HomeMy WebLinkAboutContract 62696-PM1FORTWORTHO CSC No. 62696-PM1
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
CUNDIFF SUBDIVISION
LOT 1, BLOCK 1
IPRC Record No. 24-0215
City Project No. 105991
FID No.30114-0200431-105991
File No. K-3340
X-28424
Mattie Parker David Cooke
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
FEBRUARY 2025
BARRON STARK ENGINEERS, LP
6221 SOUTHWEST BOULEVARD, SUITE 100
FORT WORTH, TEXAS 76132
817-231-8100
TBPE FIRM NO. F-10998
Barron Mark Engineers
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
q1w-
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
nn�3 invitation to Bidders
nn�3
Last Revised
03/20/2020
/')v�r20//2020
00 41 00
00 42 43
0043 13
instf,,etiors t Bidders
Bid Form
Proposal Form Unit Price
Bid Bon
03
0402,12014
05/22/2019
0402,12014
0045 11
Bidders Pr-eg alifie do 's
Prequalification Statement
nn /n�4
09/01/2015
0045 12
00 45 26
Contractor Compliance with Workers' Compensation Law
04/02/2014
n4/tea
00 4540
00 52 43
M iner-ity Business EpAe-prise Goal
Agreement
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
00 72 00
General dil/onz
1 11 1 /1 7
0073 10
Standard City Conditions of the Construction Contract for Developer
01/10/2013
Awarded Projects
Division 01 - General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
Preconstruction Meeting
08/30/2013
41-3-t 24
I'roj-ect-Imtings-----
-0-7401�-20+1-
01 32 33
Preconstruction Video
08/30/2013
013300
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 71 23
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 CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
NONE
Division 02 - Existing Conditions
0o4 Utility Removal/A�andonme
0241 15 Paving Removal
Division 03 - Concrete
03-30-00 Cast i Place Concrete
03 ?/1 13 CefAfolled row Strengtl, T\R..te,-;, l (C cM)
Division 26 - Electrical
26 05 00 Common Work Rovdlt,- for-
�3 T Taurd Dino and I�cow.,.,s
Division 31 - Earthwork
3 1� 1 10 00 Site Clearing
2 1�r�
3z3-
1 2n 00 > 1
�rc,JfYlllme-iit6
31 25 00 Erosion and Sediment Control
313600 Gabiens
3 1�0 Riwap
Division 32 - Exterior Improvements
27�T Do,-.v It Uopai-
32 01 18
a-nepA Asphalt Paving
Temporary Asphalt Paving Repair
3,2 1123
Flexible Base Get -ses
3,2 1129
Lime Treated Base r, ufses
32 112,3
Gemei t T-r-ea4ed Base r,.ufses
Z7�T
Liquid Tr-e,to l cal Fi�11iC�
32 12 16
Asphalt Paving
32 1273
AGIri zalt Ikr col- 6,oakmts
1' 13 13
r ne fete Pa-, ag
32 1320
G rer-ete Si Wko, Driveways and Bafr-;o. Frog Rannpo
32 14 16
32 16 13
32 1723
Bf 7k Unit -%-;mg
Gonefete Curb Gu#er-s Valley Gt4ter-s
and and
Pavement Mar -kings
Date
Modified
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
32 1725
�oaz
27�3
323126
Gufb, n ,l,lB« +•
Puin�mg
(`L,ai Fences era (`_.,tes
Wire Fences Gates
27�n
2'3z1 3
27�3
and
Wood Fo, ees and Gates
Caev-in PVea C rer-ete Retaining Walls
14y -o Mt l,.hiag Seeding, a -ad S,,,l, ing
27�3 Trees .,,,,.1 Shrubs
Division 33 - Utilities
22�0 Sewer- Testing
33 01 31
and Manhole
Closed Circuit Television (CCTV) Inspection
23 W 10
22�0
Byrw-r Durr*iAg 3f-F7I.icti%g Fewer S„,ems
joint u,,,,,1;n..and Qeetfieal 1s l.,tiefl
22�i
M-agm. EL uqn Anode C t>,, die Pr-oteetio S„ste-m
22�0
C42aning &r.d YeeVezCB.ag of Water Mains
Testing
22�
0
3305 10
22�2
.,�,
Cleaning of Sewer- Mains
Utility Trench Excavation, Embedment, and Backfill
Water- Line e Lowering
22�3
22 n�-05 13.10
Fr---ame, Cover and Grade Diggs Castken
Fr ---£'me, Cover • •••1 Grade Rings C/omv.,,G�t&
22 nc 14
22�0
Adjusting Manholes, rrlets, Nlal�b *d-'_V1x Eetf-,1
Grade
('.,n
-ete Vaults
22�T
2 2�0
e Water
C re-ete C ll —
�.n Donn. g
22�=
22�z
Ttifificl LhI.T Plate
Stool !`.,sing Ripe
22�3
22�T
Hand Tunneling
Installation .,f!''af-;j: Piro In (`.,sing o- T,,finel Liner- A
22�o
22�0
22�5
Utility Mark /,I./J00� -
I ,.e do of'Existing U44 ties
!`_.,slots
2 2�0
33 11 11
Belts TT„ s .,n.1
Duetil e I,-E) Pipe
Ductile Iron Fittings
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
3-13 11 13
r, ner-ete Press,,, o Pilo, Bar- nx/,.appe,l, Stool Cylinder- Type
12 11 1 I
Rufie.l Stool Pipe and R;ttiag-
12 1 1 15
D,-e St esse.7 r..n e -ete Cylinder- Pipe
33 1210
Water Services 1-inch to 2-inch
✓? 1211
I , e Water- Metefs
33 1220
Resilient Seated Gate Valve
22�=
AW k Ru boEevAe u„tte -f y Va4yes
33 1225
Connection to Existing Water Mains
133 1250 Water Sample Stations
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
33 1260 Standard Blow eff Valve Assembly
33 31 12 C;ufe,l i Ulaee PiPe (C4PP4
?-P 13 Fibeclwo Roinforeed Pipe for TT��r,,..,vi &anitor•, m
P- P.15 HighDensity Polyethylene tHDPE) Pipe for Sanitary Se 0
11
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
22 3121 Polyvinyl Chler-ide (PNIG) Closed Pr -Ale Gravity Sa-aitai=y Sewer
1134 SanitarySewer V.ip T-/.nirg
Z22�3 SanitarySewer Pipa Eft
3331 50 Sanitary Sewer Service Connections and Service Line
2 2170 r'',,mbin io Air- - V ly-e for Eanitar;, Sew > TR
3339 10 Cast i Dlaee G..,,, roho Manholes
333920 Precast Goner-ete Manholes
333930 Fiber -glass Manholes
23 3960 Epex for Eavila y Sewer- Sf,.,,etur-es
P- f 1 11 High Density Polyethylene (I DPE) Pipe for- S o . Dmin
22�2 Rei fee-ee,l Pelyet lefte (ODE) P*,a
33 4600 Subdr-ainage
33 4601 Slotted Stem Drains
33 4602 Tr -en-- l D211inj
33 49 10 C-a&t in Place "�hek✓and I/anetion Boxes
22�0 �„bd Drop ZmVocs,
23 49 40 Draimgal4eadrx�,"jWiagwalls
Division 34 - Transportation
3 ^ ^7�-�z-Z 0.01 AttaiGYlYYfent A er- Ga Jinn
34 41 10.02 n e � 11 Speoi f
rrttaGLttriieFit� b6at�6aeivPcG*iiC-ati9a
3 ^ ^�-r 4 1 10.03✓ Attaehmen4 G Se zaie SpceifiEatioa
3/1 � 1 1 1 Tx%pc1,�, Tf ff; . c;g*als
34 41 13 Removing Traffie Signals
ReEtangULcY la'vid 1 laGI"1'litg-nc-cevn
34� 4120 RE)a&, LLur���� boa 1p'i
3 4 ^env-1r ta.�a r 1 TJ'L�a3, T
���ami�mz.
34 ^�02 Freeway LED D...,.1w.,., 12arnimairrs
34 ^�nv3✓ Residmnur�, LED Raa4�Avrf LumimirAs
34 4130 Alur.� xurs Egns
3471 13 Traffic Control
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
http://fortworthtexas.uov/tpw/contractors/
or
https:Happs.fortworthtexas.aov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Sele,.tiVe Site Pe,..,.144) 1 l/�tz
0211 11 Trtil;t., nem,.ya /Alan ef,,.e12/�01-2
Division 03 - Concrete
03 30 00 Caal N�, Dlase Gener-ete 12/�12
03 34 43 GefAfelle,l row Strengtt, M.,te.;.,1 irr S>\ n 11 /�12
03 80 00 >\a,.difl..,t; o Frisking Co erete Stndetufes 12/20,120z
Division 26 - Electrical
2605 1n 12/z
�o o--t6oal F/ 9
26-05-33 (7Y Jysteffts
2605 43 rrn e-gr-o ,v.,l -Duets and Raee.: ays f .- Eleetr-ieal Systems OW01,12014
Division 31- Earthwork
3123 �v U"okLJr21f1e 0n-=-81=0i3
31-24 00 Er Mw"��:S-ats n1 /0 4�t4
31 25 00 Erosion and Sediment Control 12/20/2012
31�no glens 11 /�12
31�0 Ripr-ap 17N z
Division 32 - Exterior Improvements
3201 17 g0rm-w.Z"1: n s,.hah n.,ying 4 epair- 12/�tz
3201 18 Temporary Asphalt Paving Repair 12/20/2012
Z7�3 Flexible -Base Cour-ses 12/20/2012
1' 1129 Lime Tre. te.l Base reiifses 12/20/2012
11 27 Liquid T,.e, te,7 Soil Stabilize n4/25
27�o Asphalt It n .,ifig 12/�12
12 13 !''one -ete 12 ffV -ng 1 2/7zzr2vrzviz
2'�0 Sidc»ralkii, Dl :evvy;r,,md DGP.n eeP,-.�p W05,1201 8
Z'l�3 (`.,ne-ete Paving joint Se.,l. nos 1'f/'f�-svi12viz
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
32 14 16
Rr4A,_ _Tnit,!V ing
12/�4-2
27�
Uzi Mal dngs
1 11 1 /7 4
32 1725
��
Curb Ii�lint�ng
1 1 /04 /
��201-
3231 76
�rzv
i r 2S
� 11^� ��0['�iS
�12 20,12012
z
3231 79Gates12Q0/2012
2'�3
Ga&t in Plaoe Concrete not.,;nin Walls
�.4'Par4c..
0 0tg
1vnz
3291 19
Z7�3
Topsoil Plac.1o.,M,e and Finishing ays
17yd-E. M ll/i i Ecading, a -a SE)d 1i*g
z2/'fz�-zvi
i2/'f�-201/20 z
3293 13
d Ux-A--z
1 �� /�; 2
Division 33
- Utilities
3301 31
Closed Circuit Television (CCTV) Inspection
03/03/2016
3303 TO
223 0410
,3304 11
22�2
%Tw2; of Existing Sewer- Syste
E)ipt R.,,.,7;,,g and Eleetfieal isel.,tie
('.,,-.-esion CapAr-el Tort Stations
Magnesium Anode C t>,, die Pr-oteetio Syste-m
12 O/201i
12/�2012
17/7 z
12Q0,12012
22�0
22�0
2 2�0
22�0
Te.Y per-afy W.,to. So,..,;e
Cleaning neeept Testing Mains
07/0T
02/n�013.
11 /20,/201-2
12/,tea
and nee E)fW.,ter
Cleaning g E)f Sewer- Mains ins
Utility Treneh T7.,...,y t;an, Embedment, andBaek4;ll
2 2�zAWar
3305 13
�--v�-z�
33 nc 13.10
T ' Lower -in .
Fr-af o a Gt:a e Rings t T,.,,,..
n-�mi�G9vE`i'�-vru��cmg���+�crrvr�
>~ Cover- a Grade Rings Composite
rraii�e-
Adjusting Other- Stfuetufes
djsting Manholes, inlets, Valve Boxes,
12 /20 /20
01 /22/2016
�rc�r�vry
01 /o /2
t
rr7-nr/anz
T✓-v�-r
3305 14
and
Grade
22�o
22�7r
33 05 20
330521
22�z
r^erQte 17[ 4er- Vaults
C,,ne-ete Calla-s
rg
Tunr�.1 Tr
�date
Stool !''..sing Ripe
12/20/2012
,2/r Q0'/20i2
12/7r Q0'/20Q
17/20/12/20/2012��
17/20/2012
330523 23
33 0524
2 2�o
Cam. ,tn nips in Casing or- T„m of Liner- - Plate
U44 ty A R.,AEe -s /T .,e tef
17/7�i2
0649,12013
1 7 /7 z
22�0
33 11 -05
Tee do of Existing Ut;l;
Raftg Nut? anA Gaskets
12/20/2012
12/20/2012
22�no
10 1'��1"1 P1rC
i2Q0 /
'20Q
33 11 11
Ductile Iron Fittings
12/20/2012
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
11/16/2018
23 2
11 1�
Gelie�eto Prao�re Pipe Baf Wrapped, Stool Cylinder- de - Type
12/20/2012
✓3 11 11
Btified Stool Pipe and Fitting
12/�12
33 1210
ZZ�i
Water Services 1-inch to 2-inch
\7I
02/14/2017
1'f /'f�-201QW
33 1220
22�=
Large rge a4e - Mete -s
Resilient Seated Gate Valve
Sea4e 1
2
12/20/2012
33 1225
AWALA Ribber- Butte, -Fly V
Connection to Existing Water Mains
12/20/2012
02/06/2013
ZZ�O
Combination i- Valve n.,se 4es YoT Water- Systo
1220,12012
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
33 1250
22�
Water Sample Stations 12/20/2012
Blow Valve Assembly
P- P. 13
Standard off 06/1 3
Gufed i Place Ripe (CIPP) Q/20/2npzQ
33 21 13
c.
Fiber -glass Reifif ,-ee Pipe � .-1�r rowity Eary- anit,•--a Sewers i2/rr201/20 z
33 21 15
a 2/71/20z
HighPensit-y Polyethylene ('DDE) Dijv for- Sanitary C`o.. iz�-2 0
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
��
33 21 21
Polyvinyl Chloride (PVC) Close (`_,- Profile wi &anitarj i2/`1z�-21/20zPipe
33 31 22
Sanitary Se-- 7 Uip T lnirlg 12/'frcrzvrzviz
33 31 50
Sanitary Sewer Service Connections and Service Line 04/26/2013
333170
3339 10
Combination Aif Valve for Sanitary Sewer Foree Mains QQ0/2012
Caal iF D.V :e Gone -ete Manholes '/'z
33 39 20
Precast Concrete Manholes 12/20/2012
22�0
22�0
Y'ibun kaa� Manholes 117/7� QO/2012
Wastewater A
Chamber- (W A C 1 2/20/2
33 �o
eeess
Epoxy Line r E-xaitar;-5��w Ftmcturas QQ0,12012
22�11
u;,.L. T efis;ty Pelyethylene 7 nr D: f QQ0,12012
(�D� �s) � �o �t�� �1�;in �rz
3,3 11 12
33 4600
Reinforced Pelyethk*- (&RPH>) Pipe 1111 n�15
Subdi 12/20/2012
22 4601
ainagee �
1 /20
�n
Slotted Dmlrn, 07/0
3� 4602
eb 'D"m irzz 07 /n z
33 nn 1 n
Ts-�ry
C t n1 1�,i,, 7� les a 1 unetio BEwes 12Q0/2012
'�ti� 1i� � Lo�iJ 1/ �.tlrli'i^ rc�-z-vrcvr�
2 2�0
r��d J-mp Inlets 11 /�12
22�0
St.,.-.., Drainage He d-ualb and Wingwalls 07/no 1�,-o-1/2011
Division 34 - Transportation
34 41 1nn1 n l C t Q48/2n,c
�v-r a-rttciE�ii��lt�i i~�at�f'9a€�'Zz'�lacc r�-rvravz�
34 41 10.02 n �+
�02 rrttciE�ixixel�t� b6ntF6laerySppe
cEifiC-citl9n 02/2012
34 41 10.03 AttaehmentG Software-Speeifie-atien 0 2
2 1 12 T �'1 i2Q0/20i2
./� � � �., �ex�o-llrl� �i�r�� Flr�r�.l� iz-rtvrrvzz
311 11 15 R-wiwr4u. -Rqp�d Plzling , , / P
34 41 16 Pedc trm\i Lybr�j Signal , , /�13
34 4120 A ��o,v.bhes 12/20/201r2
��� Illurlsi�t� ^� �
3 4 ^env 11 Amtxial T )—',D Damnaires n6 /�15
34 ^�02 >~ -noway LED n,,.,,1...06/1 -5
3n n�o3 t l 0
�I �J '1�] leIy �ar�l�irgs 6/15/2015
34 4130 Alunmnum Sigr's 11 /12/2013
3471 13 Traffic Control 11/22/2013
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
GG 4.01
Page 8 of 8
GC 4.0'
GC-4.04 Underground Facilities
GC 4. E 1-hzardeus Environmental Condition at Site
Fes-7 Wag"Wes
GC-6.09 Permits and Utilities
GC-6.2� Nandiserimination
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105991'
Revised March 20, 2020
00 42 43
DAP - BID PROPOSAL
Page I of 4
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item)
Description
I Specification I Unit of I Bid
Unit Price
Bid Value
No.
Section No. Measure Quantity
UNIT I: WATER IMPROVEMENTS
1
3201.0151 Asphalt Pv nt Repair, Water Service
3201 17 LF 15
$450.00
$6,750.00
2
3312.2203 2" Water Service
33 12 10 EA 1
$11,250.00
$11,250.00
3
3305.0109 Trench Safety
3305 10 LF 28
$250.00
$7,000.00
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
TOTAL UNIT I: WATER IMPROVEMENTS
$25,000.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Cundiff Subdivision, Lot I, Block 1
Form Version May 22, 2019 00 42 43_Btd Proposal DAP
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
00 42 43
DAP - BID PROPOSAL
Page 2 of 4
Bidder's Application
Project Item Information Bidder's Proposal
Bidlist Item) I
Specification I Unit of I Bid
Description Unit Price Bid Value
No. Section No. Measure Quantity
UNIT II: SANITARY SEWER IMPROVEMENTS
1 3331.3101 4" Sewer Service 33 31 50 EA 1 $9,500.00 $9,500.00
2 3305.0109 Trench Safety 3305 10 LF 10 $250.00 $2,500.00
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS $12,000.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Cundiff Subdivision, Lot I, Block 1
Form Version May 22, 2019 00 42 43_Bid Proposal_DAP
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
Bidlist Item)
Description
No.
1
3213.0401 6" Concrete Driveway
2
3341.0103 18" RCP, Class III
3
3125.0101 SWPPP >1 acre (Silt Fence)
4
9999.0002 Construction Entrance
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
00 42 43
DAP - BID PROPOSAL
Page 3 of 4
Bidder's Application
Specification
Unit of
Bid
Section No.
I
Measure
I
Quantity
I
UNIT III: PAVING IMPROVEMENTS
32 1320
SF 306
3341 10
LF 40
31 25 00
LS 1
99 99 99
EA 1
TOTAL UNIT III: PAVING IMPROVEMENTS
Bidder's Proposal
Unit Price I Bid Value
$31.00
$98.00
$4, 500.00
$2, 500.00
$9,486.00
$3,920.00
$4,500.00
$2,500.00
$20,406.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Cundiff Subdivision, Lot I, Block I
Fonn Version May 22, 2019 00 42 43_Bid Proposal DAP
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
00 42 43
DAP -BID PROPOSAL
Page 4 of 4
Bidder's Application
Bidlist Item) Description I Specification I Unit of I Bid
No. Section No. Measure Quantity
Bid Summary
UNIT I: WATER IMPROVEMENTS
UNIT 11: SANITARY SEWER IMPROVEMENTS
UNIT III: PAVING IMPROVEMENTS
Total Construction Bid
This Bid is submitted by the entity named below:
BIDDER:
DT Utility Contractors Inc
2614 Causbie Rd Weatherford Texas 76087
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
Bidder's Proposal
Unit Price I Bid Value
BY: ✓a %A T�// N 7�'
TITLE: VP
DATE: 11 /25/2024
END OF SECTION
$25,000.00
$12,000.00
$20,406.00
$57,406.00
30 working days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Cundiff Subdivision, Lot 1, Block 1
Form Version May 22, 2019 00 42 43-Bid Proposal_DAP
0045 12
DAP PREQUALIFICATION STATEMENT
Page t of 1
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work
Tvae" box provide the complete maior work tvve and actual description as provided by the Water
Department for water and sewer and TPW for navinR.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Water Distribution, DT Utility Contractors Inc 4/30/2025
Development, 8-inch diameter
and smaller
Sewer Collection System, DT Utility Contractors Inc 4/30/2025
Development, 8-inches and
smaller
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
DT Utility Contractors Inc
2614 Causbie Rd
Weatherford TX 76087
BY: Colton Tollett
(Signature)
TITLE: Vice President
DATE: 11 /25/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12_Prequalification Statement 2015_DAP (002)
Form Version September 1, 2015
2
3
4
5
6
7
8
9
T
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
Rid
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of I
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. IX- 991 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:
Company
20Y C.ct.� c'SiG
Address
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: Cep Ilex
(Please Print)
Signature:/-'
Title: IIJ4
(Please Print)
BEFORE ME the undersigned authority, on this day personally appeared
,/yi A /o l�� , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of f Cont,"ae�s ,:rare, for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this#� day of
__ r�z��► , 20Z9.
op
KIM L.A`NS/�� NOTARY ?l1BLIC Notary Public in and for the State of Texas
STATE OFTEXASMy Comn =. :. ;n_1028
END OF SECTION
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT I, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN
Revised April 2, 2014
00 5243 - I
Developer Awarded Project Agreement
Page I of
1 SECTION 00 52 43
2 AGREEMENT
3 THIS AGRE EMENT, authorized on is rnade by and between the Developer,
4 Rick Jordan, authorized to do business in Texas ("Developer") and
5 Z"7 Gt¢rL, _L „ ��, � _, ,& , authorized to do
6 business in Texas, acting by and through its duly authorized representative, ("Contractor")-
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1. WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
I I Project identified herein.
12 Article 20 PROPROJE CT
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 Cnn(liff Stibrilvision Lot 1 Block 1 _.. _. .
16 Protect Nnmber C. ,� p � tit `° .` ' ,; l
17 Article 3. CONTRACT TI1VtE
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 30 calendar- days after the date when
23 the Contract Time commences to rum 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
28 3.2 above, plus any extension thereof allowed in accordance with Article 10 of the Standard
29 City Conditions of the Construction Contract for Developer Awarded Projects. The
30 Contractor also recognizes the delays, expense and difficulties involved in proving in a
31 legal proceeding the actual loss suffered by the Developer if the Work is not completed on
32 time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
33 damages for delay (but not as a penalty), Contractor shall pay Developer One Hundred
34 Dollars ($100.00) for each day that expires after the tirne specified in Paragraph 3.2 for
35 Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH CUNDIFF SUBDIVISION; LOT 1. BLOC'V,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENfS - DEVELOPER AWARDED PROJECTS CPN
Revised .tune 16, 2016
005243-2
Deveioper Awarded Project Agreement
Page 2 of 4
36 Article 4. CONTRACT PRICE
37 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
38 Documents an amount in current funds of Dollars
39 ($
40 Article 5. CONTRACT DOCUMENTS
41 5.1 CONTENTS:
42 A.The Contract Documents which comprise the entire agreement between Developer and
43 Contractor concerning the Work consist of the following:
44 1. This Agreement.
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
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 Forrn(s)
c. Payment Bond (DAP Version)
d. Performance Bond (DAP Version)
c. 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, S Lipp lementary 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 Conti -act Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance,
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS CPN
Revised June 16, 2016
00 52 43 -3
Developer Awarded Project Agreement
Page 3 of 4
74 Article 6< INDEMNIFICATION
75 6.11 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
76 expense, the city, its officers, servants and employees, from and against any and all
77 claims arising out of, or alleged to arise out of, the work and services to be performed
78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
79 under this contract. This indemnification provision is specifically intended to operate
80 and be effective even if it is alleged or proven that all or some of -the da apes being
81 sought were caused, in whole or in part, by any act, omission or negligence of the city°
82 This indemnity provision is intended to include, without limitation, indemnity for costs,
83 expenses and legal fees incurred by the city in defending against such claims and causes
84 of actions.
85
86 6.2 Conti -actor covenants and agrees to indemnify and hold harmless, at its own expense,
87 the city, its officers, servants and employees, from and against any and all loss, damage
88 or destruction of property of the city, arising out of, or alleged to arise out of, the work
89 and services to be performed by the contractor, its officers, agents, employees,
90 subcontractors, licensees or invitees under this contract. This indemnification provision
91 is specifically intended to overate and be effective even if it is alleged or proven that alb
92 or some of the damages beint- sought were caused, in whole or in part, by anv act,
93 omission or negliip_ence 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
105 obligations 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
109 remaining provisions shall continue to be valid and binding upon DEVELOPER and
110 CONTRACTOR.
111 7.5 Governing Law and Venue.
112 This Agreement, including all of the Contract Documents is performable in the State of
113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
114 Northern District of Texas, Fort `North Division.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCIL I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN _LQJ`
Revised June 16, 2016
0052 43 -4
Developer Awarded Project Agreement
Page 4 o1`4
117
118 7.6 Authority to Sign.
119 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized
120 signatory of the Contractor.
121
122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
123 counterparts.
124
125 This Agreement is effective as of the last date signed by the Parties ("Effective Date")
126
127
Contractor:
(Signature)
(Printed Name)
Title: k z
Company Name: O
Address: g4'1'el C,'
City/Mate/Zip:
(12�
Date
Developer:
f rvf � U
L G @ +
By
(Signature)
(Printed Flame)
Title:
Company name: - -i
Address:
L
City/State/Zip:
s ,
Date
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPI! 105991
Revised June 16, 2016
006213-1
PERFORMANCE BOND
Page 1 of 3
Bond No. UCSX400X1504
1 SECTION 00 6213
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 g KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT g
7
8 That we, D.T. Utility Contractors, Inc., known as "Principal" herein and US Casualty and
9 Surety Insurance Company, a corporate surety duly authorized to do business in the State
10 of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto
11 the Developer, Rick Jordan, authorized to do business in Texas ("Developer") and the City
12 of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of, Fifty -Seven
13 Thousand Four Hundred Six and 00/1 00Dollars ($57,406..Q4), lawful money of the United
14 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well
15 and truly to be made jointly unto the Developer and the City as dual obligees, we bind
16 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
19 of community facilities in the City of Fort Worth by and through a Community Facilities
20 Agreement, CFA Number 2- 00 0 ;and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the 14tti day of February, 2025, which Contract is hereby referred to and made a
23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment
24 labor and other accessories defined by law, in the prosecution of the Work, including any
25 Change Orders, as provided for in said Contract designated as Cundiff Subdivision, Lot 1,
26 Block 1.
27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
28 shalt faithfully perform it obligations under the Contract and shall in all respects duly and
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN 408 "9
Revised January 31, 2012 10,5991
006213-2
PERFORMANCE BOND
Page 2 of 3
Bond No. UCSX400X1504
1 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
2 shall faithfully perform it obligations under the Contract and shall in all respects duly and
3 faithfully perform the Work, including Change Orders, under the Contract, according to the
4 plans, specifications, and contract documents therein referred to, and as well during any
5 period of extension of the Contract that may be granted on the part of the Developer and/or
6 City, then this obligation shall be and become null and void, otherwise to remain in full force
7 and effect.
8 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
9 Tarrant County, Texas or the United States District Court forthe Northern District of Texas,
10 Fort Worth Division.
11 This bond is made and executed in compliance with the provisions of Chapter 2253
12 of the Texas Government Code, as amended, and all liabilities on this bond shall be
13 determined in accordance with the provisions of said statue.
14 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
15 instrument by duly authorized agents and officers on this the 2A'h day of February, 2025.
16
17
18
19
20
21 ATTEST:
22
23 �( 1_/L�
24
25 (Principal) Secretary
26
27
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
PRINCIPAL:
BY:
Signature
(�07 //0" 1 r" �� � � �
Name and Title
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN fo 6
to S 99 I
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
Witness as to Principal
4�=
Witness as to Surety, Katie Vanikiotis
006213-3
PERFORMANCE BOND
Page 3 of 3
Bond No. UCSX400X1504
Address:
2614 Causbie Road
Weatherford, TX.76087
SURETY:
US Casualty and Surety Insurance Company
BY:
Sig atu,�
Yamillec Ramos, Attorney--inzEact
Name and Title
Address:
39_3 C-o-ngress St. -Suite 502
Boto_rb-MA 02210
Telephone Number: (6 7) 4 1-1112
*Note: If signed by an officer of the Surety Company, there must be on file a certified
extract from the by-laws showing that this person has authority to sign such
obligation. If Surety's physical address is different from its mailing address, both
must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS CPN i9"Jy9a
Revised January 31, 2012 /ijs 7 fa 1
1
2
3
4 THE STATE OF TEXAS §
5
6 COUNTY OF TARRANT
7
006214-1
PAYMENT BOND
Page 1 of 3
Bond No. UCSX400X1504
SECTION 00 6214
PAYMENT BOND
§ KNOW ALL BY THESE PRESENTS:
8 That we, D.T. Utility Contractors, Inc., known as "Principal" herein, and US Casualty
9 and Surety In rance Company, a corporate surety, duly authorized to do business in the
10 State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound
11 unto the Developer, Rick Jordan, authorized to do business in Texas "(Developer"), and the
12 City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Fim-Seven
13 Thousand Fo J:iuJ1dred Six and 00/100 Dollars ($57,406.00), lawful money of the United
14 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well
15 and truly be made jointly unto the Developer and the City as dual obligees, we bind
16 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
19 of community facilities in the City of Fort Worth, by and through a Community Facilities
20 Agreement, CFA Number-cV1.2 ; and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded thel4tb day of Feb, 20n, which Contract is hereby referred to and made a
23 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
25 for in said Contract and designated as Cundiff Subdivision, Lot 1, Block 1.
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
28 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN
Revised January 31, 2012
006214-2
PAYMENT BOND
Page 2 of 3
Bond No. UCSX400X1504
1 Contract, then this obligation shall be and become null and void; otherwise to remain in full
2 force and effect.
3 This bond is made and executed in compliance with the provisions of Chapter 2253
4 of the Texas Government Code, as amended, and all liabilities on this bond shall be
5 determined in accordance with the provisions of said statute.
6 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
7 this instrument by duly authorized agents and officers on this the 24!-day of February, 2025.
8
ATTEST:
(Principal) Secretary
Witness as to Principal
PRINCIPAL:
BY: XA�
Signature
Name and Title
Address: 2614 Causbie Road
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD C17Y CONDITIONS —DEVELOPER AWARDED PROJECTS CPN
Revised January 31, 2012
006214-3
PAYMENT BOND
Page 3 of 3
Bond No. UCSX400X1504
SURETY:
US Casualty and urety-]nsurance Company
ATTEST: BY: V
Signatul
N/A
(Surety) Secretary
Witness as to Surety, Katie Vanikiotis
1
Yami_llec Ra=s, Attorney -in -Fact
Name and Title
Address: 303 Congress -St., Suite-02
Bast -on —MA 02210
Telephone Number: (6jX 471-1112
2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the
3 bylaws showing that this person has authority to sign such obligation. If Surety's physical
4 address is different from its mailing address, both must be provided.
5
6 The date of the bond shall not be prior to the date the Contract is awarded.
7 END OF SECTION
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK` 1
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN rv'9y j
Revised January 31, 2012
006219-1
MAINTENANCE BOND
Page 1 of 5
Bond No. UCSX40OXISO4
1 SECTION 00 6219
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we D.T. Utility Contractors. Inc., known as "Principal" herein and US Casualtv and
9 Surety Insurance Comoany, a corporate surety, duly authorized to do business in the State of
10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the
11 Developer, Rick Jordan, authorized to do business in Texas ("Developer") and the City of Fort
12 Worth, a Texas municipal corporation ("City"), in the sum of Fifty -Seven Thousand Four Hundred
13 Six and 001100 Dollars ($57.406.00), lawful money of the United States, to be paid in Fort
14 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the
15 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
17
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 CFA Number 2S -0012 ;and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the 14th day of Februanr, 2025, which Contract is hereby referred to and a made part
23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and
24 other accessories as defined by law, in the prosecution of the Work, including any Work resulting
25 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said
26 Contract and designated as Cundiff Subdivision, Lot 1, Block 1; and
27
CITY OF FORT WORTH p CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCPN
Revised January 31, 2012
006219-2
MAINTENANCE BOND
Page 2 of 5
Bond No. UCSX400X1504
1 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
2 accordance with the plans, specifications and Contract Documents that the Work is and will
3 remain free from defects in materials or workmanship for and during the period of two (2) years
4 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
5
6 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
7 receiving notice from the Developer and/or City of the need thereof at any time within the
8 Maintenance Period.
9
10 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
11 any defective Work, for which timely notice was provided by Developer or City, to a completion
12 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
13 full force and effect.
14
15 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed
16 defective Work, it is agreed that the Developer or City may cause any and all such defective
17 Work to be repaired and/or reconstructed with all associated costs thereof being borne by the
18 Principal and the Surety under this Maintenance Bond; and
19
20 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
21 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
22 Worth Division; and
23
24 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
25 recoveries may be had hereon for successive breaches.
26
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTSCPNL% I
Revised January 31, 2012
006219-3
MAINTENANCE BOND
Page 3 of 5
Bond No. UCSX40OX1504
CITY OF FORT WORTH / CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCPN
Revised January 31, 2012
DD6219-4
MAINTENANCE BOND
Page 4 of 5
Bond No. UCSX40OXIS04
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 24th day of February. 2025.
3
4 PRINCIPAL:
5 D.T. Utilitv Contractors. Inc.
6
7 BY:
8 Signature
9 ATTEST:
10
12
13
14
15
16
17
18
19
c
21
22
23
24
25
26
27
(Principal) Secretary
Witness as to Principal
�/A' r�l�/; 7 , ,/,
Name and Title
Address:
CITY OF FORT WORTH c
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCPN 105" r
Revised January 31, 2012
2614 Causbie Road
Weatherford. TX 76087
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
ATTEST:
N/A
(Surety) Secretary
Witness as to Surety, Katie Vanikiotis
006219-5
MAINTENANCE BOND
Page 5 of 5
Bond No. UCSX40OX1504
SURETY:
US Casualtv and Suretv Insurance Companv
BY: ` Q
7ign -ure
Yamillec Ramos, Attornev-in-Fact
Name and Title
Address:
303 Congress St., Suite 502
Boston. MA 02210
Telephone Number: (617) 471-1112
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTSCPN
Revised January 31, 2012
UNITED CASUALTY AND SURETY INSURANCE COMPANY
US Casualty and Surety Insurance Company
United Surety Insurance Company
POWER OF ATTORNEY 171400
KNOW ALL MEN BY THESE PRESENTS: That United Casualty and Surety Insurance Company, a corporation of the State of Nebraska, and US Casualty and Surety Insurance
Company and United Surety Insurance Company, assumed names of United Casualty and Surety Insurance Company (collectively, the Companies), do by these presents
make, constitute and appoint:
John Aboumrad, Cynthia Alford, Yamillec Ramos, Russ Frenzel, Neira Hernandez
its true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in iLs name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other Instruments or contracts of suretyship to Include
riders, amendments, and consents of surety, providing the bond penalty does not exceed Two Million & 00/100 Dollars
f S2,000,000.00 I. This Power of Attorney shall expire without further action on December 31°, 2025.
This Power of Attorney is granted under and by authority of the following resolutions adopted by the Board of Directors of the Companies at a meeting duly called
and held on the V day of July, 1993:
Resolved that the President. Treasurer, or Secretary be and they are hereby authorized and empowered to appoint Attorneys -In -Fact of the Company, in its name and as
its acts to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances. contracts of indemnity. aaivers of citation and all other writings
obligatory In the nature theretl, with power to attach thereto the seal of the Company Any such writings so executed by such Attorneys -in•Fact shall be birding
upon the Company as if they had been duly executed and acknowledged by the regularly elected Officers of the Company In their iron prover persons
That the signature of any officer authorized by Resolutions of this Board and the Company wal may be affixed by facsimile to any power of attorney or special power of
attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof, such signature and seal,
when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the
Company with the same force and effect as though manually affixed.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereunto affixed, this 29th day of January, 2024
aisuq.....•,".
1
,1 ., ram_
`SEAL .n,�,< �• St•:A 1. 'F.A1. ZE
Corporate Seals
Commonwealth of Massachusetts
County of Middlesex ss:
UNITED CASUALTY AND SURETY INSURANCE COMPANY
US Casualty and Surety Insurance Company
United Surety Insurance Company
,e. AA
R. Kyle Fowler, Treasurer
On this 29th day of January, 2024 , before me, Colleen A. Cochrane, a notary public, personally appeared, R. Kyle Fowler, Treasurer of United Casualty and
Surety Insurance Company, US Casualty and Surety Insurance Company and United Surety Insurance Company, who proved to me on the basis of satisfactory evidence
to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his
signature on the instrument the person(s), or the entity on behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the Commonwealth of Massachusetts that the foregoing paragraph is true and correct.
WITNESS my hand and seal.
OUM k CDCMUM
.� fir` • k 4�c l< t n.w� (Seal) Ne Phis CfJ+maeaAtl of
Notary Public Commission Expires: 1�1/2028 a MY cm UP% iUMS
I, Robert F. Thomas, President of United Casualty and Surety Insurance Company, US Casualty and Surety Insurance Company and United Surety Insurance Company
do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed bj said Companies, which is still in full force and effect;
furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect
in Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Newto; . A1a:,s Lhusetts this 241n day of
February 2025 -
Corporate Seals
Robert F.?hornas, President
TO CONFIRM AUTHENTICITY OF THIS BOND OR DOCUMENT EMAIL- CONFIRMSOND@UNlTEDCASUALTY.COM
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B
(Ed. 6-14)
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. Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract to furnish this
waiver.
2. Operations: All TX Operations
3. Premium:
The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in
connection with work performed for the above person(s) or organization(s) arising out of the operations
described.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
Date Prepared: February 20, 2024
Carrier: Bridgefield Casualty Insurance Company
Effective Date of Endorsement: April 20, 2024
Policy Number: 196-57864 Countersigned by:
Insured: D.T. Utility Contractors, Inc.
WC 42 03 04 B (Ed. 6-14)
"Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 2014 NCCI"
POLICY NUMBER: MP35280042 COMMERCIAL AUTO
NA CA 09 01 21
NATIONAL AMERICAN INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO ENHANCED COVERAGE ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
The following is a summary index of additional coverages provided by this endorsement. This endorsement is
subject to the provisions of your policy which means that it is subject to all limitations and conditions applicable to
this Coverage Part, unless specifically deleted, replaced, or modified therein. No coverage is provided by this
summary.
SUMMARY INDEX
DESCRIPTION PAGE NUMBER
SECTION II - COVERED AUTOS LIABILITY COVERAGE
Who Is An Insured
Broad Form Insured 2
Employee As Insureds 2
Additional Insured Status By Contract, Agreement Or Permit 2
Supplementary Payments
Bail Bond Coverage 2
Loss Of Earnings Coverage 2
Pollution Liability - Broadened Coveraqe For Covered Autos 2
SECTION III - PHYSICAL DAMAGE COVERAGE
Broadened Coverage
Towing And Labor 3
Physical Damage Additional Transportation Expense Coverage 4
Temporary Substitute Auto Physical Damage 4
Extra Expense- Theft 4
Rental Reimbursement And Additional Transportation Expense 4
Personal Effects Coverage 5
Personal Property Of Others 5
Locksmith Coverage 5
Vehicle Wrap Coverage 5
Airbag Accidental Discharge 5
Audio, Visual And Data Electronic Equipment Coverage 5
Auto Loan/Lease Total Loss Protection 6
Glass Repair- Deductible Amendment 6
SECTION IV - BUSINESS AUTO CONDITIONS
Broadened Coverage
Amended Duties In The Event Of Accident, Claim, Suit Or Loss 6
Waiver Of Subrogation - Automatic Status When Required In A Written Contract 6
Unintentional Failure To Disclose 6
Hired, Leased, Rented Or Borrowed Auto Physical Damage 7
SECTION V - DEFINITIONS
Mental Anguish Included in Definition of "Bodily Injury" 7
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 1 of 7
(SECTION II - COVERED AUTOS LIABILITY COVERAGE, WHO IS AN INSURED, SUPPLEMENTARY
PAYMENTS, POLLUTION)
The following changes are made to SECTION II - COVERED AUTOS LIABILITY COVERAGE:
A. The following are added to Paragraph A.1.:
1. Who Is An Insured
The following are "insureds":
d. Any organization that is acquired or formed by you, during the term of this policy and over which
you maintain majority ownership. However, the Named Insured does not include any newly formed
or acquired organization:
(1) That is a joint venture or partnership;
(2) That is an "insured" under any other policy;
(3) That has exhausted its Limits of Insurance under any other policy; or
(4) 180 days or more after its acquisition or formation by you, unless you have given us notice of
the acquisition or formation.
Coverage does not apply to "bodily injury" or "property damage" that results from an accident that
occurred before you formed or acquired the organization.
e. Your "employee" while acting in the course of your business or your personal affairs while using a
covered "auto" you do not own, hire or borrow.
f. Any person or organization for whom you are required to add as an additional insured when you
and such person or organization have agreed in writing in a contract or agreement, but such written
contract or agreement must be:
(1) Currently in effect or becoming effective during the term of this policy; and
(2) Executed prior to the "bodily injury" or "property damage".
Coverage provided by this extension applies only with respect to the extent that the person or
organization is liable for the conduct of an "insured" arising out of the ownership, maintenance or
use of a covered "auto" under this policy.
Coverage provided by this extension will not exceed the Limits of Liability required by the written
contract or agreement even if the limits stated in the policy exceed those limits. This coverage
shall not increase the Limit Of Ins urance for Covered Autos Liability Coverage shown in the
Declarations.
For any covered "auto" you own, the insurance provided under this extension is primary.
B. Paragraphs 2.a.(2) and 2.a.(4) are replaced with the following:
2. Coverage Extensions
a. Supplementary Payments
(2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required
because of an "accident' we cover. We do not have to furnis h these bonds.
(4) All reasonable expenses incurred by the "insured" at our request, including actual loss of
earnings up to $500 a day because of time off from work.
C. Pollution Liability - Broadened Coverage For Covered Autos
1. Covered Autos Liability Coverage is changed as follows:
a. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or
agreement.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 2 of 7
b. With respect to the coverage afforded by Paragraph A.1. above, Exclusion B.6. Care, Custody
Or Control does not apply.
2. Changes In Definitions
For the purposes of this endorsement, Paragraph D. of the Definitions Section is replaced by the
following:
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
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. 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
b. 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".
Paragraphs a. and b. 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:
(1) 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
(2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants"
is caused directly by such upset, overturn or damage.
3. Limits For "Covered Pollution Cost or Expense"
The most we will pay for "covered pollution cost or expense" is $100,000 in the aggregate per
policy period, regardless of the number of "accidents".
When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking
such damages or to pay such damages or defense expense.
(SECTION III - PHYSICAL DAMAGE COVERAGE, BROADENED PHYSICAL DAMAGE COVERAGES)
The following changes are made to SECTION III - PHYSICAL DAMAGE COVERAGE
A. Paragraph A.2 is replaced with the following:
A. Coverage
2. Towing And Labor
We will pay for towing and labor costs incurred, up to the limits shown below, each time a covered
"auto" is disabled:
a. For private passenger type vehicles, we will pay up to $100 per disablement.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 7
b. For all other covered "autos" we will pay up to $500 per disablement.
However, the labor must be performed at the place of disablement.
B. Paragraph A.4.a. is replaced with the following:
A. Coverage
4. Coverage Extensions
a. Transportation Expenses
We will pay up to $60 per day, to a maximum of $1,800, for temporary transportation
expense incurred by you because of the total theft of a c overed "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".
C. The following are added to Paragraph 4. Coverage Extensions:
4. Coverage Extensions
c. Temporary Substitute Autos
If Physical Damage Coverage is provided under this Coverage Form for an "auto" you own, the
Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do
not own while used with the permission of its owner as a temporary substitute for the covered
"auto" you own that is out of service because of its:
(1) Breakdown;
(2) Repair;
(3) Servicing;
(4) "Loss"; or
(5) Destruction.
d. Theft Recovery Expense
If you have purchased Comprehensive Coverage on a covered "auto" that is stolen, we will pay
the expense of returning that stolen "auto" to you. The limit for this coverage extension is
$5,000.
e. Rental Reimbursement
We will provide Rental Reimbursement and Additional Expense coverage only for those
Physical Damage coverages for which a premium is shown in the Declarations. Coverage
applies only to a covered "auto".
(1) We will pay for auto rental expense and the expense incurred by you because of a covered
cause of "loss" to remove and transfer your materials and equipment from a covered "auto"
to a covered "auto". Payment applies in addition to the otherwise applicable coverage you
have on a covered "auto". No deductible applies to this coverage.
(2) We will pay only for expens es incurred during the policy period and beginning 24 hours
after the "loss" and ending, regardless of the policy's expiration, with the lesser of the
following number of days:
(a) The number of days reasonably required to repair or replace the covered "auto". If
"loss" is caused by theft, this number of days is added to the number of days it takes to
locate the covered "auto" and return it to you; or
(b) 30 days.
(3) Our payment is limited to the lesser of the following amounts:
(a) Necessary and actual expenses incurred; or
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 7
(b) $75 per day.
(4) This coverage does not apply while there are spare or reserve "autos" available to you for
your operations.
(5) If "loss" results from the total theft of a covered "auto" of the private passenger type or light
truck type, we will pay under this coverage only that amount of your rental reimbursement
expense which is not already provided for under SECTION III - PHYSICAL DAMAGE
COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses.
f. Personal Effects
If you have purchased comprehensive coverage on a covered "auto" you own and that "auto" is
stolen, we will pay, without application of a deductible, up to $500 for "Personal Effects" stolen
with the covered "auto". The insurance provided under this provision is excess over any other
collectible insurance. For this coverage extension, "Personal Effects" means tangible property
that is worn or normally carried on "insured's" person.
g. Personal Property Of Others
We will pay up to $500 for "loss" to personal property of others in or on your covered "auto".
This coverage applies only in the event of "loss" to your covered "auto" caused by fire,
lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another
object, or the covered "auto's" overturn. No deductible applies to this coverage.
h. Locksmith Coverage
We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside
a covered private passenger type "auto". The deductible is waived for these services.
i. Vehicle Wrap Coverage
Under either Comprehensive or Collision Coverage, we will pay up to $1,000 for vinyl vehicle
wraps which are displayed on a covered "auto" at the time of a total "loss".
Regardless of the number of "autos" deemed a total "loss", the most we will pay under this
coverage for any one "loss" is $5,000. For purposes of this coverage, signs or other graphics
painted or magnetically affixed to the c overed "auto" are not considered vehicle wraps.
D. Paragraph 113.3. is replaced with the following:
B. Exclusions
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".
This exclusion also does not apply to the mechanical breakdown relating to the accidental
discharge of an air bag. This exception applies only if you have purchased comprehensive
or collision coverage on the covered "auto" you own and coverage is excess of any other
collectible insurance or warranty. No deductible applies to this coverage.
E. Paragraph CA.b. is replaced with the following:
C. Limits Of Insurance
1. The most we will pay for:
b. All electronic equipment that reproduces, receives or transmits audio, visual or data
signals in any one "loss" is $5,000, 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
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 7
(3) An integral part of such equipment as described in Paragraphs b.(1) and b.(2) above.
F. The following is added to Paragraph C. Limits of Insurance.
C. Limits Of Insurance
4. In the event of a total "loss" to a covered "auto" shown in the Declarations, which is subject
to a loan or lease at the time of the "loss", we will pay any unpaid amount due, including up
to a maximum of $500 for early termination fees or penalties on the lease or loan for a
covered "auto", less:
a. The amount paid under the Physical Damage Coverage Section of the policy; and
b. Any:
(1) Overdue lease or loan payments at the time of the "loss";
(2) Financial penalties imposed under a lease for excessive use, abnormal wear and
tear or high mileage;
(3) Security deposits not returned by the lessor;
(4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability
Insurance purchased with the loan or lease; and
(5) Carry-over balances from previous loans or leases.
G. The following is added to Paragraph D. Deductible
D. Deductible
Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to
glass breakage if the damaged glass is repaired, rather than replaced.
(SECTION IV - BUSINESS AUTO CONDITIONS, BROADENED COVERAGE)
The following changes are made to SECTION IV - BUSINESS AUTO CONDITIONS:
A. The following is added to Paragraph 2. Duties In The Event Of Accident, Claim, Suit Or Loss
2. Duties In The Event Of Accident, Claim, Suit Or Loss
d. Knowledge of any "accident', "claim", "suit" or "loss" will be deemed knowledge by you when notice
of such "accident', "claim", "suit' or "loss" has been received by:
(1) You, if you are an individual;
(2) Any partner or insurance manager, if you are a partnership;
(3) An executive officer or insurance manager, if you are a corporation;
(4) Your members, managers or insurance manager, if you are a limited liability company; or
(5) Your officials, trustees board members or insurance manager, if you are a not -for -profit
organization.
B. The following is added to Paragraph 5. Transfer Of Rights Of Recovery Against Others To Us
5. Transfer Of Rights Of Recovery Against Others To Us
However, we waive any rights of recovery we may have under the policy against any person or
organization for whom the insured is working or operating under a written contract when such contract
requires a waiver of subrogation. This provision does not apply unless the written contract has been
executed prior to the "bodily injury" or "property damage".
C. The following is added to Paragraph B.2. Concealment, Misrepresentation Or Fraud:
B. General Conditions
2. Concealment, Misrepresentation Or Fraud
However, your unintentional error in disclosing, or failing to disclose, any material fact existing at
the effective date of this Coverage Form, or during the policy period in connection with any
additional hazards, will not prejudice your rights under this Coverage Form.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. page 6 of 7
D. Paragraph 5.b. of B. General Conditions is replaced with the following:
B. General Conditions
5. Other Insurance
b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"
you own:
(1) Any covered "auto" you lease, hire, rent or borrow; and
(2) Any covered "auto" hired or rented by your "employee" under a contract in that individual
"employee's" name, with your permission, while performing duties related to the conduct of
your business.
However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto".
The most we will pay for any one "loss" is the lesser of the following:
(1) $75,000 per accident; or
(2) Actual cash value at the time of loss; or
(3) Cost of repair.
Less the deductible shown in Item Four of the Declarations.
An adjustment for depreciation and physical condition will be made in determining actual cash
value in the event of a total "loss". The deductible does not apply to "loss" caused by fire or
lightning.
This coverage is excess over any other collectible insurance.
(SECTION V - DEFINITIONS, MENTAL ANGUISH)
A. Paragraph C. under SECTION V - DEFINITIONS is replaced with the following:
C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental
anguish or death resulting from such bodily injury, sickness, or disease.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 7
NATIONAL AMERICAN INSURANCE COMPANY
CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE
ENDORSEMENT
SUMMARY OF COVERAGES
The following is a summary of additional coverages provided by this endorsement. This endorsement is subject to
the provisions of your policy which means that it is subject to all terms, limitations, exclusions and conditions of the
policy, except and to the extent specifically stated in this endorsement. No coverage is provided by tiis summary.
COVERAGE DESCRIPTION PAGE
Coverage Extensions
Extended Property Damage 2
Expanded Fire Legal Liability to Include Explosion, Lightning and Sprinkler Leakage 2
Coverage For Non -Owned Watercraft Extended to 51 Feet in Length 2
Newly Formed or Acquired Organizations- Extend The Reporting Requirement to 180 Days 7
Knowledge of Occurrence- Knowledge of an "occurrence", claim, or "suit' by your agent, servant,
or employee shall not in itself constitute knowledge of the Named Insured unless an officer of the 11
Named Insured has received such notice from the agent, servant, or employee
Primary And Noncontributory- Other Insurance Condition 11
Waiver of Subrogation - Automatic Status When Required In A Written Contract 11
Additional Coveraaes Limit of Insurance
Coverage D - Voluntary Property Damage Coverage $5,000 Occurrence 2
$10,000 Aggregate
Coverage E - Care, Custody or Control Property $10,000 Occurrence
Damage Coverage $25,000 Aggregate 3
Coverage F- Product Recall Expense
$10,000
Each Recall
$25,000
Aggregate
$1,000
Deductible
Coverage G - Water Damage Legal Liability
$25,000
Aggregate
Coverage H - Contamination or Pollution Coverage
$100,000
Aggregate
(Sudden And Accidental)
Increase in Supplementary Payments
Bail Bonds - $1,000
Loss of Earnings - $500
Additional Insured Coverages on a Primary and Non -Contributory Basis:
Additional Insured- Owners, Lessees or Contractors- Automatic Status When Required In
Construction Agreement With You
Additional Insured- Lessor of Leased Equipment- Automatic Status When Required In
Lease Agreement With You
Additional Insured- Managers or Lessor of Premises- Automatic Status When Required In
A Written Contract
Additional Insured- Engineers, Architects or Surveyors Not Engaged by the Named
Insured
Aggregate Limits of Insurance
Automatically Included - Per Location Subject to Cap 10
Automatically Included - Per Project Subject to Cap 10
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 1 of 11
POLICY NUMBER: MP35280042 COMMERCIAL GENERAL LIABILITY
NA CG 23A 03 21
NATIONAL AMERICAN INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE
ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SECTION I - COVERAGES
A. The following changes are made under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury
And Property Damage Liability:
1. Exclusion a. is replaced by the following:
a. Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This
exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable
force to protect persons or property.
2. Expanded Fire Legal Liability
The last paragraph under 2. Exclusions is replaced by the following:
Exclusions c. through n. do not apply to damage by fire, explosion, lightning,or smoke resulting from
such fire, explosion, or lightning, or sprinkler leakage 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.
3. Non -Owned Watercraft
Exclusion g. (2) (a) is replaced by the following:
g. Aircraft, Auto Or Watercraft
(2) A watercraft you do not own that is:
(a) Less than 51 feet long; and
B. The following additional coverages are added to Section I - Coverages. Each of these additional coverages
is subject to Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage
Liability and all other terms, limitations, conditions, exclusions and all other provisions of the policy except and
to the extent otherwise specifically stated in this endorsement.
COVERAGE D - VOLUNTARY PROPERTY DAMAGE COVERAGE
1. Insuring Agreement
a. At your request, and whether or not you are legally obligated to pay, we will pay for "property damage" to
property of others you cause while the property is in your possession or if the "property damage" arises out
of "your work".
b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, a $5,000 occurrence limit and a
$10,000 aggregate limit is the most we will pay under Coverage D for damages because of "property
damage".
The aggregate limit is the maximum amount we will pay for all covered 'occurrences" during the policy
period.
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office Inc., with its Permission. Page 2 of 11
c. Our duty to pay ends when we have paid the applicable Limit of Insurance in the payment of judgments or
settlements under Coverage D.
2. Exclusions
a. For purposes of Coverage D. only, Exclusion j. under Paragraph 2. Exclusions of Section I -
Coverage A - Bodily Injury And Property Damage Liability, is replaced by the following:
Damage To Property
"Property damage" to:
(1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent,
lease, operate or use;
(2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you
own, hire or lease;
(3) Property you own, rent, lease, borrow or use.
COVERAGE E - CARE, CUSTODY OR CONTROL PROPERTY DAMAGE COVERAGE
1. Insuring Agreement
a. We will pay for "property damage" to personal property in the care, custody or control of the insured subject
to the following provisions, limitations and conditions:
(1) Exclusion j.(4) under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And
Property Damage Liability, does not apply to Coverage E.
(2) Subject to 5. of SECTION III - LIMITS OF INSURANCE, a $10,000 occurrence limit and a $25,000
aggregate limit is the most we will pay under Coverage E.
The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy
period.
(3) 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 Coverage E., regardless of the number of:
(a) Insureds;
(b) Claims made or "suits" brought; or
(c) Persons or organizations making claims or bringing "suits".
COVERAGE F - PRODUCT RECALL EXPENSE
1. Insuring Agreement
a. Notwithstanding Exclusion n. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily
Injury And Property Damage Liability, and subject to the limits shown in the Summary of Coverages, we
will pay the "product recall expense" you incur as a result of a "product recall" you initiate during
the coverage period.
b. We will only pay for " product recall expense" arising out of "your products" which have been physically
relinquished to others.
c. This coverage is subject to a $10,000 each product recall limit and a $25,000 aggregate limit. The
most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls"
you initiate during the policy period shall not be greater than $25,000.
d. 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 Coverage F.
2. Exclusions
This insurance does not apply to "product recall expense" arising out of:
a. Any fact, circumstance or situation which existed at the inception date of the policy and which you were
aware of, or could reasonably have foreseen that would have resulted in a "product recall".
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 11
b. Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the
manufacture, design, processing, storage, or transportation of "your product".
c. The withdrawal of similar products or batches that are not defective, when a defect in another product or
batch has been found.
d. Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or
directors.
e. Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged.
f. "Bodily injury" or "property damage':
g. Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness,
quality, efficacy or efficiency, whether written or implied.
h. Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any
other consequential damages.
L Legal fees or expenses.
j. Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your
product".
k. "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is
excluded by endorsement.
I. Any "product recall" initiated due to the expiration of the designated shelf life of "your product".
3. Conditions
The following conditions are added to Coverage F.
a. Duties In Event of Product Recall
In the event of a "product recall", you must:
(1) See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice
should include how, when and where the "product recall" took place and estimated "product recall
expense".
(2) Take all reasonable steps to minimize "product recall expense". This will not increase the Limits of
Insurance.
(3) If requested, permit us to question any insured under oath at such times as may be reasonably
required about any matter relating to this insurance orthe insured's claim, including your books
and records. Your answers must be signed.
(4) Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn
statement of loss containing the information we request to investigate the claim. You must do this
within 60 days after our request.
(5) Cooperate with us in the investigation or settlement of any claim.
(6) Assist us upon our request, in the enforcement of any rights against any person or organization which
may be liable to you because of loss to which this insurance applies.
4. Definitions
The following definitions are added:
a. "Product recall" means a withdrawal or removal from the market of "your product" based on the
determination by you or any regulatory or governmental agency that:
(1) The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or
"property damage" and
(2) Such determination requires you to recover possession or control of "your product" from any distributor,
purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or
consumption, or is hazardous as a result of:
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 11
(a) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or
transportation of "your product"; or
(b) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by
someone other than you.
b. "Product recall expense" means reasonable and necessary expenses for:
(1) Telephone, radio and television communication and printed advertisements, including stationery,
envelopes and postage.
(2) Transporting recalled products from any purchaser, distributor or user, to locations designated by you.
(3) Remuneration paid to your employees for overtime, as well as remuneration paid to additional
employees or independent contractors you hire.
(4) Transportation and accommodation expense incurred by your employees.
(5) Rental expense incurred for temporary locations used to store recalled products.
(6) Expenses incurred to properly dispose of recalled products, including packaging that cannot be reused.
(7) Transportation expense incurred to replace recalled products.
(8) Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to
exceed your original cost of manufacturing, processing, acquisition and/or distribution.
These expenses must be incurred as a result of a "product recall".
COVERAGE G - WATER DAMAGE LEGAL LIABILITY
1. Insuring Agreement
a. Notwithstanding Exclusion j.(1) under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury
And Property Damage Liability, we will pay for "property damage" to premises that are both rented to
and occupied by you if the "property damage" happens during the policy period as the result of an
"occurrence" and arises out of the injurious presence of water.
b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, the most we will pay under Coverage
G. is $25,000 aggregate per policy period.
The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy
period.
c. 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 Coverage G.
COVERAGE H - CONTAMINATION OR POLLUTION COVERAGE (Sudden And Accidental
For Contractors)
A. The following provisions are added to Section I - Coverage A - Bodily Injury And Property Damage
Liability.
1. LIMITED POLLUTION COVERAGE
Exclusion f. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property
Damage Liability is replaced by the following:
This insurance does not apply to:
f. Pollution
(1) "Bodily injury' or "property damage" which would not have occurred in whole or part but for the
actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of
"pollutants" at any time.
(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
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 11
(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."
This exclusion does not apply to that portion of any "bodily injury" or "property damage" which is
caused by a "pollution incident", subject to the limits of insurance set forth below in this endorsement,
but only if the following conditions are met:
(a) The commencement time and date of such "pollution incident" can be identified with certainty, and
such "pollution incident' commences at a specific time and date during the policy period;
(b) Such "pollution incident' is an accident and unintentional release, discharge, emission or escape of
"pollutants," is sudden and accidental and is neither expected nor intended by any insured;
(c) Such "pollution incident' is not a repeat or resumption of a previous discharge, dispersal, release or
escape of the same "pollutants" from essentially the same source within twelve (12) months of a
previous discharge, dispersal, release or escape;
(d) Such "bodily injury" or "property damage" is not caused or contributed to in any degree by any
"pollution incident" that commenced prior to the beginning of the Policy Period shown in the
Declarations;
(e) Such "pollution incident' is discovered or otherwise becomes known to you within thirty (30) days of
its commencement and is reported to us in writing within thirty (30) days after you first obtain
knowledge of the "pollution incident';
(f) Such "pollution incident' did not result from or was not contributed to by your failure to comply with
any government statute, rule, regulation, or order;
2. LIMITS FOR POLLUTION COVERAGE:
The most we will pay for liability because of covered "bodily injury" and "property damage" caused by one
or more "pollution incidents" shall not be greater than $100,000 in the aggregate per policy period.
For the purpose of mitigating further "bodily injury" or "property damage" caused by a covered "pollution
incident," $ 100,000 may be applied to costs or expenses incurred by any insured for cleaning up,
removing or containing a covered "pollution incident' on the particular part of real property upon which the
operations of the insured are conducted. This amount shall not be in addition to the limits set forth above,
but such amounts shall reduce such applicable limits.
When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking such
damages or pay such damages or defense expense.
This coverage does not apply to Coverage B - Personal And Advertising Injury Liability
3. NON -EXTENSION OF COVERAGE:
The only coverage provided under this policy for liability in any way relating to, or caused by, any
"pollution incident" is that which is set forth in this endorsement.
4. DEFINITIONS
All provisions of the POLICY DEFINITIONS portion of this insurance remain unchanged except as modified
by the following:
For purposes only of the coverages addressed in this endorsement, the definition of "property damage" is
replaced with the following:
"Property Damage" means:
a. Physical Injury to, destruction of, or contamination of tangible property, including all resulting loss of
use of that property; or
b. Loss of use of tangible property that is not physically injured, destroyed or contaminated but has
been evacuated, withdrawn from use or rendered inaccessible because of a "pollution incident."
c. Any loss, cost, or expense which you become legally obligated to pay, provided that you receive
notice asserting such obligation during the policy period or within 30 days thereafter, and provided
further that such "loss," cost or expense arises out of:
(1) A request, demand or order that any insured or others test for, monitor, clean-up, remove, contain,
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 6 of 11
treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants;" or
(2) A claim or legal proceeding by or on behalf of a governmental authority for payments because of
testing for, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way
responding to or assessing the effects of "pollutants."
"Pollution Incident" means an "occurrence" consisting of any actual emission, discharge, release, or escape
of any "pollutant' into or upon land, the atmosphere, any watercourse or body of water, or any building or
dwelling, provided that such emission, discharge, release or escape results in "environmental damage."
The entirety of any such actual emission, discharge, release or escape shall be deemed to be one
"pollution incident."
"Pollutant" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor,
soot, fumes, acids, alkalis, chemicals, waste and saline substances. Waste includes materials to be
recycled, reconditioned or reclaimed.
"Environmental Damage" means any injurious presence actually in or upon land, the atmosphere, any
watercourse or body of water, or any building or dwelling, of any "pollutant."
SUPPLEMENTARY PAYMENTS - COVERAGES A AND B
1. SUPPLEMENTARY PAYMENTS- COVERAGES A AND B is amended as follows:
a. To read SUPPLEMENTARY PAYMENTS -ALL COVERAGES
b. The following language is added at the end of Paragraph 1.
However, we shall have none of the duties set forth above when this insurance applies only for Coverage
D., Coverage E., or both, and we have paid the Limit of Liability or the Aggregate Limt for these additional
coverages.
c. Bail Bonds
Paragraph 1.b. is replaced by the following:
1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we
defend:
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.
d. Loss of Earnings
Paragraph 1.d. is replaced by the following:
1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we
defend:
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.
SECTION II - WHO IS AN INSURED
A. The following changes are made to SECTION II -WHO IS AN INSURED
1. Extended Reporting Requirements
Paragraph 3.a. is replaced by the following:
3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability
company, and over which you maintain ownership or majority interest, 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. The following provisions are added to SECTION II - WHO IS AN INSURED:
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 11
4. Additional Insured - Owners, Lessees or Contractors- Automatic Status When Required In
Construction or Service Agreement With You
Each of the following is an insured:
a. Any person or organization for whom you are performing operations when you and such person or
organization have agreed in writing in a contract or agreement that such person or organization be
added as an additional insured on your policy;
b. Any other person or organization you are required to add as an additional insured under the contract or
agreement described in Paragraph a. above.
Such person or organization is an additional insured only with respect to liability for "bodily injury",
"property damage" or "personal and advertising injury" which may be imputed to that person or
organization directly arising out of:
(1) Your acts or omissions, or the acts or omissions of those acting on your behalf in the performance
of your ongoing operations for the additional insured; or
(2) "Your work" specified in the "written contract" but only for "bodily injury", "property damage" or
"personal and advertising injury" included in the "products -completed operations hazard";
However, the insurance afforded to such additional insureds described in Paragraphs a. and b. above, only
applies to the extent permitted by law and will not be broader than that which you are required by the
contract or agreement to provide for such additional insureds.
c. With respect to the insurance afforded to these additional insureds, the following additional exclusions
apply:
This insurance does not apply to:
(1) "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:
(a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions,
reports, surveys, field orders, change orders or drawings and specifications; or
(b) Supervisory, inspection, 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 architectural,
engineering or surveying services.
d. With respect to the insurance afforded to these additional insureds, the following is added to Section III
- Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance:
(1) Required by the contract or agreement you have entered into with the additional insured; or
(2) Available under the applicable Limits of Insurance;
whichever is less.
This coverage shall not increase the applicable Limits of Insurance.
5. Additional Insured - Lessor of Leased Equipment- Automatic Status When Required In Lease
Agreement With You
Each of the following is an insured:
a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or
organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s)
be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only
with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury"
directly arising out of the maintenance, operation or use of equipment leased to you by such person(s)
or organization(s).
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 8 of 11
However:
(1) The insurance afforded to such additional insured only applies to the extent permitted by law; and
(2) If coverage provided to the additional insured is required by a contract or agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the
contract or agreement to provide for such additional insured.
b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to
any "occurrence" which takes place after the equipment lease expires.
c. With respect to the insurance afforded to these additional insureds, the following is added to Section III
- Limits of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
(1) Required by the contract or agreement; or
(2) Available under the applicable Limits of Insurance;
whichever is less.
This coverage shall not increase the applicable Limits of Insurance.
6. Additional Insured - Managers or Lessors of Premises
Each of the following is an insured:
a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership,
maintenance or use of that part of the premises leased to you and subject to the following additional
exclusions:
This insurance does not apply to:
(1) Any "occurrence" which takes place after you cease to be a tenant in that premises.
(2) Structural alterations, new construction or demolition operations performed by or on behalf of such
person(s) or organization(s).
However:
(1) The insurance afforded to such additional insured only applies to the extent permitted by law; and
(2) If coverage provided to the additional insured is required by a contract or agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the
contract or agreement to provide for such additional insured.
b. With respect to the insurance afforded to these additional insureds, the following is added to Section
III -Limits of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
(1) Required by the contract or agreement; or
(2) Available under the applicable Limits of Insurance;
whichever is less.
This coverage shall not increase the applicable Limits of Insurance.
7. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured
Each of the following is an insured:
a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect
to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be
imputed to that architect, engineer or surveyor arising out of:
(1) Your acts or omissions; or
(2) The acts or omissions of those acting on your behalf;
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 9 of 11
in the performance of your ongoing operations performed by you or on your behalf.
Such architects, engineers or surveyors, while not engaged by you, are contractually required to be
added as an additional insured to your policy.
However, the insurance afforded to such additional insured:
(1) Only applies to the extent permitted by law; and
(2) Will not be broader than that which you are required by the contract or agreement to provide for
such additional insured.
b. With respect to the insurance afforded to these additional insureds, the following additional exclusion
applies:
The 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, including:
(1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports,
surveys, change orders, designs or specifications; or
(2) Supervisory, inspection or engineering services.
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.
SECTION III - LIMITS OF INSURANCE
A. Paragraphs 2., 3., and 6. of SECTION III - LIMITS OF INSURANCE are replaced by the following:
2. The General Aggregate Limit is the most we will pay for the sum of:
a. Medical expenses under Coverage C;
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; and
d. Damages under Coverage G.
e. Damages under Coverage H.
3. 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" and Coverage F.
6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay
under Coverage A for damages because of "property damage" to any one premises, while rented to you,
or in the case of damage by fire, explosion, lightning, or smoke resulting from such fire, explosion, or
lightning, or sprinkler leakage while rented to you or temporarily occupied by you with permission of the
owner.
B. The following are added to SECTION III - LIMITS OF INSURANCE:
8. Aggregate Limits of Insurance ( Per Location)
The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or
temporarily occupied by you with the permission of the owner.
"Location" means premises involving the same or connecting lots, or premises whose connection is
interrupted only by a street, roadway, waterway or right-of-way of a railroad.
9. Aggregate Limits of Insurance (Per Project)
The General Aggregate Limit applies separately to each of your "construction projects" away from premises
owned by or rented to you.
"Construction Project" means "your work" conducted according to a single plan.
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 10 of 11
10. Even though the General Aggregate Limit applies separately to each of your "locations" and each of your
"construction projects", the most we will pay under this policy is three times the General Aggregate Limit
regardless of the number of "locations", "construction projects", 'occurrences", "insureds", claims, "suits",
or persons or organizations making claims or bringing "suits".
SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS
A. The following is added to Paragraph 4. Other Insurance:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek contribution from any other insurance available to an additional
insured under your policy provided that:
(1) The additional insured is a Named Insured under such other insurance; and
(2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not
seek contribution from any other insurance available to the additional insured.
B. Paragraphs 2.a. and b. are replaced with the following:
2. Duties In The Event Of Occurrence, Offense, Claim Or Suit
a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which
may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in
itself constitute knowledge of the Named Insured unless an officer of the Named Insured has received
such notice from the agent, servant or employee. To the extent possible, notice should include:
(1) How, when and where the "occurrence" 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. If a claim is made or "suit' is brought against any insured, you must:
(1) Immediately record the specifics of the claim or "suit' and the date received; and
(2) Notify us as soon as practicable.
You must see to it that we receive written notice of the claim or "suit' as soon as practicable. Knowledge of
a claim or "suit' by your agent, servant or employee shall not in itself constitute knowledge of the Named
Insured unless an officer of the Named Insured has received such notice from the agent, servant or
employee.
C. The following is added to Paragraph 2.c.:
2. Duties In The Event Of Occurrence, Offense, Claim or Suit
c. You and any other involved insured must:
(5) Upon our request, replace or repair the property covered under Coverage D - Voluntary Property
Damage at your actual cost, excluding profit or overhead.
D. Paragraph 8. is modified by adding the following sentence:
8. Transfer Of Rights Of Recovery Against Others To Us
We waive our right to recovery against any person or organization for whom the insured is operating under
a written contract when such contract requires a waiver of subrogation, and such contract is executed
before the "property damage" or "bodily injury" occurs or the "personal and advertising" offense is
committed.
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 11 of 11
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B
(Ed. 6-14)
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. Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract to furnish this
waiver.
2. Operations: All TX Operations
3. Premium:
The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in
connection with work performed for the above person(s) or organization(s) arising out of the operations
described.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
Date Prepared: February 20, 2024
Carrier: Bridgefield Casualty Insurance Company
Effective Date of Endorsement: April 20, 2024
Policy Number: 196-57864 Countersigned by:
Insured: D.T. Utility Contractors, Inc.
WC 42 03 04 B (Ed. 6-14)
"Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 2014 NCCI"
POLICY NUMBER: MP35280042 COMMERCIAL AUTO
NA CA 09 01 21
NATIONAL AMERICAN INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO ENHANCED COVERAGE ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
The following is a summary index of additional coverages provided by this endorsement. This endorsement is
subject to the provisions of your policy which means that it is subject to all limitations and conditions applicable to
this Coverage Part, unless specifically deleted, replaced, or modified therein. No coverage is provided by this
summary.
SUMMARY INDEX
DESCRIPTION PAGE NUMBER
SECTION II - COVERED AUTOS LIABILITY COVERAGE
Who Is An Insured
Broad Form Insured 2
Employee As Insureds 2
Additional Insured Status By Contract, Agreement Or Permit 2
Supplementary Payments
Bail Bond Coverage 2
Loss Of Earnings Coverage 2
Pollution Liability - Broadened Coveraqe For Covered Autos 2
SECTION III - PHYSICAL DAMAGE COVERAGE
Broadened Coverage
Towing And Labor 3
Physical Damage Additional Transportation Expense Coverage 4
Temporary Substitute Auto Physical Damage 4
Extra Expense- Theft 4
Rental Reimbursement And Additional Transportation Expense 4
Personal Effects Coverage 5
Personal Property Of Others 5
Locksmith Coverage 5
Vehicle Wrap Coverage 5
Airbag Accidental Discharge 5
Audio, Visual And Data Electronic Equipment Coverage 5
Auto Loan/Lease Total Loss Protection 6
Glass Repair- Deductible Amendment 6
SECTION IV - BUSINESS AUTO CONDITIONS
Broadened Coverage
Amended Duties In The Event Of Accident, Claim, Suit Or Loss 6
Waiver Of Subrogation - Automatic Status When Required In A Written Contract 6
Unintentional Failure To Disclose 6
Hired, Leased, Rented Or Borrowed Auto Physical Damage 7
SECTION V - DEFINITIONS
Mental Anguish Included in Definition of "Bodily Injury" 7
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 1 of 7
(SECTION II - COVERED AUTOS LIABILITY COVERAGE, WHO IS AN INSURED, SUPPLEMENTARY
PAYMENTS, POLLUTION)
The following changes are made to SECTION II - COVERED AUTOS LIABILITY COVERAGE:
A. The following are added to Paragraph A.1.:
1. Who Is An Insured
The following are "insureds":
d. Any organization that is acquired or formed by you, during the term of this policy and over which
you maintain majority ownership. However, the Named Insured does not include any newly formed
or acquired organization:
(1) That is a joint venture or partnership;
(2) That is an "insured" under any other policy;
(3) That has exhausted its Limits of Insurance under any other policy; or
(4) 180 days or more after its acquisition or formation by you, unless you have given us notice of
the acquisition or formation.
Coverage does not apply to "bodily injury" or "property damage" that results from an accident that
occurred before you formed or acquired the organization.
e. Your "employee" while acting in the course of your business or your personal affairs while using a
covered "auto" you do not own, hire or borrow.
f. Any person or organization for whom you are required to add as an additional insured when you
and such person or organization have agreed in writing in a contract or agreement, but such written
contract or agreement must be:
(1) Currently in effect or becoming effective during the term of this policy; and
(2) Executed prior to the "bodily injury" or "property damage".
Coverage provided by this extension applies only with respect to the extent that the person or
organization is liable for the conduct of an "insured" arising out of the ownership, maintenance or
use of a covered "auto" under this policy.
Coverage provided by this extension will not exceed the Limits of Liability required by the written
contract or agreement even if the limits stated in the policy exceed those limits. This coverage
shall not increase the Limit Of Ins urance for Covered Autos Liability Coverage shown in the
Declarations.
For any covered "auto" you own, the insurance provided under this extension is primary.
B. Paragraphs 2.a.(2) and 2.a.(4) are replaced with the following:
2. Coverage Extensions
a. Supplementary Payments
(2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required
because of an "accident' we cover. We do not have to furnis h these bonds.
(4) All reasonable expenses incurred by the "insured" at our request, including actual loss of
earnings up to $500 a day because of time off from work.
C. Pollution Liability - Broadened Coverage For Covered Autos
1. Covered Autos Liability Coverage is changed as follows:
a. Paragraph a. of the Pollution Exclusion applies only to liability assumed under a contract or
agreement.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 2 of 7
b. With respect to the coverage afforded by Paragraph A.1. above, Exclusion B.6. Care, Custody
Or Control does not apply.
2. Changes In Definitions
For the purposes of this endorsement, Paragraph D. of the Definitions Section is replaced by the
following:
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
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. 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
b. 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".
Paragraphs a. and b. 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:
(1) 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
(2) The discharge, dispersal, seepage, migration, release or escape of the "pollutants"
is caused directly by such upset, overturn or damage.
3. Limits For "Covered Pollution Cost or Expense"
The most we will pay for "covered pollution cost or expense" is $100,000 in the aggregate per
policy period, regardless of the number of "accidents".
When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking
such damages or to pay such damages or defense expense.
(SECTION III - PHYSICAL DAMAGE COVERAGE, BROADENED PHYSICAL DAMAGE COVERAGES)
The following changes are made to SECTION III - PHYSICAL DAMAGE COVERAGE
A. Paragraph A.2 is replaced with the following:
A. Coverage
2. Towing And Labor
We will pay for towing and labor costs incurred, up to the limits shown below, each time a covered
"auto" is disabled:
a. For private passenger type vehicles, we will pay up to $100 per disablement.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 7
b. For all other covered "autos" we will pay up to $500 per disablement.
However, the labor must be performed at the place of disablement.
B. Paragraph A.4.a. is replaced with the following:
A. Coverage
4. Coverage Extensions
a. Transportation Expenses
We will pay up to $60 per day, to a maximum of $1,800, for temporary transportation
expense incurred by you because of the total theft of a c overed "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".
C. The following are added to Paragraph 4. Coverage Extensions:
4. Coverage Extensions
c. Temporary Substitute Autos
If Physical Damage Coverage is provided under this Coverage Form for an "auto" you own, the
Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do
not own while used with the permission of its owner as a temporary substitute for the covered
"auto" you own that is out of service because of its:
(1) Breakdown;
(2) Repair;
(3) Servicing;
(4) "Loss"; or
(5) Destruction.
d. Theft Recovery Expense
If you have purchased Comprehensive Coverage on a covered "auto" that is stolen, we will pay
the expense of returning that stolen "auto" to you. The limit for this coverage extension is
$5,000.
e. Rental Reimbursement
We will provide Rental Reimbursement and Additional Expense coverage only for those
Physical Damage coverages for which a premium is shown in the Declarations. Coverage
applies only to a covered "auto".
(1) We will pay for auto rental expense and the expense incurred by you because of a covered
cause of "loss" to remove and transfer your materials and equipment from a covered "auto"
to a covered "auto". Payment applies in addition to the otherwise applicable coverage you
have on a covered "auto". No deductible applies to this coverage.
(2) We will pay only for expens es incurred during the policy period and beginning 24 hours
after the "loss" and ending, regardless of the policy's expiration, with the lesser of the
following number of days:
(a) The number of days reasonably required to repair or replace the covered "auto". If
"loss" is caused by theft, this number of days is added to the number of days it takes to
locate the covered "auto" and return it to you; or
(b) 30 days.
(3) Our payment is limited to the lesser of the following amounts:
(a) Necessary and actual expenses incurred; or
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 7
(b) $75 per day.
(4) This coverage does not apply while there are spare or reserve "autos" available to you for
your operations.
(5) If "loss" results from the total theft of a covered "auto" of the private passenger type or light
truck type, we will pay under this coverage only that amount of your rental reimbursement
expense which is not already provided for under SECTION III - PHYSICAL DAMAGE
COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses.
f. Personal Effects
If you have purchased comprehensive coverage on a covered "auto" you own and that "auto" is
stolen, we will pay, without application of a deductible, up to $500 for "Personal Effects" stolen
with the covered "auto". The insurance provided under this provision is excess over any other
collectible insurance. For this coverage extension, "Personal Effects" means tangible property
that is worn or normally carried on "insured's" person.
g. Personal Property Of Others
We will pay up to $500 for "loss" to personal property of others in or on your covered "auto".
This coverage applies only in the event of "loss" to your covered "auto" caused by fire,
lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another
object, or the covered "auto's" overturn. No deductible applies to this coverage.
h. Locksmith Coverage
We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside
a covered private passenger type "auto". The deductible is waived for these services.
i. Vehicle Wrap Coverage
Under either Comprehensive or Collision Coverage, we will pay up to $1,000 for vinyl vehicle
wraps which are displayed on a covered "auto" at the time of a total "loss".
Regardless of the number of "autos" deemed a total "loss", the most we will pay under this
coverage for any one "loss" is $5,000. For purposes of this coverage, signs or other graphics
painted or magnetically affixed to the c overed "auto" are not considered vehicle wraps.
D. Paragraph 113.3. is replaced with the following:
B. Exclusions
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".
This exclusion also does not apply to the mechanical breakdown relating to the accidental
discharge of an air bag. This exception applies only if you have purchased comprehensive
or collision coverage on the covered "auto" you own and coverage is excess of any other
collectible insurance or warranty. No deductible applies to this coverage.
E. Paragraph CA.b. is replaced with the following:
C. Limits Of Insurance
1. The most we will pay for:
b. All electronic equipment that reproduces, receives or transmits audio, visual or data
signals in any one "loss" is $5,000, 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
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 7
(3) An integral part of such equipment as described in Paragraphs b.(1) and b.(2) above.
F. The following is added to Paragraph C. Limits of Insurance.
C. Limits Of Insurance
4. In the event of a total "loss" to a covered "auto" shown in the Declarations, which is subject
to a loan or lease at the time of the "loss", we will pay any unpaid amount due, including up
to a maximum of $500 for early termination fees or penalties on the lease or loan for a
covered "auto", less:
a. The amount paid under the Physical Damage Coverage Section of the policy; and
b. Any:
(1) Overdue lease or loan payments at the time of the "loss";
(2) Financial penalties imposed under a lease for excessive use, abnormal wear and
tear or high mileage;
(3) Security deposits not returned by the lessor;
(4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability
Insurance purchased with the loan or lease; and
(5) Carry-over balances from previous loans or leases.
G. The following is added to Paragraph D. Deductible
D. Deductible
Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to
glass breakage if the damaged glass is repaired, rather than replaced.
(SECTION IV - BUSINESS AUTO CONDITIONS, BROADENED COVERAGE)
The following changes are made to SECTION IV - BUSINESS AUTO CONDITIONS:
A. The following is added to Paragraph 2. Duties In The Event Of Accident, Claim, Suit Or Loss
2. Duties In The Event Of Accident, Claim, Suit Or Loss
d. Knowledge of any "accident', "claim", "suit" or "loss" will be deemed knowledge by you when notice
of such "accident', "claim", "suit' or "loss" has been received by:
(1) You, if you are an individual;
(2) Any partner or insurance manager, if you are a partnership;
(3) An executive officer or insurance manager, if you are a corporation;
(4) Your members, managers or insurance manager, if you are a limited liability company; or
(5) Your officials, trustees board members or insurance manager, if you are a not -for -profit
organization.
B. The following is added to Paragraph 5. Transfer Of Rights Of Recovery Against Others To Us
5. Transfer Of Rights Of Recovery Against Others To Us
However, we waive any rights of recovery we may have under the policy against any person or
organization for whom the insured is working or operating under a written contract when such contract
requires a waiver of subrogation. This provision does not apply unless the written contract has been
executed prior to the "bodily injury" or "property damage".
C. The following is added to Paragraph B.2. Concealment, Misrepresentation Or Fraud:
B. General Conditions
2. Concealment, Misrepresentation Or Fraud
However, your unintentional error in disclosing, or failing to disclose, any material fact existing at
the effective date of this Coverage Form, or during the policy period in connection with any
additional hazards, will not prejudice your rights under this Coverage Form.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. page 6 of 7
D. Paragraph 5.b. of B. General Conditions is replaced with the following:
B. General Conditions
5. Other Insurance
b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"
you own:
(1) Any covered "auto" you lease, hire, rent or borrow; and
(2) Any covered "auto" hired or rented by your "employee" under a contract in that individual
"employee's" name, with your permission, while performing duties related to the conduct of
your business.
However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto".
The most we will pay for any one "loss" is the lesser of the following:
(1) $75,000 per accident; or
(2) Actual cash value at the time of loss; or
(3) Cost of repair.
Less the deductible shown in Item Four of the Declarations.
An adjustment for depreciation and physical condition will be made in determining actual cash
value in the event of a total "loss". The deductible does not apply to "loss" caused by fire or
lightning.
This coverage is excess over any other collectible insurance.
(SECTION V - DEFINITIONS, MENTAL ANGUISH)
A. Paragraph C. under SECTION V - DEFINITIONS is replaced with the following:
C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental
anguish or death resulting from such bodily injury, sickness, or disease.
NA CA 09 01 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 7
NATIONAL AMERICAN INSURANCE COMPANY
CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE
ENDORSEMENT
SUMMARY OF COVERAGES
The following is a summary of additional coverages provided by this endorsement. This endorsement is subject to
the provisions of your policy which means that it is subject to all terms, limitations, exclusions and conditions of the
policy, except and to the extent specifically stated in this endorsement. No coverage is provided by tiis summary.
COVERAGE DESCRIPTION PAGE
Coverage Extensions
Extended Property Damage 2
Expanded Fire Legal Liability to Include Explosion, Lightning and Sprinkler Leakage 2
Coverage For Non -Owned Watercraft Extended to 51 Feet in Length 2
Newly Formed or Acquired Organizations- Extend The Reporting Requirement to 180 Days 7
Knowledge of Occurrence- Knowledge of an "occurrence", claim, or "suit' by your agent, servant,
or employee shall not in itself constitute knowledge of the Named Insured unless an officer of the 11
Named Insured has received such notice from the agent, servant, or employee
Primary And Noncontributory- Other Insurance Condition 11
Waiver of Subrogation - Automatic Status When Required In A Written Contract 11
Additional Coveraaes Limit of Insurance
Coverage D - Voluntary Property Damage Coverage $5,000 Occurrence 2
$10,000 Aggregate
Coverage E - Care, Custody or Control Property $10,000 Occurrence
Damage Coverage $25,000 Aggregate 3
Coverage F- Product Recall Expense
$10,000
Each Recall
$25,000
Aggregate
$1,000
Deductible
Coverage G - Water Damage Legal Liability
$25,000
Aggregate
Coverage H - Contamination or Pollution Coverage
$100,000
Aggregate
(Sudden And Accidental)
Increase in Supplementary Payments
Bail Bonds - $1,000
Loss of Earnings - $500
Additional Insured Coverages on a Primary and Non -Contributory Basis:
Additional Insured- Owners, Lessees or Contractors- Automatic Status When Required In
Construction Agreement With You
Additional Insured- Lessor of Leased Equipment- Automatic Status When Required In
Lease Agreement With You
Additional Insured- Managers or Lessor of Premises- Automatic Status When Required In
A Written Contract
Additional Insured- Engineers, Architects or Surveyors Not Engaged by the Named
Insured
Aggregate Limits of Insurance
Automatically Included - Per Location Subject to Cap 10
Automatically Included - Per Project Subject to Cap 10
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 1 of 11
POLICY NUMBER: MP35280042 COMMERCIAL GENERAL LIABILITY
NA CG 23A 03 21
NATIONAL AMERICAN INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS GENERAL LIABILITY ENHANCED COVERAGE
ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SECTION I - COVERAGES
A. The following changes are made under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury
And Property Damage Liability:
1. Exclusion a. is replaced by the following:
a. Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This
exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable
force to protect persons or property.
2. Expanded Fire Legal Liability
The last paragraph under 2. Exclusions is replaced by the following:
Exclusions c. through n. do not apply to damage by fire, explosion, lightning,or smoke resulting from
such fire, explosion, or lightning, or sprinkler leakage 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.
3. Non -Owned Watercraft
Exclusion g. (2) (a) is replaced by the following:
g. Aircraft, Auto Or Watercraft
(2) A watercraft you do not own that is:
(a) Less than 51 feet long; and
B. The following additional coverages are added to Section I - Coverages. Each of these additional coverages
is subject to Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage
Liability and all other terms, limitations, conditions, exclusions and all other provisions of the policy except and
to the extent otherwise specifically stated in this endorsement.
COVERAGE D - VOLUNTARY PROPERTY DAMAGE COVERAGE
1. Insuring Agreement
a. At your request, and whether or not you are legally obligated to pay, we will pay for "property damage" to
property of others you cause while the property is in your possession or if the "property damage" arises out
of "your work".
b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, a $5,000 occurrence limit and a
$10,000 aggregate limit is the most we will pay under Coverage D for damages because of "property
damage".
The aggregate limit is the maximum amount we will pay for all covered 'occurrences" during the policy
period.
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office Inc., with its Permission. Page 2 of 11
c. Our duty to pay ends when we have paid the applicable Limit of Insurance in the payment of judgments or
settlements under Coverage D.
2. Exclusions
a. For purposes of Coverage D. only, Exclusion j. under Paragraph 2. Exclusions of Section I -
Coverage A - Bodily Injury And Property Damage Liability, is replaced by the following:
Damage To Property
"Property damage" to:
(1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent,
lease, operate or use;
(2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you
own, hire or lease;
(3) Property you own, rent, lease, borrow or use.
COVERAGE E - CARE, CUSTODY OR CONTROL PROPERTY DAMAGE COVERAGE
1. Insuring Agreement
a. We will pay for "property damage" to personal property in the care, custody or control of the insured subject
to the following provisions, limitations and conditions:
(1) Exclusion j.(4) under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And
Property Damage Liability, does not apply to Coverage E.
(2) Subject to 5. of SECTION III - LIMITS OF INSURANCE, a $10,000 occurrence limit and a $25,000
aggregate limit is the most we will pay under Coverage E.
The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy
period.
(3) 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 Coverage E., regardless of the number of:
(a) Insureds;
(b) Claims made or "suits" brought; or
(c) Persons or organizations making claims or bringing "suits".
COVERAGE F - PRODUCT RECALL EXPENSE
1. Insuring Agreement
a. Notwithstanding Exclusion n. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily
Injury And Property Damage Liability, and subject to the limits shown in the Summary of Coverages, we
will pay the "product recall expense" you incur as a result of a "product recall" you initiate during
the coverage period.
b. We will only pay for " product recall expense" arising out of "your products" which have been physically
relinquished to others.
c. This coverage is subject to a $10,000 each product recall limit and a $25,000 aggregate limit. The
most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls"
you initiate during the policy period shall not be greater than $25,000.
d. 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 Coverage F.
2. Exclusions
This insurance does not apply to "product recall expense" arising out of:
a. Any fact, circumstance or situation which existed at the inception date of the policy and which you were
aware of, or could reasonably have foreseen that would have resulted in a "product recall".
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 3 of 11
b. Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the
manufacture, design, processing, storage, or transportation of "your product".
c. The withdrawal of similar products or batches that are not defective, when a defect in another product or
batch has been found.
d. Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or
directors.
e. Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged.
f. "Bodily injury" or "property damage':
g. Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness,
quality, efficacy or efficiency, whether written or implied.
h. Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any
other consequential damages.
L Legal fees or expenses.
j. Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your
product".
k. "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is
excluded by endorsement.
I. Any "product recall" initiated due to the expiration of the designated shelf life of "your product".
3. Conditions
The following conditions are added to Coverage F.
a. Duties In Event of Product Recall
In the event of a "product recall", you must:
(1) See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice
should include how, when and where the "product recall" took place and estimated "product recall
expense".
(2) Take all reasonable steps to minimize "product recall expense". This will not increase the Limits of
Insurance.
(3) If requested, permit us to question any insured under oath at such times as may be reasonably
required about any matter relating to this insurance orthe insured's claim, including your books
and records. Your answers must be signed.
(4) Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn
statement of loss containing the information we request to investigate the claim. You must do this
within 60 days after our request.
(5) Cooperate with us in the investigation or settlement of any claim.
(6) Assist us upon our request, in the enforcement of any rights against any person or organization which
may be liable to you because of loss to which this insurance applies.
4. Definitions
The following definitions are added:
a. "Product recall" means a withdrawal or removal from the market of "your product" based on the
determination by you or any regulatory or governmental agency that:
(1) The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or
"property damage" and
(2) Such determination requires you to recover possession or control of "your product" from any distributor,
purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or
consumption, or is hazardous as a result of:
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 4 of 11
(a) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or
transportation of "your product"; or
(b) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by
someone other than you.
b. "Product recall expense" means reasonable and necessary expenses for:
(1) Telephone, radio and television communication and printed advertisements, including stationery,
envelopes and postage.
(2) Transporting recalled products from any purchaser, distributor or user, to locations designated by you.
(3) Remuneration paid to your employees for overtime, as well as remuneration paid to additional
employees or independent contractors you hire.
(4) Transportation and accommodation expense incurred by your employees.
(5) Rental expense incurred for temporary locations used to store recalled products.
(6) Expenses incurred to properly dispose of recalled products, including packaging that cannot be reused.
(7) Transportation expense incurred to replace recalled products.
(8) Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to
exceed your original cost of manufacturing, processing, acquisition and/or distribution.
These expenses must be incurred as a result of a "product recall".
COVERAGE G - WATER DAMAGE LEGAL LIABILITY
1. Insuring Agreement
a. Notwithstanding Exclusion j.(1) under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury
And Property Damage Liability, we will pay for "property damage" to premises that are both rented to
and occupied by you if the "property damage" happens during the policy period as the result of an
"occurrence" and arises out of the injurious presence of water.
b. Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE, the most we will pay under Coverage
G. is $25,000 aggregate per policy period.
The aggregate limit is the maximum amount we will pay for all covered "occurrences" during the policy
period.
c. 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 Coverage G.
COVERAGE H - CONTAMINATION OR POLLUTION COVERAGE (Sudden And Accidental
For Contractors)
A. The following provisions are added to Section I - Coverage A - Bodily Injury And Property Damage
Liability.
1. LIMITED POLLUTION COVERAGE
Exclusion f. under Paragraph 2., Exclusions of Section I - Coverage A - Bodily Injury And Property
Damage Liability is replaced by the following:
This insurance does not apply to:
f. Pollution
(1) "Bodily injury' or "property damage" which would not have occurred in whole or part but for the
actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of
"pollutants" at any time.
(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
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 5 of 11
(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."
This exclusion does not apply to that portion of any "bodily injury" or "property damage" which is
caused by a "pollution incident", subject to the limits of insurance set forth below in this endorsement,
but only if the following conditions are met:
(a) The commencement time and date of such "pollution incident" can be identified with certainty, and
such "pollution incident' commences at a specific time and date during the policy period;
(b) Such "pollution incident' is an accident and unintentional release, discharge, emission or escape of
"pollutants," is sudden and accidental and is neither expected nor intended by any insured;
(c) Such "pollution incident' is not a repeat or resumption of a previous discharge, dispersal, release or
escape of the same "pollutants" from essentially the same source within twelve (12) months of a
previous discharge, dispersal, release or escape;
(d) Such "bodily injury" or "property damage" is not caused or contributed to in any degree by any
"pollution incident" that commenced prior to the beginning of the Policy Period shown in the
Declarations;
(e) Such "pollution incident' is discovered or otherwise becomes known to you within thirty (30) days of
its commencement and is reported to us in writing within thirty (30) days after you first obtain
knowledge of the "pollution incident';
(f) Such "pollution incident' did not result from or was not contributed to by your failure to comply with
any government statute, rule, regulation, or order;
2. LIMITS FOR POLLUTION COVERAGE:
The most we will pay for liability because of covered "bodily injury" and "property damage" caused by one
or more "pollution incidents" shall not be greater than $100,000 in the aggregate per policy period.
For the purpose of mitigating further "bodily injury" or "property damage" caused by a covered "pollution
incident," $ 100,000 may be applied to costs or expenses incurred by any insured for cleaning up,
removing or containing a covered "pollution incident' on the particular part of real property upon which the
operations of the insured are conducted. This amount shall not be in addition to the limits set forth above,
but such amounts shall reduce such applicable limits.
When this limit is used up, we shall have no further obligation to defend claims or "suits" seeking such
damages or pay such damages or defense expense.
This coverage does not apply to Coverage B - Personal And Advertising Injury Liability
3. NON -EXTENSION OF COVERAGE:
The only coverage provided under this policy for liability in any way relating to, or caused by, any
"pollution incident" is that which is set forth in this endorsement.
4. DEFINITIONS
All provisions of the POLICY DEFINITIONS portion of this insurance remain unchanged except as modified
by the following:
For purposes only of the coverages addressed in this endorsement, the definition of "property damage" is
replaced with the following:
"Property Damage" means:
a. Physical Injury to, destruction of, or contamination of tangible property, including all resulting loss of
use of that property; or
b. Loss of use of tangible property that is not physically injured, destroyed or contaminated but has
been evacuated, withdrawn from use or rendered inaccessible because of a "pollution incident."
c. Any loss, cost, or expense which you become legally obligated to pay, provided that you receive
notice asserting such obligation during the policy period or within 30 days thereafter, and provided
further that such "loss," cost or expense arises out of:
(1) A request, demand or order that any insured or others test for, monitor, clean-up, remove, contain,
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 6 of 11
treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants;" or
(2) A claim or legal proceeding by or on behalf of a governmental authority for payments because of
testing for, cleaning up, removing, containing, treating, detoxifying or neutralizing, or in any way
responding to or assessing the effects of "pollutants."
"Pollution Incident" means an "occurrence" consisting of any actual emission, discharge, release, or escape
of any "pollutant' into or upon land, the atmosphere, any watercourse or body of water, or any building or
dwelling, provided that such emission, discharge, release or escape results in "environmental damage."
The entirety of any such actual emission, discharge, release or escape shall be deemed to be one
"pollution incident."
"Pollutant" means any solid, liquid, gaseous or thermal irritant or contaminant, including smoke, vapor,
soot, fumes, acids, alkalis, chemicals, waste and saline substances. Waste includes materials to be
recycled, reconditioned or reclaimed.
"Environmental Damage" means any injurious presence actually in or upon land, the atmosphere, any
watercourse or body of water, or any building or dwelling, of any "pollutant."
SUPPLEMENTARY PAYMENTS - COVERAGES A AND B
1. SUPPLEMENTARY PAYMENTS- COVERAGES A AND B is amended as follows:
a. To read SUPPLEMENTARY PAYMENTS -ALL COVERAGES
b. The following language is added at the end of Paragraph 1.
However, we shall have none of the duties set forth above when this insurance applies only for Coverage
D., Coverage E., or both, and we have paid the Limit of Liability or the Aggregate Limt for these additional
coverages.
c. Bail Bonds
Paragraph 1.b. is replaced by the following:
1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we
defend:
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.
d. Loss of Earnings
Paragraph 1.d. is replaced by the following:
1. We will pay, with respect to any claim we investigate or settle, or any "suit' against an insured we
defend:
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.
SECTION II - WHO IS AN INSURED
A. The following changes are made to SECTION II -WHO IS AN INSURED
1. Extended Reporting Requirements
Paragraph 3.a. is replaced by the following:
3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability
company, and over which you maintain ownership or majority interest, 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. The following provisions are added to SECTION II - WHO IS AN INSURED:
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 7 of 11
4. Additional Insured - Owners, Lessees or Contractors- Automatic Status When Required In
Construction or Service Agreement With You
Each of the following is an insured:
a. Any person or organization for whom you are performing operations when you and such person or
organization have agreed in writing in a contract or agreement that such person or organization be
added as an additional insured on your policy;
b. Any other person or organization you are required to add as an additional insured under the contract or
agreement described in Paragraph a. above.
Such person or organization is an additional insured only with respect to liability for "bodily injury",
"property damage" or "personal and advertising injury" which may be imputed to that person or
organization directly arising out of:
(1) Your acts or omissions, or the acts or omissions of those acting on your behalf in the performance
of your ongoing operations for the additional insured; or
(2) "Your work" specified in the "written contract" but only for "bodily injury", "property damage" or
"personal and advertising injury" included in the "products -completed operations hazard";
However, the insurance afforded to such additional insureds described in Paragraphs a. and b. above, only
applies to the extent permitted by law and will not be broader than that which you are required by the
contract or agreement to provide for such additional insureds.
c. With respect to the insurance afforded to these additional insureds, the following additional exclusions
apply:
This insurance does not apply to:
(1) "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:
(a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions,
reports, surveys, field orders, change orders or drawings and specifications; or
(b) Supervisory, inspection, 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 architectural,
engineering or surveying services.
d. With respect to the insurance afforded to these additional insureds, the following is added to Section III
- Limits of Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance:
(1) Required by the contract or agreement you have entered into with the additional insured; or
(2) Available under the applicable Limits of Insurance;
whichever is less.
This coverage shall not increase the applicable Limits of Insurance.
5. Additional Insured - Lessor of Leased Equipment- Automatic Status When Required In Lease
Agreement With You
Each of the following is an insured:
a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or
organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s)
be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only
with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury"
directly arising out of the maintenance, operation or use of equipment leased to you by such person(s)
or organization(s).
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 8 of 11
However:
(1) The insurance afforded to such additional insured only applies to the extent permitted by law; and
(2) If coverage provided to the additional insured is required by a contract or agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the
contract or agreement to provide for such additional insured.
b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to
any "occurrence" which takes place after the equipment lease expires.
c. With respect to the insurance afforded to these additional insureds, the following is added to Section III
- Limits of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
(1) Required by the contract or agreement; or
(2) Available under the applicable Limits of Insurance;
whichever is less.
This coverage shall not increase the applicable Limits of Insurance.
6. Additional Insured - Managers or Lessors of Premises
Each of the following is an insured:
a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership,
maintenance or use of that part of the premises leased to you and subject to the following additional
exclusions:
This insurance does not apply to:
(1) Any "occurrence" which takes place after you cease to be a tenant in that premises.
(2) Structural alterations, new construction or demolition operations performed by or on behalf of such
person(s) or organization(s).
However:
(1) The insurance afforded to such additional insured only applies to the extent permitted by law; and
(2) If coverage provided to the additional insured is required by a contract or agreement, the insurance
afforded to such additional insured will not be broader than that which you are required by the
contract or agreement to provide for such additional insured.
b. With respect to the insurance afforded to these additional insureds, the following is added to Section
III -Limits of Insurance:
If coverage provided to the additional insured is required by a contract or agreement, the most we will
pay on behalf of the additional insured is the amount of insurance:
(1) Required by the contract or agreement; or
(2) Available under the applicable Limits of Insurance;
whichever is less.
This coverage shall not increase the applicable Limits of Insurance.
7. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured
Each of the following is an insured:
a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect
to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be
imputed to that architect, engineer or surveyor arising out of:
(1) Your acts or omissions; or
(2) The acts or omissions of those acting on your behalf;
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 9 of 11
in the performance of your ongoing operations performed by you or on your behalf.
Such architects, engineers or surveyors, while not engaged by you, are contractually required to be
added as an additional insured to your policy.
However, the insurance afforded to such additional insured:
(1) Only applies to the extent permitted by law; and
(2) Will not be broader than that which you are required by the contract or agreement to provide for
such additional insured.
b. With respect to the insurance afforded to these additional insureds, the following additional exclusion
applies:
The 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, including:
(1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports,
surveys, change orders, designs or specifications; or
(2) Supervisory, inspection or engineering services.
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.
SECTION III - LIMITS OF INSURANCE
A. Paragraphs 2., 3., and 6. of SECTION III - LIMITS OF INSURANCE are replaced by the following:
2. The General Aggregate Limit is the most we will pay for the sum of:
a. Medical expenses under Coverage C;
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; and
d. Damages under Coverage G.
e. Damages under Coverage H.
3. 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" and Coverage F.
6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay
under Coverage A for damages because of "property damage" to any one premises, while rented to you,
or in the case of damage by fire, explosion, lightning, or smoke resulting from such fire, explosion, or
lightning, or sprinkler leakage while rented to you or temporarily occupied by you with permission of the
owner.
B. The following are added to SECTION III - LIMITS OF INSURANCE:
8. Aggregate Limits of Insurance ( Per Location)
The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or
temporarily occupied by you with the permission of the owner.
"Location" means premises involving the same or connecting lots, or premises whose connection is
interrupted only by a street, roadway, waterway or right-of-way of a railroad.
9. Aggregate Limits of Insurance (Per Project)
The General Aggregate Limit applies separately to each of your "construction projects" away from premises
owned by or rented to you.
"Construction Project" means "your work" conducted according to a single plan.
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 10 of 11
10. Even though the General Aggregate Limit applies separately to each of your "locations" and each of your
"construction projects", the most we will pay under this policy is three times the General Aggregate Limit
regardless of the number of "locations", "construction projects", 'occurrences", "insureds", claims, "suits",
or persons or organizations making claims or bringing "suits".
SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS
A. The following is added to Paragraph 4. Other Insurance:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek contribution from any other insurance available to an additional
insured under your policy provided that:
(1) The additional insured is a Named Insured under such other insurance; and
(2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not
seek contribution from any other insurance available to the additional insured.
B. Paragraphs 2.a. and b. are replaced with the following:
2. Duties In The Event Of Occurrence, Offense, Claim Or Suit
a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which
may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in
itself constitute knowledge of the Named Insured unless an officer of the Named Insured has received
such notice from the agent, servant or employee. To the extent possible, notice should include:
(1) How, when and where the "occurrence" 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. If a claim is made or "suit' is brought against any insured, you must:
(1) Immediately record the specifics of the claim or "suit' and the date received; and
(2) Notify us as soon as practicable.
You must see to it that we receive written notice of the claim or "suit' as soon as practicable. Knowledge of
a claim or "suit' by your agent, servant or employee shall not in itself constitute knowledge of the Named
Insured unless an officer of the Named Insured has received such notice from the agent, servant or
employee.
C. The following is added to Paragraph 2.c.:
2. Duties In The Event Of Occurrence, Offense, Claim or Suit
c. You and any other involved insured must:
(5) Upon our request, replace or repair the property covered under Coverage D - Voluntary Property
Damage at your actual cost, excluding profit or overhead.
D. Paragraph 8. is modified by adding the following sentence:
8. Transfer Of Rights Of Recovery Against Others To Us
We waive our right to recovery against any person or organization for whom the insured is operating under
a written contract when such contract requires a waiver of subrogation, and such contract is executed
before the "property damage" or "bodily injury" occurs or the "personal and advertising" offense is
committed.
NA CG 23A 03 21 Includes Copyrighted Material of Insurance Services Office, Inc., with its Permission. Page 11 of 11
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 — Definitions and Terminology..........................................................................................................1
1.01 Defined Terms...............................................................................................................................1
1.02 Terminology..................................................................................................................................5
Article2 —
Preliminary Matters......................................................................................................................... 6
2.01
Before Starting Construction........................................................................................................6
2.02
Preconstruction Conference.......................................................................................................... 6
2.03
Public Meeting.............................................................................................................................. 6
Article 3 — Contract Documents and Amending............................................................................................... 6
3.01 Reference Standards..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents.................................................................. 6
Article 4 — Bonds and Insurance....................................................................................................................... 7
4.01 Licensed Sureties and Insurers..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................16
5.08
Wage Rates..................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas.......................................................................................................19
5.12
Record Documents......................................................................................................................20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................21
5.15
Hazard Communication Programs.............................................................................................22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification........................................................................................................................... 24
5.19 Delegation of Professional Design Services..............................................................................24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination.......................................................................................................................25
Article6 - Other Work at the Site...................................................................................................................26
6.01 Related Work at Site................................................................................................................... 26
Article 7 - City's Responsibilities...................................................................................................................26
7.01 Inspections, Tests, and Approvals.............................................................................................. 26
7.02 Limitations on City's Responsibilities.......................................................................................26
7.03 Compliance with Safety Program...............................................................................................27
Article 8 - City's Observation Status During Construction...........................................................................27
8.01 City's Project Representative.....................................................................................................27
8.02 Authorized Variations in Work..................................................................................................27
8.03 Rejecting Defective Work..........................................................................................................27
8.04 Determinations for Work Performed..........................................................................................28
Article9 - Changes in the Work.....................................................................................................................28
9.01 Authorized Changes in the Work............................................................................................... 28
9.02 Notification to Surety..................................................................................................................28
Article 10 - Change of Contract Price; Change of Contract Time................................................................28
10.01 Change of Contract Price............................................................................................................28
10.02 Change of Contract Time............................................................................................................28
10.03 Delays..........................................................................................................................................28
Article 11- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects........................................................................................................................29
11.02 Access to Work...........................................................................................................................29
11.03 Tests and Inspections.................................................................................................................. 29
11.04 Uncovering Work.......................................................................................................................30
11.05 City May Stop the Work.............................................................................................................30
11.06 Correction or Removal of Defective Work................................................................................30
11.07 Correction Period........................................................................................................................30
11.08 City May Correct Defective Work............................................................................................. 31
Article12 - Completion.................................................................................................................................. 32
12.01 Contractor's Warranty of Title................................................................................................... 32
12.02 Partial Utilization........................................................................................................................ 32
12.03 Final Inspection...........................................................................................................................32
12.04 Final Acceptance.........................................................................................................................33
Article 13 - Suspension of Work....................................................................................................................33
13.01 City May Suspend Work............................................................................................................ 33
Article14 - Miscellaneous.............................................................................................................................. 34
14.01 Giving Notice.............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ...........
14.03 Cumulative Remedies ............
14.04 Survival of Obligations ..........
14.05 Headings .................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
34
34
35
35
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
M. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6: 00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a.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 CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 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 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 I of 35
1) ,$1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $ l 00,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: NONE
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement' with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: NONE
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: NONE
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 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.
V 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 1 lth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other parry.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
011100-1
SUMMARY OF WORK
SECTION 01 11 00
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 3
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights -of -way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS cPN 105991
Revised December 20, 2012
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS cPN 105991
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
012500-2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended
Not recommended
By
Date
Remarks
Date
Rejected
Recommended
Received late
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 17, 2012
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 0132 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
in. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 17, 2012
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 17, 2012
01 32 16 -1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
1 SECTION 0132 16
2 CONSTRUCTION SCHEDULE
3 PART 1 - GENERAL
4 1.1 SUMMARY
5
A.
Section Includes:
6
1. General requirements for the preparation, submittal, updating, status reporting and
7
management of the Construction Progress Schedule
8
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9
Document
10
B.
Deviations from this City of Fort Worth Standard Specification
11
1. None.
12
C.
Related Specification Sections include, but are not necessarily limited to:
13
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14
2. Division 1— General Requirements
15
D.
Purpose
16
The City of Fort Worth (City) is committed to delivering quality, cost-effective
17
infrastructure to its citizens in a timely manner. Akey tool to achieve this purpose is a
18
properly structured schedule with accurate updates. This supports effective monitoring
19
of progress and is input to critical decision making by the project manager throughout
20
the life of the project. Data from the updated project schedule is utilized in status
21
reporting to various levels of the City organization and the citizenry.
22
23
This Document complements the City's Standard Agreement to guide the construction
24
contractor (Contractor) in preparing and submitting acceptable schedules for use by the
25
City in project delivery. The expectation is the performance of the work follows the
26
accepted schedule and adhere to the contractual timeline.
27
28
The Contractor will designate a qualified representative (Project Scheduler) responsible
29
for developing and updating the schedule and preparing status reporting as required by
30
the City.
31
1.2 PRICE
AND PAYMENT PROCEDURES
32
A.
Measurement and Payment
33
1. Work associated with this Item is considered subsidiary to the various items bid.
34
No separate payment will be allowed for this Item.
35
2. Non-compliance with this specification is grounds for City to withhold payment of
36
the Contractor's invoices until Contractor achieves said compliance.
37
1.3 REFERENCES
38 A. Project Schedules
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
01 32 16 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
1 Each project is represented by City's master project schedule that encompasses the
2 entire scope of activities envisioned by the City to properly deliver the work. When the
3 City contracts with a Contractorto perform construction of the Work, the Contractor
4 will develop and maintain a schedule for their scope of work in alignment with the
5 City's standard schedule requirements as defined herein. The data and information of
6 each such schedule will be leveraged and become integral in the master project
7 schedule as deemed appropriate by the City's Project Control Specialist and approved
8 by the City's Project Manager.
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City's Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City's Project Control Specialist. The assigned City Project
18 Control Specialist creates and maintains the master project schedule in P6 (City's
19 scheduling software).
20
21 2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule for the
23 scope of the Contractor's contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City's Project Control Specialist
25 and the City's Project Manager as a baseline schedule for Contractor's scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress
27 Schedule) to the City at the end of each month throughout the life of their work.
28 B. Schedule Tiers
29 The City has a portfolio of projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 "tiered" approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and
33 includes that designation and the associated requirements in the Contractor's scope of
34 work. The following is a summary of the "tiers".
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City's Project Control Specialist
39 acquires any necessary schedule status data or information through discussions with
40 the respective party on an as -needed basis.
41
42 2. Tier 2: Small Size and Short to Medium Duration Project
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies "start" and "finish" milestone dates on key elements of their
45 work as agreed with the City's Project Manager at the kickoff of their work effort.
46 The Contractor issues to the City, updates to the "start" and "finish" dates for such
47 milestones at the end of each month throughout the life of their work on the project.
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
01 3216 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
1 The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Level 3) and in
4 alignment with the WBS structure in Section I AH as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on the
7
project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a "progress"
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 c ontrac tual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the "Baseline" schedule and is the basis against which all progress
19 is measured. The baseline schedule willbe updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress is
22 significantly behind schedule, the City's Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example of a Baseline Schedule is provided in Specification 0132 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the "Progress Schedule". The City's
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non -acceptance notification. An example of a Progress Schedule is
37 provided in Specification 01 32 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
01 32 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
1. Schedule Framework - The schedule will be based on the defined scope of work
and follow the (Critical Path Methodology) CPM method. The Contractor's
schedule will align with the requirements of this specification and will be cost
loaded to reflect their plan for execution. Compliance with cost loading can be
provided with traditional cost loading of line items OR a projected cost per
month for the project when the initial schedule is submitted, updated on a
quarterly basis is significant change is anticipated. Overall schedule duration
will align with the contractual requirements for the respective scope of work and be
reflected in City's Master Project Schedule. The Project Number and Name of the
Project is required on each schedule and must match the City's project data.
E. Schedule File Name
All schedules submitted to the City for a project will have a file name that begins with
the City's project number followed by the name of theproject followed by baseline (if
a baseline schedule) or the year and m onth (if a progress schedule), as shown below.
• Baseline Schedule File Name
Format: City Project Number _Project Name _Baseline
Example: 101376 North Montgomery Street HMAC_Baseline
• Progress Schedule File Name
Format: City Project Number Project Name _YYYY-MM
Example: 101376 North Montgomery Street HMAC_2018_01
• Project Schedule Progress Narrative File Name
Format: City Project Number_Project Name PN_YYYY-MM
Example: 101376 North Montgomery Street HMAC PN_2018_01
F. Schedule Templates
The Contractor will utilize the relevant sections from the City's templates provided in
the City's document management system as the basis for creating their respective
project schedule. Specifically, the Contractor's schedule will align with the layout of
the Construction section. The templates are identified by type of project as noted
below.
• Arterials
• Aviation
• Neighborhood Streets
• Sidewalks (later)
• Quiet Zones (later)
• Street Lights (later)
• Intersection Improvements (later)
• Parks
• Storm water
• Street Maintenance
• Traffic
• Water
G. Schedule Calendar
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
01 32 16 - 5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
1 The City's standard calendar for schedule development purposes is based on a 5-day
2 workweek and accounts for the City's eight standard holidays (New Years, Martin
3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
4 Christmas). The Contractor will establish a schedule calendar as part of the schedule
5 development process and provide to the Project Control Specialist as part of the basis
6 for their schedule. Variations between the City's calendar and the Contractor's
7 calendar must be resolved prior to the City's acceptance of their Baseline project
8 schedule.
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project delivery.
18
19 1. Contractor is required to utilize the City's WBS structure and respective
20 project type template for "Construction" as shown in Section 1.4.1-lbelow.
21 Additional activities may be added to Levels 1 - 4 to accommodate the needs
22 of the organization executing the work. Specifically the Contractor will add
23 activities under WBS XXXXXX.80.83 "Construction Execution" that
24 delineates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City's Standard Milestones as shown
27 in Section 1.4.I below. Contractorwillinclude additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31 I. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity, and in some cases the extent of the activity. All activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 "project start" and "project finish" milestones.
37
38 The activity duration is based on the physical amount of work to be performed for the
39 stated activity, with a maximum duration of 20 working days OR a continuous activity
40 in one location. If the work for any one activity exceeds 20 days, break that activity
41 down incrementally to achieve this duration constraint. Any exception to this requires
42 review and acceptance by the City's Project Control Specialist.
43
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseline schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseline schedule to the City for
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
01 3216 - 6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
review and acceptance as described in Section 1.5 below. Updated baseline schedules
adhere to the following:
1. Time extensions associated with approved contract modifications are limited to the
actual amount of time the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the impact
of the change and is included in the Change Order. The coding for a new activity(s)
added to the schedule for the Change Order includes the Change Order number in the
Activity ID. Use as many activities as needed to accurately show the work of the
Change Order. Revisions to the baseline schedule are not effective until accepted by
the City.
K. City's Work Breakdown Structure
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX.30.10
Design Contractor Agreement
XXXXXX.30.20
Conceptual Design (3 0%)
XXXXXX.30.30
Preliminary Design (60%)
XXXXXX.30.40
Final Design
XXXXXX.30.50
Environmental
XXXXXX.30.60
Permits
XXXXXX.30.60.10
Permits - Identification
XXXXXX.30.60.20
Permits - Review/Approve
XXXXXX.40 ROW & Easements
XXXXXX.40.10
ROW Negotiations
XXXXXX.40.20
Condemnation
XXXXXX.70 Utility Relocation
XXXXXX.70.10
Utility Relocation Co-ordination
XXXXXX.80 Construction
XXXXXX.80.81
Bid and Award
XXXXXX.80.83
Construction Execution
XXXXXX. 80. 85
Inspection
XXXXXX.80.86
Landscaping
XXXXXX.90 Closeout
XXXXXX.90.10
Construction Contract Close-out
XXXXXX.90.40
Design Contract Closure
L. City's Standard Milestones
The following milestone activities (i.e., important events on aproject that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
01 32 16 - 7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
1
Activity ID
Activitv Name
2
Design
3
3020
Award Design Agreement
4
3040
Issue Notice to Proceed - Design Engineer
5
3100
Design Kick-off Meeting
6
3120
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
7
Water & Sewer
8
3150
Peer Review Meeting/Design Review meeting (technical)
9
3160
Conduct Design Public Meeting #1 (required)
10
3170
Conceptual Design Complete
11
3220
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
12
Parks, Storm Water, Water & Sewer
13
3250
Conduct Design Public Meeting #2 (required)
14
3260 Preliminary Design Complete
15
3310
Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
16
Water & Sewer
17
3330
Conduct Design Public Meeting #3 (if required)
18
3360
Final Design Complete
19
ROW & Easements
20
4000
Right of Way Start
21
4230
Right of Way Complete
22
Utility Relocation
23
7000
Utilities Start
24
7120
Utilities Cleared/Complete
25
Construction
26
Bid and Award
27
8110
Start Advertisement
28
8150
Conduct Bid Opening
29
8240
Award Construction Contract
30
Construction Execution
31
8330
Conduct Construction Public Meeting #4 Pre -Construction
32
8350
Construction Start
33
8370
Substantial Completion
34
8540
Construction Completion
35
9130
Notice of Completion/Green Sheet
36
9150
Construction Contract Closed
37
9420
Design Contract Closed
38
39 1.4 SUBMITTALS
40 A. Schedule Submittal & Review
41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's
42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of
43 the Contractor's baseline and progress schedules with the Master Project Schedule as
44 support to the City's Project Manager. The City reviews and accepts or rejects the
45 schedule within ten workdays of Contractor's submittal.
46
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
01 3216 - 8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
1 1. Schedule Format
2 The Contractor will submit each schedule in two electronic forms, one in native file
3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document
4 management system in the location dedicated for this purpose and identified by the
5 Project Manager. In the event the Contractor does not use Primavera P6 or MS
6 Project for scheduling purposes, the schedule information must be submitted in .xls or
7 .xlsx format in compliance with the sample layout (See Specification 0132 16.1
8 Construction Project Schedule Baseline Example), including activity predecessors,
9 successors and total float.
10
11 2. Initial & Baseline Schedule
12 The Contractor will develop their schedule for their scope of work and submit their
13 initial schedule in electronic form (in the file formats noted above), in the City's
14 document management system in the location dedicated for this purpose at least 5
15 working days prior to Pre Construction Meeting.
16
17 The City's Project Manager and Project Control Specialist review this initial schedule
18 to determine alignment with the City's Master Project Schedule, including format &
19 WBS structure. Following the City's review, feedback is provided to the Contractor
20 for their use in finalizing their initial schedule and issuing (within five workdays) their
21 Baseline Schedule for final review and acceptance by the City.
22
23 3. Progress Schedule
24 The Contractor will update and issue their project schedule (Progress Schedule) by the
25 last day of each month throughout the life of their work on the project. The Progress
26 Schedule is submitted in electronic form as noted above, in the City's document
27 management system in the location dedicated for this purpose.
28
29 The City's Project Control team reviews each Progress Schedule for data and
30 information that support the assessment of the update to the schedule. In the event
31 data or information is missing or incomplete, the Project Controls Specialist
32 communicates directly with the Contractor's scheduler for providing same. The
33 Contractor re -submits the corrected Progress Schedule within S workdays, following
34 the submittal process noted above. The City's Project Manager and Project Control
35 Specialist review the Contractor's progress schedule for acceptance and to monitor
36 performance and progress.
37
38 The following list of items are required to ensure proper status information is
39 contained in the Progress Schedule.
40 • Baseline Start date
41 • Baseline Finish Date
42 • % Complete
43 • Float
44 • Activity Logic (dependencies)
45 • Critical Path
46 • Activities added or deleted
47 • Expected Baseline Finish date
48 • Variance to the Baseline Finish Date
49
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
01 3216 - 9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
1 B. Monthly Construction Status Report
2 The Contractor submits a written status report (referred to as a progress narrative) at the
3 monthly progress meeting (if monthly meetings are held) or at the end of each month to
4 accompany the Progress Schedule submittal, using the standard format provided in
5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The content
6 of the Construction Project Schedule Progress Narrative should be concise and complete
7 to include only changes, delays, and anticipated problems.
8
9 C. Submittal Process
10 • Schedules and Monthly Construction Status Reports are submitted in in the City's
11 document management system in the location dedicated for this purpose.
12 • Once the project has been completed and Final Acceptance has been issued by the
13 City, no further progress schedules or construction status reports are required from
14 the Contractor.
15 1.
16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.6 CLOSEOUT SUBMITTALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.8 QUALITY ASSURANCE
20 A. The person preparing and revising the construction Progress Schedule shallbe
21 experienced in the preparation of schedules of similar complexity.
22 B. Schedule and supporting documents addressed in this Specification shall be prepared,
23 updated and revised to accurately reflect the performance of the construction.
24 C. Contractor is responsible for the quality of all submittals in this section meeting the
25 standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 1.12 ATTACHMENTS
30 Spec 01 32 16.1 Construction Project Schedule Baseline Example
31 Spec 01 32 16.2 Construction Project Schedule Progress Example
32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
1
01 32 16 -10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
4
5
6
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised August 13, 2021
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 32 33 - 2
PRECONSTRUCTION VIDEO
PART 3 - EXECUTION [NOT USED]
Page 2 of 2
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
CUNDIFF SUBDIVISION, LOT 1, BLOCK I
CPN 105991
SECTION 0133 00
SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
SUBMITTALS
Pagel of 8
General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN105991
Revised December 20, 2012
013300-2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 'h inches x 11 inches to 8 '/z inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
013300-3
SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing -in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
01 33 00 - 4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on -site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
013300-5
SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
013300-6
SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Reuubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
013300-7
SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL 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 CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
013300-8
SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
0135 13- 1
SPECIAL PROJECT PROCEDURES
Paget of 8
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.]
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. The procedures for special project circumstances that includes, but is not limited to:
8 a. Coordination with the Texas Department of Transportation
9 b. Work near High Voltage Lines
10 c. Confined Space Entry Program
11 d. Use of Explosives, Drop Weight, Etc.
12 e. Water Department Notification
13 f. Public Notification Prior to Beginning Construction
14 g. Coordination with United States Army Corps of Engineers
15 h. Coordination within Railroad permits areas
16 i. Dust Control
17 j. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1— General Requirements
23 3. Section 33 12 25 — Connection to Existing Water Mains
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment
26 1. Coordination within Railroad permit areas
27 a. Measurement
28 1) Measurement for this Item will be by lump sum.
29 b. Payment
30 1) The work performed and materials furnished in accordance with this Item
31 will be paid for at the lump sum price bid for Railroad Coordination.
32 c. The price bid shall include:
33 1) Mobilization
34 2) Inspection
35 3) Safety training
36 4) Additional Insurance
37 5) Insurance Certificates
38 6) Other requirements associated with general coordination with Railroad,
39 including additional employees required to protect the right-of-way and
40 property of the Railroad from damage arising out of and/or from the
41 construction of the Project.
42 2. Railroad Flagmen
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 11, 2022
013513-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 a. Measurement
2 1) Measurement for this Item will be per working day.
3 b. Payment
4 1) The work performed and materials furnished in accordance with this Item
5 will be paid for each working day that Railroad Flagmen are present at the
6 Site.
7 c. The price bid shall include:
8 1) Coordination for scheduling flagmen
9 2) Flagmen
10 3) Other requirements associated with Railroad
11 3. All other items
12 a. Work associated with these Items is considered subsidiary to the various Items
13 bid. No separate payment will be allowed for this Item.
14 1.3 REFERENCES
15 A. Reference Standards
16 1. Reference standards cited in this Specification refer to the current reference
17 standard published at the time of the latest revision date logged at the end of this
18 Specification, unless a date is specifically cited.
19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
20 High Voltage Overhead Lines.
21 1.4 ADMINISTRATIVE REQUIREMENTS
22 A. Coordination with the Texas Department of Transportation
23 1. When work in the right-of-way which is under the jurisdiction of the Texas
24 Department of Transportation (TxDOT):
25 a. Notify the Texas Department of Transportation prior to commencing any work
26 therein in accordance with the provisions of the permit
27 b. All work performed in the TxDOT right-of-way shall be performed in
28 compliance with and subject to approval from the Texas Department of
29 Transportation
30 B. Work near High Voltage Lines
31 1. Regulatory Requirements
32 a. All Work near High Voltage Lines (more than 600 volts measured between
33 conductors or between a conductor and the ground) shall be in accordance with
34 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
35 2. Warning sign
36 a. Provide sign of sufficient size meeting all OSHA requirements.
37 3. Equipment operating within 10 feet of high voltage lines will require the following
38 safety features
39 a. Insulating cage -type of guard about the boom or arm
40 b. Insulator links on the lift hook connections for back hoes or dippers
41 c. Equipment must meet the safety requirements as set forth by OSHA and the
42 safety requirements of the owner of the high voltage lines
43 4. Work within 6 feet of high voltage electric lines
44 a. Notification shall be given to:
45 1) The power company (example: ONCOR)
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 11, 2022
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1 a) Maintain an accurate log of all such calls to power company and record
2 action taken in each case.
3 b. Coordination with power company
4 1) After notification coordinate with the power company to:
5 a) Erect temporary mechanical barriers, de -energize the lines, or raise or
6 lower the lines
7 c. No personnel may work within 6 feet of a high voltage line before the above
8 requirements have been met.
9 C. Confined Space Entry Program
10 1. Provide and follow approved Confined Space Entry Program in accordance with
11 OSHA requirements.
12 2. Confined Spaces include:
13 a. Manholes
14 b. All other confined spaces in accordance with OSHA's Permit Required for
15 Confined Spaces
16 DELETE the below item, if not required for project. The following link is to Fact Sheet re: Air
17 Permitting:
18 httl)s://www.tceci.texas.2ov/assets/public/nermittina/air/factsheets/permit-factsheet.])df
19 D. TCEQ Air Permit
20 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
21 E. Use of Explosives, Drop Weight, Etc.
22 1. When Contract Documents permit on the project the following will apply:
23 a. Public Notification
24 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
25 prior to commencing.
26 2) Minimum 24 hour public notification in accordance with Section 0131 13
27 F. Water Department Coordination
28 1. During the construction of this project, it will be necessary to deactivate, for a
29 period of time, existing lines. The Contractor shall be required to coordinate with
30 the Water Department to determine the best times for deactivating and activating
31 those lines.
32 2. Coordinate any event that will require connecting to or the operation of an existing
33 City water line system with the City's representative.
34 a. Coordination shall be in accordance with Section 33 12 25.
35 b. If needed, obtain a hydrant water meter from the Water Department for use
36 during the life of named project.
37 c. In the event that a water valve on an existing live system be turned off and on
38 to accommodate the construction of the project is required, coordinate this
39 activity through the appropriate City representative.
40 1) Do not operate water line valves of existing water system.
41 a) Failure to comply will render the Contractor in violation of Texas Penal
42 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
43 will be prosecuted to the full extent of the law.
44 b) In addition, the Contractor will assume all liabilities and
45 responsibilities as a result of these actions.
46 G. Public Notification Prior to Beginning Construction
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 11, 2022
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
1. Prior to beginning construction on any block in the project, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
beginning any construction activity on each block in the project area.
1) Prepare flyer on the Contractor's letterhead and include the following
information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
f) Name of the City's inspector and phone number
g) City's after-hours phone number
2) A sample of the `pre -construction notification' flyer is attached as Exhibit
A.
3) City of Fort Worth Door Hangers will be provided to the Contractor for
distribution with their notice.
4) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
5) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer and door
hangers are delivered to all residents of the block.
H. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepare flyer on the contractor's letterhead and include the following
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
1. Coordination with United States Army Corps of Engineers (USACE)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
J. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
K. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
L. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
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
12
DATE NAME
8/31/2012 D. Johnson
13
3/11/2022 M Owen
MBiel 1ZIIW01111110
Revision Log
SUMMARY OF CHANGE
1.4.13— Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 11, 2022
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 -7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
X7
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
1
N
3
4
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
EXHIBIT B
FoRTWORTIL
Date:
Dole 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
1F 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 9, 2020
01 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 9, 2020
015000-1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
01 55 26 -1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
30 traffic.
31 b. When traffic controlplans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 c. When traffic control plans are not included in the Drawings, prepare traffic
34 control plans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 22, 2021
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2of3
1 2) A traffic control "Typical" published by City of Fort Worth, the Texas
2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department
3 of Transportation (TxDOT) can be used as an alternative to preparing
4 project/site specific traffic controlplan if the typical is applicable to the
5 specific project/site.
6 B. Street Use Permit
7 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
8 a. To obtain Street Use Permit, submit Traffic Control Plans to City
9 Transportation and Public Works Department.
10 1) Allow a minimum of 5 working days for permit review.
11 2) It is the Contractor's responsibility to coordinate review of Traffic Control
12 plans for Street Use Permit, such that construction is not delayed.
13 C. Modification to Approved Traffic Control
14 1. Prior to installation traffic control:
15 a. Submit revised traffic control plans to City Department Transportation and
16 Public Works Department.
17 1) Revise Traffic Control plans in accordance with Section 34 71 13.
18 2) Allow minimum 5 working days for review of revised Traffic Control.
19 3) It is the Contractor's responsibility to coordinate review of Traffic Control
20 plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29 2. Install temporary sign before the removal of permanent sign.
30 3. When construction is complete, to the extent that the permanent sign can be
31 reinstalled, contact the City Transportation and Public Works Department, Signs
32 and Markings Division, to reinstall the permanent sign.
33 F. Traffic Control Standards
34 1. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 22, 2021
1
2
3
4
5
6
7
8
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
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]
9 PART 3 - EXECUTION [NOT USED]
10
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if
3/22/2021 M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN
Revised March 22, 2021
0157 13 -1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 0157 13
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 — General Requirements
3. Section 3125 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 3125 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 0133 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN105991
Revised July 1, 2011
0157 13 -3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 0133 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/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 CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 9, 2020
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 9, 2020
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off -site storage and protection when on -site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN105991
Revised July 1, 2011
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 6
1 SECTION 0170 00
2 MOBILIZATION AND REMOBILIZATION
3 [Text in Blue is for information or guidance. Remove all blue text in the final project document.]
4 PART1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2016
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 6
1 a. Mobilization and Demobilization
2 1) Mobilization shall consist of the activities and cost on a Work Order basis
3 necessary for:
4 a) Transportation of Contractor's personnel, equipment, and operating
5 supplies to the Site for the issued Work Order.
6 b) Establishment of necessary general facilities for the Contractor's
7 operation at the Site for the issued Work Order
8 2) Demobilization shall consist of the activities and cost necessary for:
9 a) Transportation of Contractor's personnel, equipment, and operating
10 supplies from the Site including disassembly for each issued Work
11 Order
12 b) Site Clean-up for each issued Work Order
13 c) Removal of all buildings or other facilities assembled at the Site for
14 each Work Oder
15 b. Mobilization and Demobilization do not include activities for specific items of
16 work for which payment is provided elsewhere in the contract.
17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
18 a. A Mobilization for Miscellaneous Projects when directed by the City and the
19 mobilization occurs within 24 hours of the issuance of the Work Order.
20 B. Deviations from this City of Fort Worth Standard Specification
21 1. None.
22 C. Related Specification Sections include, but are not necessarily limited to:
23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
24 2. Division 1— General Requirements
25 1.2 PRICE AND PAYMENT PROCEDURES
26 A. Measurement and Payment [Consult City Department/Division for direction on if
27 Mobilization pay item to be included or the item should be subsidiary. Include the
28 appropriate Section 1.2 A. 1.1
29 1. Mobilization and Demobilization [If subsidiary]
30 a. Measure
31 1) This Item is considered subsidiary to the various Items bid.
32 b. Payment
33 1) The work performed and materials furnished in accordance with this Item
34 are subsidiary to the various Items bid and no other compensation will be
35 allowed.
36 [OR]
37 1. Mobilization and Demobilization [If bid item included for Mobilization —
38 Consultant to provide a maximum % of adjusted contract amount based on the
39 anticipated mobilization costs to limit the amount bid for this item]
40 a. Measure
41 1) This Item will be measured by the lump sum or each as the work
42 progresses. Mobilization is calculated on the base bid only and will not be
43 paid for separately on any additive alternate items added to the Contract.
44 2) Demobilization shall be considered subsidiary to the various bid items.
45 b. Payment
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised November 22, 2016
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 6
1
1) For this Item, the adjusted Contract amount will be calculated as the total
2
Contract amount less the lump sum for mobilization. Mobilization shall be
3
made in partial payments as follows:
4
a) When 1% of the adjusted Contract amount for construction Items is
5
earned, 50% of the mobilization lump sum bid or [Insert'/ the maximum
6
allowed] % of the total Contract amount, whichever is less, will be paid.
7
b) When 5% of the adjusted Contract amount for construction Items is
8
earned, 75% of the mobilization lump sum bid or [Insert the maximum
9
allowed]% of the total Contract amount, whichever is less, will be paid.
10
Previous payments under the Item will be deducted from this amount.
11
c) When 10% of the adjusted Contract amount for construction Items is
12
earned, 100% of the mobilization lump sum bid or [Insert the maximum
13
allowed]% of the total Contract amount, whichever is less, will be paid.
14
Previous payments under the Item will be deducted from this amount.
15
d) A bid containing a total for "Mobilization" in excess of [Insert
16
maximum allowed] % of total contract shall be considered unbalanced
17
and a cause for consideration of rejection.
18
e) The Lump Sum bid for "Mobilization — Paving/Drainage" shall NOT
19
include any cost or sum for mobilization items associated with
20
water/sewer items. Those costs shall be included in the various
21
water/sewer bid Items. Otherwise the bid Items shall be considered
22
unbalanced and a cause for consideration of rejection.
23
f) The Lump Sum bid for "Mobilization — Paving" shall NOT include
24
any cost or sum for mobilization items associated with drainage items.
25
Those costs shall be included in the "Mobilization — Drainage" Lump
26
Sum bid Item. Otherwise the bid Items shall be considered unbalanced
27 and a cause for consideration of rejection.
28 g) The Lump Sum bid for "Mobilization — Drainage" shall NOT
29 include any cost or sum for mobilization items associated with paving
30 items. Those costs shall be included in the "Mobilization — Paving"
31 Lump Sum bid Item. Otherwise the bid Items shall be considered
32 unbalanced and a cause for consideration of rejection.
33 2) The work performed and materials furnished for demobilization in
34 accordance with this Item are subsidiary to the various Items bid and no other
35 compensation will be allowed.
36 [OR]
37 1. Mobilization and Demobilization [If multiple `Mobilization " bid items are used
38 due to different funding (ex. Water and Sewer and Paving and/or Drainage) —
39 Provide detail of each bid item - Consultant to provide detail for each bid item
40 (typically Water/Sewer will be subsidiary and Paving/Drainage will be IS, with
41 possibly separate bid items for Paving and Drainage due to funding).]
42 a. Measure
43 1) This item for Water/Sewer improvements is considered subsidiary to the
44 various Items bid.
45 2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization
46 — Paving/Drainage" will be measured by the lump sum or each as the work
47 progresses. Mobilization is calculated on the base bid only and will not be
48 paid for separately on any additive alternate items added to the Contract.
49 3) Demobilization shall be considered subsidiary to the various bid items.
50 b. Payment
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised November 22, 2016
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 6
1
1) The work performed and materials furnished in accordance with this Item
2
for Water/Sewer improvements are subsidiary to the various Items bid and no
3
other compensation will be allowed.
4
2) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization
5
— Paving/Drainage", the adjusted Contract amount will be calculated as the
6
total Contract amount for paving, drainage or paving/drainage improvements
7
less the lump sum for mobilization. Mobilization shall be made in partial
8
payments as follows:
9
a) When 1% of the adjusted Contract amount for construction Items is
10
earned, 50% of the mobilization lump sum bid or [Insert % the maximum
11
allowed] % of the total paving, drainage, or paving/drainage Contract
12
amount, whichever is less, will be paid.
13
b) When 5% of the adjusted Contract amount for construction Items is
14
earned, 75% of the mobilization lump sum bid or [Insert the maximum
15
allowed]% of the total paving, drainage, or paving/drainage Contract
16
amount, whichever is less, will be paid. Previous payments under the Item
17
will be deducted from this amount.
18
c) When 10% of the adjusted Contract amount for construction Items is
19
earned, 100% of the mobilization lump sum bid or [Insert the maximum
20
allowed]% of the total paving, drainage, or paving/drainage Contract
21
amount, whichever is less, will be paid. Previous payments under the Item
22
will be deducted from this amount.
23
d) A bid containing a total for "Mobilization" in excess of [Insert
24
maximum allowed] % of total paving, drainage or paving/drainage
25
contract shall be considered unbalanced and a cause for consideration
26 of rejection.
27 3) The work performed and materials furnished for demobilization in
28 accordance with this Item are subsidiary to the various Items bid and no other
29 compensation will be allowed.
30 2. Remobilization for suspension of Work as specifically required in the Contract
31 Documents
32 a. Measurement
33 1) Measurement for this Item shall be per each remobilization performed.
34 b. Payment
35 1) The work performed and materials furnished in accordance with this Item
36 and measured as provided under "Measurement" will be paid for at the unit
37 price per each "Specified Remobilization" in accordance with Contract
38 Documents.
39 c. The price shall include:
40 1) Demobilization as described in Section 1.1.A.2.a.1)
41 2) Remobilization as described in Section 1.1.A.2.a.2)
42 d. No payments will be made for standby, idle time, or lost profits associated this
43 Item.
44 3. Remobilization for suspension of Work as required by City
45 a. Measurement and Payment
46 1) This shall be submitted as a Contract Claim in accordance with Article 10
47 of Section 00 72 00.
48 2) No payments will be made for standby, idle time, or lost profits associated
49 with this Item.
50 4. Mobilizations and Demobilizations for Miscellaneous Projects
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised November 22, 2016
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
017000-5
MOBILIZATION AND REMOBILIZATION
Page 5 of 6
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
30
1.3
REFERENCES [NOT USED]
31
1.4
ADMINISTRATIVE REQUIREMENTS [NOT USED]
32
1.5
SUBMITTALS [NOT USED]
33
1.6
INFORMATIONAL SUBMITTALS [NOT USED]
34
1.7
CLOSEOUT SUBMITTALS [NOT USED]
35
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
36
1.9
QUALITY ASSURANCE [NOT USED]
37
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
38
1.11
FIELD [SITE] CONDITIONS [NOT USED]
39
1.12
WARRANTY [NOT USED]
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised November 22, 2016
01 70 00 - 6
MOBILIZATION AND REMOBILIZATION
1 PART 2 - PRODUCTS [NOT USED]
2 PART 3 - EXECUTION [NOT USED]
3 END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
Page 6 of 6
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2016
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN105991
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As -Built Survey".
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised February 14, 2018
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as -built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A —Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 0133 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN105991
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut -Sheets" conforming to the standard template provided by the City
(refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As -built Redline Drawing Submittal
1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall submit the proposed as -built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as -built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re -stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re -stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised February 14, 2018
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN105991
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2- PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN105991
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
UFMQK3ky.1N0D)1 I
A. Tolerances:
The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre -established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor's work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
CLEANING
Page 1 of 4
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight -exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
Remove trash and debris containers from site.
a. Re -seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
01 77 19 -1
CLOSEOUT REQUIREMENTS
Page 1 of 3
1 SECTION 0177 19
2 CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
27
28 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
29
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 PART 2 - PRODUCTS [NOT USED]
32
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 22, 2021
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2of3
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 CLOSEOUT PROCEDURE
6 A. Prior to requesting Final Inspection, submit:
7 1. Project Record Documents in accordance with Section 0178 39
8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
10 01 74 23.
11 C. Final Inspection
12 1. After final cleaning, provide notice to the City Project Representative that the Work
13 is completed.
14 a. The City will make an initial Final Inspection with the Contractor present
15 b. Upon completion of this inspection, the City will notify the Contractor, in
16 writing within 10 business days, of any particulars in which this inspection
17 reveals that the Work is defective or incomplete.
18 2. Upon receiving written notice from the City, immediately undertake the Work
19 required to remedy deficiencies and complete the Work to the satisfaction of the
20 City.
21 3. The Right-of-way shall be cleared of all construction materials, barricades, and
22 temporary signage.
23 4. Upon completion of Work associated with the items listed in the City's written
24 notice, inform the City that the required Work has been completed. Upon receipt of
25 this notice, the City, in the presence of the Contractor, will make a subsequent Final
26 Inspection of the project.
27 5. Provide all Special accessories required to place each item of equipment in full
28 operation. These special accessory items include, but are not limited to:
29 a. Specified spare parts
30 b. Adequate oil and grease as required for the first lubrication of the equipment
31 c. Initial fill up of all chemical tanks and fuel tanks
32 d. Light bulbs
33 e. Fuses
34 f. Vault keys
35 g. Handwheels
36 h. Other expendable items as required for initial start-up and operation of all
37 equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative finds the Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK I
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 22, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
24
25
DATE
3/22/2021
26
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW"
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised March 22, 2021
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 1/2 inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPNIO5991
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
Submit 5 copies of complete manual in final form.
Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN105991
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised December 20, 2012
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
8/31/2012 D. Johnson
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SUMMARY OF CHANGE
1.5.A.1 — title of section removed
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
017839-3
PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
CITY OF FORT WORTH CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105991
Revised July 1, 2011
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
CUNDIFF SUBDIVISION, LOT 1, BLOCK 1
CPN 105991
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)