Wrong Description Of Prices "Personal and advertising injury" arising out of the wrong description of the price of goods, products or services. i. Infringement Of Intellectual Property Rights (1) "Personal and advertising injury" arising out of any actual or alleged infringement or violation of any intellectual property rights such as copyright, patent, trademark, trade name, trade secret, trade dress, service mark or other designation of origin or authenticity; or (2) Any injury or damage alleged in any clam or "suit" that also alleges an infringement or violation of any intellectual property right, whether such allegation of infringement or violation is made by you or by any other party involved in the claim or "suit", regardless of whether this insurance would otherwise apply. However, this exclusion does not apply if the only allegation in the claim or "suit" involving any intellectual property right is limited to: (1) Infringement, in your "advertisement", of: (a) Copyright; (b) Slogan; or (c) Title of any literary or artistic work; or (2) Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "advertisement". j. Insureds In Media And Internet Type Businesses "Personal and advertising injury" committed by an insured whose business is: (1) Advertising, broadcasting, publishing or telecasting; (2) Designing or determining content of web sites for others; or (3) An Internet search, access, content or service provider. Form HG 00 01 09 16 Page 7 of 22 However, this exclusion does not apply to Paragraphs a., b. and c. of the definition of "personal and advertising injury" under the Definitions Section. For the purposes of this exclusion, the placing of frames, borders or links, or advertising, for you or others anywhere on the Internet, is not by itself, considered the business of advertising, broadcasting, publishing or telecasting. k. Electronic Chatrooms Or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the insured hosts, owns, or over which the insured exercises control. I. Unauthorized Use Of Another's Name Or Product "Personal and advertising injury" arising out of the unauthorized use of another's name or product in your e-mail address, domain name or metatags, or any other similar tactics to mislead another's potential customers. m. Pollution "Personal and advertising injury" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" at any time. n. Pollution -Related Any loss, cost or expense arising out of any: (1) Request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (2) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way responding to, or assessing the effects of, "pollutants". o. War "Personal and advertising injury", however caused, arising, directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. p. Internet Advertisements And Content Of Others "Personal and advertising injury" arising out of: (1) An "advertisement" for others on your web site; (2) Placing a link to a web site of others on your web site; (3) Content, including information, sounds, text, graphics, or images from a web site of others displayed within a frame or border on your web site; or (4) Computer code, software or programming used to enable: (a) Your web site; or (b) The presentation or functionality of an "advertisement" or other content on your web site. q. Right Of Privacy Created By Statute "Personal and advertising injury" arising out of the violation of a person's right of privacy created by any state or federal act. However, this exclusion does not apply to liability for damages that the insured would have in the absence of such state or federal act. r. Violation Of Anti -Trust law "Personal and advertising injury" arising out of a violation of any anti-trust law. s. Securities "Personal and advertising injury" arising out of the fluctuation in price or value of any stocks, bonds or other securities. t. Recording And Distribution Of Material Or Information In Violation Of Law "Personal and advertising injury" arising directly or indirectly out of any action or omission that violates or is alleged to violate: Page 8 of 22 Form HG 00 01 09 16 (1) The Telephone Consumer Protection Act (TCPA), including any amendment of or addition to such law; (2) The CAN-SPAM Act of 2003, including any amendment of or addition to such law; (3) The Fair Credit Reporting Act (FCRA), and any amendment of or addition to such law, including the Fair and Accurate Credit Transaction Act (FACTA); or (4) Any federal, state or local statute, ordinance or regulation, other than the TCPA or CAN-SPAM Act of 2003 or FCRA and their amendments and additions, that addresses, prohibits or limits the printing, dissemination, disposal, collecting, recording, sending, transmitting, communicating or distribution of material or information. u. Employment -Related Practices "Personal and advertising injury" to: (1) A person arising out of any "employment -related practices"; or (2) The spouse, child, parent, brother or sister of that person as a consequence of "personal and advertising injury" to that person at whom any "employment -related practices" are directed. This exclusion applies: (1) Whether the injury -causing event described in the definition of "employment -related practices" occurs before employment, during employment or after employment of that person; (2) Whether the insured may be liable as an employer or in any other capacity; and (3) To any obligation to share damages with or repay someone else who must pay damages because of the injury. v. Asbestos (1) "Personal and advertising injury" arising out of the "asbestos hazard". (2) Any damages, judgments, settlements, loss, costs or expenses that: (a) May be awarded or incurred by reason of any claim or suit alleging actual or threatened injury or damage of any nature or kind to persons or property which would not have occurred in whole or in part but for the "asbestos hazard"; (b) Arise out of any request, demand, order or statutory or regulatory requirement that any insured or others test for, monitor, clean up, remove, encapsulate, contain, treat, detoxify or neutralize or in any way respond to or assess the effects of an "asbestos hazard"; or (c) Arise out of any claim or suit for damages because of testing for, monitoring, cleaning up, removing, encapsulating, containing, treating, detoxifying or neutralizing or in any way responding to or assessing the effects of an "asbestos hazard". w. Access Or Disclosure Of Confidential Or Personal Information "Personal and advertising injury" arising out of 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. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or others arising out of any access to or disclosure of any person's or organization's confidential or personal information. COVERAGE C MEDICAL PAYMENTS 1. Insuring Agreement a. We will pay medical expenses as described below for "bodily injury" caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (1) The accident takes place in the "coverage territory" and during the policy period; (2) The expenses are incurred and reported to us within three years of the date of the accident; and (3) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. b. We will make these payments regardless of fault. These payments will not exceed the applicable limit of insurance. We will pay reasonable expenses for: (1) First aid administered at the time of an accident; (2) Necessary medical, surgical, X-ray and dental services, including prosthetic devices; and Form HG 00 01 09 16 Page 9 of 22 (3) Necessary ambulance, hospital, professional nursing and funeral services. 2. Exclusions We will not pay expenses for "bodily injury": a. Any Insured To any insured, except "volunteer workers". b. Hired Person To a person hired to do work for or on behalf of any insured or a tenant of any insured. c. Injury On Normally Occupied Premises To a person injured on that part of premises you own or rent that the person normally occupies. d. Workers Compensation And Similar Laws To a person, whether or not an "employee" of any insured, if benefits for the "bodily injury" are payable or must be provided under a workers' compensation or disability benefits law or a similar law. e. Athletics Activities To a person injured while practicing, instructing or participating in any physical exercises or games, sports, or athletic contests. f. Products -Completed Operations Hazard Included within the "products -completed operations hazard". g. Coverage A Exclusions Excluded under Coverage A. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. We will pay, with respect to any claim we investigate or settle, or any "suit" against an insured we defend: a. All expenses we incur. b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. c. The cost of appeal bonds or bonds to release attachments, but only for bond amounts within the applicable limit of insurance. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. e. All court costs taxed against the insured in the "suit". However, such costs do not include attorneys' fees, attorneys' expenses, witness or expert fees, or any other expenses of a party taxed to the insured. f. Prejudgment interest awarded against the insured on that part of the judgment we pay. If we make an offer to pay the applicable limit of insurance, we will not pay any prejudgment interest based on that period of time after the offer. g. All interest on the full amount of any judgment that accrues after entry of the judgment and before we have paid, offered to pay, or deposited in court the part of the judgment that is within the applicable limit of insurance. These payments will not reduce the limits of insurance. 2. If we defend an insured against a "suit" and an indemnitee of the insured is also named as a party to the "suit", we will defend that indemnitee if all of the following conditions are met: a. The "suit" against the indemnitee seeks damages for which the insured has assumed the liability of the indemnitee in a contract or agreement that is an "insured contract"; b. This insurance applies to such liability assumed by the insured; c. The obligation to defend, or the cost of the defense of, that indemnitee, has also been assumed by the insured in the same "insured contract"; d. The allegations in the "suit" and the information we know about the "occurrence" are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; e. The indemnitee and the insured ask us to conduct and control the defense of that indemnitee against such "suit" and agree that we can assign the same counsel to defend the insured and the indemnitee; and f. The indemnitee: (1) Agrees in writing to: (a) Cooperate with us in the investigation, settlement or defense of the "suit"; Page 10 of 22 Form HG 00 01 09 16 (b) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the "suit"; (c) Notify any other insurer whose coverage is available to the indemnitee; and (d) Cooperate with us with respect to coordinating other applicable insurance available to the indemnitee; and (2) Provides us with written authorization to: (a) Obtain records and other information related to the "suit"; and (b) Conduct and control the defense of the indemnitee in such "suit". So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Notwithstanding the provisions of Paragraph 2.b.(2) of Section I - Coverage A - Bodily Injury And Property Damage Liability, such payments will not be deemed to be damages for "bodily injury" and "property damage" and will not reduce the limits of insurance. Our obligation to defend an insured's indemnitee and to pay for attorneys' fees and necessary litigation expenses as Supplementary Payments ends when: a. We have used up the applicable limit of insurance in the payment of judgments or settlements; or b. The conditions set forth above, or the terms of the agreement described in Paragraph f. above, are no longer met. SECTION II -WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Employees And Volunteer Workers Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or that "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (1)(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. If you are not in the business of providing professional health care services: (a) Subparagraphs (1)(a), (1)(b) and (1)(c) above do not apply to any "employee" or "volunteer worker" providing first aid services; and (b) Subparagraph (1)(d) above does not apply to any nurse, emergency medical technician or paramedic employed by you to provide such services. (2) "Property damage" to property: (a) Owned, occupied or used by, Form HG 00 01 09 16 Page 11 of 22 (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees", "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Real Estate Manager Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Temporary Custodians Of Your Property Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Legal Representative If You Die Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. e. Unnamed Subsidiary Any subsidiary, and subsidiary thereof, of yours which is a legally incorporated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of the Coverage Part. The insurance afforded herein for any subsidiary not named in this Coverage Part as a named insured does not apply to injury or damage with respect to which such insured is also a named insured under another policy or would be a named insured under such policy but for its termination or the exhaustion of its limits of insurance. 3. Newly Acquired Or Formed Organization Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain financial interest of more than 50% of the voting stock, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. 4. Nonowned Watercraft With respect to watercraft you do not own that is less than 51 feet long and is not being used to carry persons for a charge, any person is an insured while operating such watercraft with your permission. Any other person or organization responsible for the conduct of such person is also an insured, but only with respect to liability arising out of the operation of the watercraft, and only if no other insurance of any kind is available to that person or organization for this liability. However, no person or organization is an insured with respect to: a. "Bodily injury" to a co -"employee" of the person operating the watercraft; or b. "Property damage" to property owned by, rented to, in the charge of or occupied by you or the employer of any person who is an insured under this provision. Additional Insureds When Required By Written Contract, Written Agreement Or Permit The following person(s) or organization(s) are an additional insured when you have agreed, in a written contract, written agreement or because of a permit issued by a state or political subdivision, that such person or organization be added as an additional insured on your policy, provided the injury or damage occurs subsequent to the execution of the contract or agreement. A person or organization is an additional insured under this provision only for that period of time required by the contract or agreement. However, no such person or organization is an insured under this provision if such person or organization is included as an insured by an endorsement issued by us and made a part of this Coverage Part. a. Vendors Any person(s) or organization(s) (referred to below as vendor), but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business Page 12 of 22 Form HG 00 01 09 16 and only if this Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (1) The insurance afforded the vendor is subject to the following additional exclusions: This insurance does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Sub -paragraphs (d) or (f); or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. b. Lessors Of Equipment (1) Any person(s) or organization(s) from whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). (2) With respect to the insurance afforded to these additional insureds this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c. Lessors Of Land Or Premises Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land or premises leased to you. With respect to the insurance afforded these additional insureds the following additional exclusions apply: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors Any architect, engineer, or surveyor, 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: (1) In connection with your premises; or (2) In the performance of your ongoing operations performed by you or on your behalf. With respect to the insurance afforded these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, 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; or Form HG 00 01 09 16 Page 13 of 22 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. e. Permits Issued By State Or Political Subdivisions Any state or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or political subdivision has issued a permit. With respect to the insurance afforded these additional insureds, this insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard". f. Any Other Party Any other person or organization who is not an additional insured under Paragraphs a. through e. above, 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: (1) In the performance of your ongoing operations; (2) In connection with your premises owned by or rented to you; or (3) In connection with "your work" and included within the "products -completed operations hazard", but only if (a) The written contract or agreement requires you to provide such coverage to such additional insured; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to the insurance afforded to these additional insureds, this insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of 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; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. The limits of insurance that apply to additional insureds is described in Section III - Limits Of Insurance. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV - Commercial General Liability Conditions. 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. SECTION III - LIMITS OF INSURANCE 1. The Most We Will Pay The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. General Aggregate Limit The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; Page 14 of 22 Form HG 00 01 09 16 b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard"; and c. Damages under Coverage B. 3. Products -Completed Operations Aggregate Limit The Products -Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products -completed operations hazard". 4. Personal And Advertising Injury Limit Subject to 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertising injury" sustained by any one person or organization. 5. Each Occurrence Limit Subject to 2. or 3. above, whichever applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence". 6. Damage To Premises Rented To You Limit Subject to 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning or explosion, while rented to you or temporarily occupied by you with permission of the owner. In the case of damage by fire, lightning or explosion, the Damage to Premises Rented To You Limit applies to all damage proximately caused by the same event, whether such damage results from fire, lightning or explosion or any combination of these. 7. Medical Expense Limit Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. 8. How Limits Apply To Additional Insureds If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your policy, the most we will pay on behalf of such additional insured is the lesser of: a. The limits of insurance specified in the written contract or written agreement; or b. The Limits of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insurance shown in the Declarations and described in this Section. The Limits of Insurance of this Coverage Part apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS 1. Bankruptcy Bankruptcy or insolvency of the insured or of the insured's estate will not relieve us of our obligations under this Coverage Part. 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit a. Notice Of Occurrence Or Offense You or any additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. Notice Of Claim If a claim is made or "suit" is brought against any insured, you or any additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. Form HG 00 01 09 16 Page 15 of 22 You or any additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. Assistance And Cooperation Of The Insured You and any other involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; (2) Authorize us to obtain records and other information; (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and (4) Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. d. Obligations At The Insureds Own Cost No insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. e. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to an additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. f. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs a. and b. apply to you or to any additional insured only when such "occurrence", offense, claim or "suit" is known to: (1) You or any additional insured that is an individual; (2) Any partner, if you or the additional insured is a partnership; (3) Any manager, if you or the additional insured is a limited liability company; (4) Any "executive officer" or insurance manager, if you or the additional insured is a corporation; (5) Any trustee, if you or the additional insured is a trust; or (6) Any elected or appointed official, if you or the additional insured is a political subdivision or public entity. This duty applies separately to you and any additional insured. 3. Legal Action Against Us No person or organization has a right under this Coverage Part: a. To join us as a party or otherwise bring us into a "suit" asking for damages from an insured; or b. To sue us on this Coverage Part unless all of its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an insured; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the applicable limit of insurance. An agreed settlement means a settlement and release of liability signed by us, the insured and the claimant or the claimant's legal representative. 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when b. below applies. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. b. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: (1) Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (2) Premises Rented To You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; Page 16 of 22 Form HG 00 01 09 16 (3) Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (4) Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability; (5) Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I - Coverage A - Bodily Injury And Property Damage Liability; (6) When You Are Added As An Additional Insured To Other Insurance Any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance; or (7) When You Add Others As An Additional Insured To This Insurance Any other insurance available to an additional insured. However, the following provisions apply to other insurance available to any person or organization who is an additional insured under this coverage part. (a) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in c. below. (b) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract, written agreement, or permit that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (a) and (b) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. Form HG 00 01 09 16 Page 17 of 22 c. The first Named Insured must keep records of the information we need for premium computation, and send us copies at such times as we may request. 6. Representations a. When You Accept This Policy By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business that exist at the inception date of this Coverage Part, we shall not deny coverage under this Coverage Part because of such failure. 7. Separation Of Insureds Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance applies: a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us a. Transfer Of Rights Of Recovery If the insured has rights to recover all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit' or transfer those rights to us and help us enforce them. b. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment, including Supplementary Payments, we have made under this Coverage Part, we also waive that right, provided the insured waived their rights of recovery against such person or organization in a contract, agreement or permit that was executed prior to the injury or damage. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expiration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V - DEFINITIONS 1. "Advertisement" means the widespread public dissemination of information or images that has the purpose of inducing the sale of goods, products or services through: a. (1) Radio; (2) Television; (3) Billboard; (4) Magazine; (5) Newspaper; or b. Any other publication that is given widespread public distribution. However, "advertisement' does not include: a. The design, printed material, information or images contained in, on or upon the packaging or labeling of any goods or products; or b. An interactive conversation between or among persons through a computer network. 2. "Advertising idea" means any idea for an "advertisement'. 3. "Asbestos hazard" means an exposure or threat of exposure to the actual or alleged properties of asbestos and includes the mere presence of asbestos in any form. 4. "Auto" means: a. A land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or Page 18 of 22 Form HG 00 01 09 16 b. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, "auto" does not include "mobile equipment". 5. "Bodily injury" means physical: a. Injury; b. Sickness; or c. Disease sustained by a person and, if arising out of the above, mental anguish or death at any time. 6. "Coverage territory" means: a. The United States of America (including its territories and possessions), Puerto Rico and Canada; b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places included in a. above; or c. All other parts of the world if the injury or damage arises out of: (1) Goods or products made or sold by you in the territory described in a. above; (2) The activities of a person whose home is in the territory described in a. above, but is away for a short time on your business; or (3) "Personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in the United States of America (including its territories and possessions), Puerto Rico or Canada, in a "suit" on the merits according to the substantive law in such territory or in a settlement we agree to. 7. "Employee" includes a "leased worker". "Employee" does not include a "temporary worker". 8. "Employment -Related Practices" means: a. Refusal to employ that person; b. Termination of that person's employment; or c. Employment -related practices, policies, acts or omissions, such as coercion, demotion, evaluation, reassignment, discipline, defamation, harassment, humiliation, discrimination or malicious prosecution directed at that person. 9. "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document. 10. "Hostile fire" means one which becomes uncontrollable or breaks out from where it was intended to be. 11. "Impaired property" means tangible property, other than "your product" or "your work", that cannot be used or is less useful because: a. It incorporates "your product" or "your work" that is known or thought to be defective, deficient, inadequate or dangerous; or b. You have failed to fulfill the terms of a contract or agreement; if such property can be restored to use by the repair, replacement, adjustment or removal of "your product" or "your work", or your fulfilling the terms of the contract or agreement. 12. "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, lightning or explosion to premises while rented to you or temporarily occupied by you with permission of the owner is subject to the Damage to Premises Rented To You Limit described in Section III - Limits of Insurance; b. A sidetrack agreement; c. Any easement or license agreement, including an easement or license agreement in connection with construction or demolition operations on or within 50 feet of a railroad; 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 your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization, provided the "bodily Form HG 00 01 09 16 Page 19 of 22 injury" or "property damage" is caused, in whole or in part, by you or by those acting on your behalf. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. includes that part of any contract or agreement that indemnifies a railroad for "bodily injury" or "property damage" arising out of construction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road -beds, tunnel, underpass or crossing. However, 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; or (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. 13. "Leased worker" means a person leased to you by a labor leasing firm under an agreement between you and the labor leasing firm, to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". 14. "Loading or unloading" means the handling of property: a. After it is moved from the place where it is accepted for movement into or onto an aircraft, watercraft or "auto"; b. While it is in or on an aircraft, watercraft or "auto"; or c. While it is being moved from an aircraft, watercraft or "auto" to the place where it is finally delivered; but "loading or unloading" does not include the movement of property by means of a mechanical device, other than a hand truck, that is not attached to the aircraft, watercraft or "auto". 15. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in a., b., c. or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; If. Vehicles not described in a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". Page 20 of 22 Form HG 00 01 09 16 16. "Occurrence" means an accident, including continuous or repeated exposure to substantially the same general harmful conditions. 17. "Personal and advertising injury" means injury, including consequential "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. The wrongful eviction from, wrongful entry into, or invasion of the right of private occupancy of a room, dwelling or premises that a person or organization occupies, committed by or on behalf of its owner, landlord or lessor; d. Oral, written or electronic publication, in any manner, of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written or electronic publication, in any manner, of material that violates a person's right of privacy; f. Copying, in your "advertisement", a person's or organization's "advertising idea" or style of "advertisement"; or g. Infringement of copyright, slogan, or title of any literary or artistic work, in your "advertisement". 18. "Pollutants" mean any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor, soot, fumes, acids, alkalis, chemicals and waste. Waste includes materials to be recycled, reconditioned or reclaimed. 19. "Products -completed operations hazard": a. Includes all "bodily injury" and "property damage" occurring away from premises you own or rent and arising out of "your product" or "your work" except: (1) Products that are still in your physical possession; or (2) Work that has not yet been completed or abandoned. However, "your work" will be deemed completed at the earliest of the following times: (a) When all of the work called for in your contract has been completed. (b) When all of the work to be done at the job site has been completed if your contract calls for work at more than one job site. (c) When that part of the work done at a job site has been put to its intended use by any person or organization other than another contractor or subcontractor working on the same project. Work that may need service, maintenance, correction, repair or replacement, but which is otherwise complete, will be treated as completed. b. Does not include "bodily injury" or "property damage" arising out of: (1) The transportation of property, unless the injury or damage arises out of a condition in or on a vehicle not owned or operated by you, and that condition was created by the "loading or unloading" of that vehicle by any insured; (2) The existence of tools, uninstalled equipment or abandoned or unused materials; or (3) Products or operations for which the classification, listed in the Declarations or in a policy Schedule, states that products -completed operations are subject to the General Aggregate Limit. 20. "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; or 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. As used in this definition, computerized or electronically stored data, programs or software are not tangible property. Electronic data means information, facts or programs: a. Stored as or on; b. Created or used on; or c. 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. 21. "Suit" means a civil proceeding in which damages because of "bodily injury", "property damage" or "personal and advertising injury" to which this insurance applies are alleged. "Suit" includes: a. An arbitration proceeding in which such damages are claimed and to which the insured must submit or does submit with our consent; or Form HG 00 01 09 16 Page 21 of 22 b. Any other alternative dispute resolution proceeding in which such damages are claimed and to which the insured submits with our consent. 22. "Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short-term workload conditions. 23. "Volunteer worker" means a person who a. Is not your "employee"; b. Donates his or her work; c. Acts at the direction of and within the scope of duties determined by you; and d. Is not paid a fee, salary or other compensation by you or anyone else for their work performed for you. 24. "Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your product'; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. 25. "Your work": a. Means: (1) Work or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work or operations. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your work", and (2) The providing of or failure to provide warnings or instructions. Page 22 of 22 Form HG 00 01 09 16 P ---eX,qSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate 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 2.00 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: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 7/22/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0001107583 of Texas Mutual Insurance Company effective on 7/22/24 Issued to: RJM CONTRACTORS INC This is not a bill Authorized representative NCCI Carrier Code: 29939 7/19/24 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B Bond No. PB11509802228 00 6213 -1 StUndard ('k%' Conditions 0'1 he Constrtmion For Devcloper Awarded Projects Page 1 01,2 I SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we. RJM Contractors, Inc. known as 8 "Principal" herein and Philadelphia Indemni!v Insurance Company a corporate 9 surety(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, Cowtown 1 109, I_LC , authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sunl of, 13 Five Hundred Fifty Thousand Four Hundred Ten and 821100 Dollars ($ 550,410.82 ) 14 lawful money of the United States, to be paid in Fort Worth. Tarrant County, Texas for the payment 15 of which sum well and truly to be made jointly unto the Developer and the City as dual obligees, 16 we bind ourselves. our heirs. executors. administrators, successors and assigns, jointly and 17 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 Agreement, 20 CFA24-0164. 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the day of , 20. 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 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 Water, Wastewater, Paving, and Drainage Improvements for 2401 S. flNIYERSIT)' 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 faithfully 28 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 Cite, then this 31 obligation shall be and become null and void. otherwise to remain in full force and effect. Cl UV OI: 1"ORT WOR Ill 2401 S. Univcrsit� MANDARD CH YCONDI I IONS DILVL'LOPMAWARDED PROACTS CPI`` 105700 Re%ised bintaq 31, 2012 006213-2 Smndard City Condamons Of The C'anstrwuon For Developer AN arded Projects Page 2 or 2 l 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 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code. as amended, and all liabilities on this bond shall be determined in 6 7 8 9 r 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 accordance «ith the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Suret,, have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of .20 PRINCIPAL: RJM Contractors Inc. ATTEST. - (Principal) Secretary Witness as to Principal j C" pitlle��s?"a?to Surety ignat Name and Title Address: 7616 Benbrook Parkway, Benrbook TX 76126 SURETY: Philadelphia Indemnity Insurance Company 1� y; 0< -red A. Thetford IV Attorney -in -Fact Natne and Title Address" One Bala Plaza. Suite 10D 13ala Cynwyd, PA 19004 .telephone Number; $77-438-7459 *Note: If signed by an officer of the Suret%. Company, there 1ntlst be on file a certified extract from the by-laws shoeing that this person has authority to sign such obligation. If Surety"s physical address is different from its mailing address. both must be provided. The date of the bond steal l not be prior to the date the Contract is awarded. CITY Or FORT WORTH 2401 S Univusn5 SIANDARI)CITYCONDIFIONS DLVI:IOPFRAWARDI"DPRO.II;CT5 CM105700 Revised Jangtan- 31.2612 Bond No PB11509802228 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 THE STATE OF TEXAS COUNTY OF TARRANT That we, "Principal" herein, and 0062 14- 1 Swidard Cmv Conditions Ot The Construction I or De% eloper Awarded Projects Page I oft SECTION 00 62 141 PAYMENT BOND § KNOW ALL BY THESE PRESENTS: RJM Contractors. Inc. Philadelphia Indemnity Insurance Company known as a corporate surety ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Cowtown 109. LLC. authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas municipal corporation ("City"). in the penal sum Of Five Hundred Fifty Thousand Four Hundred Ten and 82I100 Dollars {$ 550.410 82 ) lawful money of the United States, to be paid in Fort Worth. Tarrant County, Texas, for the payment of which SUM well and truly be made jointly unto the Developer and the City as dual obligees. Wxe bind ourselves. our heirs, executors, administrators. 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 Agreement. 20 CFA24-0164. 21 WHEREAS, Principal has entered into a certain written Contract with Developer. awarded 22 the day of .20 , which Contract is hereby referred to and 23 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment. 24 labor and other accessories as defined by law. in the prosecution of the Work as provided for in said 25 Contract and designated as Water, Wastewater, Paving, and Drainage Improvements for 2401 S. UNIVERSIT3' 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 27 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 28 the 'Texas Government Code, as amended) in the prosecution of the Work under the Contract, then 29 this obligation shall be and become mull and ,..oid; otherwise to remain in full force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 'Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. CE rY OF rOR1 WORTH 2401 S. Universm STANDARD C17Y CONDITIONS— DEVELOPER AWARDED PROJI_CTS UN 105700 Ref iced Januan 31, 2012 1 2 3 4 5 6 7 8 9 10 0062 14-2 Standard City Conditions OfThe Construction For Deseloper Awarded Projects 1'agc 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by dilly authorized agents and officers on this the day of .20 ATTEST: (Principal) Secretary r Witness as to Ifncipal ATTEST: w (Suret ,) Secretary Witness as to Surety PRINCIPAL: RJM Contractors, Inc 13Y: i Signatur ` f Name and Title Address: 7616 Benbrook Parkway, Benrbook. TX 76126 SURETY: Philadelphia Indemnity Insurance Company BY: Signature Fred A. Thetford, IV Attorney -in Fact Nalne and Title Address: one Bala Plaza, Suite 100 Bala Cvnwvd. PA 19004 Telephone Number: 877-438-7459 Note: If signed by an officer of the Surety, there must be on file a certified extract troln the bylaws show ing 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 CI1 Y OI: FORT wOR'111 STANDARD CI rY CONDITIONS DI:VLI.01'CR e\WtkRDr-D I*ROJE)C'k'S Reused hinuar) 31, 2012 2401 S, University CM 105700 Bond No. PB11509802228 1 2 3 4 5 6 7 8 11' 12 13 14 15 16 17 18 0062 19- 1 Standard [".t5- Cond-tions 01 -1 he Construciien For De.4loper Awarded Projects Page I ol'3 SECTION 00 62 19 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we RJM Contractors. Inc known as "Principal" herein and Philadelphia Indemnity Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety' herein (whether one or more), are held and firmly bound unto the Developer, Cowtown 109, LLC, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation ("City'). in the sum of Five Hundred Fifty Thousand Four Hundred Ten and BZ 10C Dollars ($ 550,410.82 �. lawful money of the United States. to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees and their successors. we bind ourselves, our heirs, e,.xecutors. administrators, successors and assigns, jointly and severally, firmly 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 Agreement, 21 CFA24-0164: and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the day of , 20_, which Contract is hereby 24 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 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 Water. Wastewater. Paving, and Drainage 28 Improvements for 2401 S. UiVIVERSIT)': and 29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 30 accordance %%ith the plans, specifications and Contract DOC4.tnlents that the Work is and will remain 31 free from defects in materials or workmanship for and during the period of two (2) years after the 32 date of final Acceptance of the Work by the City ("Maintenance Period"); and 33 CITY Of FORT WORTH 2401 S. University STANDARD CITY CONDH IONS - DhVLIAPF"R A%YARDV. D PROJEC I'S CPN 105700 Rev iscd Januan 31, 2012 1 2 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 006219-2 Smvkhtrd Cii) Coodkhons Of the Construction For Developer Awarded Projects 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 it -any legal action be filed on this Bond. venue shall lie in f arrant County. Texas or the United States District Court for the Northern District of Texas, Dort Worth Division: and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. Ci Y 01' 1:0RT %VORTI1 STANDARD CITY CONDITIONS— DINT-1.01TR AWARDIA) PROAX I S Revised Atnuar) 31, 2012 2401 S University CPN 105700 006219-3 Standard Cuv Conditions Of rho Construction For Developer Awarded Projects Page 3 ol'3 I IN WITNESS WHEREOF. the Principal and the Surety have each SIGNED and SEALED this 2 instrument by dug}- authorized agents and officers on this the day of 3 _, 20r 4 5 PRINCIPAL: 6 RJM Contractors, Inc- 7 9 BY: tOLAIA 10 SignatuII ATTEST: 1213 kY 14 {Principal) Secretary Name and Title 15 16 Address: 7616 Benbrook Parkway, 17 Benrbook, TX 76126 19 18 20 Witness as to Principal 21 SURETY: 22 Philadelphia Indemnity Insurance Company 23 24 - -- 25 B 26 �ignaure 27 28 Fred A Thetford, IV Attorney -in -Fact 29 A'R ' T: Name and Title 30 31 A&W Address: One Bala Plaza, Suite too 32 (' eh } Secreta Bala Cvnwvd. PA 19004 33 34 35 ilness as to S!iarety Telephone Number: 877-438-7459 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing; that this person has authority to sign such obligation. If Surety's 39 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. CI rY 01: FORT WOR'l11 2401 S. UntversilY STANDARD CITY CONDITIONS DINI:10N R AWARDF D PROJFCT5 CPN 105700 Revised Jantrarn 31, 2012 Bond No. PB11509802228 PHILADELPHIA INDEMNITY INSURANCE. COMPANY One Bala Plana. Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOBS" ALL PERSONS 13Y THFSF PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (tic Company), a corporation organized and existing under the laws of the Commonwealth of Pcnnsylvania, does hereby Constitute and appoint Jared Yount!. Fred A. Thetford. Fr., Tom Young, and/or Fred A. Thetford IY of Contract Bond ALencv, Ll C., its true and lawful AltomcV-tn-fact with full authoriN la execute on its behalf bonds, Undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its busmcss and to bind the Company thereby, in an amount not to exceed S50.000.000. This Poacr of Attomcy is granted and is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADFLPHIA INDEMNITY INSURANCE COMPANY on the 1411 of November 2016. RF.SOLA'ED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Atlomcy(s) in fact and authorize the Auorney(s) in Fact to execute on behalf of- the Company bonds and undertakings, contracts of indemnity and other writings obligatory in file nature Ilnercofand to attach the seal of the Company thereto; and (2) to remo%e, at any time, any such Attorney -in-Fact and revoke thee authority given. And, be it FURTHER RESOLVED: That the signatures or such officers- and the sea] of the Cotnp: n� may he aliixcd to any such Power ofAttorncy orecrilicalc relating thcnaa by Facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile sea] shall be salid and binding upon the Company in the future with respect to any bond or undertaking to which it is attat,hed. IN TESTIMONY WHEREOF, PHILADFI-PHiA INDEMNITY INSURANCE COMPANY HAS CAUSE-D THIS INSTRUMENT TO BI' SiGNPD AND ITS CORPORATE SHALTO BF A]'I'IX1iD BY ITS AUTHORIZED OFFICE- THIS 5TH DAY OF OCTOB1iR 2024. (seat/ 4johAmn--b, President & CEO Philadelphia Indemnity Insurance Compnr.y Un this 5'' day of Octobcr, 2024 before nic came the individual who executed the preceding instrument. to n3c personally known. and being by me duly sworn said that he is the therein described and authorized officer of [lie PHILADELPHIA INDEMNITY INSURANCE': LOMPANi: that the seal affixed to said Instrument is the Corporate seal of said Company: ilea• the said Corporate Seal and his signature were duly affixed Cow wtewalth d FarAsyivWis - Nol•ry seal Ven•ilte Mckenzie. Nolety Public. p•I•w•f•Cotttity - ' Mytrommla•!unsitpiresND"Ibb i3.202$ Commis•Ion number 1388394 . Mom bit, Porm iyIYAKA Alsoelation of NOtarias f Notary Public: residing at: Linwood. PA My commission expires! November 3, 2028 1. Fdward Sayago, Corporate .Secretary of PHILADFLPHTA INDF.AINITY RNSURANCF CO\dPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 5'h day October 2024 are true and correct and arc still in full force and effect I do further certify that John Glumb, who executed the Power of Attorney as President, was on the date of cxccutton of the attached Power of Attorney the duly eleCtcd President of PHILADFLPHiA INDEMNITY iNSURANCF. COMPANY, In Testimony Whereof] have subscribed my name and affixed the facsimile seal of each Company this day of , 20 Fdw'ard Sal, ago. C'orporaie Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY IMPORTANT NOTICE To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-877-438-7459 You may also write Philadelphia Indemnity Insurance Company at: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Director of Surety You may contact the Texas Department of Insurance to obtain information on companies, coverage, 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 Email: ConsumerProtection(a..tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety 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. ADVISO IMPORTANTE Para obener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de para informacion o para someter una queja al: 1-877-438-7459 Usted tanbien puede escribir a Philadelphia Indemnity Insurance Company at: One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Attention: Senior Vice President and Director of Surety Puede comunicarse con el Departamento de Seguros de Texas para obtener information acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax# 512-475-1771 Web: httr)://www.tdi.state.tx.us Email: ConsumerProtection(cDtdi.state.tx.us DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Surety primero. Si no se resuelve la disputa, puede entonces comunicarrse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 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 31, 2012 5.18 Indemnification........................................................................................................................... 24 5.19 Delegation of Professional Design Services............................................................................... 24 5.20 Right to Audit: ............................................................................................................................. 25 5.21 Nondiscrimination.......................................................................................................................25 Article 6 — Other Work at the Site................................................................................................................... 26 6.01 Related Work at Site................................................................................................................... 26 Article 7 — City's Responsibilities.................................................................................................................. 26 7.01 Inspections, Tests, and Approvals............................................................................................... 26 7.02 Limitations on City's Responsibilities........................................................................................ 26 7.03 Compliance with Safety Program............................................................................................... 27 Article 8 — City's Observation Status During Construction............................................................................ 27 8.01 City's Project Representative...................................................................................................... 27 8.02 Authorized Variations in Work................................................................................................... 27 8.03 Rejecting Defective Work...................................................................................................27 8.04 Determinations for Work Performed.......................................................................................... 28 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 Article13 — Suspension of Work.................................................................................................................... 33 13.01 City May Suspend Work............................................................................................................. 33 Article14 — Miscellaneous.............................................................................................................................. 34 CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 14.01 Giving Notice ............... 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 31, 2012 34 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 M. The Standard City Conditions Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents Drawings Documentation submitted by contractor prior to Notice of Award. 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 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 theAgreement. 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 theAgreement. 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 theProject. 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 theSite. 35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions —That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours —Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 ContractDocuments. 42. Working Day —A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. C. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 followingways: 1. A Field Order; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 and4.02.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. 0073 10-8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 0073 10-8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 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. 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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. 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 o£ a. $1,000,000 eachoccurrence 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. 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 andnon-owned. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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: 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. 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 repairwork 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 byparticipating 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 indemni 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 5.05.13. 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 0073 10-17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17of35 ❑ Required for this Contract. (Check this box if there is any City Participation) ttNot 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: 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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. 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 1lth 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 parry 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 OtherAreas A. Limitation on Use of Site and OtherAreas: 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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: 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 Projects a functioning whole as indicated by the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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. 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 causedby: 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 finalpayment; 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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. JUViTSSTON OR NEGLIGENCE OF CIF 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 ofactions. 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. ]MIS INDEMNIFICATION PROVISION IS SPFCIFICALLY 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 Cityfunds 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 parry 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 0073 10-28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 8.04 Determinationsfor 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 anticipatedproject. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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. 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 anegative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 0073 10-30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 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 Page 32 of 35 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 solution to allow construction to proceed is not CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 otherparty. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receivingparty. 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 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 CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 006219-1 DAP STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Pagel of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 006219-2 DAP STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 006219-3 DAP STANDARD CITY CONDITIONS OF THE CONSTRUCTION FOR DEVELOPER AWARDED PROJECTS Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 DAP SUBSTITUTION PROCEDURES Page 1 of 5 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 012500-2 DAP SUBSTITUTION PROCEDURES Page 2 of 5 a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 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 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 012500-3 DAP SUBSTITUTION PROCEDURES Page 3 of 5 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, if a reduction in cost or time results, it will be documented by Change Order. 4. Substitution will be rejected if a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the Developer's opinion, acceptance will require substantial revision of the original design d. In the City's or Developer's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 Revision Log DATE NAME SUMMARY OF CHANGE EXHIBIT A REQUEST FOR SUBSTITUTION FORM: IIfil 01 25 00 - 4 DAP SUBSTITUTION PROCEDURES Page 4 of 5 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. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 012500-5 DAP SUBSTITUTION PROCEDURES Submitted By: Signature as noted Firm Date Telephone For Use by City: _Approved _ Rejected City For Use by City Recommended Not recommended Remarko Address By Date Date Recommended Received late Page 5 of 5 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 SECTION 013119 PRECONSTRUCTION MEETING A. PART 1 - GENERAL B. 1.1 SUMMARY C. Section Includes: 01 31 19- 1 DAP 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 D. Deviations from this City of Fort Worth Standard Specification 1. No construction schedule required unless requested by the City. E. 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 F. 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] G. 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 delivery of the distribution package to the City. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Developer and Consultant b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 0131 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. 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. MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013119-3 DAP PRECONSTRUCTION MEETING Page 3 of 3 PART 2 - PRODUCTS [NOT USED] H. PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013233-1 DAP PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL A. 1.1 SUMMARY B. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos C. Deviations from this City of Fort Worth Standard Specification 1. Though not mandatory, it is highly recommended on infill developer projects. D. 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 E. 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] F. 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 01 32 33 - 2 DAP 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 SECTION 0133 00 DAP SUBMITTALS A. PART 1 - GENERAL B. 1.1 SUMMARY C. Section Includes: 013300-1 DAP SUBMITTALS Pagel of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups D. Deviations from this City of Fort Worth Standard Specification 1. None. E. 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 F. 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] G. 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 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013300-2 DAP SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 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 crossreference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8'/2 inches x 11 inches to 8 % inches x 1 Iinches. 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013300-3 DAP SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013300-4 DAP 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 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013300-5 DAP 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. 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. 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. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013300-6 DAP SUBMITTALS Page 6 of 8 b. Code 2 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 Developer at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013300-7 DAP SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Sufficient information shall be attached to permit a written response without further information. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] H. PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 013300-8 DAP SUBMITTALS Page 8 of 8 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised August 30, 2013 006219-1 DAP Standard City Conditions Of The Construction For Developer Awarded Projects Page 1 of 7 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART4- GENERAL 5 4.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 1. [Coordination with North Central Texas Council of Governments Clean Construction 20 Specification [remove if not required]) 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 — General Requirements 26 3. Section 33 12 25 — Connection to Existing Water Mains 27 28 4.2 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this Specification, unless 32 a date is specifically cited. 33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 34 Voltage Overhead Lines. 35 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 36 Specification 37 4.3 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105700 Revised August, 30, 2013 006219-2 DAP Standard City Conditions Of The Construction For Developer Awarded Projects Page 2 of 7 1 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of 2 Transportation (TxDOT): 3 a. Notify the Texas Department of Transportation prior to commencing any work therein in 4 accordance with the provisions of the permit 5 b. All work performed in the TxDOT right-of-way shall be performed in compliance with 6 and subject to approval from the Texas Department of Transportation 7 B. Work near High Voltage Lines 8 1. Regulatory Requirements 9 a. All Work near High Voltage Lines (more than 600 volts measured between conductors 10 or between a conductor and the ground) shall be in accordance with Health and Safety 11 Code, Title 9, Subtitle A, Chapter 752. 12 2. Warning sign 13 a. Provide sign of sufficient size meeting all OSHA requirements. 14 3. Equipment operating within 10 feet of high voltage lines will require the following safety 15 features 16 a. Insulating cage -type of guard about the boom or arm 17 b. Insulator links on the lift hook connections for back hoes or dippers 18 c. Equipment must meet the safety requirements as set forth by OSHA and the safety 19 requirements of the owner of the high voltage lines 20 4. Work within 6 feet of high voltage electric lines 21 a. Notification shall be given to: 22 1) The power company (example: ONCOR) 23 a) Maintain an accurate log of all such calls to power company and record action 24 taken in each case. 25 b. Coordination with power company 26 1) After notification coordinate with the power company to: 27 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the 28 lines 29 c. No personnel may work within 6 feet of a high voltage line before the above 30 requirements have been met. 31 C. Confined Space Entry Program 32 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA 33 requirements. 34 2. Confined Spaces include: 35 a. Manholes 36 b. All other confined spaces in accordance with OSHA's Permit Required for Confined 37 Spaces 38 D. Use of Explosives, Drop Weight, Etc. 39 1. When Contract Documents permit on the project the following will apply: 40 a. Public Notification 41 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to 42 commencing. 43 2) Minimum 24 hour public notification in accordance with Section 01 31 13 44 E. Water Department Coordination CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105700 Revised August, 30, 2013 006219-3 DAP Standard City Conditions Of The Construction For Developer Awarded Projects Page 3 of 7 1 1. During the construction of this project, it will be necessary to deactivate, for a period of 2 time, existing lines. The Contractor shall be required to coordinate with the Water 3 Department to determine the best times for deactivating and activating those lines. 4 2. Coordinate any event that will require connecting to or the operation of an existing City 5 water line system with the City's representative. 6 a. Coordination shall be in accordance with Section 33 12 25. 7 b. If needed, obtain a hydrant water meter from the Water Department for use during the 8 life of named project. 9 c. In the event that a water valve on an existing live system be turned off and on to 10 accommodate the construction of the project is required, coordinate this activity through 11 the appropriate City representative. 12 1) Do not operate water line valves of existing water system. 13 a) Failure to comply will render the Contractor in violation of Texas Penal Code 14 Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be 15 prosecuted to the full extent of the law. 16 b) In addition, the Contractor will assume all liabilities and responsibilities as a 17 result of these actions. 18 F. Public Notification Prior to Beginning Construction 19 1. Prior to beginning construction on any block in the project, on a block by block basis, 20 prepare and deliver a notice or flyer of the pending construction to the front door of each 21 residence or business that will be impacted by construction. The notice shall be prepared as 22 follows: 23 a. Post notice or flyer 7 days prior to beginning any construction activity on each block in 24 the project area. 25 1) Prepare flyer on the Contractor's letterhead and include the following information: 26 a) Name of Project 27 b) City Project No (CPN) 28 c) Scope of Project (i.e. type of construction activity) 29 d) Actual construction duration within the block 30 e) Name of the contractor's foreman and phone number 31 f) Name of the City's inspector and phone number 32 g) City's after-hours phone number 33 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 34 3) Submit schedule showing the construction start and finish time for each block of the 35 project to the inspector. 36 4) Deliver flyer to the City Inspector for review prior to distribution. 37 b. No construction will be allowed to begin on any block until the flyer is delivered to all 38 residents of the block. 39 G. Public Notification of Temporary Water Service Interruption during Construction 40 1. In the event it becomes necessary to temporarily shut down water service to residents or 41 businesses during construction, prepare and deliver a notice or flyer of the pending 42 interruption to the front door of each affected resident. 43 2. Prepared notice as follows: 44 a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. 45 b. Prepare flyer on the contractor's letterhead and include the following information: 46 1) Name of the project 47 2) City Project Number CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105700 Revised August, 30, 2013 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 006219-4 DAP Standard City Conditions Of The Construction For Developer Awarded Projects Page 4 of 7 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. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. I. 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. J. 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. K. Employee Parking 1. Provide parking for employees at locations approved by the City. L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean Construction Specification [if required for the project] 1. Comply with equipment, operational, reporting and enforcement requirements set forth in NCTCOG's Clean Construction Specification-} CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105700 Revised August, 30, 2013 006219-5 DAP Standard City Conditions Of The Construction For Developer Awarded Projects Page 5 of 7 1 4.4 SUBMITTALS [NOT USED] 2 4.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 4.6 CLOSEOUT SUBMITTALS [NOT USED] 4 4.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 4.8 QUALITY ASSURANCE [NOT USED] 6 4.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 4.10 FIELD [SITE] CONDITIONS [NOT USED] 8 4.11 WARRANTY [NOT USED] 9 PART 5 - PRODUCTS [NOT USED] 10 PART 6 - EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D. Johnson 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.3.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105700 Revised August, 30, 2013 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 006219-6 DAP Standard City Conditions Of The Construction For Developer Awarded Projects Page 6 of 7 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.:105700 Project Name: 2401 S. University Mapsco Location: 76S Limits of Construction: NOTICE 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS [CPN 105700 Revised August, 30, 2013 I 2 3 006219-7 DAP Standard City Conditions Of The Construction For Developer Awarded Projects Page 7 of 7 EXHIBIT B FoR� T WoRTH Data: 1>019 No. xxxx Project Name: 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 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS [CPN 105700 Revised August, 30, 2013 01 45 23 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1 - GENERAL A. 1.1 SUMMARY B. Section Includes: 1. Testing and inspection services procedures and coordination C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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 E. 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] F. 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 form of distribution approved by the City. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 01 45 23 DAP 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 G. 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] H. PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Removed reference to Buzzsaw and noted that electronic submittals be uploaded 03/20/2020 D.V. Magana through the City's document management system. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL A. 1.1 SUMMARY B. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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 E. 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] F. 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 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised JULY 1, 2011 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1) Contact City 1 week before water for construction is desired 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. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised JULY 1, 2011 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 E. Dust Control 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] G. 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] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised JULY 1, 2011 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 H. 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 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] I. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised JULY 1, 2011 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL A. 1.1 SUMMARY B. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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 34 71 13 — Traffic Control E. 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. F. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). G. 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised July 1, 2011 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised July 1, 2011 015526-3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 H. PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised July 1, 2011 015713-1 DAP STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 0157 13 STORM WATER POLLUTION PREVENTION A. PART 1 - GENERAL B. 1.1 SUMMARY C. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans D. Deviations from this City of Fort Worth Standard Specification 1. None. E. 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 F. 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. G. 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 H. 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. B. Construction Activities resulting in: CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised July 1, 2011 I. 0157 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 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) 3926088. 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 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 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 1. Submit in accordance with Section 01 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised July 1, 2011 015713-3 DAP 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] J. PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised July 1, 2011 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL A. 1.1 SUMMARY B. Section Includes: 01 60 00 DAP PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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] E. 1.4 ADMINISTRATIVE REQUIREMENTS A list of City approved products for use is available through the City's website at: htti)s:Hapes.fortworthtexas.gov/ProiectResources/ and following the directory path: 02 - Construction Documents\Standard Products List A. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. B. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 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. C. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. D. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 01 60 00 DAP PRODUCT REQUIREMENTS Page 2 of 2 F. 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] G. 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 4/7/2014 M.Domenech Revised for DAP application Removed reference to Buzzsaw and noted that the City approved products list is 03/20/2020 D.V. Magana accessible through the City's website. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised March 20, 2020 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel of 3 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL A. 1.1 SUMMARY B. 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 C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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 E. 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] F. 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 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. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 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] G. 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] H. 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] 1. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 70 00 - 1 DAP MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL A. 1.1 SUMMARY B. Section Includes: 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 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 017000-2 DAP MOBILIZATION AND REMOBILIZATION Page 2 of 4 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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 E. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. 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 "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 017000-3 DAP MOBILIZATION AND REMOBILIZATION Page 3 of 4 d. No payments will be made for standby, idle time, or lost profits associated this Item. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.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. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 70 00 - 4 DAP MOBILIZATION AND REMOBILIZATION Page 4 of 4 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] F. PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 017123-1 DAP CONSTRUCTION STAKING AND SURVEY Page 1 of 4 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL A. 1.1 SUMMARY B. Section Includes: 1. Requirements for construction staking and construction survey C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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 E. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] F. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. G. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance with requirements of the Contract Documents. a. Certificate must be sealed by a registered professional land surveyor in the State of Texas. B. Field Quality Control Submittals CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 71 23 - 2 DAP CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1. Documentation verifying accuracy of field engineering work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] H. 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. General a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will need to ensure coordination is maintained with the City to perform construction survey to obtain construction features, including but not limited to the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 71 23 - 3 DAP CONSTRUCTION STAKING AND SURVEY Page 3 of 4 (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants (8) Gate valves (9) Plugs, stubouts, dead-end lines (10) Air Release valves (Manhole rim and vent pipe) (11) Blow off valves (Manhole rim and valve lid) (12) Pressure plane valves (13) Cleaning wyes (14) Casing pipe (each end) b) Storm Sewer (1) Top of pipe elevations and coordinates at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. c) Sanitary Sewer (1) Top of pipe elevations and coordinates for sanitary sewer lines at the following locations: (a) Every 250 linear feet (b) Horizontal and vertical points of inflection, curvature, etc. (c) Cleanouts c. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work associated with meeting or exceeding the line and grade required by these Specifications. d. The Contractor will need to ensure coordination is maintained with the City to perform construction survey and to verify control data, including but not limited to the following: 1) Established benchmarks and control points provided for the Contractor's use are accurate 2) Benchmarks were used to furnish and maintain all reference lines and grades for tunneling 3) Lines and grades were used to establish the location of the pipe 4) Submit to the City copies of field notes used to establish all lines and grades and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contractor remains fully responsible for the accuracy of the work and the correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to City. 9) If the installation does not meet the specified tolerances, immediately notify the City and correct the installation in accordance with the Contract Documents. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 71 23 - 4 DAP CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] I. 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. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] J. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 SECTION 0174 23 CLEANING A. PART 1 - GENERAL B. 1.1 SUMMARY C. Section Includes: 01 74 23 - 1 DAP CLEANING Page 1 of 4 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere D. Deviations from this City of Fort Worth Standard Specification 1. None. E. 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 F. 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] G. 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] H. 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 74 23 - 2 DAP CLEANING Page 2 of 4 1.12 WARRANTY [NOT USED] I. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] J. 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] K. 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] L. 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. 6. Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 74 23 - 3 DAP CLEANING Page 3 of 4 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. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 74 23 - 4 DAP CLEANING Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 017719-1 DAP CLOSEOUT REQUIREMENTS Pagel of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS A. PART 1 - GENERAL B. 1.1 SUMMARY C. Section Includes: 1. The procedure for closing out a contract D. Deviations from this City of Fort Worth Standard Specification 1. None. E. 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 F. 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] G. 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] H. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 0177 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 3.3 PREPARATION [NOT USED] I. 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 017719-3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 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] J. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP application CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL A. 1.1 SUMMARY B. 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 C. Deviations from this City of Fort Worth Standard Specification 1. None. D. 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 E. 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] F. 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. G. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. All submittals shall be approved by the City prior to delivery. H. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. f. 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. g. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 23 - 3 DAP 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 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 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams 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] I. 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 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] DATE NAME 8/31/2012 D.Johnson 4/7/2014 M.Domenech END OF SECTION Revision Log SUMMARY OF CHANGE 1.5.A.1—title of section removed Revised for DAP Application Page 5 of 5 CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 SECTION 0178 39 PROJECT RECORD DOCUMENTS A. PART 1 - GENERAL B. 1.1 SUMMARY C. Section Includes: 017839-1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 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 D. Deviations from this City of Fort Worth Standard Specification 1. None. E. 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 F. 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] G. 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] H. 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 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 39 - 2 DAP 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. I. 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] J. PART2-PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] K. 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] L. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] M. 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 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. Coordination with Construction Survey a. At a minimum 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 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. 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] N. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M.Domenech Revised for DAP Application CITY OF FORT WORTH 2401 S. University STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105700 Revised April 7, 2014 APPENDIX GC-4.01 Availability of Lands <Provide current statement of record(s) legal title and legal descriptions for lands upon which the Work is to be performed> GC-4.02 Subsurface and Physical Conditions <Provide reports and/or drawings relative to subsurface conditions at the Project Site (excluding Underground Facilities)> GC-4.04 Underground Facilities<Provide drawings and/or documents that provide information for Underground Facilities at or contiguous to the Project Site> GC-4.06 Hazardous Environmental Condition at Site <Provide any report and/or drawing relative to hazardous environmental conditions at or contiguous to the Site> GC-6.06.D Minority and Women Owned Business Enterprise Compliance <Provide MWBE forms, including Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form, Good Faith Effort Form, and Joint Venture Eligibility Form> GC-6.07 Wage Rates <Provide the applicable wage rate table(s) for this Project> GC-6.09 Permits and Utilities <Provide all City obtained Permits available at the time of Advertisement> GC-6.24 Nondiscrimination <Provide form PR-1273, "Federal Requirements for Federal -Aid Construction Contracts" and any other related documents for Projects with Federal Assistance, otherwise write `None"> GR-01 60 00 Product Requirements <Provide City's current Standard Product List> * From Original Standard Products List GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List F4 B E M E I-1 G I I-f H E R I I-1 G mFIvuP PROJECT NO. 25416 MAY, 2024 GEOTECHNICAL INVESTIGATION OFFICE BUILDING 2401 SOUTH UNIVERSITY DRIVE FORT WORTH, TEXAS Presented To: COWTOWN 109, LLC FORT WORTH, TEXAS F;iEEII Er1M1MEEFRlr7M GEOTECHNICAL AND E3 F;1 E3 U P ENVIRONMFNTAL CONSULTANTS May 31, 2024 Project No. 25416 Cowtown 109, LLC 100 Throckmorton Street, Suite 700 Fort Worth, Texas 76102 ATTN: Mr. Cruz Shope GEOTECHNICAL INVESTIGATION OFFICE BUILDING 2401 SOUTH UNIVERSITY DRIVE FORT WORTH, TEXAS Gentlemen: Transmitted herewith are copies of the referenced report. Should you have any questions concerning our findings or if you desire additional information, do not hesitate to call. Sincerely, REED ENGINEERING GROUP, LTD Registration Number F-3114 William Blake Gibson, P.E. Project Engineering Geologist Ronald F. Reed, P.E. Principal Engineer WBG/RFR/mt copy submitted via e-mail only 2424 STUTZ DRIVE, SUITE 400 ❑ALLAS,TX 75235 tel 714-150.5600 fax 2€4.350.0019 www-reed-engineering.com PEE of ................................. / % W BLAKE GIB50N �� �'c;C�!�ENSEp•G�ta�� S�ONAL EN June 5, 2024 GEOTECHNICAL ENGINEERING ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIALS TESTING F4BE M E M G I MH E RIMG MFC2UF, TABLE OF CONTENTS PAGE INTRODUCTION....................................................................................................1 ProjectDescription...................................................................................... 1 Authorization................................................................................................1 Purposeand Scope.......................................................................................1 FIELD AND LABORATORY INVESTIGATIONS ............................................ 2 General.......................................................................................................... 2 FieldInvestigation........................................................................................2 LaboratoryTesting...................................................................................... 3 GENERAL SITE CONDITIONS...........................................................................4 Physiography................................................................................................ 4 Geology and Stratigraphy........................................................................... 5 GroundWater.............................................................................................. 8 Texas Health and Safety Code and TCEQ Comment .............................. 8 Seismic Site Classification........................................................................... 8 ANALYSIS AND RECOMMENDATIONS..........................................................9 Potential Vertical Movements.....................................................................9 FoundationDesign....................................................................................... 10 GradeBeams................................................................................................ 14 FloorSlab......................................................................................................15 Below -Grade Walls......................................................................................20 GroundWater Control................................................................................23 SiteRetaining Walls.....................................................................................24 Earthwork, General.....................................................................................27 Earthwork.....................................................................................................28 Pavement.......................................................................................................31 Construction Observation and Testing Frequency...................................33 -1- RIME 10 IMM G 1 I-lE ER Ir-1G CSr9ouF1 TABLE OF CONTENTS (Continued) ILLUSTRATIONS PLATE PLANOF BORINGS...............................................................................................1 A PLANOF ZONES....................................................................................................1B BORINGLOGS....................................................................................................... 2-8 KEYS TO TERMS AND SYMBOLS USED.........................................................9&10 LABORATORY TEST RESULTS........................................................................ 11 & 12 ABSORPTION PRESSURE SWELL TEST.........................................................13&14 2023 AERIAL PHOTOGRAPH............................................................................. 15 INTERPRETIVE GEOLOGIC CROSS-SECTION (A —A') ..........................16 F9 EE 1-3 E"G I1-1EE FR 1r_1G CaAnuF, INTRODUCTION Project Description This report presents the results of a geotechnical investigation performed for a proposed three- story office building to be located at 2401 South University Drive in Fort Worth, Texas. The general orientation of the building is shown on the Plan of Borings, Plate IA of the report Illustrations. The first floor is anticipated to cover approximately half of the building footprint. Finished floor elevations are based on the Grading Plan, Sheet C.04, prepared by Kimley-Horn and Associates, Inc. dated May 31, 2024. Finished floor for levels one and two have been set at Elev. 588 and 603 feet, respectively. If finished floor is modified in excess of one foot, this office should be contacted to allow for evaluation and modification of the recommendations, if necessary. Authorization This investigation was authorized by Mr. Cruz Shope of Cowtown 109, LLC by signature of the Proposal No. 4-26 on April 23, 2024. Purpose and Scope The purpose of this investigation has been to evaluate the general subsurface conditions and provide recommendations for: • design of the foundation system; • floor slab; • below -grade and retaining walls; • pavement subgrade; and • site preparation and earthwork compaction criteria. Project No. 25416 - 1 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, The investigation has included drilling sample borings, performing laboratory testing, analyzing engineering and geologic data, and developing geotechnical recommendations. The following sections present the methodology used in this investigation. Recommendations provided herein are site -specific and were developed for the project discussed in the report Introduction. Persons using this report for other than the intended purpose do so at their own risk. FIELD AND LABORATORY INVESTIGATIONS General The field and laboratory investigations have been conducted in accordance with applicable standards and procedures set forth in the 2023 Annual Book of ASTM Standards, Volumes 04.08 and 04.09, "Soil and Rock." These volumes should be consulted for information on specific test procedures. Field Investigation Subsurface conditions were evaluated by seven sample borings drilled to depths of 10 to 28 feet in May 2024. The locations of the borings are shown on Plate IA of the report Illustrations. Boring locations were identified using a GPS (global positioning system) unit. The accuracy of this unit is estimated to be within plus or minus one meter. Project No. 25416 - 2 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, Borings were advanced between sampling intervals by means of a truck -mounted drilling rig equipped with continuous flight augers. Samples of cohesive soils were obtained with 3-inch diameter Shelby tubes (ASTM D 1587). Weathered limestone and unweathered calcareous shale and limestone was evaluated in situ using the Texas Department of Transportation (TxDOT) cone penetrometer test. Delayed water level observations were made in the open boreholes to evaluate ground water conditions. Borings were backfilled at completion of field operations. Sample depth, description of materials, field tests, water conditions, and soil classification [Unified Soil Classification System (USCS), ASTM D2488] are presented on the Boring Logs, Plates 2 through 8. Keys to terms and symbols used on the logs are included as Plates 9 and 10. Elevations shown on the boring logs are approximate, and have been interpolated to the nearest foot based on the Grading Plan, Sheet C.04, prepared by Kimley-Horn and Associates, Inc. dated May 31, 2024. Laboratory Testing All samples were returned to the laboratory and visually logged in accordance with the USCS. The consistency of cohesive soils was evaluated by means of a pocket penetrometer. Results of the pocket penetrometer readings are presented on the boring logs. Laboratory tests were performed to evaluate index properties and confirm visual classification of selected samples. Tests and ASTM designations are provided in Table 1. Project No. 25416 - 3 - May 31, 2024 TABLE 1. TESTS CONDUCTED AND ASTM DESIGNATIONS Type of Test Atterberg Limits Moisture Content Partial Gradation Soil Suction The results of these tests are summarized on Plates 11 and 12. ASTM Designation D4318 D2216 D1140 D5298 The expansive characteristics of the severely weathered calcareous shale were also evaluated by means of two absorption pressure -swell tests conducted in accordance with general procedures discussed by Johnson and Snethen' . Results of the swell tests are presented graphically on Plates 13 and 14. GENERAL SITE CONDITIONS Physiography The site was fairly sloped with a change of elevation of approximately 48 feet, from Elev. 480 to 528 feet, within the proposed development. The site drained overall toward the north end of the site. Within the footprint of the proposed building the change of elevations was on the order of 13 feet, from Elev. 588 to 601 feet. 'Johnson, L.D., & Snethen, D.R. (1978). "Prediction of Potential Heave of Swelling Soil." Geotechnical Testing Journal, ASTM 1 (3), 117-124. Project No. 25416 - 4 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, Based on review of historical Google Earth aerial photographs, the site was previously developed. A single-family residence appears to have been present until 2015. The residence was located outside of the footprint of the proposed building, to the south. Mature trees were present throughout the site. A 2023 Google Earth aerial photograph has been included as Plate 15, for reference. Geology and Stratigraphy Subsurface conditions encountered in the borings consisted of fill and alluvial soil overlying severely weathered grading to unweathered calcareous shale and limestone of the Cretaceous Fort Worth Limestone and Duck Creek Formations, undivided. An Interpretive Geologic Cross - Section (A — A') is included as Plate 16 for reference. The plan location of the cross-section is shown on Plate IA. Note that stratigraphic lines are interpretive only. Actual stratigraphic conditions may vary from those shown. Topographic information was based on the Grading Plan, Sheet C.04 prepared by Kimley-Horn and Associates, Inc. dated May 31, 2024. Uncontrolled fill was encountered at the surface of all borings except Boring B-6. The fill consisted of unsorted dark brown to light brown and brownish -yellow, high to low plasticity (CH to CL), sandy clay and clayey gravel (GC), with varying amounts of sand, gravel, and iron staining. Boring B-3 encountered a six-inch concrete fragment at a depth of two feet. The fill extended to depths of two to five feet. Project No. 25416 - 5 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, Terraced alluvial soils were encountered at the surface of Boring B-6 and below the fill in Borings B-1 through B-5. The alluvial soils predominantly consisted of dark brown to light brown, reddish -brown, brownish -yellow, and gray, CH to CL silty clay, CL sandy clay, with intermittent seams and layers of clayey sand (SC), clayey gravel (GC), sandy gravel with clay (GC), and CH to CL gravelly clay. The alluvial soils extended to depths of 7 to 14 feet. The base of the alluvial soils tended to decrease toward the northwest; however, the shallowest base of the alluvial soils was located in the southwest corner of the site indicating the potential presence of a buried creek meander bend on -site. Brownish -yellow, grayish -brown, gray, and reddish -yellow severely weathered calcareous shale and severely weathered limestone, with intermittent weathered limestone seams, was encountered in all borings except Borings B-2 and B-7 below depths of 8 to 14 feet (approximate Elev. 586.5 to 575 feet). The severely weathered calcareous shale and limestone possess the engineering properties of CH to CL silty clay and CL calcareous clay, respectively, and have been dual - classified accordingly on the boring logs. Boring B-6 terminated within the severely weathered strata at a depth of 10 feet. Tan, hard to very hard (rock classification), weathered limestone with intermittent calcareous seams, was encountered in Borings B-2, B-3, and B-7 below depths of 2 to 13 feet (approximate Elev. 611 to 584 feet). Interbedded layers of dark gray, soft (rock classification), unweathered calcareous shale and light gray, very hard (rock classification), unweathered limestone were encountered below depths of 7 to 18 feet (approximate Elev. 606 to 573 feet) in the remaining Project No. 25416 - 6 - May 31, 2024 F=1 E E LZ E I-1 G 1 I -I B E FR I F-I G G Fig' -AP borings. The unweathered strata extended through the termination depths of the balance of the borings. Within the footprint of the proposed office building the unweathered strata generally decreased from south to north from Elev. 583 to 573 feet. Based on the suction profiles, the upper soils and severely weathered strata exhibited varying moisture conditions in May 2024, but were generally moist through the depths explored. Drier soils are anticipated in proximity to the mature trees. The suction profiles are provided in the following graph. s CL as SuctionlDepth Profile 0 E 10 15 .... .... .... .... .... .... 0 5,000 10,000 15,000 20,000 25,000 30,000 35,000 40,000 Soil Suction (psf) Project No. 25416 - 7 - May 31, 2024 F9 E H t] L 1 { 1 1= L H I I I 1... FS l-1 P Ground Water Ground water seepage was observed at depths of 7 to 9 feet (approximate Elev. 590 to 576 feet) during drilling operations. Ground water was present at depths of 3 to 22 feet (approximate Elev. 593 to 567 feet) at the end of the day of drilling. Based on post -drilling water level observations, ground water was present at depths of 3 to 8 feet (approximate Elev. 594 to 581 feet) approximately one day subsequent to drilling in May 2024. The ground water is perched above the relatively impermeable unweathered calcareous shale and limestone in the overlying fill and alluvial soils. The depth to ground water will fluctuate with variations in seasonal and yearly rainfall. Texas Health and Safety Code and TCEQ Comment Pursuant to the Texas Health and Safety Code, Chapter 361, §361.538 and 30 Texas Administrative Code 330, §330.953, Reed Engineering Group, Ltd. has performed appropriate soil tests as required by these regulations to demonstrate that the subject property does not overlie a closed municipal solid waste landfill. The site observations and subsurface data do not indicate the presence of buried municipal solid waste at this site. Based on these data, development of this site should not require a Development Permit, as described in §361.532 and §§330.951- 330.963, Subchapter T. Seismic Site Classification The site has been classified with respect to seismic design criteria contained in the 2021 International Building Code (IBC), Section 1613, and ASCE 7-22, Chapter 20. The criteria require characterization of the upper 100 feet of subsurface materials. Based on the ASCE 7-22 criteria, the site is classified as Site Class C in accordance with Tablc 20.2-1. Project No. 25416 - 8 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, ANALYSIS AND RECOMMENDATIONS Potential Vertical Movements Potential Heave - Potential Vertical Movements (PVM) were evaluated using an empirical procedure developed by McDowell' and modified by the Texas Department of Transportation, TxDOT Test Method 124-E' in conjunction with the soil suction and absorption pressure -swell tests. Based on the PVM calculations and past experience, potential movements from a dry to a moist condition are estimated to be on the order of two to three inches, depending on location. Movement will be associated with seasonal changes in soil moisture. Ground -supported improvements (i.e., sidewalks and paving) will move in response to changes in soil moisture. The movement will be observed as heave if the soils are dry at the time the pavement or sidewalk is constructed. The movement will be observed as settlement if the soils are moist at the time of construction. Generally, settlement will be limited to the outer perimeter (outer four to five feet) of larger slabs. Prudent watering during extended dry climatic periods can control settlement. Recommendations are provided to limit movement below the building; however, some movement of site paving and sidewalks should be anticipated. The estimated PVM is based on the Grading Plan, Sheet C.04 prepared by Kimley-Horn and Associates, Inc. dated May 31, 2024. If finished floor is modified in excess of one foot, this office should be consulted for additional analysis and recommendations. 2 McDowell, C. "The Relation of Laboratory Testing to Design for Pavements and Structures on Expansive Soils." (1959) Quarterly of the Colorado School of Mines, Volume 54, No. 4, 127-153. 3 "Method for Determining the Potential Vertical Rise, PVR." (1978). Texas Department of Transportation, Test Method Tex-124-E. Project No. 25416 - 9 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, Potential Settlement — Up to five feet of uncontrolled fill was encountered in the borings. The potential for settlement of this type of fill is difficult to predict. Based on the condition of the fill in the borings, settlement should be limited to approximately one to two inches, depending on location, at the proposed overburden pressure. Additional fill and loading could increase the magnitude of settlement. Organics were not encountered in the borings. However, the potential for the presence of organic fill cannot be eliminated based solely on soil borings. If encountered, these materials can cause settlement associated with organic decay and subsequent migration of fines into the voids. Foundation Design Foundation support for concentrated column loads should be provided by auger -excavated, straight -shaft, reinforced concrete piers. The piers should be founded a minimum of two feet into either the light gray, unweathered limestone or the dark gray, unweathered calcareous shale encountered at depths of 7 to 18 feet (approximate Elev. 606 to 573 feet) below present (May 2024) grade. For purposes of identification, recommended bearing and skin friction values may be used below a minimum seating depth of two feet. Due to the very hard nature of the weathered and unweathered limestone, specialized equipment will be necessary during pier shaft excavation. Piers should be proportioned for a maximum end bearing pressure of 25 kips per square foot (ksf) and a maximum skin friction in compression of 4 ksf. The end bearing and skin friction values are applicable for portions of the piers extended below the two -foot minimum penetration Project No. 25416 - 10 - May 31, 2024 F9 E E 1-3 E i-I G I i-1 E E R 1 1-1 G MAnuFI recommended for visual confirmation of the light gray, unweathered limestone and dark gray, unweathered calcareous shale stratum. No portion of the pier surface area above the minimum two -foot penetration should be counted on to provide shear (skin friction) resistance. Piers proportioned in accordance with these allowable bearing and skin friction values will have a minimum factor of safety of three considering a shear or plunging failure. The weight of the pier concrete below final grade may be neglected in determining foundation loads. Properly constructed piers should undergo negligible post -construction settlement. Piers will be subjected to uplift associated with swelling within the upper clays. The piers should contain reinforcing steel throughout the pier shaft to resist the tensile uplift forces. Reinforcing requirements may be estimated based on an uplift pressure of 1.3 ksf acting over the top 6 feet of pier surface area. The recommended uplift value is considered a working load. Appropriate factors of safety should be applied in calculating the percent of reinforcement. Temperature reinforcement will be sufficient to resist uplift forces for piers installed in areas of the site where subgrade modification as presented in the Floor Slab section has been performed. "Mushrooming," or widening of the upper portion of the pier shaft, will significantly increase the uplift pressure from the upper clays. "Mushrooms" should be removed from the piers prior to backfill operations. Pier caps should not be used with the piers unless a minimum void of four inches (approximate factor of safety of 1.3) is created below the portion of the cap extending beyond the shaft diameter. Project No. 25416 - 11 - May 31, 2024 F 4 E E L] E" G 1 1-1 E E FR 1 1-1 C-- CaAnuF, Uplift resistance will be provided by negative friction within the light gray, unweathered limestone and dark gray, unweathered calcareous shale. Resistance to uplift can be calculated using an allowable diction of 2.5 ksf. This value should be applied for all portions of the piers extending below the minimum two -foot penetration depth into the light gray, unweathered limestone and dark gray, unweathered calcareous shale. Piers designed using the above value will have a minimum factor of safety of three considering a shear failure in uplift. The recommended end bearing and skin diction values are based on a minimum center -to -center spacing of the piers of two times the average pier diameter. If piers will be closer than two pier diameters, center -to -center, this office should be contacted to evaluate if a reduction in the skin diction and end bearing is recommended. Due to the presence of ground water, temporary casing during pier shaft construction should be anticipated. The casing should be seated a sufficient distance into the light gray, unweathered limestone and dark gray, unweathered calcareous shale to prevent infiltration of ground water and sloughing of soils into the pier shaft excavation. Pier excavations should be dry and free of deleterious materials prior to concrete placement. In no case should the pier shaft excavations remain open for more than six hours prior to concrete placement. Continuous observation of the pier construction by a representative of this office is recommended. Observation is recommended to confirm the bearing stratum and that the excavations are dry prior to placement of concrete. Project No. 25416 - 12 - May 31, 2024 F=1 k-=-E LZ E I-lG 1I-1B EFR I F-1G G Fig' -AP It is anticipated that the piers may be analyzed for lateral loading. "L-Pile" software is frequently used for lateral load analysis of piers. Geotechnical input parameters for L-Pile analysis are provided in Table 2 below. TABLE 2. `L-PILE' PARAMETERS Severely Weathered Light Gray to Dark Material Type Fill/Alluvial Soil and Weathered Gray, Unweathered Strata Strata Varies Varies Varies Depth Range (feet) (Approx. 0 — 14) (Approx. 14 — 20) (Approx. 20+) Cohesion (psf) 500 1,000 -- Unit Weight (pcf) 125 125 135 Subgrade Modulus 150 (pci) Strain Factor (E5o) 0.02 Kim -- Compressive Strength (psi) Rock Quality Designation, RQD -- M Young's Modulus, Er (psi) 250 -- 0.007 -- -- 0.0005 -- 400 -- 75 -- 70,000 Project No. 25416 - 13 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, Pier loading criteria was not available at the time of this writing. The specific pier diameter, head fixity, and load should be analyzed. A minimum pier spacing of two piers diameters, center -to - center is recommended to limit stress overlap. Grade Beams Grade beams should be constructed with a minimum void of four inches (approximate factor of safety of 1.3) beneath them. A void is recommended to limit potential foundation movements associated with swelling of the underlying soils. Excavation of a void will not be necessary where intact limestone is exposed below the grade beams. The void can be created below grade beams by use of wax -impregnated cardboard forms. Retainer boards along the outside of the grade beam will not be necessary. Grade beams should be double -formed. Earth -forming of beams below ground is not recommended because of the inability to control the beam excavation width. Fill on the outside of perimeter grade beams should be placed in a controlled manner. Backfill should consist of site -excavated soils, or equal, placed and compacted in accordance with the Earthwork section. If bedding soils must be used adjacent to the perimeter of the building, the clay/bedding soil interface should be sloped to drain away from the building. Compaction criteria are included in the Earthwork section. Project No. 25416 - 14 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, Floor Slab The recommendations provided below are based on the Grading Plan, Sheet C.04 prepared by Kimley-Horn and Associates, Inc. dated May 31, 2024. If finished floor is modified in excess of one foot, this office should be contacted to allow for evaluation and modification of the recommendations, if necessary. Potential movements associated with heave from a dry condition to a moist condition are estimated to be on the order of two to three inches with. Additional movement is possible if the clays become saturated, such as can happen from utility leaks and excessive ponding of water adjacent to the perimeter walls. Two types of floor systems are considered feasible; a suspended floor and a ground -supported (or "floating") slab. The suspended floor is considered the most expensive but does provide the highest degree of confidence that post -construction movement of the floor will not occur. If this alternative is desired, a minimum void of 6 inches (approximate factor of safety of 2.0) is recommended between the soil and the lowest structural element of the floor system. For this alternative, plumbing lines should be suspended a minimum of 4 inches above the underlying soils. Where plumbing lines transition into the soil, they must be free to move up to 3 inches without intercepting the structure or distressing plumbing joints. Use of a ground -supported floor is feasible, provided the risk of some post -construction floor movement is acceptable. The potential movement can be reduced by proper implementation (i.e., construction) of remedial earthwork recommended in the following paragraphs. The risk of the Project No. 25416 - 15 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, potential movement occurring can be reduced by implementation of positive grading of surface water away from the building and backfilling immediately adjacent to the structure with on -site clays. The most economical way of limiting the potential for post -construction floor movement, and the most positive from a design perspective, is to reduce the potential for heave -related movement prior to construction of the floor. This can be accomplished by mechanically excavating the upper soils, mixing the soils with water, then recompacting the soils at an elevated moisture in controlled lifts. At completion of the excavation and recompaction process, a surface seal will be required to maintain the desired moisture. Three types of surface seals can be provided: • a minimum of 12 inches of "select" fill; • a minimum of 6 inches of flexible base; or • lime modification of the top 6 inches of soil with a minimum of 6 percent hydrated lime. Experience has shown comparable performance for each of the recommended surface treatments. The final selection should be based on cut and fill requirements. For example, if the site has a net import of fill, then the most economical surface seal consists of "select" fill or flexible base since imported fill will be required. If site earthwork is balanced or is a net export, then the most cost-effective alternative would consist of stabilizing the surface soils with lime. Due to the varied finished floor elevations the site has been divided into two zones. Extents of the two zones have been identified on Plate 1B. Project No. 25416 - 16 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, This method of pre -wetting the soils is not effective unless the water is uniformly blended with the soil. Simply wetting the surface of the soil will not achieve the required result. General procedures are as follows. 1. Strip vegetation and dispose of the organic materials in accordance with the project specifications. 2. Excavate to Elev. 583 feet in Zone I and to Elev. 590 feet in Zone II. These zones are shown on Plate 1B. Excavations may be terminated on intact limestone or ground water if encountered above the specified elevations. Extend the footprint of the excavated area a minimum of 5 feet beyond the general building lines and a minimum of 10 feet beyond entrances. Consideration should be given to extending the treated area to the outer limits of the sidewalks, as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. 3. Scarify the exposed subgrade to a depth of 6 inches, water as necessary and recompact to the density and moisture recommended in the Earthwork section. Scarification of intact limestone will not be necessary. 4. Compact site -excavated soils in lifts as outlined in the Earthwork section to the subgrade required for the desired moisture cap. Place and compact soils in accordance with recommendations in the Earthwork section. • Note: If insufficient on -site fill exists to achieve the proposed subgrade for the "select" fill or flexible base options, all imported fill for use below the building should consist of "select" fill, flexible base, or approved common fill. Balance on -site soils to provide a uniform thickness of "select" fill or flexible base. 5. Place and compact the surface moisture barrier, consisting of either: • 12 inches of "select" fill; or • 6 inches of flexible base; or • modify the top 6 inches of recompacted soil with a minimum of 6 percent hydrated lime. Project No. 25416 - 17 - May 31, 2024 R EE L7 ETIG I TIE E R11-lG CaF MUF, Placement recommendations for "select" fill and flexible base are included in the Earthwork section. Lime modification should be conducted in accordance with TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges," 2014 Edition, Item 260. Lime -modified soils should be compacted to a minimum of 95 percent of Standard Proctor density, ASTM D698. The cap is recommended to protect the moisture in the subgrade and create an increased subgrade strength. It is not intended to be an all-weather working surface that supports heavy equipment during construction. If an all-weather working surface is desired, this office should be consulted for additional recommendations. The perimeter of the excavation should be sloped, from the bottom up, at one horizontal to one vertical (1 H:1 V) to create a transition between reworked soils and non -reworked soils. This will decrease the potential for concentrated differential movement between treated and untreated areas. If the building pad is excavated in strips or "cells", the side slopes of each cell (in all four directions) should be sloped, from the bottom up, at 111:1V. It is critical that the excavation for each adjacent cell completely overlap the preceding cell. The moisture cap should be placed within seven days following completion of the excavation and recompaction operations to limit moisture loss. Project No. 25416 - 18 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, Careful consideration should be given to the actual area treated to reduce movement. The potential for post -construction heave will be reduced in the treated areas; however, areas left untreated will result in differential movement. In general, it is recommended the treated area extend beyond the building to reduce the potential for differential movement among the building, the sidewalk and entrance pavement, or in areas where site paving is relatively flat because of drainage or ADA considerations. Consideration should be given to extending the treated area to the outer limits of the sidewalks, as a minimum. The lateral extent of the treated area should be reviewed by the owner and design team to address desired reduction of movement outside the structure and surface paving. Potential post -construction floor movement associated with heave, considering a properly reworked subgrade, is anticipated to be on the order of approximately one inch. Additional movement, especially during construction, is possible if the clays become saturated, such as can happen from utility leaks, ponding of water adjacent to the slab during construction, and excessive ponding of water adjacent to the perimeter walls after construction. Positive drainage of water away from the structure must be provided and maintained after construction. Architectural detailing of interior finishes should allow for approximately one inch of differential floor movement. In some locations of the slab, excavations into the tan, weathered limestone may be required to achieve finished elevations. Placement of concrete directly on top of intact limestone can result in the concrete experiencing irregular cracking. This is a result of the concrete not having a Project No. 25416 - 19 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, smooth surface for thermal expansion and contraction. It is recommended that a minimum of 2 inches of crushed limestone, flexible base, or "select" fill be placed directly below the concrete where intact limestone is exposed. A minimum 10-mil thick polyethylene sheet is recommended below the floor to limit migration of moisture through the slab from the underlying soils (Note, ASTM E1745 recommends a minimum 15-mil poly). This is of particular importance below sections of the floor covered with carpeting, paint, or tile. Penetrations and lapped joints should be sealed with a waterproof tape. Ground -supported floors over expansive soils may be subject to settlement if the underlying clays dry during the life of the structure. Natural desiccation will be limited to the outer four to five feet along the perimeter where surface pavement does not abut the structure. However, roots from trees and shrubs can grow below the structure and increase the zone of desiccation. This process typically requires 8 to 10 years to develop. An effective means of limiting plant root growth is construction of a vertical moisture barrier adjacent to the foundation or extension of paving to the perimeter of the building. If utilized, the barrier should consist of a minimum six- inch wide, five-foot deep lean concrete wall, or other suitable material. Trees and shrubs should be planted outside the barrier. Below -Grade Walls Below -grade walls will be subject to lateral earth pressures and should be designed accordingly. The wall loads will be a function of both the allowable rotation of the wall and the type of material used for backfill. Considering the rigidity of a typical basement wall, it is recommended the Project No. 25416 - 20 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, walls be designed for at -rest pressures, or more correctly, as a braced cut, i.e., using a trapezoidal, in lieu of a triangular, loading diagram. The recommended trapezoidal loading diagram is shown in Figure 1. Where the excavation can be sloped, the walls can be backfilled with "select" soils or crushed weathered limestone as defined in the Earthwork section to reduce the design loads. For "select" fill or flexible base, 30 pounds per foot times the wall height in feet of force is recommended for the "x" dimension on the loading diagram (for a 15-foot-high wall, "x" is equal to 450 pounds force). For backfill using on -site clay, or for vertical slopes adjacent to the existing structure, 50 pounds per foot times the wall height in feet of force is recommended for "x" (for a 15-foot-high wall, "x" is equal to 750 pounds force). Figure 1, Recommended Loading Diagram. 0.2 iT 0.6 11 Project No. 25416 - 21 - May 31, 2024 F4 EE L] E"G 1i-fEE FR 11-lG CaAnuF, Lateral pressures using the above figure are applicable for horizontal surface grades and non - surcharged, drained conditions. Design values do not incorporate specific factors of safety. Surcharge associated with heavy construction equipment and temporary cut slopes, if utilized, should be added. A perimeter drainage system should be installed around the outside of the below -grade walls to limit development of excess hydrostatic pressures. Two types of drainage systems may be considered, a gravel drain or a pre -manufactured drain such as "Miradrain 6000." Use of either system should reduce the potential for development of hydrostatic pressure. The flow line of the pipe should be a minimum of eight inches below the floor slab and designed to drain by gravity to a sump and pump or daylight beyond the building. A redundant pump system is recommended. The perimeter drainage system should not be hydraulically connected to the sub -slab drainage system. Backfill around the drainage pipe should consist of at least 2 feet of clean, free -draining, durable crushed stone such as ASTM C33, Size 67 or coarser, wrapped in filter fabric (Mirafi 140-N" or equivalent). Backfill around the gravel drain should consist of site -excavated soils or select fill. Where not overlain by the building footprint, a compacted clay cap is recommended within the upper two feet of the surface to limit surface -water infiltration behind the walls. All below -grade walls should be waterproofed prior to placement of the drainage medium and backfill. Project No. 25416 - 22 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, A subfloor drainage system is also recommended. The drainage system should consist of a series of perforated drainage pipes spaced approximately 15 feet on -center overlain by a minimum of 12 inches of free -draining, crushed stone as described above. The ground surface and drainage pipes beneath the crushed stone should be sloped to drain by gravity flow to a sump and pump or daylight beyond the building. Moisture barriers and water stops are recommended for a ground - supported floor. A redundant pump system is recommended. The subfloor drainage system should not be hydraulically connected to the perimeter drainage system. It is recommended that any earth slope greater than eight feet in height should be considered a major slope and should be evaluated for global stability on an individual basis. This also applies to slopes combined with retaining walls that have a combined height in excess of eight feet. The slopes and retaining walls should be designed with adequate factor of safety against global failure. Additionally, all fill slopes should be vegetated as soon as possible. Use of erosion control fabric is recommended during construction of the slopes. Global stability analysis was not within the scope of the present investigation. However, this office can assist in the analysis if desired. Ground Water Control Ground water may be encountered within the depth of the excavation, particularly on the south end of the lower level. Ground water elevations can change throughout the year. The method of ground water control will depend on the actual excavation configuration, access limitations adjacent to the excavation and other factors. Project No. 25416 - 23 - May 31, 2024 F� e_ f_ �1 f_ 1� k I 'i I_ V_ I I I I_, Site Retaining Walls Based on the Grading Plan, Sheet C.04 prepared by Kimley-Horn and Associates, Inc. dated May 31, 2024, it is understood that significant retaining walls are proposed in the southern portion of the development. It is recommended that a minimum of two additional soil borings be performed along the alignment of the proposed retaining wall once access has been provided to allow for confirmation or modification of the following recommendations. Retaining walls will be subject to lateral load associated with lateral earth pressure. The magnitude of the earth pressure will be a function of- 0 the type and compaction of backfill behind the walls within the "active zone"; and • the allowable rotation of the top of the wall. The "active zone" is the wedge of soil defined by the surface of the wall and a plane inclined 451 from the vertical passing through the base of the wall (or the base of the heel for a cantilevered wall). Considering backfill using site -excavated materials within the "active zone", compacted in lifts to the density and moisture outlined in the Earthwork section, the lateral earth pressure can be estimated based on an equivalent fluid pressure of 55 pounds per cubic foot (pcf) "active" pressure or 75 pcf "at -rest" pressure. Rotation, or lateral movement of the top of the wall, equal to 0.02 times the height of the wall will be necessary for on -site soil backfill for the "active" condition. Project No. 25416 - 24 - May 31, 2024 R E E 1-3 E i-I G I i-1 E E FI 1 r_1 G MAnuF1 Alternatively, imported "select" fill or flexible base may be used as backfill in the wedge of soil in the "active zone" as defined above. Considering "select" fill or flexible base compacted in lifts to the density and moisture in the Earthwork section, lateral earth pressure can be estimated based on an equivalent fluid pressure of 40 pounds per cubic foot (pcf) "active" pressure or 60 pcf "at -rest" pressure. For cantilevered walls with a passive key, lateral earth pressure on the key should be estimated based on the values for on -site soil above. Lateral movement of the top of the wall equal to 0.001 times the height of the wall will be necessary for the "active" pressure condition for "select" fill or flexible base backfill. The lateral pressures are applicable for horizontal surface grades and non -surcharged, drained conditions. A drainage system should be installed behind the base of retaining walls to limit development of excess hydrostatic pressures. The drainage system should consist, as a minimum, of 12-inch by 12-inch pocket drains spaced approximately 15 feet on -center, installed near the base of the wall. Fill in the pocket drains should consist of durable crushed stone such as ASTM C33, Size 67 or coarser, wrapped in filter fabric (ADS 600 or equivalent). If the "select" fill option to reduce lateral pressures is used, a compacted clay cap is recommended within the upper two feet of the surface to limit surface water infiltration behind the walls. Project No. 25416 - 25 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, Retaining walls may be founded on spread or continuous footings placed a minimum of 18 inches into undisturbed, on -site soils or compacted and tested fill. Footings should be proportioned for a maximum bearing pressure of 2,500 pounds per square foot (psf). Movement of the footings and walls should be anticipated. Softer, flexible walls are recommended. Solid concrete walls should be battered into the soil to limit outward rotational movement caused by differential footing movement. Passive resistance to lateral movement can be estimated based on an equivalent fluid pressure of 300 pcf for on -site materials. This value is applicable for footings founded on undisturbed, on - site soils or compacted and tested fill. In addition to passive resistance, a coefficient of friction between the base of the footing and the underlying soil equal to 0.40 may be used. The lateral earth pressure values do not incorporate specific factors of safety. Factors of safety, if applicable, should be integrated into the structural design of the wall. Any earth slope greater than eight feet in height should be evaluated for global stability. This also applies to slopes combined with retaining walls that have a combined height in excess of eight feet. Global stability analysis was not within the scope of the present investigation. This office can assist in the analysis if desired. All constructed slopes should be vegetated as soon as possible. Use of erosion control fabric is recommended during vegetation of the slopes. Project No. 25416 - 26 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, The recommendations above are applicable for retaining walls that are not subject to inundation by water. Modification of the recommendations may be necessary for wet applications (such as detention ponds, water features and along creek beds). This office should be provided with grading plans and wall layouts to review for any necessary modifications to the recommendations for wet applications. Earthwork, General Proper compaction of soil requires both the correct moisture content and "compactive effort" or energy. The compactive effort, or energy, imparted into the soil by the equipment used for compaction, has to be compatible with the lift thickness. The lighter the equipment (lower contact pressure), the thinner the loose lift of soil has to be to achieve adequate compaction. If the lift of soil is too thick for the energy (compactive effort) exerted by the equipment, insufficient energy will be transferred through the full lift thickness, resulting in a lens of loose, settlement -prone soil at the bottom of the lift. For example, if track -mounted equipment such as a "dozer" is used for compaction, the thickness of lift will vary with the track contact pressure. For a Caterpillar D-6, with a contact pressure of approximately 1,000 psf, a maximum loose lift thickness of 6 inches (compacted lift of 4 inches) is needed to achieve compaction. For a Caterpillar D-10, with a contact pressure of approximately 3,000 psf, a maximum loose lift thickness of 8 inches (compacted lift of 6 inches) is needed to achieve compaction. Project No. 25416 - 27 - May 31, 2024 R EE L7 Ei-IG I i-f EE FR 11-lG CaAnuF, If the upper five to six inches of an excessively thick lift is well compacted, it can meet density, and therefore the loose, relatively thin lens at the bottom of the lift will not be detected by density testing resulting in the potential for settlement of under -compacted lenses. Accurately determining lift thickness is virtually impossible after the fact in large-scale mass earthwork operations, and can only be controlled by the earthwork contractor by "experience". Alternatively, if the earthwork contractor's field personnel do not have sufficient experience, a surveyor would need to be hired to accurately survey each lift to evaluate if excessive lifts are being placed. For equipment with a relatively light contact pressure (any type of equipment with a contact pressure of less than approximately 2,000 psf), there is virtually no "factor of safety" relative to the lift thickness. It is therefore recommended that, if track -mounted equipment is used for compaction, equipment with a minimum contact pressure of 2,500 psf be specified for mass earthwork operations. Earthwork All vegetation and topsoil containing organic material should be cleared and grubbed at the beginning of earthwork construction. Areas of the site that will underlie fill or within the building footprint should be scarified to a depth of 6 inches and recompacted to a minimum of 95 percent and a maximum of 100 percent of the maximum density, as determined by ASTM D698, "Standard Proctor". The moisture content should range from +1 to +5 percentage points above optimum. Project No. 25416 - 28 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, Considering the wide variation in the quality and preparation techniques in developing the Moisture -Density relationship (ASTM D698), if testing of the fill is not performed by Reed Engineering Group. Ltd., it is recommended that the testing agency perform one -point swell tests at a pressure of 450 psf on laboratory samples compacted to the above recommended density and moisture. If test results indicate that the swell will exceed one percent, the field moisture should be adjusted to limit the potential for swell to less than one percent. Site -excavated soils should be placed in maximum eight -inch loose lifts (note, loose lift thickness must be compatible with the compaction equipment) and compacted to the moisture and density requirements outlined above. The soils should be uniformly blended with water to achieve the required moisture content. The final 6 inches of subgrade below pavement should be compacted to a minimum of 95 percent of Standard Proctor, at or above optimum moisture. Areas where compaction utilizing hand-held equipment will be required, such as for site utilities, should be compacted to a density of between 95 and 100 percent of Standard Proctor, at a moisture content of between +1 to +5 percentage points above optimum. Proper backfilling around the building perimeter will reduce the potential for water seepage beneath the structure. Fill against the perimeter of the foundation should consist of site -excavated clays, or equal, placed and compacted in accordance with the recommendations outlined above. Project No. 25416 - 29 - May 31, 2024 F9 E E 1-3 E i-I G I i-1 E E FI 1 r_1 G MAnuF1 "Select" fill is defined as uniformlv blended clayey sand with a Plasticity Index (PI) of between 4 and 15. "Select" fill should be placed in maximum 8-inch loose lifts and compacted to at least 95 percent of the Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. Flexible base is defined as crushed stone or crushed concrete meeting the requirements of the 2014 Edition of the Texas Department of Transportation (TxDOT), "Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges", Item 247 Grade 2, Type A (crushed limestone), or Type D (crushed concrete) or better. Flexible base should be compacted to a minimum of 95 percent of Standard Proctor density, at a moisture content between -2 to +3 percentage points of optimum moisture. Site -excavated or imported limestone fill may be used in lieu of clayey sand as "select" fill. Limestone fill should be placed in maximum loose lifts of 9 inches and compacted to at least 95 percent Standard Proctor. All limestone fragments larger than six inches should be broken down or removed from the fill prior to compaction. Limestone placed within six inches of the final grade should be reduced in size to three inches or less. Lime stabilization should be conducted in accordance with TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges," 2014 Edition, Item 260. Lime -stabilized soils should be compacted to a minimum of 95 percent of Standard Proctor density, ASTM D698 at or above optimum moisture content. The moisture cap should be placed within seven days over the modified subgrade to limit moisture loss within the underlying soils. Project No. 25416 - 30 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, Crushed stone utilized for the drainage system behind retaining walls should consist of durable gravel meeting ASTM C33 Size 67 or coarser. Gravel should be placed in maximum 8-inch loose lifts and compacted to a minimum of 60 percent of the relative density as determined by ASTM D4254. Pavement As discussed in the Potential Vertical Movements section, the potential vertical rise (PVR) is on the order of two to three inches. If this magnitude of potential movement of the pavement is acceptable, no remedial earthwork will be necessary. If it is not acceptable, it is recommended that subgrade modification be performed. This office can assist with different depths of subgrade modification versus PVR, if desired. If subgrade modification is limited to the building envelope, site grading should account for the potential movements beyond the treated area of the building. Concrete pavement is anticipated for both car and light truck parking and for drives and service areas. In general, stabilization of the subgrade is not cost effective when using rigid pavement and does not significantly increase the load -carrying capacity of the pavement. However, stabilization does provide a construction or working pad and may be advantageous from this perspective, especially if construction occurs during the wetter portions of the year. Stabilization is recommended if traffic speeds will exceed 30 miles per hour (mph). Project No. 25416 - 31 - May 31, 2024 F4 E E L] E i-I G 1" E 1= R 11-I G �Aaupl The specific pavement sections will be dependent upon the type and frequency of traffic. For drives and parking subject to cars and light trucks, a 5-inch thick, 3,000 pounds per square inch (psi) compressive strength pavement section constructed over a subgrade which has been scarified and recompacted as outlined in the Earthwork section, should provide for unlimited repetitions over a 20-year life. For drives and service areas subject to the equivalent of four or less loaded semi -trucks per day and within fire lanes, a minimum 6-inch thick, 3,000-psi compressive strength pavement section is recommended. The pavement should be constructed over a subgrade that has been scarified and recompacted as outlined in the Earthwork section. Pavements should be lightly reinforced to control shrinkage cracks. Reinforcing should consist of the approximate equivalent of #3 bars (metric # 10) at 24 inches on -center. The specific amount of steel should be determined based on spacing of expansion, construction and contraction (saw) joints. Pavement sections should be saw cut at an approximate spacing in feet of 2.5 to 3 times the pavement thickness expressed in inches, not to exceed a maximum spacing of 20 feet. (For example, a 5-inch pavement should be saw cut in approximate 12.5 to 15-foot squares.) The actual joint pattern should be carefully designed to avoid irregular shapes. Recommended jointing techniques are discussed in detail in "Guide for Design and Construction of Concrete Parking Lots," published by the American Concrete Institute. 4 "Guide for Design and Construction of Concrete Parking Lots" (1987). American Concrete Institute, Publication MSP 34, Silver Spring, MD. Project No. 25416 - 32 - May 31, 2024 R EE L7 Ei-IG I1-f EE FR 11-lG CaAnuF, The above sections are based on the stated analysis and traffic conditions. The pavement designer, typically the civil engineer, should review the anticipated traffic with the building owner or end user. If the anticipated traffic will vary from the stated values above, this office can provide alternative sections upon request. Additional thickness or subgrade stabilization may be required to meet the City of Fort Worth development code. Construction Observation and Testing Frequency It is recommended the following items (as a minimum) be observed and tested by a representative of this office during construction. Observation: • Fill placement and compaction. • Pier construction and concrete placement. Testing: • Earthwork • One test per 5,000 square feet per lift within fills below the building. • One test per 10,000 square feet per lift within fills in the paving area. • One test per 150 linear feet per lift in utility and grade beam backfill. One test per 100 linear feet per lift in retaining wall backfill. The purpose of the recommended observation and testing is to confirm the proper foundation bearing stratum and the earthwork and building pad construction procedures. Project No. 25416 - 33 - May 31, 2024 tb� u i 0 20' 40' 80, WATER (BY PLAT) REEID IBONENBGINEERING G R O U P ENVIENT&PLAN OF BORINGS Office Building 2401 South University Drive Fort Worth, Texas Project No. 25416 PLATE 1A / SBg; 587.58 X588.18 5 587.66, \ / \/ 4\O I590.89 ME �► s '�7 -7.,J, --I 593.00 7� /AID S/ .8�L7.09 587.32 / ZONE I / Y.8 587.26 � / / I\ 587.25 / ' i 602.�7 Y y T-602.40 N XI60� _ AN : ; ',',602 40 / �602.40' I ONE I\� 02.88 �02.291 '/77 / i / / / // 602.87 / I / 602 I 601,— - / ZONE I ZONE II LEGEND REED I ENGINEERING ® ZONE I - EXCAVATE TO ELEVATION 583 FEET. ENM,RONMENT& <oNSULT- 590' I G R O U P ® ZONE I I - EXCAVATE TO ELEVATION 590 FEET. PLAN OF ZONES �� I I Office Building 583' I 2401 South University Drive o s ao Fort Worth, Texas Project No. 25416 PLATE 1 B REED ENGINEERING GROUP Office Building Project Number : 25416 2401 South University Drive Date Completed : 5/1/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration I ests Blows per Foot - Depth E (ft) a Oa E DESCRIPTION OF STRATA 10 20 30 40 50 60 Pocket Penetrometer Readings Elev. (ft) Tons Per Sq. - * 2 aaFt. 5 4 P 4-7 + ! i SANDY CLAY, brown & light brown, hard, w/some gravel & iron . . ooa _— stains (Fill) (CL) SILTY CLAY, dark brown, very stiff, w/some sand (CL) 586 is Water.le' : n:5/2/2024 - - SILTY CLAY, light brown (CH) 582.5 :Seiepag; d6drig drilling SANDY GRAVEL, w/silty clay (GC) 581 SILTY CLAY, brownish -yellow & gray, very stiff, w/some iron 580 10 stains & trace of sand (CH) _-� SILTY CLAY, brownish -yellow, hard, w/some iron stains 575 15 (severely weathered calcareous shale) (CH) SHALE, dark gray, soft, calcareous 573 20�_ -w/trace of very hard limestone seams below 19.5' _ _ 569.5 \L 1:00:Blows=:1-11/2:inches 25— �/ 1:00:BIpw$=:1-4/2:in¢hes _ Total Depth = 26 feet - Seepage encountered @ 8' during drilling. Water @ 6-1/2' after minutes. Water @ 6' & blocked @ 13' @ end of day. Water @ 30— 4-1/2' & blocked @ Ton 5/2/2024. BORING LOG B-1 PLATE 2 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Office Building Project Number : 25416 2401 South University Drive Date Completed : 5/1/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration Tests Blows per Foot - Depth Z L (ft) m v o N E, - DESCRIPTION OF STRATA 10 zo so ao so so Pocket Penetrometer Readings Elev. (ft) fn (� Tons Per Sq. Ft. - * 1 2 'A 4 4 5+ 4.5++ SANDY CLAY, light brown & brownish -yellow, very stiff, w/gravel oyi _— (Fill) (CL - SC) is Water. vel on:5/�/2©24 SILTY CLAY, dark brown, stiff to very stiff, w/sand (CH) 594 Seep. ge during drilling CLAYEY SAND, liqht brown, w/ ravel, fine to coarse (SC) _ _ 589.5 _= SILTY CLAY, brownish -yellow gray, very stiff, whron stains & 589 10�i trace of sand (CH) — — i LIMESTONE, tan, hard to very hard, w/calcareous clay seams, 584 weathered _ 15 LIMESTONE, light gray, very hard, w/some soft shale seams 100: Blows = 1 [rich 583 20 100 Blows =1 inch `� -- SHALE, dark gray, soft, w/light gray, very hard limestone seams, 400 Blows = 1 inch 573 25 \/ calcareous _ - Total Depth = 25 feet - Seepage encountered @ 7' during drilling. Water @ 5' after 4 minutes. Water @ 4' & blocked @ 14' @ end of day. - Water @ 3' & blocked @ 7' on 5/2/2024. 30— BORING LOG B-2 PLATE 3 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Office Building Project Number : 25416 2401 South University Drive Date Completed : 5/1/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration I ests Blows per Foot - Depth Z L (ft) m v o N E, J DESCRIPTION OF STRATA 10 zo so ao so so Pocket Penetrometer Readings Elev. (ft) Tons Per Sq. - * aaFt. 2 5 4 P 4-7 + ! i SANDY CLAY, light brown & brownish -yellow, hard to very stiff, w/some gravel (Fill) (CL - SC) . . oan _ -w/6" concrete fragments @ 2' 594 is Water• level p /2/2©24 5— SILTY CLAY, dark brown, very stiff, w/trace of calcareous — 591 concretions, sand & iron stains (CH) 7 :Seepag during drilling LIMESTONE, tan, hard to very hard, weathered 589 �L r 100 Blows 1/2:inth 10- CLAY, brownish -yellow & gray, hard, w/some hard _ _ 586.5 /SILTY seams /limestone (severely weathered calcareous shale) (CL - CH) / Z -w/calcareous clay seam below 14' 582 15�- __ SHALE, dark gray, soft, calcareous 580.5 -w/light gray limestone seams below 19' 577 1:00:Blows=i1-1/2iin6hes 25— �/:100Blows=./2:fth _ Total Depth = 26 feet - Seepage encountered @ 7' during drilling. Dry after 4 minutes. Water @ 17' & blocked @ 19' @ end of day. Water @ 4' & 30— blocked @ 10-1/2' on 5/2/2024. BORING LOG B-3 PLATE 4 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Office Building Project Number : 25416 2401 South University Drive Date Completed : 5/14/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration I ests Blows per Foot - Depth E (ft) a 60 E, m J DESCRIPTION OF STRATA 10 20 30 40 50 60 Pocket Penetrometer Readings Elev. (ft) fn 0 Tons Per Sq. - * aaFt. 2 i � 4-7 + 5P 4 SANDY CLAY, brown, dark brown & light brown, stiff, w/gravel . . ooa _— (Fill) (CL) 5 = SILTY CLAY, yellowish -brown, very stiff, w/trace of calcareous _ _ 584.5 Z=_ concretions (CH) _r '? T WaierI vial on 5/15/2024 SILTY CLAY, yellowish -brown, grayish -brown & reddish -yellow, 581 very stiff to hard, w/trace of limestone seams & gypsum seams 10� (severely weathered calcareous shale) (CH) — — 15-:E — — f _ SHALE, dark gray, soft, w/very hard light gray limestone seams, 573 calcareous 100 Blows: ? inches 20— _- — — 100 Blows:= 2 inches 25— �/ 1:OO:BIIjw$=:1-4/2:in4hes _ Total Depth = 26 feet Dry after 4 minutes. Water @ 22' & blocked @ 24' @ end of day. Water @ 8' & blocked @ 13' on 5/15/2024. 30— BORING LOG B-4 PLATE 5 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Project Number : 25416 Office Building 2401 South University Drive Date Completed : 5/14/2024 Fort Worth, Texas Location: See Plate 1 a> c 0 Standard Penetration I ests Blows per Foot - Depth (ft) m a m o N E, - DESCRIPTION OF STRATA 10 zo so ao so so Pocket Penetrometer Readings Elev. (ft) fn (7 Tons Per Sq. - * aaFt. 4 P 4-7 + ! 2 5 i ' SANDY CLAY, dark brown to brown, very stiff, w/some gravel . . oyi (Fill) (CH) SANDY CLAY, brown to reddish -brown, hard to very stiff, w/some 595 / gravel (CL) - - 5— Water level M/ /2024 is _ GRAVELLY CLAY, brownish -yellow, stiff to very stiff, w/sand (CL 589.5 CH) a during drilling 0 :Seep: — - CLAYEY GRAVEL, brownish -yellow (GC) 586.5 CALCAREOUS CLAY, brownish -yellow & light brown, hard 584 T (severely weathered limestone) (CL) 15 -w/limestone seams below 17' 580 _- SHALE, dark gray, soft, w/very hard light gray, limestone seams, 579 20 T — — calcareous 100 Blows:= 2 inches 25— _ — 1:OO:Blows=:1-1/2:inches 30— Total Depth = 28 feet - Seepage encountered @ 9' during drilling. Water @ 7' after 5 minutes. Water @ 6' & blocked @ 18' @ end of day. Water @ 7' & blocked @ 16' on 5/15/2024. BORING LOG B-5 PLATE 6 GEOTECHNICAL CONSULTANTS REED ENGINEERING GROUP Office Building Project Number : 25416 2401 South University Drive Date Completed : 5/14/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration I ests Blows per Foot - Depth E a 60 (ft) J DESCRIPTION OF STRATA 10 20 30 40 50 60 Elev. Pocket Penetrometer Readings (ft) fn (7 Tons Per Sq. - * aaFt. 4 4-7 + ! 2 i 5P SANDY CLAY, dark brown to brown, very stiff to stiff, w/gravel . . Doi _ — (CL) 5_ CLAYEY GRAVEL, brown to brownish -yellow, w/sand, fine to _ _ 578.5 coarse (GC - SC) S : page d6drig drilling -w/gravel layer @ 7' - 576 SILTY CLAY, brownish -yellow & grayish -brown, hard to very stiff 575 (severely weathered calcareous shale) (CH - CL) 10 - _ Total Depth = 10 feet - Seepage encountered @ 7' during drilling. Water @ 3' after 4 minutes. Water @ 3' & blocked @ 9' @ end of day. 15- 20- 25- 30- BORING LOG B-6 PLATE 7 GEOTECHNICAL CONSULTANTS -� REED ENGINEERING GROUP Office Building Project Number : 25416 2401 South University Drive Date Completed : 5/1/2024 Fort Worth, Texas Location: See Plate 1 a> c Standard Penetration I ests Blows per Foot - Depth (ft) E a Oa E, m DESCRIPTION OF STRATA 10 20 30 40 50 Pocket Penetrometer Readings 60 Elev. (f1) fn 0 Tons Per Sq. - * q 2 aaFt. 4 5 ! i P 4.7 + Yy CLAYEY GRAVEL, light brown & brownish -yellow, w/sand (Fill) . . 101 1 _ d (GC) _ LIMESTONE, tan, hard to very hard, w/some calcareous clay 611 seams, weathered 'Blows: �L : 100 = 2 inches 5— — — LIMESTONE, light gray, very hard 606 100 Blaws= 1/2:inch Total Depth = 10 feet Dry after 4 minutes. Dry & blocked @ 9' @ end of day. 15- 20- 25- 30— BORING LOG B-7 PLATE 8 GEOTECHNICAL CONSULTANTS Project Number: 25416 Office Building 2401 South University Drive Date Completed : 5/1/2024 Fort Worth, Texas U1 U )eptt E c o M o DESCRIPTION OF STRATA (ft) �3 /. SANDY CLAY, brown & light brown, hard, w/some gravel & iron stains (Fill) (CL) jSILTY CLAY, dark brown, very stiff, w/some sand (CL) 5— j SILTYCLAY,lightbrown (CH) SANDY GRAVEL, w/silty clay (GC) = SILTY CLAY, brownish -yellow & gray, very stiff, w/some iron stains & 0 race of sand (CH) e SILTY CLAY, brownish -yellow, hard, w/some iron stains (severely weathered calcareous shale) (CH) 5 SHALE, dark gray, soft, calcareous t0 = -w/trace of very hard limestone seams below 19.5' '.5 REED ENGINEERING GROUP Location: See Plate 1 SPT N VALUE 10 20 30 40 50 60 Elev. (ft) Pocket Penetrometer Readings Tons Per Sq. FL - A J 2 3 4. 4."1 __�86 :Water leu rY 512/2024: - 582.5 7 Ste ag d6ring:dltllig9 - . 581 ­380 — �75 — -1573 = 569.5 100 Blows=:1-1/2 inches 100 Blows=:1-:1/2 inches Total Depth = 26 ft Seepage encountered @ 8' during drilling. Water @ 6-1/2' after 5 minutes. Water @ 6' & blocked @ 13' @ end of day. Water @ 4-1/2' & blocked @ 7' on 5/2/2024. BORING LOG B-1 UNDISTURBED (Shelby Tube & NX-Core) HDISTURBED STANDARD PENETRATION TEST THD CONE PENETROMETER TEST KEYS TO SYMBOLS USED ON BORING LOGS PLATE 2 GEOTECHNICAL CONSULTANTS ---- V = Water level at time of drilling- 1 = Subsequent water level and date. REED ENGINEERING GROUP Fill Type of Fill Clay (CL) (LL<50) ®Clay (CH) e (LL>50) SILT (LL<50)0) ® SILT (LL>50)0) CLAYEY SAND (SC) SILTY SAND (SM) SAND (SP-SW) CLAYEY GRAVEL (GRAVELLY CLAY) o Qo GRAVEL o (GP-GW) ®(weathered) SHALE (unweathered) (weathered) LIMESTONE (unweathered) ®(weathered) SANDSTONE • (unweathered) PLATE 9 GEOTECHNICAL CONSULTANTS RFFII FNGINEERING GROUP SOIL PROPERTIES COHESIONLESS SOILS COHESIVE SOILS SPT Pocket N-Values Relative Penetrometer Consistency (blows / foot) Density (T.S.F.) 0 - 4 .....................Very Loose <0.25 .................... Very Soft 4 - 10 .....................Loose 0.25-0.50 ............... Loose 10 - 30 .....................Medium Dense 0.50-1.00 ............... Medium Stiff 30 - 50 .....................Dense 1.00-2.00 ............... Stiff 50 + .....................Very Dense 2.00-4.00 ............... Very Stiff 4.00 + .................... Hard ROCK PROPERTIES HARDNESS DIAGNOSTIC FEATURES Very Soft ............... Can be dented with moderate finger pressure. Soft ....................... Can be scratched easily with fingernail. Moderately Hard ... Can be scratched easily with knife but not with fingernail. Hard ...................... Can be scratched with knife with some difficulty; can be broken by light to moderate hammer blow. Very Hard .............. Cannot be scratched with knife; can be broken by repeated heavy hammer blows. DEGREE OF WEATHERING DIAGNOSTIC FEATURES Slightly Weathered ......... Slight discoloration inwards from open fractures. Weathered ...................... Discoloration throughout; weaker minerals decomposed; strength somewhat less than fresh rock; structure preserved. Severely Weathered ....... Most minerals somewhat decomposes; much softer than fresh rock; texture becoming indistict but fabric and structure preserved. Completely Weathered ... Minerals decomposes to soil; rock fabric and structure destroyed (residual soil). KEYS TO DESCRIPTIVE TERMS ON BORING LOGS PLATE 10 GEOTECHNICAL CONSULTANTS — F'r--=Er7 ET3 Ca!T-1 rc E�E:FRIrIG GF=r=UF� GEOTECHNICAL INVESTIGATION OFFICE BUILDING 2401 SOUTH UNIVERSITY DRIVE FORT WORTH, TEXAS Summary of Classification and Index Proverty Tests Total Percent Percent Moisture Liquid Plastic Plasticity Soil Passing Passing Boring Depth Content Limit Limit Index Suction No.200 No.4 No. feet {%] { l°l � I4�_ (PI) Apsf} Sieve Sieve j B-1 1.5 _ 3.0 18.1 -- -- -- 4,810 ! 3.0 - 4.5 19.4 40 16 24 2,800 -- -- 4.5 - 6.0 19.2 -- -- -- 2,690 9.0 _ 10.0 22.5 -- -- -- 12,240 -- -- 14.0 - 15.0 17.0 61 20 41 16,110 -- -- B-2 1.5 - 3.0 13.5 -- -- -- 3,050 -- -- 3.0 - 4.5 17.8 -- -- -- 2,980 4.5 - 6.0 20.5 -- -- -- 1,320 -- -- 9.0 - 10.0 20.0 69 17 52 10,540 97 -- I B-3 2.5 - 4.0 13.5 36 15 21 10,350 -- 4.0 - 5.5 19.9 -- -- -- 5,020 -- 5.5 - 7.0 19.1 -- _- -- 1,980 -- -- i f 14.0 - 14.5 19.4 -- -- -- 17,230 -- -- B-4 1.5 3.0 11.4 1,320 _ 3.0 4.0 12.2 __ Y __ 2,980 -- 5.0 - 6.0 19.2 74 19 55 16,420 -- -- ! 9.0 - 10.0 21.9 -- -- -- 9,760 -- -- 14.0 - 15.0 22.6 63 24 39 19,590 -- -- B-5 1.5 - 3.0 13.5 -- -- -- 4,740 _- 3.0 - 4.5 16.0 43 16 27 5,430 63 92 4.5 - 6.0 13.2 -- -- -- 2,180 -- -- 9.0 - 10.0 13.5 -- -- -- 1,340 -- -- 14.0 - 15.0 12.9 37 16 21 940 -- -- SUMMARY OF LABORATORY TEST RESULTS PLATE 11 F- FIOLiP GEOTECHNICAL INVESTIGATION OFFICE BUILDING 2401 SOUTH UNIVERSITY DRIVE FORT WORTH, TEXAS (Continued) Summary of Classification and Index Property Tests Total Percent Percent Moisture Liquid Plastic Plasticity Sail Passing Passing Boring Depth Content Limit Limit Index Suction No.200 No.4 No, feet (%) (%)_ (PI) _Cpsf _ Sieve Sieve B-6 1.5 - 3.0 18.2 43 17 26 -- 60 _- 3.0 - 4.5 11.7 -- -- -- -- — -- 4.5 - 6.0 11.4 -- -- -- -- -- -- 9.0 - 10.0 18.1 51 16 35 -- -- -- B-7 0.0 - 1.5 11.9 32 16 15 -- 41 67 SUMMARY OF LABORATORY TEST RESULTS PLATE 12 F!q C-= E-M r3 E-= rl IS I rl 0: RE FR I M I-- E_- r-q M L-1 I--- Project No. Boring No. Depth (ft) Liquid Limit Plasticity Index Cs alpha Percent Swell 3 2 0 M Iri 0 100 Absorotion Pressure Swell Test Initial Final 25416 Moisture Content (%) 22.4 26.0 B-1 Penetrometer (tsf) 4.5+ 4.25 14-15 Dry Unit Weight (pcf 102,7 100.3 61 Specific Gravity 2.75 2,75 41 Void Ratio 0L670 0.711 0.046 Saturation (%) 92 100 0.42 Spec. Volume 0,61 0.62 2-4 Swell Pressure (psfj 1,940 250 i II Restraining Swell Pressure (psf) 0.625 0.620 0.615 0.610 UAJUJ 22.0 23.0 24.0 25.0 26.0 27.0 Moisture Content ABSORPTION PRESSURE SWELL TEST PLATE 13 FR 0: RE = iM M M I r-1 E-= E-= R I F-3 I_- f-- P1 C3 LJ F=- Project No. Boring No. Depth (ft) Liquid Limit Plasticity Index CS alpha Percent Swell 4 3 2 0 100 Absorption Pressure Swell Test Initial Final 25416 Moisture Content (%) 21.1 24.2 B-4 Penetrometer (tsf) 4.5++ 4.5+ 14-15 Dry Unit Weight (pcf) 106.0 102.9 63 Specific Gravity 2.74 2.74 39 Void Ratio 0.613 Ok61 0.047 Saturation (%) 94 100 0,58 Spec. Volume 0.59 0.61 3.0 Swell Pressure (psf) 2,590 250 1000 10000 Restraining Swell Pressure (psf) 0.605 E -5 0,600 - ---- -- - > v i 0.595 rL 0.590 0.585 20.0 21.0 22.0 23.0 24.0 25-0 Moisture Content (%) ABSORPTION PRESSURE SWELL TEST PLATE 14 i \ Approximate \\ Building Footprint \ r• \ I \ I 1 ELEVATION (feet) 610 - 600 PROPOSED FIRST FLOOR ELEVATION = 588 FT. B-4 590 - FILL 580 - 570 - 560 - s A UNWEATHERED CALCAREOUS SHALE WITH LIMESTONE SEAMS AND LAYERS PROPOSED SECOND FLOOR ELEVATION = 603 FT. GRADE B-3 B-1 FILL ' I ALLUVIAL SOIL SEVERELY WEATHERED CALCAREOUS - SHALE WITH INTERBEDDED LIMESTONE --- SEAMS AND LAYERS u 77 0 10, 20' NOTES: 1. Stratigraphic lines are interpretive only. Actual conditions between borings may vary from those shown. 2. See Plate 1 for plan locations of Cross Sections. 3. Topographic information based on the Grading Plan, Sheet C.04 prepared by Kimley-Horn and Associates, Inc. dated May 31, 2024. 1 40' ELEVATION (feet) 610 B 2 _ 600 FILL 05-02_24 _ - 590 ALLUVIAL _ \ SOIL _ - 580 - 570 - 560 A' R E E O E- N"AL ENVIRONMENTAL E E R I N O p l G R O U P INTERPRETIVE GEOLOGIC CROSS SECTION A -A' Office Building 2401 South University Drive Fort Worth, Texas Project No. 25416 PLATE 16 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK * From Original Standard Products List FORT WORTH. Approval Spec No. Classsification CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) Model No. National Spec Updated: 11-6-24 Size 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 2504G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. I Flowtite ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 (Manhole Frames and Covers I Western Iron Works, Bass & Hays Foundry f 1001 24"x40" WD 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 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R817S 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) Cl SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) Cl SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 4811,6011 Manhole, 32" Opening and Flat top, (No 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 For use when Std. MH cannot be 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) installed due to depth Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair F1exKrete Technologies Vinyl Polyester Repair Product Misc. Use * From Original Standard Products List 1 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 05 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casino Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer 8" - 12" (Sewer Only) Applications Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Evoxv 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL i«o. #95 ra,...hol #99 Pip ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AWWA M45 ASTM D3262, ASTM D3517, 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM 3754, AWWA C950 * From Original Standard Products List 2 FORT WORTH. Approval Spec No. I Classsification Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe 06/09/10 E1-9 Reinforced Polymer Concrete Pipe Sewer - Pipes/HDPE 33-31-23(1/8/13) * High -density polyethylene pipe * High -density polyethylene pipe * High -density polyethylene pipe High -density polyethylene pipe Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe 12/23/97* 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe 12/05/23 33-31-20 PVC Sewer Pipe * 33-31-20 PVC Sewer Pipe 05/06/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings * 33-31-20 PVC Sewer Fittings 3/19/2018 33 31 20 PVC Sewer Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/29/2019 33 31 20 Gasketed Fittings (PVC) 10/21/2020 33 31 20 PVC Sewer Pipe 10/22/2020 33 31 20 PVC Sewer Pipe 10/21/2020 33 3120 PVC Sewer Pipe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Manufacturer Model No. National Spec Size Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" Plexco Inc. ASTM D 1248 8" Polly Pipe, Inc. ASTM D 1248 8" CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" J-M Manufacturing Co., Inc. QM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Fittings ASTM D 3034 Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 1811- 24" Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 1811- 36" * From Original Standard Products List 3 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 11-6-24 Approval Spec No. I Classsification Manufacturer Model No. National Spec Size Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B V-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 V-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61OMT 3/4" and 1" 10/27/87 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1'/2" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AWWA C800 2" FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FBI600-4-NL, B I 1-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. NL, B22444-WR-NL, L28-44NL AWWA C800 I" B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 2" B-25000N, B-20200N-3, B-24277N-3,H- AWWA 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 1-1/2" B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CM1337-1312 1118 LID-9 Concrete Meter Box Bass & Hays CMB-I8-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CM1365-1365 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * EI-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/211, 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 111, 2" & 3" Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer W1367 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. �Classsification I Manufacturer I Model No. Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. 02/26/14 E1-07 MJ Fittings Accucast 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) Mechanical Joint Fittings Mechanical Joint Fittings Mechanical Joint Fittings, SSB Class 350 Mechanical Joint Fittings, SSB Class 351 Class 350 C-153 MJ Fittings Uni-Flange Series 1400 Uni-Flange Series 1500 Circle -Lock One Bolt Restrained Joint Fitting Megalug Series 1100 (for DI Pipe) Megalug Series 2000 (for PVC Pipe) Sigma One-Lok SLC4 - SLC10 Sigma One-Lok SLCS4 - SLCS12 Sigma One-Lok SLCE Sigma One-Lok SLDE Bulldog System ( Diamond Lok 21 & JM Mechanical Joint Fittings PVC Stargrip Series 4000 DIP Stargrip Series 3000 EZ Grip Joint Restraint (EZD) Black For DIP EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe National Spec AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900, AWWA C605, ASTM D1784 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 AWWA C900 AWWA C900 AWWA C900 AWWA C900 AWWA C153 & C110 AWWA C 110 AWWA C 153, C 110, C III AWWA C 153, C 110, C 112 AWWA C153 AWWA Clll/C153 AWWA C111/C153 AWWA C111/Cll6/C153 AWWA C111/Cll6/C153 AWWA C111/C116/C153 AWWA C111/C153 AWWA C111/C153 AWWA Clll/C153 AWWA C153 ASTM F-1624 AWWA C153 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA C111 ASTM A536 AWWA CI I I ASTM A536 AWWA CI I I Updated: 11-6-24 Size 4"-1 6" 16"-18" 4"-1 6" 16"-18" 4"-12" 16"-24" 4"-12" 1 6"-24" 4"-28" 16"-24" 4" - 8" 16" - 24" 4"- 12" 4'1- 12'1 4"-12" 4" to 36" 4" to 24" 4" to 12" 4" to 42" 4" to 24" 4" to 10" 4" to 12" 12" to 24" 4" - 24" 4" to 12" 4" to 24" 3"-48" 4"-12" 16"-24" * From Original Standard Products List 5 FORT WORTH. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Approval Spec No. I Classsification I Manufacturer Water - Pives/Valves & Fittincs/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control 12/13/02 Resilient Wedge Gate Valve American Flow Control 08/31/99 Resilient Wedge Gate Valve American Flow Control 05/18/99 Resilient Wedge Gate Valve American Flow Control 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control 08/05/04 Resilient Wedge Gate Valve American Flow Control 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company * E1-26 Resilient Seated Gate Valve Kennedy * E1-26 Resilient Seated Gate Valve M&H * E1-26 Resilient Seated Gate Valve Mueller Co. 11/08/99 Resilient Wedge Gate Valve Mueller Co. 01/23/03 Resilient Wedge Gate Valve Mueller Co. 05/13/05 Resilient Wedge Gate Valve Mueller Co. 01/31/06 Resilient Wedge Gate Valve Mueller Co. 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) 08/24/18 Matco Gate Valve Matco-Norca Water - Pives/Valves & Fittincs/Rubber Seated Butterflv Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. * E1-30 Rubber Seated Butterfly Valve Mueller Co. 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve 03/19/18 33 1221 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) 09/03/24 33 1221 Rubber Seated Butterfly Valve American AVK Company Water - Polvethvlene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 05/12/05 E1-13 Polyethylene Encasment 09/06/19 33-11-11 Polyethylene Encasment Model No. Series 2500 Drawing # 94-20247 Series 2530 and Series 2536 Series 2520 & 2524 (SD 94-20255) Series 2516 (SD 94-20247) Series 2500 (Ductile Iron) 42" and 48" AFC 2500 American AVK Resilient Seaded GV Series A2361 (SD 6647) Series A2360 for 18"-24" (SD 6709) Mueller 30" & 36", C-515 Mueller 42" & 48", C-515 16" RS GV (SD D-20995) Clow RW Valve (SD D-21652) Clow 30" & 36" C-515 Clow Valve Model 2638 Metroseal 250, requirements SPL #74 EJ F1owMaster Gate Valve & Boxes 225 MR Valmatic American Butterfly Valve. M&H Style 4500 & 1450 AWWA C504 Butterfly Valve AWWA C504 Butterfly Valve Class 250B Flexsol Packaging Fulton Enterprises Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AEP Industries Bullstrong by Cowtown Bolt & Gasket Northtown Products Inc. PE Encasement for DIP National Spec AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C509 AWWA C515 AWWA C515 AWWA C515 AWWA C515 AWWA C 509, ANSI 420 - stem, AWWA/ANSI C115/An21.15 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C-504 AWWA C105 AWWA C105 AWWA C105 AWWA C105 Updated: 11-6-24 Size 16" 30" and 36" 20" and 24" 16" 4" to 12" 42" and 48" 4" to 12" 20" and smaller 4" - 12" 4" - 12" 4" - 12" 16" 24" and smaller 30" and 36" 42" and 48" 4" - 12" 16" 24" and smaller 30" and 36" (Note 3) 24" to 48" (Note 3) 4" - 12" 3" to 16" 4" to 16" 24" 24"and smaller 24" and larger Up to 84" diameter 24" to 48" 30"-54" 24" - 48" 8 mil LLD 8 mil LLD 8 mil LLD 8 mil LLD Water - Samplinc Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed �-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$� 10/21/20 04/09/21 04/09/21 Water - Automatic Flusher Automated Flushing System Automated Flushing System Automated Flushing System HG6-A-IN-2-BRN-LPRR(Portable) Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent) Kupferle Foundry Company Eclipse #9800wc Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List 6 FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I erete I Class AJSidewe�, ADA Ramos, Driveways,Curb/Gutter Median Pavement) 19/9/2022 03 30 OU Mirz Ue Ip, American Covcrete Company 30CAF029 3000 psi C.­­for Sidewalk. & ADA Ramps 3-5" Slump; 3-6% Av 1612412124 03 3001 Mi. De, p Big Town Concrete 302050-1 3000 psi Concrete for Cubs and Sidewalks 31" Slump, 3-6%Ab 19/9/2022 03 30 00 M. De I, Bumco Tex.. 30U101AG 3000 psi Co ,c Ie M, for Flatwork 3-5" Slump; 3-696 - 14/12024 03 30 00 Mi. Dls Bumco Texas 3OU500BG 3000gsi Concrete Mu for Sidewalks 3-5" Slump, 3-6% Ai, 19/92022 033000 Mm Design Carder Concrete FWCC502001 3006 psi for Sidewalk., Driveways, Ramps, Cmb &Gutter, Elatwork 3-5" Slump; 3-6 Ai, 19/92022 03 30 00 Mi. Design Carder ConmUe FWCC502021 3500 psi concrete for Sidewalks, Drivewaj'�, Ramps, Cmb &Gutter 3-5" Slump. 3fi%Air 19/92022 03 30 00 M. Design Chisholm Trail Redi Ma C13020AE 3000 psi Concrete for Driveways, Cmb &Gutter 3-5" Slump; 4.5-7.5%Au 19/92022 03 30 0 M& Des' City Conmete Comp?4)' 30HA20R 3000 psi Concxeta Mi, fr Bloc ' Sidewalks, F7stwork, Pads 3-5" Slump, 36%Air 19/92022 033000 0 Ma Degrg�n Cow Town Redi Min 253-W 3000 psi Concrete Mix Sidewa0. ,ADA Ramps, Driveways, Curb &Gutter, Safety End Treatments, Nov-TxDOT RGammg Wall. 3-5" Slump; 3-6% Av 19/92022 03 30 00 Miz DIP, Cow Town Redi Mi. 250 3000 psi ConmUe Mi. f., Sidewalks, Driveways, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 03 30 00 M. Desrgo Cow Town R.MLx 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 3-6% Ai,11/29/2024 03 30 00 Mu DeslP,p Estrada Ready Mi. R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 3-5" Slump, 36%Air 19/9/2022 03 30 00 M. Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, mkts, and Storm Dram S.­3-5" Slump; 3-6 n' %A 19/9/2022 03 30 00 Miz D.0 Holcim - SOR, Inc 1261 3000 psi Concrete Mix f., Sidewalks 3-5" Slump, 36%Air 19/23/2024 03 30 00 M. Design Hokim - SOR, Inc. 5177 3000 Ni Concrete M. for Sidewalks, Curbs and Gutters 3-5" Slump; 36%An 19/9/2022 03 30 00 Mu Desjp Holcim - SOR, Inc. 5409 4000 Ni Concrete Mu for Sidewalks, inlets 3-5" Slump, 36%Air 14n2023 03 30 00 M. Design Liquid Stove C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways 3-5" Slump; 36%Ai, 19/92022 033000 3 30 00 Mi. Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump, 36%Air 19/92022 033000 M. Design Mart. Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 36%Air 14/12023 03 3000 Mi. Des�p Martin Marietta R2136N14 5.00 sacks / 3,000oncrete fr Sidewalks 3-5" Slump. 3-6%Ab 16/12023 03 3000 M. De I, Marts Marietta R2136FL20 3,000 psi Cof _­Ti,iSrdewally; and Ramp. 3-5" Slump; 3-6%Au 16/1/2023 03 30 00 Mac Desp Marlin M.M. R2136N20 3,000 psi Concrete fr Sidewalks and Rampns 3-5" Slump. 3-6%Ab 11122022 03 3000 M. Desrg, Man. Marietta R2141K24 4,000 p.r Covcrete for Ju,aio, Boxes, Sidewahrs and Ramps 3-5" Slump; 3fi%Au 14/7/2023 03 30 00 Mi. Design Marlin Marietta R2136K14 3,000 psi conmae f,, sidewalks and rumps 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Mart. M—uu R2131314 3,000 psi Co—te for Sidewalk, & Ramps 3-5" Sh—p; 3fi%Air 19/92022 03 30 00 Mi. Design Marlin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Mart. Marieta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5%An 110/42023 03 30 00 Mu Des�p NBR Readyy Mi, CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Cud, & Gutter 3-5" Slump, 36%Ate 110/4/2023 03 30 00 Mac Design NBR R,aAy Mix CLS A -NY 5 00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3-6%At, 17/102023 03 30 00 Mi. Desinq M u 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump, 36%Ate 11/18/2023 03 30 00 M. Design Rapid Redi M. RRM5020A 3000 psi Concrete f Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 3-6%An' 11242023 03 30 00 Mu Des1F Rapid Redi Mi. RRM5525A 3600 psi Concrete for Sidewalks, Approaches, ADA Ramps 3-5" Slump, 36%Air 19/9/2022 -33 30 00 M. Design Redi-Mix IOL11504 6 00 Sacks / 4,000 Ni Concrete Mix for Sidewalks, Curb & Gutter, Sewer Mauhom, Inlets, & Junction Boxes 3-5" Slump; 36%Air 110242024 -D3 30 00 Mu D-01 SRM Concrete 30850 3000 psi Concrete for Sidewalks & ADA Ramps 3-5" Slump, 36%Air 110/24/2024 133 30 00 M. Design SRM Covcrete 30350 3000 Ni Concrete for Sidewalks & ADA Ramps 3-5" Slump; 3-6%Air 110/182024 -D3 30 00 Mu D-0 SRM Concrete 30050 3000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thmst Blocks, Cud, and Gutter, Driveways, Barrier Ramp 3-5" Slump, 36%Air 33000 19/9/2022033000 M. De.igo Tarrant Covcrete FW5025A 3000 Ni Concrete Mu f., Curb & Gutter, Driveway., Sidewalks, ADA Ramps 3-5" Slump; 36%Air 19/9/2022 -33 30 00 Mi. D.i¢p Taaa¢t Concrete CP5020A 3000 psi Covcrete Mix for Cuff and Gutter 3-5" Slump, 36%Air 110/102022 033000 M. Design Tarrant Concrete TCFW5020A 3000 psi Concrete f., Sidewalks 3-5" Slump; 3-6%A,, 19/9/2022 -33 3000 Mi. De101 Tam.it Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp, Cuff and Gutter 3-5" Slump, 3-6%Ab 19/9/2022 -33 3000 M. D-I, Tim Ready M. 3020AE 3000 psi C.iu=te for Sidewalk. 3-5" Slump; 3-6%Au 19/9/2022 -03 3000 Mi. Me p True Grit Rd i Mix 0250.230 3000 si Concrete Mix for F'latwork, Cmb & Gutter, D i em. Sidewalks, ADA Ramos 31" Slump, 36%Ab 9/92022 sae. 00 D,s6�es, i Mi. 0250.2301 3000 psi Concrete Mix f Cub & Gutter, Driveways, Sidewalks, ADA Rumps 31" Slump, 36%Ab /In� .Y��i, Junction Boxes, casemen/tt ¢. Collars. Lichtoart Foundations) 19/92022 03 30 00 Mae Drsug, America, loncrete Company 40CNF06' 4000 psi Covcrete for Manholes & Ubhty Stu,t 3-5" Slump; 0-3%Au 19/9/2022 03 3000 Mix M p Bumco Texas 40U500BG 4000 psi Concrete Mix fm Storm Drain Structures, Drwewa Screen Walls, Collars 3-5" Slump. 3-6%Ab 19/92022 03 30 00 M. D-I, Cow Tow, Red, M. 255-2 3000 psi Co i=te Mix for Inlets, Thrust Block.g, Co,cree vcas meet 3-5" Slump; 3-6%Au 19/9/2022 03 30 00 Mi. Design Cow Town Redi Mi. 355 3000 psi Concrete Mix fire Liles, Thm,t BI-km, Conmete Encasement 31" Slump, 36%Ab 19/9/2022 03 30 00 M. Design Cow Town Redi M. 255 3500 psi Concrete Mix for Flatwork, I.]..' Th—t Bldg Concrete Encasement 3-5" Slump; 3fi%Au 19/9/2022 03 30 00 Mi. Design Cow Town Redi Mi. 270 5000 psi Conmee Mix fr Cast -in -Place Box Culverts 31" Slump, 36%Air 19/9/2022 03 30 00 M. Design Cow Town Redi M. 370 5000 psi Concrete Mix for Cast -.-Place Box Culverts 3-5" Slump; 3-6%Au 19/92022 03 30 00 Mu DIP Cow Town Redi Mi. 353 3000 psi Concrete Mi. for Sidewalks, ADA Ramoqss, Driveways, Curb & Gutter, Safety End Treamre , Nov-T.DOT Retaining Wags 31" Slump, 36%Ate 19/9/2022 033000 Mi: DmIiu Cow Town Redi M. 257 3600 psi Concree mixfor V,11y Gutters, Lightpole Foundations 3-5"Slum; 3-6%At, 19/9/2022 03 30 00 Miz D-01 Cow Town Redi M& 357 3600 psi Conmee Mi. fr Valle Gutters, Lightpole Foundations 3-5" slum, 36%Air 19/9/2022 03 30 00 M. Design H.1a. SOR, lac. 1701 4000 psi Concrete Mix for Stprm�min Swcmres, Sanitary Sewer Manholes, Junction Box 3-5" Slump; 3-6%An' 19/9/2022 033000 Mix D-01 Holcim-SOR , Ina 1551 3000psi Co uu, M&fr Blockvl$ 3-5"Slump, 3-%Air 3 30 00 19/92022 033000 M. Design Holcmi - SOR, lac. 5409 4000 psi Concrete Mix for Sidewalks, Inlets 3-5" Slump; 3-6%An' 14272023 03300 0 Mu DeslP,p Liquid Smne C361DNFA 3,600 psi Concrete for Retaining wall, drivewa ,junction box apron, approach 3-5" Slump, 36%Air 3 30 00 I9/92022 033000 M. Design Mart. Marietta R2141230 4,000 psi Concrete for Manholes, Inlets & He.Aw.M, Valve Pads 3-5" Slump; 36%Av 3 30 00 18/42023 033000 Mu D-01 Marlin Marietta R2141R24 5.53 Sacks / 4,000 psi Covcrete for Junction Box, Box Culvert, Sidewalks and Ramos. 3-5" Slump, 36%Air 1112M023 033000 M. Design Mart. Marietta R2146R33 60l Sacks/4,000psi Concrete Mix for CIPSewer Manholes 3-5" Slump; 36%Air 111202023 033000 Mi. Desi¢p Martin Marietta R2146K33 6.01 Sacks/4,000 psi Covcrete Mu for CIP Sewer Manholes. 3-5"Slum; 36%Air 19/9/2022 03 30 00 M. Design Mart. Marietta R2142233 3,600 psi Concrete for Manholes, inlets & Headwalls 3-5" Slump; 4.5-7.5%An 19/92022 03 3000 Mi. Desk Marlin Marietta R2136224 3,600 psi Concrete f Curb lulets 31" Slump, 3-6%Ab 19/9/2022 03 3000 M. De I, Martin Marietta R2141233 3,600 psi Covcrete for Storm Structure., inlet., Blmk.g & E,caseme,t 3-5" Slump; 3-6%Au 19/9/2022 03 30 00 Mi. Des�9p Marlin Marietta R2146038 4,500 Ri Concrete fin inlets, Stmm Dmin Stm ,s 31" Slump, 3-6%Ab 110242024 03 3000 M. Desrg, Mart. Marietta R2146K34 4000 psi Co,crete fr inlets, M.iholes, Headwalls, Thmst Blocks, Cullum 3-5" Slump; 3-6%Au 19/122023 033000 Mi. Design NBRR7a Mix CISPI-YY 6.00 Sacks/4,000��{{ggii Co u,te fr C.11m, Manholes, Box Culverts 31" Slum, 36%Air 19/92022 03 30 00 M. Design NBR Ready Mix TX C-YY 3000 psi Concrete Rxix for Curb lulets 3-5" Slum; 3fi%Air 19/92022 03 30 00 Mix Desigu NB Read Mix TX C-NY 3000 psi Conmee Mix f., Cud, lnlels 31" Slump, 36%Air 11/182023 03 30 00 Mu, Desreo Rapid Redi . RRM5320A 3000 psi Concrete fin Blacking 3-5" Slump; 3-6%At, 11/182023 03 3000 M. Design Rapid Redi M,c RRM6020ASS 4000 psi Concrete f., Strom Dim Structures 3-5" Slump; 3-6%Au FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Concrete (Continued) I10/24/2024 03 30 00 Mu Des�P1, SRM Concrete 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 3-5" Slump. 3-6% Ai, 110/24/2024 03 3000 Ma Des eo SRM Concrete 40U'l 4000 psi Comae for Inlets, Manholes, Headwalls, Thmat Blocks, Collars 3-5" Slump; 3-6%Au I9/l6/2024 03 30 00 Mu D:,p SRM Concrele �403'0 35050 3500 psi Concrete for Tluuat Blocks and Collars 3-5" Slump. 3-6% A'v I9/9/2022 03 30 00 es,gn TarrantCncrete FW5320A 3000 psi Concrete Mix for Blockg 3-5"Slump; 36% Aa 10/]0/2022 03Ma JM.D Des fnewaDa,Culverts,Dr�led par Concrete for Manholes 3-5" Slump; 3fi%A , waDs, N�` Sha ocreteTCFW6025A24000 Willed I Drilled Shafts :919/2022 03 00 Ma Design Bumco Texas 36U500BG 3600 os, Concrete Ma for L¢him¢ and Traffic Sins] Foundations (Dulled Shafts) 5.5-7.5" Slump; 3-6% Av I6/21/2023 03 30 00 Mu Des�P1, Cow Town Redi Mu 360-DS 3600 osi Concrete for Dnff d ShaNLiehtine and Traffic Si ao,l Foundation (Drilled Sh:fb 5.5-7.5" Slump. 3-6% At I10/30/2024 03 30 00 Ma Design Estrada Ready Ma R36575AEWR 3600 osr Concrete for Dolled ShaR/Luthtm¢ and Traffic S,¢ne1 Foundation!Drilled Shafts) 5.5-7.5" Slump; 3-6%An I12/52022 03 30 00 Mu Des0 Hold. - SOR Inc 1822 3600 vsi Concrete for (Dr lW Shafb)/Liehtine and Traffic Sianal Foundations 5.5-7.5" Slump.0-3%Ate I9/92022 03 3000 Ma Design Holcun - SDR, Inc 1859 4000 osr Concrete for fDrRled Shaftsld.i¢hhn¢snd Traffic Si¢nal Foundehons 5.5-7.5" Slump; 3-6% An I4n/2023 03 300 Mu Des�P1, L�:d Stone C361DHR 3.600 osi Concrete for (DrM,d Shuft)/Liehtine and Traffic Slenal Foundations 5.5-7.5" Slump. 3-6% Ai, I6272023 03 3000 Ma Design Manm Manate U2146N41 6.44sacks / 3.600 osi Concrete for (Drilled Shafts) / Lr¢htm¢ and Tmffc S,¢ne1 Foundehons 5-7" Slump; 3-6% Av 16272023 03 300 Mu Des�P1, Martin Marietta U2146K45 6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehting and Trefic Signal Foundations 5-7" Slump. 3-6%Ate I8222024 03 30 00 Ma Design NBR Ready Ma 135K2524 3500 osi Concrete for !Drilled Shaft) Li¢htoole Foundehons 5.5" Slump; 3-6% Av I8222024 0``3 30 00 Ma De'a n NBR Ready Ma 135K0524 3500 vsi Concrete for (DrMW Shaft) Liehtvole Foundations 5.5" Slump; 3-6%An I Vther Applications I9/9/2022 03 30 00 Mi Design Ca der Concrete FWCC602001 4000 psi Concrete fr Storm Dmin Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive AWm hes 3-5" Slump. 3-6%Ate I9/9/2022 03 3000 Ma Design City Conaete Company 40LA2011 4000 par Comae Ma for Stoma Dram Structures 3-5" Slump; 3-6%Au I9/9/2022 03 300 Mu Des�P1, Cow Town Redi Mu 260-2 3600 osi Concrete Mu for Box Culverts, Headwalls 3-5" Slump, 3-6% Av I9/92022 03 3000 Ma Design Cow Town Rah Ma 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 3-5" Slump; 3-6% Au I9/9/2022 03 30 00 Mi. Design Cow Town Redi M& 260-1 3600 g/si Concrete Mix for Headwalls 3-5" Slump. 3fi% Air I1292024 03 30 00 Ma Design Estrada Ready Mix R3655AEWR 550 Sacks / 3,600 psi Comae for HeAwAs, Wmgwalls, and Culverts 3-5" Slump; 3-6%Air I9/92022 03 30 00 Mu Desiga GCH Concrele Services GCH4000 4000 psi Concmte for for Sidewalks, Ramps, Headwalls, hdels, and Storm Draw Swctures 3-5" Slump. 3-6% At, I9/92022 03 30 00 Ma Design Hold. - SOP_ Inc. 1851 4500 psi Concise fm Stoon Dram Structures, Hand Placed Pavmg 3-5" Slump; 3-6%Ate I4/12023 03 30 00 Mu D-01 Mann, Marietta 3 JOLBP 3,600 nQ�i Concrele for Reta�' -'9y Walls 3-5" Slump, 4-7%At, I8/30/2023 03 30 00 Ma Desrgo Martm Manata R2141R30 5 85 SK/ 4,000 psi Concrete im Box Culverts & Headwalls 3-5 , SlumP; 3-6% Ah I9/92022 03 30 00 Mu D-01 Mann, Marietta R2146035 4,000 psi Concrete for Manholes, inlets &Headwalls, Valve Pads 3-5" Slump, 3fi% Air I9/9/2022 03 30 00 Ma Design SRM Covmi, 40050 4,000 psi Covaete for Headwalla, Raammg Wall, Collars 3-5" Slump; 3fi%Air I9/92022 03 30 00 Mh' Desp SRM Concrete 35022 3,600 pai Concrete for ]unction Box, Rdan,n,g Walls 3-5" Slump, 3fi%Ate I4/12024 03 30 00 Ma Design SRM Concrete 45050 4500 psi Concrete for Storm Structures 3-5" Slump; 36%Air I9/92022 033.000 00 Mi,Des�"P Tarrant Concrete FW6020A2 4000 psi Concrete Mu for Sturm Draw Structures 3-5" Slump, 36%Air I lass P (Mae... Placed Pavin¢) 1624/2024 3213 13 Mix Desp B? Town Concrete 360060-1 3600 psi Concrde fr Machine Placed Pavl9P L 3" Slump. 3-6%Ate I6242024 32 Ma Dedgv Big Town Concrete 362060-1 3600 psi Conaae for Mach —Placed Pavmg t-3"Slump; 3-6%Au I9/9/2022 32 13 l3 Mi. Desp Carder C.—de FWCC552091 3600 psi for Machine Placed Paving l-3" Slamp. 3-6%Ate I9/92022 3213 13 Ma Design Carder Comae FWCC602091 4000 psi for Machme Placed Pavmg 1-3" Slump; 3-6% Aa I9/9/2022 32 13 13 Mix Desigp Ciry Comae Comp?nv 36LA2011 3600 pin Concrete Mix for Machine Placed Paving L-3" Slump. 36% Air I9/92022 33 13 l3 Ma Design Cow Town Redi Min 257-M 3600 psi Conaae Mix for Machme Placed Paving 1-3" Slump; 3-6 Air 111/142022 3213 L3 Mix Desi¢a Cow Town Rath Mix 357-M 36001si Concrete Mi !.,Machine Placed Paving 13 "Slump. 36%Air I9/92022 3213 l3 Ma Design Cow Town Rati Ma 260-M 4000 psi Cncrae Mix for Machme Placed Paving 1-3" Slump; 3-6 At, I9/92022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000P�i Concrete Mix fin Machine Placed Pavii'44�� L 3" Slump, 3-6 Air I2/62024 321313 Ma Design Estrada Ready Mix TD3655AEWR 5505acks/ 3,600 psi Cortese li Machine Placed Pavmg 1-3"Slump; 3-6%Av I8/4/2023 321313 Mix Des�p Mann, Marietta Q214IR27 5.69 sacks/4,000 psi Concrete for Machine Placed Paving 13"Stamp, 36%A'v I11/2/2022 32 13 13 Ma Design Mertm Maoata Q214IK30 4,000 psi Concrete for Machme Placed Paving 1-3" Slump; 36o AQ I10/42023 321313 M&Des�p NB R Ready Mix TXCSP-YY 5.50 Sacks/3,600 psi Concrele for Machine Placed Paving 13"Slump, 36%Ate I10/4/2023 32 13 13 Ma Dong i NBR Ready Mix TX C SF -NY 5 50 Sacks / 3,600 psi Concrete for Machme Placed Pavmg 1-3" Slump; 36% Air I10242024 321313 Mix Desi1 SRM Concrete 40068 4000 psi Concrete for Machine Placed Paving 1-3"Slump, 36%Air I10/24/2024 321313 Ma Desopi SRM Cpnmt, 40825 4000NiConcretefn Machine Placed Pav mg 1-3" Stamp;36%Ah 19/162024 321313 Mu Des�p SRM Concie[e 40@5 4000 psi Concrete for Machine Placed Paving 1-3"Slump, 36%Air I l0/182024 32 13 13 Ma Dea,go SRM Coi aete 35023 3600 psi Concrete for Machme Placed Pavmg 1-3" Slump; 36% Air I9/92022 32 13 13 Mu Design Tarrant Concrete FW5520AW 3600 psi Concrete for Machine Placed Paving 1-3" Slump, 36%Ate I9/92022 32 13 13 Ma Design Tme Got Rah Ma 0255.2301 3600 psi Comae Ma for Machme Placed Paving l-3" Slump; 3 5-6 5 % Av I9/9/2022 13 13 Ma Deai Tme Got Red, Ma 0260.2302 4000 psi Conaae Ma for Machme Placed P-on, l-3" Slump; 3 5-6 5% Au 9 I Class R (Ham I Placed � ¢) I9/9/2022 3213 13 Mix Dew American Concrete Company 45CAF076 4500 psi C.—de for Hand Placed Paving 3-5" Slani" 3-'%Ate I52/2023 32 13 13 Ma Dedgv Big D Concrete CM14520AE 4500 psi Comae for Hand Placed Pavmg 3-5" Slump; 3-6%Au I9/9/2022 32 13 l3 Mu Desp B? Town Concrele 452065-1 4500 osi hand placed ,in 31" Slamp, 3-6%Ate I9/92022 32 13 l3 Ma Des,gn Big Town Concrete 450065-1 4500 pai hand placed pavaig 3-5" Slump; 3-6% Aa I9/9/2022 32 13 l3 Mix Desigp Bumco Tenors 45U500BG 4500 psi Concrete Mix fr Hand Placed Paving, Sturm Suneones 3-5" Slumo, 36%Air I9/92022 32 13 13 Ma Des n, Corder Comae FWCC602021 4500 psi concrete for Hand Placed Paving 3-5" Slump; 3-6%Air I9/92022 32 13 L3 Mix Design City Concrete Coi�i�ppany 4SNA206 4500 psi Concrete Mu fr Hand Placed Paving 3-S" Slump. 36% At, I9/92022 3213 l3 Ma Design Cow Town Rali Ma 265 4500 psi Cnaae Mix fr Hand Placed Paving 3-5" Slump; 36%Ate I9/92022 321313 Mix D-01 Cow Town Redi Mix 365 4500 i Concrete Mu fr Hand Placed Pavi'4� 3-5"SI—P,36%Air I.19/2024 321313 Ma Desreo Estrada Ready Mix R4560AEWR/ 600 Sacks/4,500 psi Conc fi Hand Placed Pavmg 3-5"SIumP;46%Ah I9/9/2022 32 13 13 Mix DIPp GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving 3-5" Slump, 36% Air I10/4/2024 321313 Ma Deni;a Holemn SOR, Inc. 5507 4500 psi Concise Hand Paced Paving 3-5"Slump; 36%An' I9/92022 32 13 13 Mh' Des Hold. - SOR, Me. 1851 4500 psi Conaae for Stom, Dian, Structures, Hand Placed Pavia 3-5" Slump, 36% A'v I1122022 32 13 13 Mi. Design Mann, Marietta R2146N35 6.11 sacks /4,500 psi arncrete fin, Hand Pl wPaving, hdds, Mlles, Headwalls 3-5" Slump, 36%Air FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Coserete(Con'inued) 18/4/2023 32 13 13 Mac -es , Marlin Marietta R2146R36 6.17 / 4,500 psi Concrete fr Hand Placed Pavmg 31" Slamp, 3-6%Air I 1 l/22022 32 13 13 Mu Desigv Mart, Maneita R2146N36 4,500 psi Concmte for Head Placed Pavmg 3-5" Slump; 3-6% Au 11l/2/2022 32 13 l3 Mac Dee' Marlin Male, R2146K36 4,500 Concreta fr Hand Placed Pav' a Placed 3-5" Slump. 3-6% Av 15222023 321313 Ma Design Mari, Marietta R2146K37 6.22 sack/4,500 pa Concrete for Head Pavmg 3-5"Slump; 3-6%Au 112/22/2023 32 13 l3 Mi. Deaigp Marlin Marie, R2146R44 6.60 Sachs / 4,500 psi Concrete Mix fr Hand Placed Paving 3-5" Slam,. 36% Air 112/22/2023 32 13 l3 Ma Deaga Mahn Marlette R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Pavmg 3-5" Slump; 36% Air 111/152022 32 13 l3 M. DesiPA Marlin Marie, R2146136 4,500 ,ei Covcrete fr Hand Placed Paving 3-S" Slump. 36%Air I11/1 S/2022 321313 Ma Deagn Mat, Maneta R2146K36 4,500 psi C..—te for Hand Placed Pavivg 3-5"Slump;3fi%A, 19/92022 32 13 13 Mu Desl�p Marlin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 3-5" Slamp, 4.5-7.5%Air 19/9/2022 3213 L3 Ma Desgn Mat, Marietta R2146236 4,500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% An 19/9/2022 32 13 13 Mu Des1P,p Marlin Marietta R2146036 4,500 psi Concrete for Hand Placed Paviaa, Wets 3-5" Slump, 36%Air 19/9/2022 32 13 13 Ma Destgo Mat, Maneta R2146242 4,500 psi Covcrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mu Des1P,p Marlin Marietta R2146042 4,500 psi Concrete for Hand Placed Pavio\ 3-5" Slump, 36% Air 110/4/2023 32 13 13 Mu Des,ga NBR Ready Mu CLS P2-YY 6 50 Sacks / 4,500 Ni Concrete for Hevd led Pavmg 3-5" Slump; 3fi% Ah 110/42023 321313 M&Deem NBR Ready Mix CLS P2-NY 6.50 Sacks/4,500 psi Coacrte for Hand Placed Paving 3-5"Slump, 36%Air 17/10/2023 32 13 13 Mu Design Osbum 45A60MR 6SK/4,500 psi Concrete for Hand Placed Paving 3-5"Slump; 3fi%Air 11/24/2023 321313 Mu Desi�p Rapid Redi Mu RRM6320ARP 4500pei Coacretefa Hand Placed Paving 3-5"Slump, 36%Air 11/13/2023 321313 Ma Desigo SRM Covcrete 45023 4500 psi Concrete for Hevd Placed Pavmg 3-5"Stump; 3fi%Air 19/92022 32 13 13 Mu Design SRM Concrete 45000 4500 psi Concrete for Hand Placed Paving 3-5" SI.— 36%Au I10242024 32 13 l3 Mu Desigv SRM Covcrete 45350 4500 psi Cmrree for Hand Placed Pavmg 3-5" Slump; 3-6%Au 110/24/2024 32 13 l3 Mi. Delp SRM Concrete 45850 4500 psi Concrete for Hand Placed Paving 3-5" Slamp, 3-6%Air 110/182024 321313 Ma Desigv SRM Covcrete 45050 4500 psi Covcrete for Hand Placed Pavmg 3-5"Slump; 3-6%Av 19/9/2022 32 13 l3 Mi. Design Ta,aat Concrete FW6020AHP 4500 psi Concrete Mix fr Hand Placed Paving 3-5" Slamp. 3-6 Av 19N2022 32 13 l3 Ma M iga Tartavt Covcrete FW60AHP 4500 pa Cmade Ma for Head Placed Pavivg 3-5" Slump; 3fi%Au 19/92022 32 13 l3 Mi. Design Tavant Concrete TCFW6020AHP 4500 psi Concrete Mix fr Hand Placed Paviaa 3-S" Shav,, 3-%Air 19/92022 3213 L3 Ma Deagn Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Aa 19/92022 32 13 l3 Mie Design True Grit Redi Mie 0260.2301 4500 psi Concrete Mu fr Hand Placed Paving 3-S" Slum,.36% Air 19110. 3213 13 Ma Deagn T1ue Grit Red1 Ma 0265 2301 4500 psi Concrete Mix fr Valley Gutters, Head Placed Paving 3-5" Slump; 3.5-6 5%At, 19/92022 321313 Mix Des True Grit Redi Mix 270.230 5000 psi Concrete for Head Placed Paving 3-5"Slump, 36%Air 110/92024 32 13 13 M. Destgp Wildcatter 4520AI 4500 psi Concrete for Head Placed Paving 3-5" Slam,, 36%Air 1 h". HES (� 77h Earl, Stre th Psvina) 19/92022 3213 13 U. Design Big D Concrete 14500AE 4500 psi Concrete f,, High Early Strength Pavmg 3-5" Slump; 3-6% Au 19/9/2022 32 13 13 Mu Des , Bumco Texas 55U120AG 4000 psi Concrete Mix for High Earl, Strength Paving 3-5" Slamp. 3-6%Air 19/92022 3213 13 M. Desigv Cow Towv Redi Ma 370-INC 4500 psi Covcrete for HES Pavmg 3-5" Slump; 3-696 An 19/92022 32 13 l3 Mu Desigp Cow Tower Rath Mu 375-NC 5000 psi Concrete for HES Paviag 3-5" Slamp, 36%Ah 19/92022 3213 13 Ma M iga Cow Town Ro& M. 370-NC 4500 pa C.—de fr HES Pavmg 3-5" Slump; 3fi% Au '1/182023 321313 Mix Desiga Cow Town Redi Mix 380-NC 4500 g�i Conrreefr HESPav�' ° 3-S"Slump.36%Air 11292024 3213 l3 Ma Deagn Estrada Ready Mix 4575AESC 7 50 Sacks / 4,500 psi 13,000 p (a) 3-day) Covcrete fr HE$ Pavmg 3-5" Slump; 3fi% Av 19/92022 321313 Mix D-01 Holcim -SOR Inc. 2125 5000 psi Concrete for HES Paviaa 3-5"Slump. 36%Air 11/24/2023 3213 13 Ma Deaga Liquid Stone C45 tDHR-A 4500psi Covcrete for HES Pavmg 3-5" Slump; 3fi% At, 14/72023 32 13 13 Mix D-01 Madill Marietta R2161K70 6,000 psi (3,000 psi R 24 hrs.) fr HES Paving 3-5" Slam,, 36%Air 12/10/2023 32 13 l3 Ma De aga SRM Covcrete 50310 5,000 psi Covncrete for HES Pavmg 3-5" Slump; 3fi% Air 19/9/2022 32 13 13 Mis Des'gp SRM Covcrete 40326 4,500 (3,000 \' 3-0ayyss) psi Coacrele for HES Paving 3-5" Slump, 36%Air 19/92022 32 13 13 Mu Design TaranI Concrete FW6520AMR 4500 (3000 psi (d, 3daw) psi HES Pavmg 3-5" Slump; 3fi% An 19/92022 32 13 13 Ma Descp� T-1 Covcrete FW7520AMR 4500 (3000 psi (a, 3daw) psi Covcrete HES Pavmg 3-5" Slump; 3fi% "a I glass S (Bridge Top Slabs of Direct Traffic Cutrerts, Approach Slab&) 19/9/2022 32 13 13 Miz Des Cow Towu Redi Mix 260 4000 psi Covcrete Miz fr Bri��Fl/e Slabs, Box Culvete, Headwalls 3-5" Slump. 3-6%Air 19/9/2022 32 13 13 M. Desigv Cow Towv Redi M. 360 4000 psi Covcrete Mu for Br tlge Slabs, Box Culverts, Headwalls 31" Slump; 3-6% Au 19/92022 32 13 l3 Mu Des , Cow Town Redi Mu 365-STX 4000 psi Concrete for Bridge slabs, t,� slabs ofdiml traffic culverts, apt ach slabs-TXDOT Class S-No Fly Ash 3-5" Slamp. 3-6%Air 11292024 321313 Moe Desiga Estrada Ready Mix R4060AEWR 6.00 Sacks/4,000 pa C.—de fr Bridge Slabs, Top Slabs, and App� cli Slabs 4-6 Slump; 3fi%Au 15/3/2023 32 13 l3 Mil Della Malin Marietta M7842344 4,000 Concrete fr Bddge Deck 3-5" Slam,. 4.5-7.5%Air 14/12023 3213 l3 Ma Deaga Mahn Maneta R2146P33 6.01 s>u'ks / 4,000 psi Covcrete for Bridge Deck 3-5" Shrmp; 3fi% Air 14/152024 32 13 l3 Mu Desiga NBR Readyy Mix TX S-NY S.SO Sacks / 4000yysi Concrete Mix for Class S Slab Paviaa -No Fly Ash 3-S" Slum,. 36% Air 14/152024 32 13 l3 Mvc Deagn NBR Ready Mix TX S-yy 4.50 Sacks / 4000axi Concrete Mix for Class S Slab Pavmg 3-5" Slump; 3fi% At, 15/52023 3213 13 Ma Desig�n SRM Covcrete D100008553CB 4,000 psi Concrete for Bdiidge Approach Slab, Deck Slab 3-5" Slump; 3fi%Air I ipn—is Ba&etrweh Re pair 14/1Air 2022 03 34 16 Mix Dcs IH�co osr Con"w 577" 19/92023 \1_1416 Mi, D,,IN„hr Texas 08Y450BA 800 Ma fo Ht a fr eah Rape? Sllump. 3 61%A%ir I oatro]led Low Sireaat Material 19/9/2022 03 34 13 Mac Design B— OIY690BF 100 psi Concrete Moe for Flowabk Fill Flowable; 8 5-11.5%Air 19/9/2022 03 Mac Desp Carder Coaarete FWCC359101 50-150pal Flowable PW-CLSM 3-5"Slam(, 8-12%Air 19/9/2022 0334 L3 Ma Desigv Ceder Covcrete FWFF237501 So- 150ps,Flowable Fdl-CLSM Flowable;15-11.5%Air 19/9/2022 0334 L3 Mix Des'pp City Concrete Comp,a4y 11-350-FF 50-150p Coaorete Cor Flowable PiO-CLSM Plowable, 8-12%Air 19/92022 11 34 l3 Ma Desiga Cow Town Red, Mhe M.#9 70 pa Rlo able Pdl-CLSM 7-9"Slamp; 8-11%Air 110/42023 0334 13 Mi. Design NBR Ready Mix FTW FLOW FILL 150nsi concrete Cor —able 7-10"Stu 8-12%Air 19/9/2022 03 34 13 Mi.Des— Tairea[Concrete FWFF150CLSM 50- 0 psi Flowable Fill -CLSM £Towable, 2%Ah 14/l/2023 31 37 00 Mbe Des,gn Rt 41030 4,000 psi Concrete for R,pmp 3-5" 51— ; 3-6%Au 1313700 14/l/2023 31 37 00 Moe D.- (Martin Mane to R2146033 4.000 psi Concrete for R.- 3-5" Slump; 3-6%Au 1 A�Ihall Pavia? 19/92022 3112 16 M ve Design Aust, Asphalt FTSB117965 FT5BI17965 PG64-22 Type B F,e Base 19/9/2022 32 12 16 Mu Des , Austin Asphalt FT B139965 FFHH 39965 PG64-22 TyYVIk Fine Hase 19/92024 321216 Ma Desigv Aust, Asphalt FT]B1172 FP1B117.2PG64-22TypeB F,e Be. 15/12024 32 12 l6 Mix Desiap Reynolds As1{halt 340-DG-B P 340-DG-B PG64-22 Ty1� B Base Course 19/92022 3212 l6 Ma Deaga Reyaolds Asphalt 1112B 11012B PG64-22 TypeB A,e Base 19/92022 32 12 16 Mix Desiga Reynolds AA halt 1612B 1612B PG64-22 Tom�,, &&B Pine Base 112/52022 331216 Ma Deaga Suntnount Fav,g 3076BV6422 3076BV6422 P2(; 2i Type B Fine Base 19/92022 32 12 16 Mix Desl�p Samnoant Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 T e H Fine Hase 19/92022 3212 16 Ma Deaga TXBIT 37-211305-20 37-211305-20 PG64-22 Type B e Base 19/9/2022 32 12 16 Mix Des�f, TXHIT 44-211305-17 44-211305-17 PG64-22 Type H Fine Base 19/9/2022 32 12 16 Mi. Desigo TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Pine Base FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I Asphalt(Continued) 19/92022 32 12 16 Mix Des�af TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface I4/l/2024 32 12 l6 1 Ma Des�e TXBIT 344 MAGSP-D 70-22XR 344 MACSP-D 70-22XR SAC A-R Tvce D Fme Surface 19/9/2022 eteemble 321320 a i 77 Su�ace DW$-Pavers Pme Hall Bnck(Wmston Smem,NG) Taade 19/92022 321320 DWS-Pavers Wtem Bik Co.(11—ton, TX) Demcmle Warm,¢ Pavers I9/92022 321320 DWS-Composite Armor ile Pic 19/9/2022 321320 DWS -Composite ADA Solutions (Wihningmn, MA) HeritagBrick CIE Composite Paver I4/72023 321320 DWS-Pavers ADA Solutions(Wilmington, MA) DetectaWemmg Pavers I SWcone Joint Sealant 199/2022 32 13 73 Join[ Sealant Dow 890SL 8905E -Cold �etp°�nlied Sit�'e Component, Sibcone Joint Sealant ASTM D5893 I9/92022 32 13 73 lomt Sealant To— 90OSL 900SL - Cold 1pPl. Sm� Co. Sihcone Jomt Sealant ASTM D5893 ld Jp�onrnt, -Cold�h'ed, conetJoint ASTM D589 19 9/2022 32 13 73 Joint Sealant Curb. RoadSaver Silicone RoodSaveroSifi—cSe gle Component, Si Sealant ASTM D58933 I UtWty Trench Embedment Sand t. �s Utili }}�� Both druent Send ASTM 31 I9/9/2 022 33 OS l0 Embedment Sand Crouch Materals Utd{tyEmbedmrnt Send ASTM C33 19/9/2022 3305 10 Embedment Sand F and L Dirt Movers Utdi}}_��Embedment Sand ASTM C33 I9/92022 330510 Embedment Sand FandLDm Movers Utmincubedmrnt Sund ASTM C33 19/92022 3305 10 Embedmem Send Tm Top Marts Manetm UbhN Embedment Send ASTM C33 1 Storm Sewer- Manholes & Bases/Frames & Covers/Standard JRound)11-01 13 19282018 3305 13 McMOIe Flames and CO1,1 AxuCast (Crovia Steel Company, LTD) NIB C #220605 MHRC #220605 (Size -•e24" Dia.) ASTM A48 AASHTO M306 19282018 33 OS 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Die) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Frames end Covers Neenah Foundry NF-1743-LM (Hlvged) NF-1743-LM (Hinged) (Sze- 32" D.) ASTM A48 AASHTO M306 1928/2 18 3305 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Die) ASTM A48 AASHTO M306 I9282018 330513 Manhole Fum and Covers Neenah Foundry R-1743-HV R-1743-HV(S�ze-32"Din) ASTM A48 AASHTO M306 14/3/2019 3305 13 Manhole Fre to a and Covers SIP htdustries++ 2279ST 2279ST (Size - 24" Die ) ASTM A48 AASHTO M306 I4/32019 330513 Manhole Fo—and Covers SIP fiohrtnes++ 2280ST 2280ST(S--32"Din) ASTM A48 AASHTO M306 110/8/2020 3305 13 Manhole Frames and Covers EJ (FomtaQy East Jordan too, Works) EI033 M/A EJ 1033 Z2/A (Size -32 25" Dia) ASTM A536 AASHTO M306 13/8/2024 3305 13 Cmb Inlet Covers SIP fiolm nes++ 2296T 2296T (Sze-' 24" Too.) ASTM A48 AASHTO M306 16/182024 3305 13 Curb Inlet Covers SIP fiolm nes ++ 2279STN 2279STN (S ze-24" Due.) ASTM A48 AASHTO M306 —Note: Alf— developmert(artd new insmllan'ort me.ho/e lids shall meet the minimum 304rtch opening regm ementes Decked in OVSpecification 33 0513. Any smaller opening sins will only be allowed for ermim, manholes that require replacemertefiames a.d covers I Storm Sewer- Inlet & St m r, s 33-05-13 110/8/2020 33 49 20 Cmb lidets Fonema FRT-l0x3-005-PRECAST'" (Smc-10' X 31 ASTM C913 I N.020 33 49 20 Curb Inlets Tortenm FRT-l0x3-006-PRECAST'" (Stze-10' X 31 ASTM C913 110/82020 334 20 Curl, Inlets Fortema FRT-10x4.5-407-ERECAST`e (Size -10' X 4 51 ASTM C913 110/8/2020 334 20 Curb klcts Romaine FRT_,th l 5-020-PRECAST" (S--10' X 4.5) ASTM C913 110/8/2020 33 3920 Manhole Fonema 41 FRT-0X4-00 AST C913 110/82020 33 39 20 Manhole Tom, - CAST-� E (Srzi.-44XX 4) PRT-0X4 �j�CA$� �f ASTM C913 110/82020 33 39 20 Manhole Fonema FRT-5X54 0-PRECAST-TOP (Si. - 5' X 51 ASTM C913 110/82020 333920 Manhole Fortema FRT-5X54 0-PRECAST-BASE(Size -5'X 5) ASTM C913 110/8/2020 333920 Manhole Fonema FRT6X6-011-PRECAST-TOP(Size-6'X 61 AS C913 110/8/2020 33 39 20 Manhole I—FRT_6X64 1 PRECAST -BASE (Si. -6' X 6) AS C913 13/19/2021 33 49 20 Curb Inlets Thompson P�e Group TPG-I OX3405-PRECAST INLET" (Size -10' X 31 AS 615 I3/19/2021 33 49 20 C. Inlets Thompson Pme Group TPG-ISX3-0OS-PRECAST INLET" (Suz -15' X 3) AS 615 13/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-2OX3-005-PRECAST INLET" (Size -20' X 7) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST TOP (Sue -4' X 4) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-0X4-009-PRECAST BASE (Size -T X 41 AS 615 13/19/2021 33 39 20 Mavhole Thump— Pipe Group TPG-0X4-012-PRECAST 4-FT RISER (Sue -4' X 4) AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-010-PRECAST TOP (Size - 5' X 51 AS 615 13/19/2021 33 39 20 Manhole Thump— Pipe Group TPG-5X5-010-PRECAST BASE (SRO - 5' X 51 AS 615 13/19/2021 33 39 20 Msuhole Thompson Pipe Group TPG-5X5412-PRECAST 5-1T RISER (Size- 5'X 51 AS 615 13/19/2021 333920 Manhole Thompson Pipe Group 6 TPGX6-0ll-PRECAST TOP (S=-6'X 61 ASTM 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6-011-PRECAST BASE (Si.- 6' X 61 AS 615 13/19/2021 33 39 20 Manhole Thompson Pipe Group TPG6X6-012-PRECAST 6-FT RISER (S-- 6' X 6) AS 615 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECAST TOP (St. -TX 7) ASTM 6l5 13/19/2021 333920 Manhole Thompson Pipe Group TPG-7X7-011-PRECAST BASE(Soc - TX 7) ASTM fi15 13/192021 33 392 Manhole Thompson P�e Group TPG-7X7-012-PRECAST 4-FT RISER (Size - TX 71 ASTM 615 13/192021 333920 Manhole Thompson Pipe Group TPG-8X8-01]-PRECAST TOP (S=-8'X 8) ASTM 615 13/19/2021 33 39 20 Manhole Thompson P�e Group TPG-8X841 l-PRECAST BASE (Size - 8' X 81 ASTM 615 13/192021 33 39 20 Manhole Thompson Pyle Group TPG-8X8-012-PRECAST 5-FT RISER (Sze- 8' X 8) ASTM 615 13/192021 33 49 20 Drol�lnle[ Thompson P�e Group TPG-0X4-0O8-PRECAST INLET (Size -4' X 41 ASTM 615 I3/192021 33 49 20 Inlet Drop13/19/2021 Thompnson Pipe Group TPG-5X5-0PRECAST-PRECAST INLET (Sve - 5' X 5) ASTM 615 33492q em Pipe Group L%Le�4'X �b1 AS I8/282023 334910 Man6o Oldcasden PPrecast 46xjtacE� AS C478 18282023 334910 3 49 10 Manhole Oldcasde Precast 5'. 8' Smmt Junction Box (Size -5' X 81 AS C478 18/28/2023 334910 MaMote Oldc ale Prxest4'x4'Smrmlunc—Box(Sae-4'X4) AS C478 18/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Stomt Junction Box (Size -5' X 5) ASTM C478 18/28/2023 33 49 10 MaMote Old —do Precast 6' x 6' Storm J m.,_ Box (Sae - 6' X 6) AS C478 18282023 33 49 10 Manhole Old —tie Precast 8' x 8' Stomt Junction Box Base (Sae - 8' X 8) AS C478 18/28/2023 33 49 10 MaMole Old —do Precast 5'.8' Storm Junctmn Box Base (Size - 5' X 8) AS C478 18282023 33 49 10 Manhole Rinker Materials Reintbrmd 48" Diameter Spread Footin¢ Manhole (Size -4' X 41 AS C433 18/28/2023 333920 Curb Inlet 10k3'Riser Thompeov Pipe Group Inlet Riser(Sae-3FT) AS C913-16 18282023 333920 Curb Inlet 15'x 3'Riser Thompson Pipe Group mle[Riaer (Sae-3 FT) AS C913-16 18/28/2023 333920 Curb Inlet 20'x3'Risx Thump —Pipe Group Inlet Riff (Soo,-3 FT) AS C913-16 11/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4) AS C913 11/12/2024 33 49 20 Drop Inlet Am,,T" Pipe &Products Drop Inlet (5' X 51 AS C913 11/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4k4' Storm Junction Box ASTM C913 3 49 20 11/19/2024 334920 Manhole AmenTex Pipe &Products Prxast 5S5' Storm Junctlon Box ASTM C913 11/19/2024 33 49 20 Manhole AmeriTex P�e &Products 5' Precast Tersition MH (4' MH on the top of 5' JB) ASTM C913 11/19/2024 33 49 20 Manhole A. -Tex Pipe &Products Precast 6W Storm Jmo, . Box ASTM C913 11/19/2024 33 49 20 Manhole Acr_Tex Pie &Products 6' Precast Tersition MH (4' MH on the top of 6' JB) ASTM C913 11/19/2024 33 49 20 Manhole A. -Tex Pyle &Products Precast 8'x8' Storm luncticm Box ASTM C913 11/192024 33 49 20 Manhole AnicuTex Pipe &Products 8' Precast Tersition MH (4' MH on the top of 8' JB) ASTM C913 3 49 20 11/192024 334920 M.Oh le AmeriTex Pipe &Products Tvue C Sh mi Dmitt Manhole on Box (4' MH on the top of RCB) ASTM C913 17/162024 33 49 20 Lliib Inets Air —Tex Pipe &Products 10x3 Prxast" (S ze 10' x 31 ASTM C913 17/16/2024 334920 Q lidets Air —Tex Pipe &Pmducta I Sx3 Prxast"' (S ze I5' x 31 ASTM C913 •*Note: Pre aielevare Opovedfor the agelpode ofthe velure(basin)only. Stage Hp -don of Me s.ruc—o, required ro be oroin-place. No ecopdons to Mis requirementsha(I be allowed. FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 2/4/2025 I y$torm Sewer-�ives & Boxes 3345-13 14/9/2021 3341 13 Sm. Drain Pipes Advanced D x—ge Systems, Inc (ADS) ADS HP Storm Polvmowleme (PP) Pine (S--12"- 60") ASTM F2881 & AASHTO M33o 1828/2023 3341 10 Storm Dram Pipes Rinker Matenals Reinforced Concrete Pipe Tongue and Groove Joint Ptpe (Sze- 21" or larger) ASTM C76, C655 18/22023 334110 Culvert Be. Rinker Materials Reinforced Concrete Box Culvert(Sze - Various) ASTM C789, C850 110/122023 3341 10 Storm Doom Pipes AmenTex Pipe &Pmduas Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or Img) ASTM C76, C506 110/12/2023 344110 Culvert Be, AmmTez Pippe&Pmduots Reiufrced Concrete Box Culvert (size -Various)) ASTMC1433,C1577 110/18/2 23 3541 10 Stom Dram Pipes The T_ Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Size -15" or lmger) ASTM C76, C506 110/18/2 23 3341 10 Cohen Be. The Tumer Co. Reinforced Concrete Box Culvert (size- Vanous) ASTM C1433,C1577 14/12/2 24 3341 10 Storm Dmm Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe" (Soee Vanous) ASTM C76, C506 16252024 3341 10 Culvert Box Oldcastle Reinfrced Conceta Be. Culvert ABTM C1433,C1577 16/25/2024 3341 10 So— Diain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint PiW (Size Various) ASTM C76, C506 Revision Removed Argos, Ingram, Redi-Mix, Chwley DW (1-29-2025)