Loading...
HomeMy WebLinkAboutContract 63300-PM1CSC No. 63300-PM1 FORT WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF Trinity Habitat Townhomes Phase 2 IPRC Record No. IPRC24-0140 City Project No. 105667 FID No. 30114-0200431-105667-EO7685 File No. W-3076 X File No. X-28259 Mattie Parker Jesus "Jay" Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur, PE Director, Transportation and Public Works Department April 2025 Prepared for The City of Fort Worth rL.ANA ^- A N 5/29/2025 Fort Worth, Texas I P: 817-704-0480 1 Flanagan-ls.com I TBPE Firm No. F-22910 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised WATER, SEWER nn�3 lfiyii., iefi t Bidders n3 i�n0 00 21 13 lost tuetions t Bidde s 03 i � 00 44 00 Bid Fe nn in n 00 42 43 Proposal Form Unit Price 05/22/2019 nno= Bidders Pf:equ l:fieatie 's nn1nvTr02/2014 0045 12 Prequalification Statement 09/01/2015 00 45 26 Contractor Compliance with Workers' Compensation Law Enterprise 04/02/2014 nQ i 0045 40 00 52 43 Mine -ity Business Goal Agreement a 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 00 73 00 General Conditions c,,,.,.io,,.,enta y Conditions 11/15/2017 n7inm�vzi PAVING nno i�3 1fiyita4ion to Bidders n� i0/2 00 21 13 I-ast itetions t Bidde s 03 i � 00 41 00 Bid Fert nn in s 00 42 43 Proposal Form Unit Price 05/22/2019 nno n�= Bidde s Pfegttal fieatiea's nn in 4 0045 12 Prequalification Statement 09/01/2015 00 45 26 Contractor Compliance with Workers' Compensation Law Enterprise 04/02/2014 nQ i 0045 40 00 52 43 Mine -ity Business Goal Agreement a 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 00 73 00 General Conditions c,,,.,.io,,.,eata y Conditions 11/15/2017 n7inm�vzi CITY OF FORT WORTH Trinity Habitat Townhomes Ph 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised March 20, 2020 STREET LIGHTS 00 11 13 hwita4iefi to Bidders 031/20/202 00 21 13 lastftuetions t Bidde s 03 i � 00 41 00 Bid Fert nn in s 00 42 43 Proposal Form Unit Price 05/22/2019 0045 12 Prequalification Statement 09/01/2015 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 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 00 73 00 General Conditions C"upplom e tat=Y r ad tiers 11/15/2017 min i 89-73-i9 n l oZri lrvTcO-li-3 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 D-EgeetMeetings 08/30/2013 n�in�n 01 31 20 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 7123 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 0177 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 CITY OF FORT WORTH Trinity Habitat Townhomes Ph 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised March 20, 2020 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httD:Hfortworthtexas.aov/tvw/contractors/ or httvs:HaviDs.fortworthtexas.Lyov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 11ea >,, irr 12/20/2012 12/�12 03 34-13 03 34 16 Lew StrengtL. Gen4r- a4efia SM4 Concrete Base Material for Trench Repair 12/20/2012 Division 26 2605 00 'i�o - Electrical r,,........e W rL Results f r>~'leetrieal 11 /n, 2 12/'f�zrzvriviz 260533 2tip Demolition for- Qeetfieal Systems Raee.: ays and Boxes for- Qeetfieal Systems Under-gr-etm Duets a -a Raee, ays f r>r1ojt1iaal E"iy's4effts 12/')zzr20Q 0�/no 1�,�n Division 31- Earthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 2 n 00 �rz�-vv mil! 1 r. ���li�S 01 /gin 331 25000 313600 ,� Erosion and Sediment Control tli biers 12/20/2012 1 2 /7zzr20QO 12 1 /'f�rzvriviz 3 Division 32 Ripr-ap - Exterior Improvements 2 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3�-A�8 To,.�pe f r.. Do,. a r '�o�ralt P.r. 1'l1 /'l z 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 1129 Lime Treated Base Courses 12/20/2012 32 1133 Cement Treated Base Courses 12/20/2012 32 1137 Liquid Treated Soil Stabilizer 08/21/2015 32 1216 Asphalt Paving 12/20/2012 32 1273 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 1373 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Dial Una -: Mg 12/'fez 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 CITY OF FORT WORTH Trinity Habitat Townhomes Ph 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised March 20, 2020 '27�3 Paye,v et4 NR.,dEifigs 1 11 1 /'f�v13. 3 3'�6 Cia Gates F��r� nxr, .o Fenees and Gates 2 12/20QO1nr. �� 12/20QO z '27�9 '27�3 WeedL'enees and Gates Cast i Dlaee (`afte.-ete D:%lu:,.-�ing `Ya4s 12/'f�zrzvriviz 86/05,L201$ 3291 19 Topsoil Placement and Finishing of Parkways c...a.aing NI-tl,.l.ing 12/20/2012 12/7rc�-20Q0iz 329213 3293 42 Hyd-e Seeding, and Trees 3 fJ rubG 1 /�Q Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Circuit Television (CCTV) Inspection 03/03/2016 Z Z�v 33 04 10 33 04 11 7Cllosed r PuW Jl,g of Existing Sewer- Systems TeipA Befiding a*d Qeetfieal lsela4ie (`E)ffE)Si0.1 !''O t 0l Test StMiEH S 1 2 /'frr.,-zvriviz 12/r�-zvriviz Q/20Q0Q 33 04 12 33 04-30 33 04 40 Naagnesitff, node G t>,edie Pfete tie Systeffl To.,.,,.,.,.ary Water- So...,; Cleaning and Acceptance Testing of Water Mains 12/2z 07/n�ii 02/06/2013 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 12/�1z 33 05 42 3305 13 Wa4er- Line e Lower -in Frame, Cover and Grade Rings — Cast Iron 01/22/2016 3305 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 12/20/2012 440 Grade Genefete W.,tef Vaults 12/20,L2012 330510 10Auger-ng �3-A5-21 Tu�rr.wl T ' �n �e Stool 171 /'fez 1 2 /'fzzrzv�viz 330522 �-A5-23 33 05 14 Casing -Ripe d Turpc�ling Ul.,to T,,.-mel Liner- insi,ila4io.-. f Cat:Fief: Pipe if Casing 12/20QO12 12/2n/2n12 ,� 06/19,L2013 or- e- 330516 33 05 30 TT44iyy N iTar4ef:s/Tee te-s Location of Existing Utilities 12/20Qz 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 1,,,,.t;le T,-e 12/20/2012 12/�12 33 11 0 33 11 11 Pipee Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 2'f 2 .� 11 1., Eexe�et� Proo�ro Pilo, Jar � r , x7 .,,+pe Stool Cylinder- Type 1 2/720QOO12 ?'3 11 11 Died £tool Pir,"z d Fittings 12/�12 33 1210 Water Services 1-inch to 2-inch 02/14/2017 32 1 2 1 1 Large Water- Metef:s 1 2/'fez 33 1220 Resilient Seated Gate Valve 12/20/2012 22� AWW�k PuLsbor. Feated B„tto,.Fl y Valves 12/20/i012 33 1225 Connection to Existing Water Mains 02/06/2013 3�-1q ✓0 33 n;,- Valve Assemblies for- Potable Tx7.,ter- System Combi 12/'fez /n m%1af L':.� 1240 33 1250 star ti;amr1� f't�atians 011 4 CITY OF FORT WORTH Trinity Habitat Townhomes Ph 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised March 20, 2020 33 12 60 l.. ✓ 17 c+.,..dai-7,1 Blow off Valve Assembly Cur-ed if Ulaee Pipe (CIDD) 06/1942013 12/2z 33 31 3 22� FibeFg1xii Rok-fer-ee,a Pipe for- r~ .ayitEG,.Aitaly-Sewer$ C'.,,,.:+ary 12/20QO12 �z 12/7 33 31 20 High De. sit-. Polyethylene (HDPE) Pipe for- Sewer- Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe z 06/19/2013 33 3i N Polyvinyl Chlef:ide (PVC) Closed Profile Gr-a-vity Sa*itafy Sewer- Pipe 1 7 /'lrz�-avriviz 34 _;I2 Sanitafy SePar Vi* Lifrrng 12/�12 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Q.x-,, 1.-Wj ,., Air- Valve f3F Bwn-A 1113" Sewef: FE)f:.e Mains 12/�r20/i012 3339 A + Cr Pllae-C-arml\"im neles n.eeast 12/7 z 33 39 20 3Z�v Genefete M rt,el F-iberglxr lees zz . n eeess r1..,mbe,. n 12/20QO12 1'1 /'�12 33 3940 333960 60 33 41 10 astewa4e (W C4 Epe....I Line r Earlitar-- C`ewe« C`+.-.,.tu-es Uei fe rerefe+e Ste,..,., Sewef Pipe/r„lyet4s 12/20,L2z 12/20Q 07/no 1�4 ✓� 11 11 fee,a High De. sit-. Polyethylene (HDPE) Pipe fe f Sta ✓1�1s�1: 12/'frz�-20,L2 z 11 12 33 4600 Dein f -ee.l Delyet lene (ERPE) Dire Q„1� 11 /13,L2015 11 Piz 33 4601 Slotted SOrm Diuirlf 0�/no 1�11 33 4602 Tf,imk Dimio1lJ 0�/no 1�1 33 49 10 CmI, ion P.Vae NU-n-,eles and I„n +:er Boxes 12/�1-2 12/'fez 33 4920 ZZ�v Curb and D-ap inlets $toteDl��^eHeadwalls ..,I:..w a is 0w7/01 0n1 1 Division 34 - 3Ago Transportation Tf ffie S:,....,ls 10/1 5 34 41 10.011 3^ ^�02 ��+ �� � �y At4aehmef4 A Qwtreller r abinet Attaehmeat B Cent alLzr Efozifiea4ien ' 12/1 /18,L2015 0� O12 ^�r�z-i 3^ .03 ?/I 11 11 A�3 AttaCzl'xxmeat Se twafe-Speei iea4ien Te,. pe, ary T -affie Signals Removing e..ing T-r- f'f e 0iQ0Q 111 1 /' 3 1 /'fizrzvriviz 3 34 41 15 Signals Reeta*gul \ar/ d F w.il;mg Baton 2 11/22QO13 34 4 16 gedoat6aA I-I;brid Sign -al 11 /�t3 34 41 20 Roadway Illumination Assemblies 12/20/2012 3n n�no_11 AA36al LBD Rand-w I..7. mkY.N: oa 06/15,L2015 34 4120.02 > .ee.: ay LED ne.,,l,,... I � 71'ih�'i� o'»rS 06/1 e/2n1 e vvrr✓rtvi� 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 4130 i i111ft111i� ✓ /''..ble 1gns 11 1 /13 34 0 3471 13 Single Nle,ae Fiber- Optie Traffic Control 02/'fvz�-�vriviv 11/22/2013 CITY OF FORT WORTH Trinity Habitat Townhomes Ph 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS City Project # 105667 Revised March 20, 2020 Appendix FG4,91 Availulit-y' ,.P GG 4.02 Flak-/arr e .-ad Physie i r na; iefi Fib-406 IhzQrl etis Envifefffaen4al Condition , 4 Site GG 6.07 W GG-6-M f\ar iitvax.a r T 1 1`T�ac�atian GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Trinity Habitat Townhomes Ph 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised March 20, 2020 00 42 43 DAP - Bm PROPOSAL Page t of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidlist Item Description Specification Section No. Unit of Bid No. Measure Quantity UNIT I: WATER IMPROVEMENTS 1 3312.2004 1" Private Water Service 33 12 10 EA 20 2 3305.0109 Trench Safety 33 05 10 LF 796 3 3305.2002 8" Water Carrier Pipe 33 05 24 LF 577 4 3311.0001 Ductile Iron Water Fittings w/Restraint 3311 11 TON 0.1 5 3312.4107 12" x 8" Tapping Sleeve & Valve 33 12 25 EA 2 6 3312.3003 8" Gate Valve 33 12 20 EA 2 7 3312.0001 Fire Hydrant 33 12 40 EA 1 8 9999.0001 12"x8"x6" Cross 00 00 00 EA 1 9 9999.0002 8" x6" Reducer 00 00 00 EA 1 10 9999.0003 Meter Box 00 00 00 EA 20 TOTAL UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEW R IMPROVEMENTS 1 3331.3101 4' Sewer Service 3331 50 EA 15 2 3331.3102 4" 2-Way Cleanout 3331 50 EA 15 3 3305.0109 Trench Safety 33 05 10 LF 240 TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: STORM DRAIN IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS Total Construction Bid Bidder's Proposal Unit Price I Bid Value $2,790.00 $55,800.001 $2.00 $1,592.001 $121.00 $69,817.001 $192,000.00 $19,200.001 $16,700.00 $33,400.001 $4,220.00 $8,440.001 $14,200.00 $14,200.001 $9,200.00 $9,200.001 $1,050.00 $1,050.001 $220.00 $4,400.001 1 $217,099.001 1 $2,730.001 $40,950.001 $2,860.00 $42,900.001 $1.50 $360.001 $84,210.001 1 $217,099.001 $84,210.001 1 1 1 1 $301,309.001 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Wet Unhnes_CFA Signed 00 42 43 DAP - Bm PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Unit of Bid No. Description Specification Section No. Measure Quantity Unit Price Bid Value This Bid is submitted by the entity named below: BIDDER: BY: Don Ashton Moss Utilities 11050 Ables, Ln V&v A TITLE: Sr. Estimator Dallas Tx, 75229 DATE: 2/3/2025 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION 25 working days after the date when the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Wet Unhnes_CFA Signed 0045 12 DAP PREQUALMCATION STATEMENT Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvue" box provide the complete major work tvpe and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Water Distribution, Development, 8-inch diameter and smaller Sewer Collection System, Development, 8-inches and smaller Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving C onstruction/Reconstruction (LESS THAN 15,000 square yards) Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Moss Utilities Moss Utilities Reliable Paving Reliable Paving Independent Utility Construction Prequalification Expiration Date 4/30/2025 4/30/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Moss Utilities, LLC BY: Shawn Lain 11050 Ables Lane r Dallas, TX 75229 (Signat re TITLE: Vice President DATE: 04/21 /2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 00 45 12 Prequalifir tion StatementAcc Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WFM WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406"096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105667. 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: f Company Address City/State/zip THE STATE OF TEXAS § COUNTY OF TARRANT § ,,rr r By:4a, a,rsn. a n (Please Print) Signature: Title: V1 ce P1t1 J )`)PA f (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared -<1ha kA) n I - a i n , 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 I "% r.+ki 1 t Vt e S I L t - C for the purposes and consideration therein expressed and in the capacity therein stated. G17VEN UNDER MY HAND AND SEAL OF OFFICE this 2 day of prt'l . 20 P4 0", AUBREY GREEN Notary Public, State of Texas /J`\ w� P Comm. expires 06-27-2029 tary Public in and for the S f Texas Notary ID 134968640 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Trinity Habitat Townhomes Ph. 2 City Project # 105667 2 SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 3 THIS AGREEMENT, authorized on 4/15/2025 is made by and between the Developer, 4 Fort Worth area Habitat for Humanity, Inc. dba Trinity Habitat for Humanity, authorized to do 5 business in Texas ("Developer") , and Moss Utilities , 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 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Trinity Habitat Townhomes Ph. 2 16 City Pro iect # 105667 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 25 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer zero dollars ($0.00) for each day that expires after the time specified in 3j Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —DEVELOPER AWARDED PROJECTS City Project # 105667 Revised June 16, 2016 005243-2 Developer 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 Three Hundred One Thousand Three Hundred Nine 39 Dollars and zero Cents ($301,309,00). 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 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specie) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 h. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH Trinity habitat Townhomes Pig. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised June 16, 2016 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 74 Article 6. INDEAM ICATION 75 6.1 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 damages being 81 sought were caused. In whole or in Dart. by anv act, omission or nc2li2ence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and Iegal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor 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 91 provision is specifically intended to operate and be effective even if it is allee'ed or 92 proven that all or some of the damages being sought were caused, in whole or in Part. 93 by anv act. omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Teams. 97 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 98 the 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 retraining provisions shall continue to be valid and binding upon DEVELOPER and 110 CONTRACTOR. ill 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 Worth Division. CPTY OF FORT WORTH Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Pmject 11 105667 Revised June 16, 2016 115 116 7.6 Authority to Sign. 117 118 119 120 121 122 123 124 125 005243-4 Developer Awarded Project Agrecmeut Page 4 of 4 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date") Contractor: By: �'" (Sign i .e) ��.ra.4/r� L dtrrL {Printed Name) Title: Company Name: Moss Utilities Address: 11050 Ables Ln City/State/Zip: Dallas, TX 75229 q11 Ill Date Developer: 697' k ero x ee,+ 14+v7+r f se iiumivvi-ir �, I A r � (Szgliature) ! (Punted Name) Title: 64(C-Ft 0YY=CuTr1/i5 DFt—t Cis! Company name: f'vie z fvoe-t Mtc jf- PA-R F7,f7 $-,( Address: g333 N� . Mo�'�e�ND�Gt tfv,4�7� City/State/Zip: F,)e'r k t, ? k . —t> r?A 1({ Date t CITY OF FORT WORTH Trinity Habitat Townhontes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project Y 105667 Revised June 16, 2016 0062 13- 1 PERFORMANCE BOND Page 1 of 3 EXECUTED IN DUPLICATE 1 SECTION 00 62 13 Bond No. GSH5900195 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Moss Utilites, LLC , known as "Principal' 8 herein and The Gray Casualty & Surety Company a corporate surety(sureties, if 9 more than one) duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the Developer, Trinity Habitat for 11 Humanity, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas 12 municipal corporation ("City"), in the penal sum of, _Three Hundred One Thousand Three 13 Hundred Nine and 00/100 Dollars ($_301,309.00 ), lawful money 14 of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which 15 sum well 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 severally, 17 firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of port Worth by and through a Community Facilities 20 Agreement, CFA Number 25-0025;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the day of A.,J , 20B 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 labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Trinity Habitat Townhomes Phase 2. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31, 2012 006213-2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division, 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the si day of 9 41 Z , 202S. 10 11 12 13 14 15 16 I7 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 ATTEST: (Principal) Secretary Witness as to Principal Wi esa as Surety , Ashlyn Sirnchik PRINCIPAL: Moss Utilities, LLC BY: Signs e Name and Title Address: 11050 Ahles Ln. Dallas, TX 75229 SURETY: The Gray Casualty & Surety Company BY: �--- Wq ( _ 1 I fl S g aturl Sean McCauley, Attorney -in -Fact Name and Title Address: P.O. Box 6202 Metairie. LA 70009 Telephone Number: (504) 888-7790 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31, 2012 006213-3 PERFORMANCE BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31, 2012 EXECUTED IN DUPLICATE 006214-1 PAYMENTBOND Page 1 of 3 1 SECTION 00 62 14 Bond No. GSH5900195 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Moss Utilities, LLC known as "Principal" herein, 8 and The Gray Casualty & Surety Company , a corporate surety ( 9 or sureties if more than one), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Trinity 11 Habitat for Humanity, authorized to do business in Texas "(Developer"), and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of Three Hundred One 13 Thousand Three Hundred Nine and 00/100 Dollars ($ 301,309.00 ), lawful 14 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 15 which sum well and truly be made jointly unto the Developer and the City as dual obligees, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 25-0025;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the, s� day of �,,r�l 20_�L which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Trinity Habitat Townhomes Phase 2. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH Trinity Habitat Townhomes Pbase 2 STANDARD CITY CONDITIONS-- DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31, 2012 006214-2 PAYMENT BOND Page 2 of 3 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the !2 1 J 6 day of 6 %�ri`I , 20JU- 7 8 9 10 I1 12 13 14 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: OCT " (Surety) *gtXX Liam Hackett, Witness ess # to Surety, Ashlyn 5imchik PRINCIPAL: Moss Utilities, LLC BY: Signature 1/ ,/ ,] JJ,11H�vz !_art Y- i Name and Title Address: 11050 Ables Ln. Dallas, TX 75229 SURETY: The Gray Casualty & Surety Company BY: —5— Signature Sean McCauley, Attorney -in -Fact Name and Title Address: P.O. Box 6202 Metairie, LA 70009 Telephone Number: (504) 888-7790 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Trimo�, Habitat Townhames Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Pro sect 4 105667 Revised January 31, 2012 006214-3 PAYMENT BOND Page 3 of 3 CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project it 105667 Revised January 31, 2012 McCauley Bond Agency 04/18/202511:24 376034405909 THE GRAY INSURANCE COMPANY THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: GSH5900195 Principal: Moss Utilities, LLC Project: Trinity Habitat Townhomes Ph 2 KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Sean McCauley, Liam Hackett, Sam Duckett, Jarrod Yost, Sarah Timmons, Ashlyn Simchik, and Bridget Truxillo of Dallas, Texas jointly and severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 261 day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds. undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 411 day of November, 2022. r oi_ gtlRAN bS*tiTY i 8By Michael T. Gray Cullen S. Piske S B E L President President The Gray Insurance Company The Gray Casualty & Surety Company State of Louisiana ss: Parish of Jefferson On this 41h day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. t,., �^ '" Notary Public Notary Ip No.92653 Leigh Anna Henican Orleans Parish, Louisiana Notary Public, Parish of Orleans State of Louisiana Q My Commission is for Life I, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is stil in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 2 9f tday of �r, r&V44.1..lo 1, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies whic is still in full force and effect. IN WITNESS WHEREOF, 1 have set .Ray hand and affixed the seals of the Company this :Z `I 3 tday of r1+ I , 2-5 . ,�yu RAp S*`TY i 8G SEAL s SEAL * * Certificate No. 13623 THIS IS TO CERTIFY THAT Texas Department of Insurance Company No. OS-095765 Certificate of Authority THE GRAY CASUALTY & SURETY COMPANY METAIRIE, LOUISIANA has complied with the laws of the State of Texas applicable thereto and is hereby authorized to transact the business of Fire; Allied Coverages; Inland Marine; Ocean Marine; Aircraft -- Liability & Physical Damage; Workers' Compensation & Employers' Liability; Employers' Liability; Automobile ---Liability & Physical Damage; Liability other than Automobile; Fidelity & Surety; Glass; Burglary & Theft; Forgery; Boiler & Machinery and Reinsurance on all lines authorized to be written on a direct basis insurance within the state of Texas. This Certificate of Authority shall be in full force and effect until it is revoked, canceled or suspended according to law. IN TESTIMONY WHEREOF, witness my hand and seal of office at Austin, Texas, this 9th day of June 4A.D 2004 JOSE MONTEMAYOR CO'4tMISSIONER OF NSURANC: ` r BY _ -- Codwin 01.aeche:si, Direcior Company Licensing & Registration THE TRAY SURETY The Gray Insurance Company The Gray Casualty & Surety Company Statutory Complaint Notice To obtain information or to make a complaint: You may contact the Surety via telephone for information or to make a complaint at: 1-504- 754-6711. You may also write to the Surety at: Gray Surety P.O. Box 6202 Metairie, LA 70009-6202 You may also contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write to the Texas Department of Insurance at: P.O. Box 149104 Austin, TX 78714-9104 Fax:512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first, if the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become part of condition of the attached document. This notice is written under a complete reservation of rights. Nothing herein shall be deemed to be an estoppel, waiver or modification of any of Gray's rights or defenses, and Gray hereby reserves all of its rights and defenses under any general agreement of indemnity, contracts, agreements, bonds, or applicable law. DESCRIPTIONS (Continued from Page 1) The General Liability, Auto Liability and Workers Compensation policies include a blanket waiver of subrogation endorsement when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability, Auto Liability, and workers compensation policies include an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder, with the exception of 10 days for nonpayment. Excess policies follow form over General Liability, Auto liability and Employers Liability policies subject to policy terms and conditions. Project Name: Trinity Habitat Townhomes Phase 2 Project #: 105667 The City of Fort Worth, its officers, employees and servants are additional insureds for general liability and automobile liability on a primary and non-contributory basis when required by written contract. Waiver of Subrogation in favor of the City of Fort Worth applies as respects workers' compensation coverage. SAGITTA 25.3 (2016/03) 2 of 2 #S49372903/M45355389 9 Additional Insured — Automatic — Owners, Lessees Or Z U RI C H Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 2927026-03 Effective Date: 07/01/2024 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II —Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury". "property damage" or''personal and advertising injury" arises out of.- (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b, above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one cr both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07104 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CVV (02119) Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with ,ts permission. in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products -completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. if neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Linder the ISO CG 20 10 (04113 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04113 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products -completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured! (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products -completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. u-GL-2162-A GW (02119) Page 2 of 4 Incluc}es copyrighted material of Insurance Services Office, Inc., with its permission. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or "suit' as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph AA. of this endorsement, the following is added to Section III -- Limits Of Insurance: Additional Insured -- Automatic — Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-2162-A CW (02/19) Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02119) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc.. with its permission. Coverage Extension Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 2927027-03 This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured Effective Date: 07/01 /2024 0 ZURICH 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured' while using a covered "auto" you don't own, mire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an 'employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.7.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment --Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section It — Covered Autos Liability Coverage does not apply. U-CA-424-H Cw (10/21) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section 11 — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos' participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The Following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos' participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss' to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; 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 leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a "private passenger type", light truck or medium truck is disabled. However, the labor must be performed at the place of disablement. As used in this provision, "private passenger type' means a private passenger or station wagon type "auto" and includes an "auto" of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage— increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; U CA-424-H CVV (10121) Page 2 of 6 Includes copyrighted material of Insurance Services Once, Inc., with its permission. (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto'; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured", and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 13.2.c. of Section IV -- Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage underthe Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424-H CW (10121) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown,- 2. Repair 3. Servicing; 4. "Loss"; or S. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation), The failure of any agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. O. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: U-CA-424-H CW (10121) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance -- Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: 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 under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto — World Wide Coverage Paragraph 7.b.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section Il — Covered Auto Liability Coverage is replaced by the following: 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. U. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". U-CA-424-H CW (10/21) Page 5 of 0 Includes copyrighted material of Insurance Services Office, Inc., with its permission. V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto". excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto' or an "auto' powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-H CW (10121) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. General Liability Supplemental Coverage Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 2927026-03 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Effective Date: 07/01/2024 ZURICH The following changes apply to this Coverage Part. However, endorsements attached to this Coverage Part will supersede any provisions to the contrary in this General Liability Supplemental Coverage Endorsement. A. Broadened Named Insured 1. The following is added to Section II — Who Is An Insured: Any organization of yours, other than a partnership or joint venture, which is not shown in the Declarations, and over which you maintain an ownership interest of more than 50% of such organization as of the effective date of this Coverage Part, will qualify as a Named Insured. However, such organization will not qualify as a Named Insured under this provision if it: a. Is newly acquired or formed during the policy period; b. Is also an insured under another policy, other than a policy written to apply specifically in excess of this Coverage Part; or c. Would be an insured under another policy but for its termination or the exhaustion of its limits of insurance. Each such organization remains qualified as a Named Insured only while you maintain an ownership interest of more than 50% in the organization during the policy period. 2. The last paragraph of Section II —Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. B. Newly Acquired or Formed Organizations as Named Insureds 1. Paragraph 3. of Section II —Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form during the policy period, other than a partnership or joint venture, and over which you maintain an ownership interest of more than 50% of such organization, 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 1801' day after you acquire or form the organization or the end of the policy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. U-GL-1345-C TX (03120) Page 1 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. An additional premium will apply in accordance with our rules and rates in effect on the date you acquired or formed the organization. 2. The last paragraph of Section II — Who Is An Insured does not apply to this provision to the extent that such paragraph would conflict with this provision. C. Insured Status — Employees Paragraph 2.a.(1) of Section II — Who Is An Insured is replaced by the following: 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees`, other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees' or "volunteer workers" are insureds for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers' while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However: Paragraphs (1)(a) and (1)(d) do not apply to your "employees" or "volunteer workers", who are not employed by you or volunteering for you as health care professionals, for bodily injury" arising out of "Good Samaritan Acts" while the "employee" or "volunteer worker' is performing duties related to the conduct of your business. "Good Samaritan Acts" mean any assistance of a medical nature rendered or provided in an emergency situation for which no remuneration is demanded or received. Paragraphs (1)(a), (b) and (c) do not apply to any "employee" designated as a supervisor or higher in rank, with respect to "bodily injury" to co -"employees". As used in this provision, "employees" designated as a supervisor or higher in rank means only "employees" who are authorized by you to exercise direct or indirect supervision or control over "employees" or "volunteer workers" and the manner in which work is performed. D. Additional Insureds — Lessees of Premises 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) who leases or rents a part of the premises you own or manage who you are required to add as an additional insured on this policy under a written contract or written agreement, but only with respect to liability arising out of your ownership, maintenance or repair of that part of the premises which is not reserved for the exclusive use or occupancy of such person or organization or any other tenant or lessee. This provision does not apply after the person or organization ceases to lease or rent premises from you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contractor written agreement to provide for such additional insured. 2. With respect to the insurance afforded to the additional insureds under this endorsement. the following is added to Section III — Limits Of Insurance: U-GL-1346-C TX (03120) Page 2 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph D.I. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph D. shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured —Vendors 1. The following change applies if this Coverage Part provides insurance to you for "bodily injury" and "property damage" included in the "products -completed operations hazard": Section II — Who Is An Insured is amended to include as an additional insured any person or organization (referred to throughout this Paragraph E. as vendor) who you have agreed in a written contract or written agreement, prior to loss, to name as an additional insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business: However, the insurance afforded to such vendor: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such vendor. 2. With respect to the insurance afforded to these vendors, the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) 'Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs (4) or (6); or (b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. U-GL-1345-C TX (03120) Page 3of12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. c. This insurance does not apply to any of "your products" for which coverage is excluded under this Coverage Part. 3. With respect to the insurance afforded to the vendor under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the vendor is the amount of insurance: a. Required by the written contract or written agreement referenced in Subparagraph E.1. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Additional Insured — Managers, Lessors or Governmental Entity 1. Section II —Who Is An Insured is amended to include as an insured any person or organization who is a manager, lessor or governmental entity who you are required to add as an additional insured on this policy under a written contract, written agreement or permit, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omission of those acting on your behalf; and resulting directly from: a. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit; b. Ownership, maintenance, occupancy or use of premises by you; or c. Maintenance, operation or use by you of equipment leased to you by such person or organization. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. 2. This provision does not apply: a. Unless the written contract or written agreement has been executed, or the permit has been issued, prior to the "bodily injury", "property damage" or offense that caused "personal and advertising injury"; b. To any person or organization included as an insured under Paragraph 3. of Section II —Who Is An Insured; c. To any lessor of equipment if the 'occurrence" or offense takes place after the equipment lease expires; d. To any: (1) Owners or other interests from whom land has been leased by you; or (2) Managers or lessors of premises, if: (a) The 'occurrence" or offense takes place after the expiration of the lease or you cease to be a tenant in that premises; (b) The"bodily bodily injury", "property damage' or personal and advertising injury" arises out of the structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor; or (c) The premises are excluded under this Coverage Part. 3. With respect to the insurance afforded to the additional insureds under this endorsement, 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: U-GL-1345-C TX (03120) Page 4 of 12 Includes copyrighted material of insurance Services Office, Inc., with its permission. a. Required by the written contract or written agreement referenced in Subparagraph F.1. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph F. shall not increase the applicable Limits of Insurance shown in the Declarations. G. Damage to Premises Rented or Occupied by You 1. The last paragraph under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage To Premises Rented To You Limit of Insurance applies to this coverage as described in Section III -- Limits Of Insurance. 2. Paragraph 6. of Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we 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 one or more "specific perils` to any one premises, while rented to you or temporarily occupied by you with permission of the owner. H. Broadened Contractual Liability The "insured contract" definition under the Definitions Section is replaced by the following: "Insured contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage", or "personal and advertising injury" arising out of the offenses of false arrest, detention or imprisonment, to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. I. Definition — Specific Perils The following definition is added to the Definitions Section: "Specific perils" means: U-GL-1345-C TX (03120) Page 5 of 12 Includes copyrighted material of Insurance Services office, Inc., with its permission. a. Fire; b. Lightning; c. Explosion; d. Windstorm or hail; e. Smoke; f. Aircraft or vehicles; g. Vandalism; h. Weight of snow, ice or sleet; L Leakage from fire extinguishing equipment, including sprinklers; or j. Accidental discharge or leakage of water or steam from any part of a system or appliance containing water or steam. J. Limited Contractual Liability Coverage — Personal and Advertising Injury 1. Exclusion e. of Section I — Coverage B — Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for "personal and advertising injury" if: (a) The "personal and advertising injury" arises out of the offenses of false arrest, detention or imprisonment; (b) The liability pertains to your business and is assumed in a written contract or written agreement in which you assume the tort liability of another. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; and (c) The "personal and advertising injury" occurs subsequent to the execution of the written contract or written agreement. Solely for purposes of liability so assumed in such written contract or written agreement, reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury" described in Paragraph (a) above, provided: (i) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same written contract or written agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. Paragraph 2.d. of Section I — Supplementary Payments — Coverages A and B is replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee; 3. The following is added to the paragraph directly following Paragraph 21. of Section I — Supplementary Payments — Coverages A and B: Notwithstanding the provisions of Paragraph 2.e.(2) of Section I — Coverage B — Personal And Advertising Injury Liability, such payments will not be deemed to be damages for "personal and advertising injury" and will not reduce the limits of insurance. U-GL-1345-C TX (03120) Page 6 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Supplementary Payments The following changes apply to Supplementary Payments — Coverages A and B: Paragraphs 1.b. and 1.d. are replaced by the following: b. Up to $2,500 for the 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. 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. L. Broadened Property Damage 1. Property Damage to Contents of Premises Rented Short -Term The paragraph directly following Paragraph (6) in Exclusion j. of Section I -- Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III — Limits Of Insurance. 2. Elevator Property Damage a. The following is added to Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to "property damage" arising out of the use of an elevator at premises you own, rent or occupy. b. The following is added to Section III — Limits Of Insurance: Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property damage" to property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy is $25,000 per "occurrence". 3. Property Damage to Borrowed Equipment a. The following is added to Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability: Paragraph (4) of this exclusion does not apply to "property damage" to equipment you borrow from others at a jobsite. b. The following is added to Section III — Limits Of Insurance: Subject to Paragraph 5. above, the most we will pay under Coverage A for damages because of "property damage" to equipment you borrow from others is $25,000 per "occurrence". M. Expected or Intended Injury or Damage Exclusion a. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury Or Damage "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. N. Definitions — Bodily Injury The "bodily injury" definition under the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death sustained by that person which results from that bodily injury, sickness or disease. U-GL-1345-C TX (OMO) Page 7 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. O. Insured Status —Amateur Athletic Participants Section II — Who Is An Insured is amended to include as an insured any person you sponsor while participating in amateur athletic activities. However, no such person is an insured for: a. "Bodily injury" to: (1) Your "employee", "volunteer worker" or any person you sponsor while participating in such amateur athletic activities; or (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company) while participating in such amateur athletic activities; or b. "Property damage" to property owned by, occupied or used by, rented to, in the care, custody or control of, or over which the physical control is being exercised for any purpose by.- (1) Your "employee", "volunteer worker" or any person you sponsor; or (2) You, any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company), P. Non -Owned Aircraft, Auto and Watercraft Exclusion g, of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: g. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage" involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any "insured contract" for the ownership, maintenance or use of aircraft or watercraft; (5) An aircraft that is hired or chartered by you or loaned to you, with a paid and licensed crew, and is not owned in whole or in part by an insured, or (6) 'Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2) or f.(3) of the definition of "mobile equipment". Q. Definitions — Leased Worker, Temporary Worker and Labor Leasing Firm 1. The "leased worker" and "temporary worker" definitions under the Definitions Section are replaced by the following: "Leased worker" means a person leased to you by a "labor leasing firm" under a written agreement between you and the "labor leasing firm", to perform duties related to the conduct of your business. "Leased worker" does not include a "temporary worker". U-GL-1345-C TX (03/20) Page 8 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. "Temporary worker" means a person who is furnished to you to support or supplement your work force during "employee" absences, temporary skill shortages, upturns or downturns in business or to meet seasonal or short- term workload conditions. "Temporary worker" does not include a "leased worker". 2. The following definition is added to the Definitions Section: "Labor leasing firm" means any person or organization who hires out workers to others, including any: a. Employment agency, contractor or services; b. Professional employer organization; or c. Temporary help service. R. Definition — Mobile Equipment Definition 12. in Section V — Definitions is replaced by the following: 12. "Mobile equipment" means any of the following types of land vehicles, including any attached machinery or equipment: a. Bulldozers, farm machinery, forklifts and other vehicles designed for use principally off public roads; b. Vehicles maintained for use solely on or next to premises you own or rent; c. Vehicles that travel on crawler treads; d. Vehicles, whether self-propelled or not, maintained primarily to provide mobility to permanently mounted: (1) Power cranes, shovels, loaders, diggers or drills; or (2) Road construction or resurfacing equipment such as graders, scrapers or rollers; e. Vehicles not described in Paragraph a., b., c., or d. above that are not self-propelled and are maintained primarily to provide mobility to permanently attached equipment of the following types: (1) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment; or (2) Cherry pickers and similar devices used to raise or lower workers; f. Vehicles not described in Paragraph a., b., c. or d. above maintained primarily for purposes other than the transportation of persons or cargo. However, self-propelled vehicles with the following types of permanently attached equipment, exceeding a combined gross vehicle weight of 1000 pounds, are not "mobile equipment" but will be considered "autos": (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; (2) Cherry pickers and similar devices mounted on automobile or truck chassis and used to raise or lower workers; and (3) Air compressors, pumps and generators, including spraying, welding, building cleaning, geophysical exploration, lighting and well servicing equipment. However, "mobile equipment" does not include any land vehicles that are subject to a compulsory or financial responsibility law or other motor vehicle insurance law in the state where it is license or principally garaged. Land vehicles subject to a compulsory or financial responsibility law or other motor vehicle insurance law are considered "autos". S. Definitions —Your Product and Your Work The "your product" and "your work" definitions under the Definitions Section are replaced by the following: "Your product": Includes copyrighted material of Insurance Services Office, Inc., with its permission. U-GL-1345-C TX (03120) Page 9 of 12 a. Means: (1) Any goods or products, other than real property, manufactured. sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products- b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your product'; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. "Your work": a. Means: (1) Work, services or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work, services or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of "your work"; and (2) The providing of or failure to provide warnings or instructions. T. Duties in the Event of Occurrence, Offense, Claim or Suit Condition The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV —Commercial General Liability Conditions: Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to any insured listed under Paragraph 1. of Section II -- Who Is An Insured or an "employee" authorized by you to give or receive such notice. Knowledge by other "employees" of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge. In the event that an insured reports an 'occurrence" to the workers compensation carrier of the Named Insured and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. U. Other Insurance Condition Paragraphs 4.a. and 4.1b.(1) of the Other insurance Condition of Section IV — Commercial General Liability Conditions are replaced by the following: 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when Paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then, we will share with all that other U-GL-1345-C TX (03120) Page 10 of 42 Includes copyrighted material of Insurance Services Office, Inc., with its permission. insurance by the method described in Paragraph c. below. However, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. Other insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (i) That is property insurance, Builder's Risk, Installation Risk or similar coverage for "your work' (ii) That is property insurance purchased by you (including any deductible or self insurance portion thereof) to cover premises rented to you or temporarily occupied by you with permission of the owner; (iii) That is insurance purchased by you (including any deductible or self insurance portion thereof) to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; (iv) If the loss arises out of the maintenance or use of aircraft, "autos or watercraft to the extent not subject to Exclusion g. of Section I — Coverage A —Bodily Injury And Property Damage Liability; or (v) That is property insurance (including any deductible or self insurance portion thereof) purchased by you to cover damage to: Equipment you borrow from others; or Property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy. (b) Any other primary insurance (including any deductible or self insurance portion thereof) available to the insured covering liability for damages arising out of the premises, operations, products, work or services forwhich the insured has been granted additional insured status either by policy provision or attachment of any endorsement. Other primary insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. (c) Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. V. Unintentional Failure to Disclose All Hazards Paragraph 6. Representations of Section IV — Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: a. Fail to disclose all hazards existing at the inception of this policy; or U-GL-1345-C TX (03120) Page 11 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. b. Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. W. Waiver of Right of Subrogation Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions is replaced by the following- 8. Transfer Of Rights Of Recovery Against Others To Us a. if the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. if the insured waives its right to recover payments for injury or damage from another person or organization in a written contract executed prior to a loss, we waive any right of recovery we may have against such person or organization because of any payment we have made under this Coverage Part. The written contract will be considered executed when the insured's performance begins, or when it is signed, whichever happens first. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. X. Liberalization Condition The following condition is added to Section IV — Commercial General Liability Conditions: Liberalization Clause If we revise this Coverage Part to broaden coverage without an additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the state shown in the mailing address of your policy. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-1345-G TX (03/20) Page 12 of 12 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07-01-24 Policy No. WC 2927025-03 Insured MOSS UTILITIES, LLC Insurance Company ZURICH AMERICAN INSURANCE COMPANY Countersigned By WC 00 03 13 (Ed. 4-84) p 1983 National council on compensation insurance. Endorsement No. Premium $ INCL . 0 Blanket Notification to Others of Cancellation ZURICH or Non -Renewal THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 2927026-03 1 Effective Date: 07/01 /2024 This endorsement applies to insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph 13.1. or Paragraph 13.2. above. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. U-GL-1521-B CW (01119) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. SCHEDULE The total number of days for mailing or delivering with respect to Paragraph B.1. of 07* this endorsement is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph B.2. of 30** this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. ** If a number is not shown here, 30 days continues to apply. All other terms and conditions of this policy remain unchanged. U-GL-1521-B CW (01119) Page 2 of 2 Includes copyrighted material of Insurance Seances Office, Inc., with its permission. Blanket Notification to Others of Cancellation or Non -Renewal ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 2927027-03 This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part Effective Date: 07/01/2024 SCHEDULE The total number of days for mailing or delivering with respect to Paragraph 13.1. of this endorsement is amended to indicate the following number of days: The total number of days for mailing or delivering with respect to Paragraph 13.2. of this endorsement is amended to indicate the following number of days: * If a number is not shown here, 10 days continues to apply. * If a number is not shown here, 30 days continues to apply. A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non -renewal, 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within 10 days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal, unless a greater number of days is shown in the Schedule of this endorsement for the mailing or delivering of such notification with respect to Paragraph B.I. or Paragraph B.2. above. U-CA-832-B CW (03/23) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-832-B CW (03123) Page 2 of z Includes copyrighted material of Insurance Services Office, Inc., with its permission. 00 42 43 DAP - Hit) PROPOSAL Pw 4 or6 UNIT PRICE BID Bidlist Item I No. � 1 2 3 4 5 6 7 8 I9 10 11 12 13 14 15 SECTION 00 42 43 Developer Awarded Projects- PROPOSAL FORM Project Item Information Description I Specification Section No. UNIT IV: PAVING IMPROVEMENTS 0170.0100 Mobilization 01 70 00 0241.0100 Remove Sidewalk 0241 13 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 3212.0302 2" Asphalt Pvmt Type D 32 12 16 0241.1506 2" Surface Milling 0241 15 3216.0101 6" Cone Curb and Gutter 32 16 13 0241.1300 Remove Cone Curb&Gutter 0241 15 3213.0101 6" Cone Pvmt 321313 3211.0111 4" Flexible Base, Type A, GRA 3211 23 3213.0301 4" Cone Sidewalk 321320 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 3213.0507 Barrier Free Ramo, Type P-2 321320 0241.1200 Remove Brick Pvmt 0241 15 3214.0100 Brick Pvmt 32 14 16 3471.0001 Traffic Control 3471 13 Bidder's Application Bidder's Proposal Unitof I Bid I Unit Price Measure Quantity LS 1 $26,000.00 SF 573 $9.00 SY 1042 $28.00 SY 1042 $28.00 SY 1042 I $11.50 LF 183 $121.00 LF 183 $13.00 SY 800 $117.00 SY 800 $24.00 SF 573 $31.50 EA 1 $3,060.00 EA 2 $2,650.00 SY 100 $85.00 SY 100 $355.00 MO 3 $4,070.00 TOTAL UNIT IV: PAVING IMPROVEMENTS Bid Value $26,000.00 $5,157.00. $29,176.00 $29,176.00 $11,983.00 $22,143.00 $2,379.00 $93,600.00 $19,200.00 $18,049.50I $3.060.00 $5,300.00 $8,500.00 1 $35.500.001 $12.210.00 1 $321,433.50{ CITY OF FORT WORTN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS -DEVELOPER AWARDED PROJECTS Updated 00 42 43 Bid Pro mal Allm Townh— I— V— May 22, 2019 W 4243 DAP - 1111) PRt)POSAI. Page 6 01 6 UNIT PRICE BID Bidlist Item No. SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Bidder's Application Project Item Information Bidder's Proposal Description I Specification Section No. I Unit of I Bid Unit Price I Bid Value Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: STORM DRAIN IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS _ _$321,433_50 UNIT V: STREET LIGHTING IMPROVEMENTS Total Construction Bid $321,433.50 This Bid is submitted by the entity named below: BIDDER: Reliable pacing. Inc 1903 N Peyco Dmice ArlinEton. Te—'6001 Contractor agrees to complete WORK for FINAL ACCEPTANCE within CONTRACT commences to run as provided in the General Conditions. END OF SECTION BY: Charles 41 i.one TITLE: ( 10 DATE: - 3:2112S 25 working days after the date when the CITY OF FORT WORITI STANDARD CONSTRUCTION SPECIRCATION DOCUMUM - DEVELOPER AWARDED PROJECTS Updated 00 42 43 Bid Proposal Allw Townhm From Veraim May 22, 2019 0045 12 DAP PREQUALIRCATION STATEMENT Page i of 1 SECTION 00 4512 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 Tvpe" box provide the complete maior work type and actual description as provided by the Water Department for water and sewer and TPW for paving. Major Work Type Water Distribution, Development, 8-inch diameter and smaller Sewer Collection System, Development, 8-inches and smaller Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Moss Utilities Moss Utilities Reliable Paving Reliable Paving Independent Utility Construction Prequalification Expiration Date August 21, 2025 August 21, 2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Reliable Paving, Inc 1903 N. Peyco Drive Arlington, TX. 76001 BY: Charles M Long Cigna) TITLE CEO DATE: April 10, 2025 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12 Prequalitication Statement.doc Form Version September 1, 2015 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105667. 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. �0JL1111 T% 1T'A Reliable Paving, Inc. Company 1903 N. Peyco drive Address Arlington, TX. 76001 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Charles M Lona (Please Print) Signature: Title: CEO (Please Print) BEFO E ME/ the unde signed authority, on this day personally appeared �A 420 , known to me to be the person whose name is subscribed to the foregoing inf Tument, and acknowledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -31 day of ,1-�w/Z Gf,/ , 20Z.' G:SNotary in and for t3;�%6he State of Texas aPy Wit LIAM PADMORE JR. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 My Notary 0 # 11730754 Expires September 7, 2027 Trinity Habitat Townhomes Ph. 2 City Project # 105667 005243-1 Developer Awarded Project Agreement Page I of 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 4/11/2025 is made by and between the Developer, 4 Fort Worth area Habitat for Humanity, Inc. dba Trinity Habitat for Humanity, authorized to do 5 business in Texas ("Developer") , and Reliable Pavina. Inc. , authorized to do 6 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Trinity Habitat Townhomes Ph. 2 16 City Project#105667 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 25 working days after the date 23 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 24 City Conditions of the Construction Contract for Developer Awarded Projects. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that Developer 27 will suffer financial loss if the Work is not completed within the times specified in 28 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 29 the Standard City Conditions of the Construction Contract for Developer Awarded 30 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 31 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 32 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 34 Developer zero dollars ($9.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Trinity Habitat Totmhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project # 105667 Revised June 16, 2016 00 52 43 - 2 Developer 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 Three Hundred Twenty One Thousand Four Hundred 39 Thirty Three Dollars and Fifty Cents ($321,433.50). 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 2. Attachments to this Agreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's Compensation Affidavit 56 It. MBE and/or SBE Commitment Form (If required) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH Trinity Habitat Tmvnhomes Ph 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project 4 105667 Revised June 16, 20I6 005243-3 Developer Aviarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is snecifically intended to overate 81 and be effective even if it is alleged or oroven that all or some of the damages being 82 sought were caused, in whole or in Dart, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification 92 Drovision is snecifically intended to overate and be effective even if it is alleged or 93 Droven that all or some of the damages being sought were caused, in whole or in cart. 94 by anv act omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Revised June 16, 2016 Trinity Habitat Townhomes Ph. 2 — DEVELOPER AWARDED PRORECTS City Project#105667 116 117 7.6 Authority to Sign. 118 119 120 121 122 123 124 125 126 005243-4 Developer Awarded Project Agreement Page 4 of Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: (Signatur Charles M Long (Printed Name) Title: CEO Company Name: Reliable Paving, Inc. Address: 1903 N Peyco Dr. City/State/Zip: Arlington, TX 76001 y/1/s- Date Developer: FaRa kjoitt-H �4101 /f,O(747 Ft tttAWT}r Ae- By: (Si re) C-1+46 rA;tx (Printed Name) Title: CKfEF EX64CUTIVG OfFICEIc Company name: FvwT "Vf'TN AALN l+4#ITif7 F Nt lY Address: ''333 N AWMMJIbALP 000 r City/State/Zip: F� V-7 ktJ' pev-) Te 74 ((6 1�— / Z 3 402,5 Date CrrY OF FORT WORTH Trinity Habitat Townhomes Ph.2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project N 105667 Revised June 16, 2016 1 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY OF TARRANT That we, Bond No. 101349564 006213-1 PERFORMANCE BOND Page 1 of 3 SECTION 00 62 13 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: Reliable Paving, Inc. , known as 8 "Principal" herein and Merchants Bonding Company (Mutual) , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Trinity 11 Habitat for Humanity, authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of, Three Hundred Twenty -One Thousand 13 Four Hundred Thirty -Three and 501100 Dollars (S 321,433.50 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the 15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities 20 Agreement, CFA Number 25-0025;and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 22 the 11TH day of APRIL , 20 25, 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 labor 24 and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Trinity Habitat Townhomes Phase 2. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31.2012 006213-2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 11 TH day of APRIL 9 , 2025 . 10 PRINCIPAL: I I Reliable Paving, Inc. 12 13 14 BY: 4:�3/ _ 15 Signature 16 ATTEST: 17 18 19 (Prikcipal) Secre 20 21 22 23 4� 24 (. 25 Witness as to Principal 26 27 29 _ 30 31 - - -- 32 33 34 35 36 37 38 39 40 Witness ajs't_o Surety 41 42 43 1p Name and TitlJ l Address: 1903 North Peyco Drive Arlington, TX 76001 SURETY: Merchants Bonding Comi)anv (Mutual) BY: " ,4— ef&&-�- Signature Mikaela Penners. Attorney -in -Fact Name and Title Address: 6700 Westown Parkwav West Des Moines IA 50266 Telephone Number: 800-678-8171 44 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 45 from the by-laws showing that this person has authority to sign such obligation. If 46 Surety's physical address is different from its mailing address, both must be provided. 47 CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31. 2012 0062 13 - 3 PERFORMANCE BOND Page 3 of 3 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31.2012 Bond No. 101349504 0062 14-1 PAYMENT BOND Pagel of 3 I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Reliable Paving, Inc. known as 8 "Principal" herein, and Merchants Bonding Company (Mutual) , a 9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of 10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the i l Developer, Trinity Habitat for Humanity, authorized to do business in Texas "(Developer"), and 12 the City of Fort Worth, a Texas municipal corporation ("City"), in the penal sum Three Hundred Twenty -One Thousand 13 of Four Hundred Thirty -Three and 50/ 100 Dollars (S 321.433.50 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the 15 payment of which sum well and truly be made jointly unto the Developer and the City as dual 16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 25-0025;and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 11TH day of APRIL , 20 25 , which Contract is hereby 23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all 24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the 25 Work as provided for in said Contract and designated as Trinity Habitat Townhomes Phase 2. 26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 27 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 28 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 29 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 30 force and effect. CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31.2012 00 62 14 - 2 PAYMENT BOND Page 2 of 3 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 11 TH day of 6 APRIL , 20 25 7 ATTEST: (Principal) Secreta CA�� Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Reliable Paving Inc. BY: Signature �✓ Name and Title Address: 1903 North Pevco Drive Arlington_ TX 76001 SURETY: Merchants Bonding Company (Mutual) BY: "A--- Signature Mikaela Peppers, Attorney -in -Fact Name and Title Address: 6700 Westown Parkwav West Des Moines IA M266 Telephone Number: 800-678-8171 8 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from 10 bylaws showing that this person has authority to sign such obligation. If Surety's phy_sica 11 address is different from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. ` 14 END OF SECTION CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31.2012 Bond No. 101349564 0062 19- 1 MAINTENANCE BOND Page t of 3 i SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Reliable Pavina. Inc. , known as 8 "Principal" herein and Merchants Bonding Company (Mutual) , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Trinity 11 Habitat for Humanity, authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the sum 13 Of Three Hundred Twenty -One Thousand Four Hundred Thirtv-Three and 50,1100 Dollars (S 321,433.50 ?• 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and 16 their successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, Developer and City have entered into an Agreement for the construction of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agreement, CFA Number 25-0025;and 22 WHEREAS, the Principal has entered into a certain written contract with the Developer 23 awarded the 11TH day of APRIL , 20 25 , which Contract is 24 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 25 materials, equipment labor and other accessories as defined by law, in the prosecution of the 26 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 27 the "Work") as provided for in said Contract and designated as Trinity Habitat Townhomes Phase 28 2; and 29 30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 31 accordance with the plans, specifications and Contract Documents that the Work is and will 32 remain free from defects in materials or workmanship for and during the period of two (2) years 33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 34 CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31.2012 006219-2 MAINTENANCE BOND Page 2 of 3 t WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 CITY OF FORT WORTH Trinity Habitat Townhomes Phase 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised January 31, 2012 006219-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 11TH day of APRIL 3 , 20 25 . 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 ATTEST: ++ (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary .Ao4�-- + Witness as to Surety PRINCIPAL: Reliable Paving, Inc. BY: Signature v e,aiml 6tfb Name and Title Address: 1903 North Pevco Drive Arlington. TX 76001 SURETY: Merchants Bonding Comnanv (Mutual) BY: 6�."'l- Signature Mikaela Pevvers, Attomev-in-Fact Name and Title Address: 6700 Westown Parkway West Des Moines, IA 50266 Telephone Number: 800-678-8171 *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. 42 = The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Trinity Habitat Townhomes Phase 2 City Project # 105667 M E RC HAN T` S�� BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies') do hereby make, constitute and appoint, individually, Don E Cornell; Josh Saunders; Kelly A Westbrook: Mikaela Peppers, Ricardo J Reyna; Robbi Morales, Sophinie Hunter, Tina McEwan; Tonie Petranek their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company. and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only. it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024 ••I"`•"•• MERCHANTS BONDING COMPANY (MUTUAL) A %0 Nq� •• • 0\\1G CQ�A • MERCHANTS NATIONAL BONDING, INC. :CO G��POR4�eZ • yo�oRPOg9�9y�: d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY Q:2 -o- o- o: �'.• 2003 : �o: : y . 1933 : c; By .......•:7��:• Jb� .. '`1d�• President STATE OF IOWA 1 •. COUNTY OF DALLAS ss. ""`... On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies: and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. s Perini Miller Commission Number 787952 • �` • My Commission Expires iowP January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof. I have hereunto set my hand and affixed the seal of the Companies on this day of ••P•�rO..... ••oaf\NP.CO,�A•• 2003 : �� • y' 1933 c' Secretary •••'W 1T - POA 0018 (6/24) •` MERCHANT. S� BONDING COMPANY - MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES. IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.00v E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2/15) UNIT PRICE BID SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM Project Item Ini(1Clllatioll la, 42 43 DAP -BID PY'OPOS.-%L Rig-3 of (i Bidder's Application Bidlist lteiul De;criptiou Specification Section Na ( I U11it Of I Bid N0 Mea5lll'e Q111111t1IV UNIT V: STREET L.IGHTI G IMPROVEMENTS 1 3441.3301 Rd,.vy Illum Foundation TY 1, 2, and 4 3441 20 EA 3 2 3441.1633 Install Type 33B Arm 3441 20 EA 3 3 9999.0004 Type 11 Street Light Pole 00 00 00 EA 3 4 3441.1501 Furnish./Install Ground Box Type B 3441 10 EA 24 5 3441.1771 Furnish/Install 120-240 Volt Single Phase Metered Pedestal 3441 10 EA 1 6 3441.1408 NO 6 Insulated Elec Condr 3441 10 LF 2526 7 3441.3303 Rdwvy Illum Foundation TY 7 3441 20 EA 12 8 3441.3037 Furnish/Install 10'-14' Washington Standard Light Pole & Fixture LED j 3441 20 EA 12 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS Biddei's Proposal Us Price I Bid Value $2,667.00 $8,001.00 $622.00 $1.866.00 $2,322.00 $6,966.00 $882.00 $21,168.00 $8,560.00 $8.560.00 $24.36 $61.533.36 $2.650.00 $31,800.00 $5.467.001 $65.604.00 $205,498.36 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFIC:4TION DOCUMENT,*,'. DEVELOPER AWAPDED PROJECT." Funs V--i— May 22. 1019 00 42 43 aid Proposal - 2025-04-07 —id1 V4 IUC pnciu¢ filled iu - SIGNED W 4243 DAP - B11) PROPOSAL Pepe 6 >!• 6 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Lltbnmatiun Bidder's Proposal Bidlist Item) Unit of Bid No Description I Specification Section No. I I Unit Price Bid Value Measure Qtlanrity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT III: STORM DRAIN IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS $205,498.36 Total Construction Bid, $205,498.36 This Bid Is submitted by the entity named below: BIDDER: Independent I-tiflty Construction, Inc. 5109 Sun Valley Dr Fort North, TX 76119 817478-4444 -- oMce,F iucts.cotn Contractor agrees to complete R'ORK for FINAL ACCEPTANCE within CONTRACT commences to rum as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AW.�d?DED PROJECTS F,"t Version May 22, 2019 BY: Ri tf��.����'olfe�j� 1'C TITLE: President DATE: 4, 7/2025 IS working days after the date uheu the 00 42 43 Bid Prop-1 - 2025.W$7 - with V4 IUC pn6ite filled in - SIGNED 00 45 !2 DAP PREQUALIF'ICA'TION STATEMENT Page 1 of i SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work Tvpe" box provide the complete maior work tvpe and actual description as provided by the Water Department for water and sewer and TPW for oaving7. Major Work Type Water Distribution, Development, 8-inch diameter and smaller Sewer Collection System, Development, 8-inches and smaller Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Roadway and Pedestrian Lighting Contractor/Subcontractor Company Name Prequalification Expiration Date Moss Utilities Moss Utilities Reliable Paving Reliable Paving Independent Utility Construction 02/05/2027 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Independent Utility Construction, Inc. 5109 Sun Valley Fort Worth, TX 76119 BY: and Wolfe / SIg�nature) TITLE: President DATE: � I C— END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION PREQUAUFICATION STATEMENT— DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 00 45 12 Prequalification Statement.doc 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 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 105667. 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: Indevendant Utilitv Construction, Inc Company _5109 Sun Vallev Dr. Address _Fort Worth. TX 76119 City/State/Zip THE STATE OF TEXAS COUNTY OF TARRANT By: Richard Wolfe (Please Print Signature: Title: 2 President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Richard Wolfe , 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 Independent Utilitv Construction, Inter the purposes and consideration therein expressed and in the capacity therein stated. GJWD MY HAND A OF OFFICE this day of r """��, CHRISTINA GARCIA 0.11 Po:Notary Public, State of Texas Comm. Expires 12-20-2028 otary Public in and for the State of Texas F Notary ID 130940785 ,It END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2. 2014 Trinity Habitat Townhomes Ph. 2 City Project # 105667 0052 43 - I Developer Awarded ProjectAgreemcat Page I of 4 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 4/15/2025 is made by and between the Developer, 4 Fort Worth area Habitat for Humanity, Inc. dba Trinity Habitat for Humanity, authorized to do 5 business in Texas ("Developer") Fort Worth area Habitat for Humanity, Inc. dba Trinity Habitat 6 for Humanity, and Indet el> )dent Utilitv Constriction. Inc. , authorized to do 7 business in Texas, acting by and through its duly authorized representative, ("Contractor"). 8 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Trinity Habitat Townhomes Ph. 2 17 City Proicet #105667 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 45 working days after the date 24 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 25 City Conditions of the Constriction Contract for Developer Awarded Projects. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that Developer 28 will suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 30 the Standard City Conditions of the Construction Contract for Developer Awarded 31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 33 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 34 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 35 Developer zero dollars ($0.00) for each day that expires after the time specified in 36 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Trinity Habitat Townhonnes Ph.2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEV13LOPER AWARDED PROJECTS City Project # 105667 Revised June 16, 2016 00 52 43 •2 Developer Awarded Projeot Agreement Page 2 of 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of Two Hundred Five Thousand Four Hundred Ninety -Eight Dollars and Thirty -Six Cents ($205,498.36). 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 2. Attachments to thisAgreement: 46 a. Bid Form (As provided by Developer) 47 1) Proposal Form (DAP Version) 48 2) Prequalification Statement 49 3) State and Federal documents (project specific) 50 b. Insurance ACORD Form(s) 51 c. Payment Bond (DAP Version) 52 d. Performance Bond (DAP Version) 53 e. Maintenance Bond (DAP Version) 54 f. Power of Attorney for the Bonds 55 g. Worker's CompensationAffrdavit 56 It. MBE and/or SBE Commitment Form (Ifrequired) 57 3. Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice ofAward. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Trinity Habitat Townhomes Ph.2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project # 105667 Revised June 16, 2016 00 52 43 •3 Developer Awarded ProjectAgrament Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants anti employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification nrovision is specifically intended to on rat 81 and he effective even if it is alleaerl or nr»yen that all arsitme of the damn es heina 82 souldit were caused, in whole or in nart. by any act, omission or n glf¢ence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnifiention 92 nrovisiall is snecifically intended to viol -at e and he effective v n if it is alleged or 93 maven that all or some of the dama¢es heina sou¢ht were caused. in whole or in nart. 94 by any act omission or ne¢liuenre. of the rity, 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article I of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and lit CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the t 15 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Trinity Habitat Townhomes Ph.2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS City Project 0105667 Revised June 16, 2016 005241-4 Developer Awarded ProjectAgreenicnt Page 4 of4 116 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly 1 l9 authorized signatory of the Contractor. 120 121 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 122 counterparts. 123 124 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 125 Contractor: Independent Utility Developer: Fort Worth Area Habitat for Humanity Construelieg, Inc. dba Trinity Habitat for Humanity Bv: _ Bv: 'r (Signature) ignature Richard Wolfe e j5, L' (Printed Name) l (P 'nted Name) Title: President Title: Company Name: Independent Utility Company name: Fort Worth Area Habitat for Construction, Inc. Humanity dba Trinity Habitat for Humanity Address: 5109 Sun Vallev Dr. Address:933 N Normandale 126 Citv/State/Zit): Fort Worth. TX 76119 Date �►�ttl 11! 1 rr��� S(}NS TRH , CD max= :Zu 111 TEXAS t►4i,,�ti� Citv/State/Zin: Fort Worth, TX 76116 4/15/2025 Date CITY OF FORT WORTH Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS City Project P 105667 Revised June 16, 2016 006113-1 PERFORMANCE BOND Page I of 2 Bond No. 468488T I SECTION 00 62 13 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utilitv Construction. Inc. , known as "Principal" herein and 8 Westfield Insurance Companv , a corporate surety(sureties, if more than one) duly 9 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 10 are held and firmly bound unto the Developer, Fort Worth Area Habitat for Humanitv dba Trinity I I Habitat for Humanitv. authorized to do business in Texas ("Developer") and the City of Fort 12 Worth, a Texas municipal corporation ("City"), in the penal sum of, Two Hundred Five Thousand. 13 Four Hundred Ninetv-Eieht Dollars & Thirtv-Six Cents ($205.498.36) lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and 15 truly to be made, jointly unto the Developer and the City as dual obliges, we bind ourselves, our 16 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement, 20 CFA Number 25-0025 ; and 21 WHEREAS, the Principal has entered into a certain written contract with the Developer 22 awarded the 15th day of April . 2025, which Contract is hereby referred to and 23 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 24 labor and other accessories defined by law, in the prosecution of the Work, including any Change 25 Orders, as provided for in said Contract designated as Street Liehtinv- Improvements to serve 26 Trinity Habitat Townhomes Ph. 2. 27 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 28 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 29 perform the Work, including Change Orders, under the Contract, according to the plans, 30 specifications, and contract documents therein referred to, and as well during any period of 31 extension of the Contract that may be granted on the part of the Developer and/or City, then this 32 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Trinity Habitat Townhomes Ph. 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105667 Revised January 31, 2012 006113-2 PERFORMANCE BOND Page 2 of 2 Bond No. 468488T 3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 4 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 5 Worth Division. 6 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 7 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 8 accordance with the provisions of said statue. 9 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 10 instrument by duly authorized agents and officers on this the 51hday of April 2025. II 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 ATE: 11 (Pr�tet Secretary Richard Wolfe i Witness as to Principal Christina Garcia Wit�o Surety Elizabeth Gray PRINCIPAL: INDEPEN T UTILITY CONST ON, INC. BY: _ ignature Richard Wolfe. President Name and Title Address: 5109 Sun Vallev Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY BY: /' '�—�7 ,. Signature Kvle W. Sweenev. Attomev-in-Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 42 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 43 from the by-laws showing that this person has authority to sign such obligation. If 44 Surety's physical address is different from its mailing address, both must be provided. 45 The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORTWORTH Trinity Habitai Townhomes Ph. 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105667 Revised January 31, 2012 0061 14- 1 PAYMENT BOND Page 1 or Bond No. 468488T I SECTION 00 62 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Independent Utilitv Construction. Inc. , known as "Principal" herein, 8 and Westfield Insurance Companv . a corporate surety (or sureties if more than 9 one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the Developer Fort Worth Area Habitat for Humanitv 1 I dba Trinitv Habitat for Humanitv, authorized to do business in Texas ("Developer"), and the City 12 of Fort Worth, a Texas municipal corporation ("City"), in the penal sum of Two Hundred Five 13 Thousand. Four Hundred Ninety-Eiizht Dollars & Thirtv-Six Cents ($205.498.36) lawful money 14 of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which 15 sum well and truly be made jointly unto the Developer and City as dual obligees, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents: 18 WHEREAS, Developer and City have entered into an Agreement for the construction of 19 community facilities in the City of Fort Worth, by and through a Community Facilities 20 Agreement, CFA Number 25-0025 ; and 21 WHEREAS, Principal has entered into a certain written Contract with Developer, 22 awarded the 15th day of April , 2025, which Contract is hereby referred to 23 and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 24 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 25 provided for in said Contract and designated as Street Liehtinl; Improvements to serve Trinitv 26 Habitat Townhomes Ph. 2. 27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 29 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 30 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 31 force and effect. CITY OF FORT WORTH Trinity Habitat Townhomes Ph. 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105667 Revised January 31, 2012 2 3 4 5 6 8 9 10 11 12 13 14 0061 14-2 PAYMENTBOND Page 2 of 2 Bond No. 468488T This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the15thday of April 2025 ATTES (Principal ecretary Ri and Wolfe 1 i ness as to Principal Christina Garcia ATTEST: (Surety) Secretary Frank A. Carrino a "�& WitnessIs to Surety Elizabeth Gray PRINCIPAL: INDEPENDENT UTILITY CONSTRU?JrION. INC. Signature Richard Wolfe. President Name and Title Address: 5109 Sun Vallev Drive Fort Worth. Texas 76119 SURETY: WESTFIELD INSURANCE COMPANY Kvle W. Sweeney. Attorney -in -Fact Name and Title Address: 955 Garden Park Drive. Suite 230 Allen. Texas 75013 Telephone Number: 972-516-2600 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS Revised January 31, 2012 Trinity Habitat Townhomes Ph. 2 City Project No. 105667 0062 19- 1 MAINTENANCE BOND Page 1 o0 Bond No. 468488T 1 SECTION 00 62 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Indeoendent Utilitv Construction. Inc. , known as "Principal" herein and 9 Westfield Insurance Comnanv , a corporate surety (sureties, if more than one) duly 10 authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), 11 are held and firmly bound unto the Developer, Fort Worth Area Habitat for Humanitv dba Trinity 12 Habitat for Humanity, authorized to do business in Texas ("Developer") and the City of Fort 13 Worth, a Texas municipal corporation ("City"), in the sum of Two Hundred Five Thousand, Four 14 Hundred Ninetv-Eight Dollars & Thirtv-Six Cents ($205,498.36) lawful money of the United 15 States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly 16 be made jointly unto the Developer and the City as dual obligees and their successors, we bind 17 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 18 firmly by these presents. 19 20 WHEREAS, Developer and City have entered into an Agreement for the construction of 21 community facilities in the City of Fort Worth by and through a Community Facilities 22 Agreement, CFA Number 25-0025 ; and 23 WHEREAS, the Principal has entered into a certain written contract with the Developer 24 awarded the15thday of April , 2025, which Contract is hereby referred to 25 and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 26 equipment labor and other accessories as defined by law, in the prosecution of the Work, 27 including any Work resulting from a duly authorized Change Order (collectively herein, the 28 "Work') as provided for in said Contract and designated as Street Liahtins Improvements to 29 serve Trinity Habitat Townhomes Ph. 2; and 30 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 32 accordance with the plans, specifications and Contract Documents that the Work is and will 33 remain free from defects in materials or workmanship for and during the period of two (2) years 34 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and CITY OF FORT WORTH Trinity Habitat Townhomes Ph. 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105667 Revised January 31, 2012 i 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 70 21 22 23 24 006219_2 1NIAIN'T'ENANCE BONID Page. 2 or 3 Bond No. 468488 [' WHEREAS, Principal binds itself -'to repair or reconstruct the Work in whole or in part upon receiving notice From the Developer and/or City of the need thereof at any time within the Maintenance Period. NOW THEREFORE, the condition of this obligation is sr_Ich that if Principal shall remedy any defective Work, For which timely notice was provided by Developer or City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City may cause any and al such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under- this Maintenance Bond; and PROVIDED FURTHER. that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be Continuous In nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJFCTS Revised January 31, 2012 Trinity I-fabitat rownhomes Ph. 2 City Project No. 105667 006219-3 MAINTENANCE BOND Page 3 or 3 Bond No. 468488T IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this thel 5thday of April , 2025. 4 PRINCIPAL: 5 INDEPENDE,,NX UTILITY 6 CONSTR N.INC. 7 8 BY: 9 Sign re 10 ATT T- II 12 Richard Wolfe. President 13 (Princ al) ecretary Richard Wolfe Name and Title 14 15 1n 0 Address: 5109 Sun Vallev Drive 16 Fort Worth. Texas 76119 17auml-a 18 / 19 fitness as to Principal Christina Garcia 20 SURETY: 21 WESTFIELD INSURANCE COMPANY 22 23 24 BY: 25 Tignature 26 27 Kvle W. Sweenev. Attornev-in-Fact 28 ATTEST: Name and Title 29 �� 30 Address: 955 Garden Park Drive. Suite 230 31 (Surety) Secretary Frank A. rrino Allen. Texas 75013 32 , 33 QA Ml 34 Witne as to Surety Elizabeth ray V Telephone Number: 972-516-2600 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. if 38 Surety's physical address is different from its mailing address, both must be provided. 39 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Trinitv Habitat Townhomes Ph. 2 STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS City Project No. 105667 Revised January 31, 2012 IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company's toll -free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a.tdi. state. tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede Ilamar al numero de telefono gratis de Westfield Insurance Company's / Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 955 Garden Park Drive, Suite 230 Allen, Texas 75013-3742 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx. us E-mail: ConsumerProtection(aD.tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o Westfield Insurance Company / Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 09/28/23, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 422oW52 as Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio K!aow All Men by These Presents, That WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "'Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETH GRAY, DAVID W. SWEENEY, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name. place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. • • - - - - - - • - - - - - - - - - - - - - - - • .. - - - - - - - - • - - - - - - - - - • - - - .. - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fart may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds. recognizances, contracts. agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder. and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile. and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.- (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 28th day of SEPTEMBER A.D., 2023 . •���" WESTFIELD INSURANCE COMPANY Corporate ,r'` SyA,1pc•• ••''c;...� a ''' •'*SU1 �`'''• WESTFIELD NATIONAL INSURANCE COMPANY i • , Seals Affixed ��•'' .oa. tise►� =;�' ;',` .�•.e^ OHIO FARMERS INSURANCE COMPANY : u►L SEA - ;r; �L. - o 84 ran •,. r,.•• 1 � rt rr �.....�� ••rrr,r..,,.,•• State of Ohio By: County of Medina ss.: Gary W.'Stumper. Nationaf'Surety Leader and Senior Executive On this 28th day of SEPTEMBER A.D.. 2023 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies: that the seals affixed to said instrument are such corporate seals: that they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order. Notarial NpMIN4.INrr Seal •dal A L $'y, Affixed '�P''•�`,1����/ F State of Ohio : �n j� o David A. Kotnik, Attorney at Law. Notary Public County of Medina ss.: ',, y -r 0 My Commission Does Not Expire (Sec. 14J .03 Ohio Revised Code) %r O f . I. Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY. WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY; do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect: and furthermore, the resolutions of the Boards 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 VVestfield Center, Ohio. this day of A.D. A NO 4P X. SEAL sx. `� ,,,,► f ='�SF `�-�; leas '•ti, �' s, } � ••'r, Secretary •y ••r•w•�•• '•••. • + Frank A. Casino, �' ^�t/•NrwNNSr•'� ,� ••r. * s••�,��,, f�ii.�Ml.rr •r►r•r�',,j r.rr.•irt. BPOAC2 (combined) (03-22) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8131 I City Project # � � ��� TT�� ��������^���^�� ~��������~���� CONDITIONS ~�' '''�� ����J� CONTRACT ������^����^�~�^� �~�^�^^���^ TABLE OF CONTENTS Povu Article l—Defmitionmand Terminology —.'.—.—..'.—'—'—'—'—.—..'.—'---.—'—.—..'.—..—'—'—'—| 1.01 DeffiedTerms ............................................................................................................................... | 1.02 Terminology -------------------------'--------'-------h Article2— Preliminary Matters ......................................................................................................................... 7 2.01 Copies nfDocuments .................................................................................................................... 7 2.02 Commencement nfContract 7bzue']�nt�otwl»rocco� 7 , ---------------------. 2,03 Starting the Work .......................................................................................................................... 8 2.04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 0 2.06 Public Meeting --.---------'--------'--------'—'--'--0 Article 3—Contract Documents: Intent, Amending, Reuse ............................................................................ 0 3.01 Intent .............................................................................................................................................. 0 3.02 Reference Standards ...................................................................................................................... A 3.03 Reporting and Resolving -----'—.—.—'--'--'—.—.—'--'--'—..0 I04 Amending and Supplementing Contract Documents ................................................................. lU 3.05 Reuse ofDocuments ................................................................................................................... IO 3.08 Electronic Data ............................................................................................................................ ll Article 4— Availability ofLands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ........................................................................................................... D 4.01 Availability of Lands .................................................................................................................. D 4.02 Subsurface and Physical Conditions ------------------------------l2 4.03 Differing Subsurface or Physical Conditions -------------------------..l2 4.04 Underground Fooddjeo -------------------------------------l3 4`05 Reference Points ......................................................................................................................... l4 Article 5—Bonds and Insurance ..................................................................................................................... l6 5.01 Licensed SurcdemaudIoanrero---------------------------------\h 5.02 Performance, Payment, and Maintenance Bonds ....................................................................... |b 5.03 Certificates nfInsurance ............................................................................................................. l6 5.04 Contractor's Insurance ................................................................................................................ l8 5.05 Acceptance VfBonds and Insurance; Option to 19 Article 6—Contractor's Responsibilities ------' 0i01 Supervision and Superintendence ---' CITY nrFORT WORTH STANDARD CONSTRUCTION mscIF/cxr/ox oncnMsNrm Revision: KMI ----------------------------.|9 ----------------------------|9 Trinity Habitat Tonmbnmc Ph.2 6i02Labor Hours ................................................................................................................ 2U 6.03 Services, Materials, and Equipment ------------.--------------'-2O 6iO4Project Schedule .......................................................................................................................... 2l 605 Substitutes and ------------------------------.---..2l 0.00 Concerning Subcontractors, Suppliers,and Others .................................................................... 24 6.07 Wage Rates .................................................................................................................................. 25 6`00 Patent Fees and Royalties........................................................................................................... 26 tiUAPermits and Utilities .................................................................................................................... 27 6`10 Laws and Regulations ------------'--'--'--'—.—.—'--'--'—'--'-27 6.11 Taxes ........................................................................................................................................... 2@ 6i12 Use ofSite and Other Areas ....................................................................................................... 20 6i13Record Documents ...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 2Q 615 Safety Representative ---.—.—'------.—.—'--'------'--'------30 616 Hazard Communication Programs ............................................................................................. 30 6.17 Emergenciesand/or Rectification -------------------------------.3U 6.18 Submittals .................................................................................................................................... 3l 6`19 Continuing the Work ................................................................................................................... 32 6i20 Contractor's General Warranty and Guarantee .......................................................................... 32 6i21 Indemnification --.—'--'----'--'--'---------.---------.—.33 6`22 Delegation ofProfessional Design Services .............................................................................. 34 6.23 Right toAudit. ----.—'----'------------------------.—.-34 6i24-------.—.------'—'--------------'-----35 Article 7—Other Work atthe Site ................................................................................................................... 35 7'01 Related Work atSite ................................................................................................................... 35 Article 8—Citn`u Responsibilities --------'----.----'----'---------'—'36 8.01 Communications tnContractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 0.03 Pay When Due ............................................................................................................................ 36 8iO4 Lands and EuVeoexdV; Reports and Tests ................................................................................... 36 0.05 Change Orders ............................................................................................................................. 36 &Od Inspections,Tests, and Approvals --.---'--'--'----'--'--'----'—'-3h 0.07 Limitations ooCitv,a Responsibilities....................................................................................... ]7 0.00 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliancewith Safety Program ----.—.—'--'--------------'--'--37 Article A—Cif»`mObservation Status During Construction ........................................................ .................. 37 9.01 City`m Project Manager .....----.----.—.—.------.—.—.------.---'37 9.02 Visits toSite ................................................................................................................................ 37 9.03 Authorized Variations iuWork .................................................................................................. 30 9.04 Rejecting Defective Work .......................................................................................................... 30 9.05 Determinations for Work Performed .......................................................................................... ]0 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY nrFORT WORTH STANDARD CONSTRUCTION mscIF/cxr/ox oncnMsNro Trinity Habitat Tonmbnmc yb.2 nmisioumMI City Project #1056o7 Actic}clA— Changesiuthe Work; Claims; Extra Work ................................................................................ 38 10.01Au1horized Changesiuthe Work ............................................................................................... 38 10i02 Unauthorized Changesiuthe Work ........................................................................................... 39 |K03Execution of Change ()rdcra----------------------------------. 30 l(lU4Extra Work .................................................................................................................................. 34 \0.A5Notification tnSurety .................................................................................................................. 3q Article \l—Cost ofthe \�»�'�������y'�u��c��\�m���u ��ay��o�uL 41 ��--� , ��-'-, _---^__--' ------- |[V|CootofthcWork-----.—.--------.—.--------.—.--------.--4| |[V2Allowances .................................................................................................................................. 43 )[03Unit Price Work .......................................................................................................................... 44 11.04Plaua Quantity Measurement ------------.-------.--.---------.45 Article l2— Change ofContract Price; Change ofContract Time ................................................................. 4h 12.01 Change ofContract Price ............................................................................................................ 46 12.02 Change ofContract Time ............................................................................................................ 47 12.03 Delays ------------.--------.—.--------.—.-------.---47 Article l3—Tests and Inspections; Correction, Removal ocAcceptance ofDefective Work ...................... 48 |3.0lNotice ofDefects ........................................................................................................................ 40 l3.02Access toWork ........................................................................................................................... 48 |3.03Tests and Inspections -----------'---------'---------'----48 13.04lJuo Wodc--------'--'------'--'------'--'-----.4g 13.05 City May Stop the Work ............................................................................................................. 44 13.06 Correction ozRemoval ofDefective Work ................................................................................ 5O 13.07 Correction Period ........................................................................................................................ 5O 13.08 Acceptance ofDefective Work ................................................................................................... 5| 13.09 City May Correct Defective Work ............................................................................................. 5| Article l4—Payments tnContractor and Completion ----------------------------52 14.01 Schedule nfValues ...................................................................................................................... 52 14.02 ProgressP---'-----'-------'--'------'--'---'—.52 14.03 Contractor's Warranty of Title ---------------------------------54 14.84 Partial Utilization ----------------------------------------55 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance ---------------------.----.-----------.55 14.07 Final P-------'-------'--'------'--'--------''5h 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 Article |5— Suspension nfWork and Termination ........................................................................................ 57 15.0| City May Suspend Work .--------.—.-----------.------.—.—'--57 l5.O2 City May Terminate for Cause ................................................................................................... 58 15.03Chy May Terminate For Convenience ....................................................................................... b0 Article |6— Dispute Rcmoluti,n---------------------------------------. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION msc|p|cAnom DOCUMENTS Trinity Habitat TvwnhomcnPh. 2 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 813/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 1 of 63 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. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. 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. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. 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. 11. CalendarDay — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor 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. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third parry is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day— A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. 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. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order —A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 4 of 63 37. 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. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. 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. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/2.3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 5 of 63 50. 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. 51. Project —The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. 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. 57. 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. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City 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 which are designated for the use of Contractor. 60. 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. 61. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 6 of 63 62. 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. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. 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. 68. 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. 69 UnitPrice Work —See Paragraph 11.03 of these General Conditions for definition. 70. 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. 71. 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 Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day —A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. 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. D. 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. E. 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. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 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. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 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 of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such 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. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 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 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; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. Ifthere is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£ 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown orindicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. 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 a Hazardous Environmental Condition created byContractororbyanyoneforwhomContractor isresponsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 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 coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, andMaintenance Bonds A. Contractor shall furnish performance and payment bonds, 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 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 5.02.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 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 17 of 63 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 the Supplementary Conditions 6. 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. 7. 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. 8. 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. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required limes 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%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. 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. 12. 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 parry 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. 13. 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. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 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. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 19 of 63 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. 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 (if identified in the Supplementary Conditions). 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. 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 requirements identified in the Supplementary Conditions. 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. 5.05 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 City shall so notify the Contractor in writing within 10 Business Days afterreceipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the 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 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence 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 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 20 of 63 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. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 21 of 63 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. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 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 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 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 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 22 of 63 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 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 6.05.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: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) 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; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 23 of 63 c) 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: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 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 6.05.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 6.05.A and 6.05.13. 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 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE 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 MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. 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. E. 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 25 of 63 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. F. 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. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. 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 the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference betweenwages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 26 of 63 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 agreementbefore the 15th day afterthe 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 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. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. 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 resultingfrom CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtainedpermits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 28 of 63 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 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httpJ/www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 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 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 fmish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 29 of 63 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 6.21, 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, 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 the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. 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. 6.13 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 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. 6.14 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 30 of 63 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 maybe 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 6.14.A.2 or 6.14.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. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 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. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 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 6.18.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 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 32 of 63 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. 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. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITION S Page 33 of 63 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 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 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 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 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. IIIS INDEMNIFICATION PROVISION TS SPF,CIFICAL.LY INTENDED TO OPERATE AND BE EFFFCTIVF,_f,_UN 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 harmle s s, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat TownhomeSPh. 2 Revision: 8/23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 34 of 63 WWI I M. -, IRA DIMINMETWIMIMI LA 01DRU.-A 1 : ► _► 11l ML�l \ \ 1 ■ 6.22 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 carryout 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. 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 6.22, 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 6.18.C. 6.23 Right to Audit A. 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. B. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 35 of 63 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. C. 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. 6.24 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. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 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 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 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 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City'sProjectManager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager'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 Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager 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 and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager 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 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager 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). 9.06 Decisions on Requirements of ContractDocuments and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referredwill be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 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 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, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0l.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph I1.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 8/Z3/2021 Trinity Habitat Townhomes Ph. 2 City Project # 105667 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 UnitPrice Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/2.3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either parry to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correctan error, or to correctanerror on the plans, the plans quantity will be increasedor decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/2.3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reachedunder Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fined fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. 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. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/2.3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 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. 13.02 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. 13.03 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 acceptable to 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 13.03 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 CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment 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. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 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. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay 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 uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction orRemoval 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 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 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 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 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, 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 should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay 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) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, 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, reflecting the diminished value of Work so accepted. 13.09 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 13.06.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, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, 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 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 52 of 63 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 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executedWork, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as maybe necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retamage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any 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 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. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 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 ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 FinalAcceptance 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. 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. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. 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. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilit ie s under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 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 make no extra payment for stand-by time of construction equipment and/or construction crews. 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 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. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/23/ I City Project # 105667 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceedsuch unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effectedby mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become fmal and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other parry to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 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 i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 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. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: &23/2021 City Project # 105667 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 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. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revision: 8/Z3/2021 City Project # 105667 2 3 4 PART1- GENERAL 5 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 DAP SUMMARY OF WORK Pagel of 3 6 A. Section Includes: 7 1. Summary of Work to be performed in accordance with the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Develc Revised December 20, 2012 Trinity Habitat Townhomes Ph. 2 City Project # 105667 011100-2 DAP SUMMARY OF WORK Page 2 of 3 1 a. A reasonable amount of tools, materials, and equipment for construction 2 purposes may be stored in such space, but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 8 manner as not to interfere with the operation of the railroad. 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 21 lawns, fences, culverts, curbing, and all other types of structures or improvements, 22 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation, company, individual, or other, either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all damage or injury to property of any character resulting 33 from any act, omission, neglect, or misconduct in the manner or method or 34 execution of the Work, or at any time due to defective work, material, or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight, and/or at all times to 41 provide site security. 42 c. The cost for all fence work within easements, including removal, temporary 43 closures and replacement, shall be subsidiary to the various items bid in the 44 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Develc Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 011100-3 DAP SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Develc Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 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 — - — - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 - — - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 SUBMITTALSANFORMATIONAL 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 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Recommended Not recommended By Date Remarks Date Rej ected Recommended Received late Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 m ' ' - ' . ' T "' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised August 17, 2012 City Project # 105667 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. 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 m ' ' - ' . ' T "' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised August 17, 2012 City Project # 105667 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 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] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH m ' ' - ' . ' T "' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised August 17, 2012 City Project # 105667 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 ..... LT- L.s- r_...._1 .....-- nz I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 01 32 33 - 2 PRECONSTRUCTION VIDEO 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 Page 2 of 2 T.....Is.. LT— L. —T,,.....1.....-- AL I Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 01 33 00 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 01 33 00 - 6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 01 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 0135 13- 1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 11, 2022 City Project # 105667 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation (TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage -type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 11, 2022 City Project # 105667 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA's Permit Required for 16 Confined Spaces 17 DELETE the below item, if not required for project. The following link is to Fact Sheet re: Air 18 Permitting: 19 htti)s://www.tcea.texas.2ov/assets/public/permitting/air/factsheets/Hermit-factsheet.Ddf 20 D. TCEQ Air Permit 21 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 22 E. Use of Explosives, Drop Weight, Etc. 23 1. When Contract Documents permit on the project the following will apply: 24 a. Public Notification 25 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 26 prior to commencing. 27 2) Minimum 24 hour public notification in accordance with Section 0131 13 28 F. Water Department Coordination 29 1. During the construction of this project, it will be necessary to deactivate, for a 30 period of time, existing lines. The Contractor shall be required to coordinate with 31 the Water Department to determine the best times for deactivating and activating 32 those lines. 33 2. Coordinate any event that will require connecting to or the operation of an existing 34 City water line system with the City's representative. 35 a. Coordination shall be in accordance with Section 33 12 25. 36 b. If needed, obtain a hydrant water meter from the Water Department for use 37 during the life of named project. 38 c. In the event that a water valve on an existing live system be turned off and on 39 to accommodate the construction of the project is required, coordinate this 40 activity through the appropriate City representative. 41 1) Do not operate water line valves of existing water system. 42 a) Failure to comply will render the Contractor in violation of Texas Penal 43 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 44 will be prosecuted to the full extent of the law. 45 b) In addition, the Contractor will assume all liabilities and 46 responsibilities as a result of these actions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 11, 2022 City Project # 105667 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Public Notification Prior to Beginning Construction 2 1. Prior to beginning construction on any block in the project, on a block by block 3 basis, prepare and deliver a notice or flyer of the pending construction to the front 4 door of each residence or business that will be impacted by construction. The notice 5 shall be prepared as follows: 6 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 7 beginning any construction activity on each block in the project area. 8 1) Prepare flyer on the Contractor's letterhead and include the following 9 information: 10 a) Name of Project 11 b) City Project No (CPN) 12 c) Scope of Project (i.e. type of construction activity) 13 d) Actual construction duration within the block 14 e) Name of the contractor's foreman and phone number 15 f) Name of the City's inspector and phone number 16 g) City's after-hours phone number 17 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 18 A. 19 3) City of Fort Worth Door Hangers will be provided to the Contractor for 20 distribution with their notice. 21 4) Submit schedule showing the construction start and finish time for each 22 block of the project to the inspector. 23 5) Deliver flyer to the City Inspector for review prior to distribution. 24 b. No construction will be allowed to begin on any block until the flyer and door 25 hangers are delivered to all residents of the block. 26 H. Public Notification of Temporary Water Service Interruption during Construction 27 1. In the event it becomes necessary to temporarily shut down water service to 28 residents or businesses during construction, prepare and deliver a notice or flyer of 29 the pending interruption to the front door of each affected resident. 30 2. Prepared notice as follows: 31 a. The notification or flyer shall be posted 24 hours prior to the temporary 32 interruption. 33 b. Prepare flyer on the contractor's letterhead and include the following 34 information: 35 1) Name of the project 36 2) City Project Number 37 3) Date of the interruption of service 38 4) Period the interruption will take place 39 5) Name of the contractor's foreman and phone number 40 6) Name of the City's inspector and phone number 41 c. A sample of the temporary water service interruption notification is attached as 42 Exhibit B. 43 d. Deliver a copy of the temporary interruption notification to the City inspector 44 for review prior to being distributed. 45 e. No interruption of water service can occur until the flyer has been delivered to 46 all affected residents and businesses. 47 f. Electronic versions of the sample flyers can be obtained from the Project 48 Construction Inspector. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 11, 2022 City Project # 105667 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 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. 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 Trinity Habitat Townhomes Ph. 2 City Project # 105667 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 END OF SECTION Revision Log SUMMARY OF CHANGE 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 11, 2022 City Project # 105667 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 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.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Trinity Habitat Townbomes Pb. 2 City Project# 105667 2 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH Date: DOE NO. xxxx Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 spec ific ation, unles s a date is spec ific ally c ited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 controlplans 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 22, 2021 City Project # 105667 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2of3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Controlplans 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 web site. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 22, 2021 City Project # 105667 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 11 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 22, 2021 City Project # 105667 015713-1 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 — -- — — STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH — -- — — STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 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] 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 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 " ' ' " ' ' ' T ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 9, 2020 City Project # 105667 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 " ' ' " ' ' ' T ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 9, 2020 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Pagel of 5 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 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 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 a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Trinity Habitat Townhomes Ph. 2 City Project # 105667 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.1 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This item for Sewer, Storm Drain and Lighting improvements is considered 31 subsidiary to the various Items bid. 32 2) "Mobilization — Water and Paving," will be measured by the lump sum or 33 each as the work progresses. Mobilization is calculated on the base bid only 34 and will not be paid for separately on any additive alternate items added to the 35 Contract. 36 3) Demobilization shall be considered subsidiary to the various bid items. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 for Sewer, Storm Drain and Lighting improvements are subsidiary to the 40 various Items bid and no other compensation will be allowed. 41 2) "Mobilization — Water and Paving, the adjusted Contract amount will be 42 calculated as the total Contract amount for paving and water improvements 43 less the lump sum for mobilization. Mobilization shall be made in partial 44 payments as follows: 45 a) When 1% of the adjusted Contract amount for construction Items is 46 earned, 50% of the mobilization lump sum bid or 50% of the total water 47 and paving Contract amounts, whichever is less, will be paid. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised November 22, 2016 City Project # 105667 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 49 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 5 b) When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid or 100% of the total water and paving Contract amounts, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount. c) When 10% of the adjusted Contract amount for construction Items is earned, 100% of the mobilization lump sum bid or 100% of the total water and paving Contract amounts, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount. d) A bid containing a total for "Mobilization" in excess of 100% of the total water and paving contracts shall be considered unbalanced and a cause for consideration of rejection. 3) The work performed and materials furnished for demobilization in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2016 Trinity Habitat Townhomes Ph. 2 City Project # 105667 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 1 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 2 a. Measurement 3 1) Measurement for this Item shall be for each Mobilization and 4 Demobilization required by the Contract Documents 5 b. Payment 6 1) The Work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" will be paid for at the unit 8 price per each "Work Order Emergency Mobilization" in accordance with 9 Contract Documents. Demobilization shall be considered subsidiary to 10 mobilization and shall not be paid for separately. 11 c. The price shall include 12 1) Mobilization as described in Section 1.1.A.4.a) 13 2) Demobilization as described in Section 1.1.A.3.a.2) 14 d. No payments will be made for standby, idle time, or lost profits associated this 15 Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised November 22, 2016 City Project # 105667 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised November 22, 2016 City Project # 105667 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. See Changes (Highlighted in Yellow). 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. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will be 27 allowed. 28 3. As -Built Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Construction Survev - The survey measurements made prior to or while 38 construction is in progress to control elevation, horizontal position, dimensions and 39 configuration of structures/improvements included in the Project Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVE Trinity Habitat Townhomes Ph. 2 Revised February 14, 2018 City Project # 105667 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 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 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. The Contractor's selection of a surveyor must comply with Texas Government 22 Code 2254 (qualifications based selection) for this project. 23 1.5 SUBMITTALS 24 A. Submittals, if required, shall be in accordance with Section 0133 00. 25 B. All submittals shall be received and reviewed by the City prior to delivery of work. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 27 A. Field Quality Control Submittals 28 1. Documentation verifying accuracy of field engineering work, including coordinate 29 conversions if plans do not indicate grid or ground coordinates. 30 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 31 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 32 1.7 CLOSEOUT SUBMITTALS 33 B. As -built Redline Drawing Submittal 34 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 35 constructed improvements signed and sealed by Registered Professional Land 36 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 37 — Survey Staking Standards) . 38 2. Contractor shall submit the proposed as -built and completed redline drawing 39 submittal one (1) week prior to scheduling the project final inspection for City 40 review and comment. Revisions, if necessary, shall be made to the as -built redline 41 drawings and resubmitted to the City prior to scheduling the construction final 42 inspection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVE Trinity Habitat Townhomes Ph. 2 Revised February 14, 2018 City Project # 105667 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE 3 A. Construction Staking 4 1. Construction staking will be performed by the Contractor. 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 2. Coordination a. Contact City and Developer'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 Developer's Project Representative is 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. 3. 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. 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 notes used 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVE_ Revised February 14, 2018 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 49 50 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 25O linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 25O linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVE_ Revised February 14, 2018 Trinity Habitat Townhomes Ph. 2 City Project # 105667 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 b) Manholes and Junction Structures 2 (1) Rim and flowline elevations and coordinates for each 3 manhole and junction structure. 4 4) Stormwater — Not Applicable 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY 8 PART2- PRODUCTS 9 A. A construction survey will produce, but will not be limited to: 10 1. Recovery of relevant control points, points of curvature and points of intersection. 11 2. Establish temporary horizontal and vertical control elevations (benchmarks) 12 sufficiently permanent and located in a manner to be used throughout construction. 13 3. The location of planned facilities, easements and improvements. 14 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 15 areas, utilities, streets, highways, tunnels, and other construction. 16 b. A record of revisions or corrections noted in an orderly manner for reference. 17 c. A drawing, when required by the client, indicating the horizontal and vertical 18 location of facilities, easements and improvements, as built. 19 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 20 construction staking projects. These cut sheets shall be on the standard city template 21 which can be obtained from the Survey Superintendent (817-392-7925). 22 5. Digital survey files in the following formats shall be acceptable: 23 a. AutoCAD (.dwg) 24 b. ESRI Shapefile (.shp) 25 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 26 standard templates, if available) 27 6. Survey files shall include vertical and horizontal data tied to original project 28 control and benchmarks, and shall include feature descriptions 29 PART 3 - EXECUTION 30 3.1 INSTALLERS 31 A. Tolerances: 32 1. The staked location of any improvement or facility should be as accurate as 33 practical and necessary. The degree of precision required is dependent on many 34 factors all of which must remain judgmental. The tolerances listed hereafter are 35 based on generalities and, under certain circumstances, shall yield to specific 36 requirements. The surveyor shall assess any situation by review of the overall plans 37 and through consultation with responsible parties as to the need for specific 38 tolerances. 39 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 40 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 41 1.0 ft. tolerance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVE Trinity Habitat Townhomes Ph. 2 Revised February 14, 2018 City Project # 105667 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 2 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 3 walkways shall be located within the confines of the site boundaries and, 4 occasionally, along a boundary or any other restrictive line. Away from any 5 restrictive line, these facilities should be staked with an accuracy producing no 6 more than 0.05ft. tolerance from their specified locations. 7 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 8 electric lines, shall be located horizontally within their prescribed areas or 9 easements. Within assigned areas, these utilities should be staked with an 10 accuracy producing no more than 0.1 ft tolerance from a specified location. 11 e. The accuracy required for the vertical location of utilities varies widely. Many 12 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 13 should be maintained. Underground and overhead utilities on planned profile, 14 but not depending on gravity flow for performance, should not exceed 0.1 ft. 15 tolerance. 16 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 17 specifications or in compliance to standards. The City reserves the right to request a 18 calibration report at any time and recommends regular maintenance schedule be 19 performed by a certified technician every 6 months. 20 1. Field measurements of angles and distances shall be done in such fashion as to 21 satisfy the closures and tolerances expressed in Part 3.1.A. 22 2. Vertical locations shall be established from a pre -established benchmark and 23 checked by closing to a different bench mark on the same datum. 24 3. Construction survey field work shall correspond to the client's plans. Irregularities 25 or conflicts found shall be reported promptly to the City. 26 4. Revisions, corrections and other pertinent data shall be logged for future reference. 27 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 APPLICATION 31 3.5 REPAIR / RESTORATION 32 A. If the Contractor's work damages or destroys one or more of the control 33 monuments/points set by the Developer's Project Representative, the monuments shall be 34 adequately referenced for expedient restoration. 35 1. Notify City or Developer's Project Representative if any control data needs to be 36 restored or replaced due to damage caused during construction operations. 37 a. Contractor shall perform replacements and/or restorations. 38 b. The City or Developer's Project Representative may require at anytime a 39 survey "Field Check" of any monument or benchmarks that are set be verified 40 by the Developer's Project Representative before further associated work can 41 move forward. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVE Trinity Habitat Townhomes Ph. 2 Revised February 14, 2018 City Project # 105667 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 4 Developer's Project Representative in accordance with this Specification. This includes 5 easements and right of way, if noted on the plans. 6 B. Do not change or relocate stakes or control data without approval from the City. 7 3.8 SYSTEM STARTUP 8 9 10 11 12 13 14 15 16 17 18 19 20 21 ON A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVE_ Revised February 14, 2018 Trinity Habitat Townhomes Ph. 2 City Project # 105667 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 01 74 23 - 2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 22, 2021 City Project # 105667 01 7719 - 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 Contrac tor pres ent 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. Specked 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised March 22, 2021 City Project # 105667 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 01 7719 - 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 0133 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 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 Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 105667 Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised December 20, 2012 City Project # 105667 01 78 23 - 5 OPERATION AND MAINTENANCE DATA 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE 1.5.A.1 — title of section removed Page 5 of 5 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 105667 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Trinity Habitat Townhomes Ph. 2 Revised July 1, 2011 City Project # 105667 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 Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 105667 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 Trinity Habitat Townhomes Ph. 2 City Project # 105667 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 Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 105667 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 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] 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 Trinity Habitat Townhomes Ph. 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project # 105667 Revised March 9, 2020 FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I mde I Class AJSidewe�, ADA Ramps. Miveways.Curb/Gutter Median Pavement) 19/92022 03 30 OU Mirz Uea�gv Amencav Concrete Gmpany 30CAF029 3000 psi C-- for SWewalka & ADA Rasps 3-5" Slump; 3-6% Av 19/9/2022 03 30 00 Mu Design Argos D1000001U43S 3000 psi Concrete for Sidewalks, Cmbs 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Mu Design Argoe DIOOO0001055 3000 psi Gvcrete for Inlets, Jimaum Boxes, Manholes, Clumml L.crs, Sidewalks, Driveways, Curb & Gtter 3-5" Slump; 3-6%Av 16/24/2024 03 30 00 Mu Dlim Big Town Concrete 302050-1 3000 psi Concrete for Cmbs and Sidewalks 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Ma Desup Bumco Texas 30U1O1AG 3000 psi Concrete Mix for Flatwork 3-5" Slump; 3-6 Ai, 14/1202/ 03 30 00 Mu DIm Bumco Texas 30U500BG 3000gsi Concrete Mu for Sidewalks 3-5" Slump. 3-6%Air 19/92022 03 30 00 Mu Design Carder Concrete FWCC502001 3006 psi for Sidewalks, Driveways, Ramps, Curb &Gutter, Flatwork 3-5" Slump; 3-6% Au 19/92022 033000 00 Mi" Design Carder Concrete FWCC502021 3500 psi cevcrele fr Sidewalks, Driveways, Ramps, Grb &Gner 3-5" Slump. 36%Air 19/92022 03 30 00 Mu Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 3-5" Slump; 3fi% At, 11/92022 03 30 00 M& Design Char)ey Gncde 4502 30001, Concrete Mix fr Sidewalks 3-5" Slump, 36%Air 19/9/2022 03 30 00 Mu Design Chisholm TraO Redi Mu C13020AE 3000 psi Concrete for Driveways, Curb &Gutter 3-5" Slump; 4.5-7.5%Ai, 19/9/2022 033000 M&Design City Concrete Comppny 30HA20R 3000mi Concreu MLxfr Bloc° Sidewalks, Flml .&, Pads 3-5"Stamp, 36%Ah 19/92022 03 30 00 Mu Design Cow Town Redi Min 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retammg Walls 3-5" Slump; 36%An 19/92022 03 30 00 Mu Desigp Cow Town R.& Mix 250 3000 pal Concrete Mu for Sidewalks, Dfi,,, s, ADA Ramps 3-5" Slump, 36% Air 19/92022 03 30 00 Mu Design Cow Town Redi Mu 350 3000 psYi Concrete Mu for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 36%Air 1129/2-4 03 30 00 Mu Des Estrada Ready\Min R3050AEWR 5.00 Sacks / 3,000 Concrete for Sidewalks, Ramt�@ Inlets, and Manholes 3-5" Slump, 36%Air 19/92022 03 30 00 Mu Design GCH Conaere Jervices GCH4000 4000 psi Concrete f'or3or Sidewalks, Ramps, Headwalls, lvlets, and Storm Dram Structures 3-5" Slump; 3h% Av 19/92022 033000 Mu Des Holcim-SOR, Inc. 1261 3000 pj Concrete Mu for Sidewalks 3-5"SlumpAi, 19/23/2024 03 30 00 Mu Design Holcim - SGR, fc. 5177 3000 ps\i Concrete Ma for Sidewalks, Curbs and Gutters 3-5" Slump; 36%Air 19/92022 03 30 00 Mu Design Holcim - SOR, fc 5409 4000 psi Concrete Mu for Sidewalks, Inlets 3-5" Slump, 3-6%Ah 19/92022 033000 Ma Desum Ingram Gnaae&Aggregates 2MWR-147QW5D5 3000 psi Cmu ee Mu for Sid-11., ADA Rump s 3-5"Slump; 3-6%Au 19/9/2022 03 30 00 Mu Design lil�am Conad, & Aggregates 2MWR-70123504 3000 si Comae for Sidewalks, ADA Ramps 3-5., Slump, 3-6%Ah 14/72023 03 30 00 Ma Design Liquid Smve C301D 3,OOt�psi Concrete for Sidewalks, Approaches, and Driveways. 3-5" Slump; 3fi% Ai, 19/92022 033000 3 30 00 Mu Design Marlin Marietta R2136214 3,000 psi Concrete f Sidewalks & Ramps 3-5" Slump. 3-6 Air 19/92022 03 30 00 Ma Desup Marts M—mi R2136014 3,000 psr Concrete for Sidm, , & Ramps 3-5" Slump; 3fi% Air 14/12023 03 30 00 Mu Design Marlin Marietta R2136N14 5.00 sacks / 3,000 q i cencrele for Sidewalks 3-5" Slump. 36%Air 16/12023 03 30 00 Ma Design Mart. Manatu R2136R20 3,000 psr Gvcrete I r Sidewalks and Ramps 3-5" Slump; 3fi% At, 16/12023 03 30 00 M& Design Marlin Marietta R2136420 3,000 pei Concrete fr Sidewalks and Rum' 3-5" Slump, 3-6 Ah 1112/2022 03 30 00 Ma Design Mart. M— R2141K24 4,000 psr Concrete for Junction Boxes, Sidewakl s and Ramps 3-5" Slump; 36% Ai 14/7/2023 03 30 00 M. Desigp Marlin Marietta R2136K14 3,000 psi concede for sidewalks and ramps 3-5" Slam,, 36%Air 19/9/2022 03 30 00 Ma Destgo Matm Manab R2131314 3,000 psr Gvcrete for Sidewalks & Ramps 3-5" Slump; 3fi% Air 19/92022 03 30 00 Mu D"jim Marlin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump, 36%Au 19/92022 03 30 00 Mu Design M.Mummy D9490SC 3,000 psr Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5%Air 110/42023 03 30 00 Mu Des NB R Ready M, CC S A-YY 5.00 Sacks / 3,000 4 Concrete for Sidewalks & Ramps, and Cuff & Gtter 3-5" Slump, 36%Air 110/4/2023 03 30 00 Mu Design NBR Ready Mu CLS A -NY 5 00 Sacks / 3,000 N Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 36%Air 17/10/2023 033000 3 30 00 Mu Desgg Oabum 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump, 36%Air 11/18/2023 033000 Mu Design Rupjjid Redi Mu RRM5020A 3000 Ni C-- for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5"Sfmp; 36%Aa Mu I�@ 3-6% Au 3 30 00 19/920223 033000 Mu Desi�gi RerL-M ]Oh11504A 6 000Sa ks 14,000 ps Concrete Ma for Sidewallcsurb & Gu�r, Sewerlvlanhole, Inlets, & luncMn Boxes 3-5" Slump; 3 6% Au 19/9/2022 033000 Mu Design Redi-Mis ]0J11524 3000 psi Concrete Mu for Dtiv a Sidewalks, ADA Ramps 3-5"Slump. 3-6%Av 19/92022 03 30 00 Ma Design Redi-Mu VOJI1524 3000 psr CmuaG Mu for Curb & (iu. 3-5" Slump; 3-6%Au 110/24/2024 03300 0 Mu Design SRM Concrete 30150 3000 psi Concrde for Sidewalks & ADA Ramos 3-5" Slump. 36% Av 110242024 03 30 00 Ma Desrgv SRM Concrete 30350 3000 psi Concrete fr Sidewalks &ADA Ramps 3-5" Slump; 3-6%Air 110/18/2024 033000 3 30 00 Mix Design SRM Concrete 30050 3000 psi Cmm,— for Sidewalks, Ramps, (lets, Junction Boxes, Thrust Blocks, Cuff and Gner, Driveways, Barrier Ramp 3-5" Slump, 3-%- 19/92022 03 30 00 Mu Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gttcr, Driveways, Sidewalks, ADA Bumps 3-5 Slump; Slump; 3-6% Air 19/9/2022 033000 Mi. Design Tarrant Gvcrete CP5020A 3000 psi C—Mix fr C-and Gner 3-5"Slump. 36%Air 110/102022 03 30 00 Mu Design Tarrant Concrete TCFW5020A 3000 psi Concrete fin Sidewalks Sidalks 3-5" Slump; 3-6% At, 19/92022 03 30 00 Mu Design Tamest Concrete FW5525A2 3600,ui Concrete Mi. for Sidewalks, Drive Approaches, ADA Ramp, Cuff and Gner 3-5" Slump, 3-6 Air 19/92022 03 30 00 Mu Design Timi Ready Mix 3020AE 3000 ps`i Concrete fm Sidewalks 3-5" Slump; 3-6% 'Ai' 19/9/2022 03 30 00 Mu Design True Gm R.& Mu 0250.230 3000 psi Concrete btu' for FJanvork, Cmb & Gner, Drivewayf, Sidewalks, ADA Ramps 3-5" Slump, 36% Au 19/9/2022 Mn Desl�l Tme Grit R.& Ma 0250.2301 3000 psi Concrete Mu fr Cufi & Dim , Driveways, Sidewalks, ADA Ramps 3-5" Sfmp, 36% Ai, y033000� 1 Clues CBMen6 oles, Sanction Boxes �'ncsseme JovclretefCompavy- Lit ors) 19/9/2022 03 30 00 h4uc Design Amencav i, 40CNF065 4000 psi Concrete for Manholes & Utility Structures 3-5" Slump; 0-3 % Au 19/92022 03 3000 Mu Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Block° 3-5" Slump. 3-6%Ah 19/92022 03 3000 Mu D.um Argos DL0000001055 3000 psi Cmu ac for Inlets, Jimam, Boxes, Manholes, Cfiancel L—s, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6%Ai, 19/1 022 03 30 00 Mu Dlim yA��gos D1000001615 3600 psi Concrete for h0ets, Boxes, Encasement, Blocking 3-5" Slump. 36%Ah 19/92022 03 30 00 Mu Desum Amrley's Concrete 4502 3000 psi Grade Mix for Sidewalk,, Block.g 3-5" Slump; 3fi% Ai, 19/1 022 03 30 00 Mu Design Bumco Texas 40U500BG 4000 psi Concrete Mi, fm Storm Dmi, Strucmres, Drlvewa Screen I, C1 3-5" Slump, 36%Air 19/92022 03 30 00 Mu Design Cow Town Rath Mu 255-2 3000 psi Comae Mix for Inlets, Thmst Blocking, Concrde cas—m 3-5" Slump; 3fi% An 19/92022 033000 Mis Design C Town Redi Mie 355 3000 psi Gvcrete Mlx fr flab, Thrust Blm Concrete Evcasemwt 31"Slump. 36%Ah 19/9/2022 03 30 00 Mu Design Cow Town Rath Mu 255 3500 psi Cum —Mix for Flatwork, Inlets, Thmst ock.g Cum —Encasement 3-5" Slump; 3-6%At, 19/9/2022 033000 M&Design Cow Town Re&Mix 270 5000p.,Conaae Mixfr C.1-m-Place Box Ghat 3-5"Slump, 36%Air 19/9/2022 03 30 00 Mu Design Cow Town Rath Mu 370 5000 p Concrde Mix for Cast -.-Place Box Culverts 3-5" Slump; 3-6%Ai, 19/9/2022 03 30 00 Mix Design Cow Town Redi Mix 313 3000 Ni Concrete btu' for Sidewalks, ADA Ramps, Dnvew r, Curb & Gner, Simuy End Treatments, Non-TxDOT Retawing Walls 3-5" Slump, 36%Ah 19/92022 03 30 00 Mu Design Cow Town Rath Mu 257 3600 Ni Concrde is for Valley Gutters, Lightpoie Foundiumus 3-5" Slump; 36° An 19/92022 03 30 00 Mi" Desigp Cow Town Redi M& 357 3600 p� Comae Mu fr Valle`rn,,, Lightp.1e Foundations 3-5" Slump, 36%Air 3 30 00 19/92022 033000 Mu Design Holcim - SGR, Inc. 1701 4000 psi Concrde Mu for SI Dm. Swctmes, Samtary Sewer Manholes, luvcnon Box 3-5" Slump; 3-6%An 19/92022 03 30 00 Mu Des Holcim - SOR, Inc. 1551 3000 pY1 Concrete Mu for Blockiilp, 3-5" Slump, 36% Air I9/92022 03300 0 Mu Design Holcim - SOR, lu 5409 4000 N, Concrete Mu for Sidewalks, lvlets 3-5" Slump; 31 Air 14272023 033000 3 30 00 M& Des mid Stone C361DNFA 3,600 psi Comae for R-mum wall, dnvewa , Junction box apron, approach 3-5" Slump, 3-6 Air 3 30 00 19/92022 033000 Mu Design art. Marlette R2141230 4,000 pei Gvcrete fr Manholes, Inlet & Hea�walls, Valve Pads 3-5" Slump; 36% Air 18/42023 03 30 00 Mu Design Marlin Marietta R2141R24 5.53 Sacks / 4,000 psi Comae for Junction Box, Box Culver, Sidewalks and Ramos. 3-5" Slump. 3-6%Au 111202023 03 30 00 Ma Design Mart. Manab R2146R33 6.01 Sacks / 4,000 psi Gvcrete Mu for C� Sawa Manholes 3-5" Slump; 3-6%Au 3 30 00 111/20/2023 033000 Mu Design Marlin Marietta R2146K33 6.01 Sacks / 4,000 tConcrde Mu fin CIP Sewer Manholes. 3-5" Slump, 3-6%Ah 19/92022 03 30 00 Ma Design Mart. Manetb R2142233 3,600 psi Concrete for Mmrholes, In Ids & Headwalls 3-5" Slump; 4 5-7.5 % Am 19/9/2022 03 30 00 Mi. DIm Marlin Mandb R2136224 3,600 psi Concrete fr Gib flats 3-5" Slump. 36% A'v 19/92022 033000 Ma Desup Mart. Manab R2141233 3,600 psi Gvcrete for St— Strmctures, Islas, Blocking & Encasement 3-5" Slump; 3fi%Air 19/92022 03 30 00 Mu Design Marlin Marietta R2146038 4,500 Ri Concrete for 1,1- Smmr Dim, Structures 3-5" Slump, 3-%- 110/242024 03 30 00 Mu Desip Mart. Manab R2146K34 4000 psi Concrde for Ivleb, Manholes, Headwalls, Thmst Blocks, Collars 3-5" Slump; 3-6% At, 19/12/2023 03 30 00 Mu Design NBR Read_��Mix CIS Pl-YY 6.00 Sacks / 4,000�5I Concrete for Collars, Manholes, Box Culverts 3-5" Slump, 3-6 Ah 19/92022 03 30 00 Mu Design NBR Ready Mix TX C-YY 3000 psi Concrde Mix for Curb hdeb Ai' 3-5" Slump; 3-6 'Ai' 19/92022 03 30 00 Mu Design NBR Read btu' TX C-NY 3000 pq Concrete btu' for Cuff kids 3-5" Slump, 36% Air 11/18/2023 033000 3 30 00 Mu Design Rapid Red i u RRM5320A 3000 psi Concrde f Blocking 3-5" Slump; 36% Ai' 11/18/2023 03 30 00 Mu Desig➢ Raatth� d Redi Mu RRM6020ASS 4000 psi Concrete for Strom Dmin SWdures 3-5" Sfmp, 36%Air I9/92022 03 30 00 Mu Design Redi-Mix IRJ11524 3500 Ni Concrde Mix for Th.. Bocks, Valve Pads 3-5" Slump; 36°/" Air 19/92022 03 30 00 Mu DIP Redi-Mu 15611524 4000 pj Concrete Mu for Cast -in -Place Storm Draw Structures 3-5" Slump, 36%Air 112/52022 033000 Mix Desum Redi-Mix 1OK115C4 3500p,Co—fi, for Thrust Blocks, Valve Pads 3-5"Slump, 36%Air FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I ConcfCondnued) I12/52022 03 30 0rete0 Mu Des i Redi-Ma 156115C4 4000 psi Concrete for CIP Storm Dmin Structures 3-5" Slump, 3-6%Ate I9/29/2022 03 3000 M. Desrgo Redt-Mu I OL21524 4000 per Concrete Mu for Manholes 3-5" Slump; 3-6% An 111/2/2022 03 3000 Mu Desp Rsdi-Ma 145P25P4 4500 psi Concrete for Storm Drain Structures 3-5" Slamp, 3-6%Ate I,0242024 03 3000 M. Design SRM Covcretc 40350 4000 psr Concrete for ],lets, M.rholes, Headwalls, Thmst Blocks, Collars, 3-5" Slamp; 3-6%AD I124/2024 03 30 00 Mu Design SRM Concrete 40850 4000 psi Concrete for Inlets, Manholes, Headwalls, Thrust Blocks, Collars 31" Slomp. 3-6% Air I9/162024 011000 Ma Design SRM Concrete 35050 3500 psi Concrete for Thmst Blocks and Collars 3-5" Slamp; 36%Air I9/9/2022 033000 Mi. Design Tamest Concrete FW5320A 3000 psi Concrete Mix for Blocki.9 3-5" Slamp, 3fi%Air 110/10/2022 033000 Mi. DceJJjj� Tamest Concrete TCFW6025A2 4000 psi Concretefor Manholes 31"Slump. 36%Air I alas C WfngmBs. Culverts. Dr lied Shafhl \\Headwalls. I Drilled J�afts I9/9/2022 03 3000 Mu Desp Bumco Texas 36U500BG 3600 vsi Concrete Mu for Liehor. and Traffic Sienal Foundations (Drilled Shafts) 5.5-7.5" Slump, 3-6%Air I6/21/2023 03 3000 M. Design Cow Town Redr M. 360-DS 3600 Dsr C.—oc for Dnlled ShaR/Lr¢ht.¢ and Traffic Signal Fowdatam!Drilled Shafts! 5.5-7.5" Slump; 3-6%An 110/30/2024 03 300 Mu Des i Estrada Ready Mu R36575AEWR 3600 vsi Concrete for DNled ShafULiehtine and Traffic Slenal Foundation (Drilled Shafts) 5.5-7.5" Slump, 3-6%Air I12/52022 033000 M. Design Holcan -SOR, We 1822 3600 asConcrete forfDrBled Shafhsl/Lr¢htrn¢end Traffic Srmal Foundatons 5.5-7.5"Slump; 0-3%Au I9/9/2022 03 3000 Mu Des�r Hokin, - SOR We 1859 4000 vsi Concrete for (Dn71ed Shaftsl/Liehtme and Traffic Sienal Foundations 5.5-7.5" Slump, 3-6%Air I4/72023 03 3000 M. Design Wgrem Concrete & Aggregates 10LQS50N 3.600 Dsr Concrete for (Drilled Shafta)/Luda— and Traffic Surml Foundations 5.5-7.5" Slump; 3-6%Au I4n/2023 03 3000 Mu Desp L��y:d S.- C361DHR 3.600 Dar Concrete for (Drilled Shaft)/LiehtWe and Traffic Slenal Foundations 5.5-7.5" Slump, 3-6%Air I6272023 03 3000 M. Design. Manetta U2146N41 fi.44sacks / 3.600 Dsr Concrete for (Drilled Shafts) / Lr¢htm¢ and Tmffrc Srar,1 Foundations 5-7" Slump; 3-6%Au I6272023 03 30 00 Mu Des i Martin Marietta U2146K45 6.65 sacks / 3.600 vsi Concrete for (Drilled Shafts) / Liehtme and Trafic Sienal Foundations 51" Slump, 3-6%Air I8222024 03 30 00 M. Design NBR Ready M. 135K2524 3500 Dsr Concrete for!Drilled Shaft) Lrehtvole Foundations 5.5" Slump; 3-6% Av 18222024 03 30 00 Mu Des i NBR Ready Mix 135K0524 3500 vsi Concrete for (Drilled Shaft) Liehmole Foundations 5.5" Slump, 3-6%Ate 03 30 00 Mu Design Redi-Ma 80LI 15D5 3600 Dsr Conorete f., (Dn7led Shafh0 /Lr¢ht.¢ and Traffic Signal Foundatrons 5.51.5" Slump. 3-6% Ate 11/151023 I � DGuhona I9/9/2022 03 300 M. Desr m Argos D10000001083S 4000 per Concrete for Valve Pads, Wlets, Structures, Headwalls, Thmst BWck.g 3-5" Slump; 3-6%Au I9/9/2022 03 30 00 Mu Desp Argos D10000001083 4000 osi Concrete for Valve Pads, Wlsts, Structures, Headwalls, Thins[ Blocking 31" Slump, 3-6%Air I9/92022 03 30 00 Ma Design Argos D10000001681 4000 per Concrete for Headwalls, Retammg Walls, Box Culverts, Valley Gutters 3-5" Slamp; 3-6%An I9/92022 03 30 00 Mu Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Stmctures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 3-5" Slamp, 36% Air I9/92022 03 3000 M. Design Charley's Concrete 4518 4000 per Concrete for Headwalls, W Wgwa0s 3-5" Slamp; 3fi%AD I9/92022 03 30 00 Mix Design Charley, Concrete 5642 4000 psi Concrete for Stovri Drain Structures 31" Slomp. 36%Air I9/92022 03 30 00 M. De agn Crty Concrete Company 40LA2011 4000 psi Concrete Mix for Stoma Dram Structures 3-5" Slump; 3-6%An I9/92022 033000 Ma DIP, Cow Town Redi Ma 260-2 3600 psi Concrete Mi. for Box Culvert,,Headwalls 31" Slamp, 36%Air I9/92022 033000 M.D-air Cow Town Redi M. 360-1 3600 psi Concrete Mixfor Box Culverts, Headwalls, WWgwalls 3-5" Slamp; 3-6%Air I9/92022 033000 Mix Desgp Cow Town Redi Mix 260-1 3600 psi Concrete Mlx for Headwalh 3-5"Slump, 36%Air 11/29/2024 033000 M. Design Estrada Ready Mix R3655AEWR 550 Sacks/3,600 psi Con f, Headwalls, Wmgwalls, and Culverts 3-5"Slump; 36%Air I9/9/2022 03 30 00 Ma D-01 GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, tales, sad Storm Dram Stoa,mcss 31" Slump, 36%Air I9/92022 03 30 00 Mor Design Holcma - SOR, 1, 1851 4500 psi Concrete for Storm Door,Structures, Hand Placed Paving 3-5" SWmp; 36%Atr I4/12023 03 30 00 Mis DIF Mani. Marietta 310LBP 3,600 psi Concrete for Remit Walls 3-5" Slump, 4-7%Air I8/30/2023 03 30 00 M. Desrgo Man. M— R2141R30 5 85 SK / 4,000 psi Concrete f Box Culverts & Headwalls 3-5" Slump; 36%An I9/92022 03 30 00 Mis D-01 Mani. Marietta R2146035 4,000 osi Concrete for Manholes, Inlets & Headwalls, Valye Pads 3-5" Slump, 36%Air I12/5/2022 03 30 00 M. Design Redr-Mix IOL115C4 3600 psi Concrete for Manhole 1.1u, Juvctrov Box, Headwall 3-5" Slump; 36%Ate I9/92022 03 30 00 Mu Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Rer,mmg Wall, Collars 3-5" Slump, 36%Air I9/92022 03 30 00 M. Desrgn SRM Concrete 35022 3,600 psi Concrete for Ju..tam Box, Rete..g Walls 3-5" Slump; 36%Air I4/12024 03 3000 Mu Desp SRM Concrete 45050 4500 osi Concrete for Storm Structures 3-5" Slamm, 3-6%Air I9/9/2022 03 3000 M. Design Tarrant Concrete FW6020A2 4000 per Concrete Ma for Storm Dra. Structures 3-5" Slump; 3-6%Au I hLea P`MaeLIne Placed PsvWa) I9/9/2022 321313 M. Design Argos D10000001617 3600 psr Concrete for Machine Placed Paving 1-3" Slamp; 3-6%Au I6/24/2024 321313 Ma Desp BTown Concrete 360060-1 3600 psi Concrete for Machi.e Placed Pavi9� L3"Slamm, 3-6%Ate I6242024 321313 M. Design Brg Town Concrete 3fi2060-1 3600per Concretefor Mach.ce Placed Paving l-3"Slump; 3-6%An I9/9/2022 32 13 l3 Ma Design Carder Concrete FWCC552091 3600 psi fr Machi.e Placed Pevi.g 11.1 Slump. 36%Ate I9192022 3213 13 M. Design Carder Concrete FWCC602091 4000 psr for Machine Placed Paving 1-3" Slamp; 3fi%AD I9/92022 32 13 L3 Ma Design Chaley, Concrete 5167 3600 psi Concrete Ada for Machi.e Placed Pavi.g 1-3" Slamp. 36% Air I9/92022 321313 M. Design Crty Concrete Company 3fiLA2011 3600 psi Concrete Mix for Machine Placed Paving 1-3"Slump; 3fi%An I9/92022 331313 Ma DIP, Cow Town Redi Ma 257-M 3600 psi Concrete Mi. for Machi.e Placed Pavma 13"Slump. 36%Air Ill/l,1=22 321313 MreD-air Cow TownRediMa 357-M 3600psiConcreteMi. for MachinePlaced Paving l-3"Slamp; 36%Atr I9/92022 321313 Ma D-01 Cow Town RediMa 260-M 4000 psi Concrete Mi. for Machi.e Placed Paim, 13"Slump, 36%Air I9/9/2022 321313 M. Design Cow Town Redi Mu 360-M 4000 psi Concrete Mix for Machine Placed Paving 1-3 "Slump; 36%Air I2/6/2024 321313 Ma D-01 Eamsda Ready Ma TD3655AEWR 5.50 Sacks/3,600 psi Concrete for Machine Placed Paving 13"Slump, 36%Air I9/11022 321313 Mor Design Im ar, Concrete&Aggregates 2MWRC56PS5D5 4000 Ni Concrete Machine Placed Paving 1-3"SWmp; 3-6%Ar I8/42023 321313 Ma DIFManta Marietta Q2141R27 5.69 sacks/4,000 psi Concrete for Machine Placed Pamg 1-3"Slump, 36%Air I112/2022 32 13 13 M. Desrgo Marl. Menetta Q2141K30 4,000 psr Concrete for Machine Placed Paving 1-3" Slump; 36%Air I10/42023 321313 Ma D'p NBRReady Ma TX SF-YY 5.50 Sacks/3,600 psi Concrete for Machine Placed Paing 1-3"Slump, 36%Air Il0/4/2023 321313 M. Desrgo NBR Ready Ma TX SF -NY 550 Sacks 3,600 psi Concrete for Mazh.e Placed Paving 1-3"Slump; 36%Ate I10242024 321313 Ma Desism SRM Concrete 40068 4000 pai Concrete for Machine Placed Pamg 1-3"Slump, 36%Air I10242024 32 13 13 Ma Design SRM Concrete 40825 4000 psr Concrete for Mach., Placed Paving 1-3" Slamp; 36%Av I9/162024 32 13 13 Ma Desor SRM Concrete 40025 4000 osi Concrete for Machi.e Placed P.i g l-3" Slamp. 3-6%Ate I10/18/2024 321313 Mve Design SRM Concrete 35023 3600 psr Concrete for Mach —Placed Paving l-3"Slamp; 3-6%Au I9/9/2022 321313 Ma Deed Tarrant Concrete FW5520AMP 3600 psi Conorete for Machine Placed Pavi.g -3 Slamp, 3-6%Ate I9/92022 32 13 l3 M. Design True Gnt Redr Ma 0255.2301 3600 psr Concrete M. for Mach.e Placed Paving l-3" Slump; 3.56.5%1 I9/92022 2 13 13 Ma Desif% True Got Redi Ma 0260.2302 4000 psr Concrete Ma for Mach.e Placed Pavi.¢ l-3" Slump; 3.56.5%AD I ass H (Ham I Placed paving) I9/9/2022 3213 13 Ma Desp American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 3-5" Slump, 3-6%Ate I9/92022 3213 13 M. Design Argos D10000001273 4500 psr Concrete for Hand Placed Paving 3-5" Slump; 3-6% Au I9/9/2022 321313 Ma Desp Argos D10000001737 4500 psi Concrete for Hand Placed Paving 3-5"Slamp. 3-6%Ate I9192022 321313 M. Design Argos D10000002107 4500 psr Concrete for Hand Placed Paving 3-5"Slump; 3-6%AD I9/9/2022 321313 Ma Design Argos D10000001791 4500 psi Concrete for Hand Placed Pzg 3-5"Sl"' -6%Air I9192022 3213 13 M. Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3fi% Air I522023 3213 L3 Ma Design B�DCo... 1, CM14520AE 4500psi Concretefor Hand Placed P.mg 3-5"Slump. 36%Air I9/9/2022 3213 l3 M. D—go Brg Town Covaete 452065-1 4500 psi hand placed pay.g 3-5" Slump; 3fi% Air I9192022 32 13 l3 Ma D'F' Big Town Concrete 450065-1 4500 psi hand placedravirlf, 3-5" Slamp, 36%Ate I9/92022 32 13 13 Moe Design Bumco Texas 45U500BG 4500 psi Concrete Ma for Hand Placed Paving, Storm Storctures 3-5" Slump; 3-6% Air I9/9/2022 32 13 13 Ma Des�p Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Pa am 3-5" Slump, 36%Air I9/912022 32 13 13 Mu Design Chantey's Concrete 4609 4500 psi Concrete Ma for Hand Placed Paving Mevholes 3-5" Slump; 36%Air I9/92022 32 13 13 Ma DIF Charley', Concrete 6103 4500 psi Concrete Ma for Hand Placed Pavmg. Manholes 3'.' SWmp, 36%Ate I9/92022 321313 M. Desigo Crty Concrete Company 45NA206 4500psi Concrete Mixfor Hand Placed Paving 3-5"Slump; 36%Atr I9/92022 321313 Ma Des* Cow Town R.&Ma 265 4500 psi Concrete Ma fr Hand Paced PavWg 3-5"Slumo,36%Air 321313 M. Design Cow Town Redi M. 365 4500psi Concrete Mafor Hand Placed Paving 3-5 "Slump; 36%Air 11/29/22 I1292024 321313 Ma Des�p Estrada Ready Ma R4560AEWR/ 6.00 Sacks/4,500psiC-u—f.r Hand Placed P.via 3-5"Slump, 46%Air I9/92022 321313 M. Desrgn GCH Concrete Services GCH4500 4500psi Concrete Hand Placed Pawvg 3-5"SWmp; 36%Air 110/42024 32 13 13 Ma Design Hold. - SOR, to 5507 4500 psi Concrete Hand Placed Paving 3-5" Slump, 3-6 Air I9/92022 32 13 13 Ma Design Holcon - SOR, We 1851 4500 psr Concrete for Storm Dram Smrchaes, Hand Placed Paving 3-5" Slump; 3-6%Au I9/9/2022 32 13 L3 Ma Des�i Wgram Concrete & Aggregates 2MWR-161PS5EM 4500 psi Concrete Ma for Hand Placed P-ma 3-5" Slamp. 3 5-6 5 %Ate I9/92022 321313 M. Design Wgrem Concrete&Aggregates 2MWR-161UVSDM 4500 psr Concrete for Hand Placed Paving 3-5"Slump; 3-6%Av I9/9/2022 321313 Ma Design I�rk/M� am Concrete&Aggregates 2MWR-IOMQS50N 4500 psi Concrete for Hand Placed Pavi9fr 3-5" Slamp, 36%Air I11/22022 32 13 13 Ma De gv Marts Marietta R2146N35 6.11 sacks / 4,500 psi concrete fr Hand Pla a P-mg, Wlets, Manholes, Headwall, 3-5" Slamp. 3-6%Ate FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 I Concrote(Cor'inued) 18/4/2023 32 13 13 Mac Design Marlin Marietta R2146R36 6.17 / 4,500 psi Concrete fin Hand Placed Paving 31" Slump. 3-6%Air 11 l/22022 32 13 13 Mu Design Martm Marlene R2146N36 4,500 psi Covcietc for Hand Placed Pavmg 3-5" Slump; 3-6% Au 11 l/2/2022 32 13 l3 Mac Design Marlin Made. R2146K36 4,500 Concrete tar Hand Placed Pav' a Placed 3-5" Slump. 3-6%Ah 15222023 321313 Mu Design Martm ManUta R2146K37 6.22 sack/4,500 psi Concrete for Hand P.m 3-5"Slump; 3-6%Ap 112/22/2023 32 13 l3 M& Deaipp Marlin Marietta R2146R44 6.60 Sacks / 4,500 psi Conc[Ue M& tar Hand Placed Paving 3-5" Slump. 36%Air 112222023 32 13 l3 Ma Design Martin M—ne R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3fi% Air 111/152022 32 13 l3 Mi. Design Marlin Marietta R2146P36 4,500 psi Concrete fr Hand Placed Pavlrg 31" Slump, 3fi%Air 111/152022 3213 l3 Ma Design Malm Manata R2146K36 4,500 psi Corsets for Hand Placed Paving 3-5" Slump; 36%Air 19/92022 32 13 13 Mu Desimi Marlin Marietta R2147241 4,500psi Concrete for Hand Placed Paving 3-5" Slump, 4.5-7.5 %Air 19/92022 3213 13 Ma Design Malm Marlette R2146236 4,506 psi Corsets for Hand Placed Paving 3-5" SlumP; 3-6% An' 19/92022 32 13 13 Mu Design Marlin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, lulels 3-5" Slump, 3fi%Air 19/9/2022 32 13 13 Ma Design Martim Maneta R2146242 4,500 psi Corsets for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mis Design Marlin Marietta R2146042 4,500 psi Concrete for Hand Placed Pavirl�i 3-5" Slump, 3fi% Air 110/4/2023 32 13 13 Mu Design NBR Ready Mu CLS P2-YY 6 50 Sacks / 4,500 psi Concrete for Hand Paced P.m 3-5" Slump; 36% Av 110/42023 321313 Mix Deso NBR Ready Mix CLS P2-NY 6.50 Seeks 4,500 psi Carafe for Hand Placed Paving 3-5"Stamp, 36%Air 17/10/2023 321313 Ma Design Oebum 45A60MR 6SK/4,500 psi Consets for Hand Placed Paving 3-5"Stamp; 36%Av 1/242023 321313 Mu Des Raarr��dRedi Mu RRM6320ARP 4500Pi Concretefor Hand Placed Paving 3-5"Slump, 36%Air 19/92022 321313 Mrs Design Redi-Mix lOM11524 4500 psi Covcrete Min for Hand Placed Paving 3-5"Stamp; 36%Air 19/92022 32 13 13 Mu Dear Redi-Mix lOM1l5U4 4500 PI Concrete Min for Hand Placed Paving, Storm Drain S--Pes 3-5" Slump, 36%Ah 19/92022 321313 Mu Design Redi-Mis ]OM11504 4500 psi CovaGe Mufor Hand Placed Pavmg 3-5"Slump; 3-6%Av 19/9/'22 32 13 l3 Mu Design lledi-Mix 145CD5P4 4500 psi Concrete Mi. for Hand Placed Paving, Storm Din, Structures 3-5" Slump. 3-6%Air 11/132023 32 13 13 Mu Design SRM Covc.. 45023 4500 psi C..r a for Hand Placed Pavmg 3-5" Slump; 3-696 Au 19/92022 32 13 l3 Mu Design SRM Concrete 45000 4500 psi Canoes for Hand Placed Paving 3-5" Sharp, 3-6%Ab 11024201A 32 13 l3 Ma Design SRM Covcrete 45350 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3-6% Pa 110242024 321313 Mix Design SRM Concrete 45850 4500 psi Concise for Hard Placed Paving 3-S"Shwp. 3fi%Air 110/182024 3213 l3 Ma Design SRM Covcrete 45050 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/92022 32 13 13 Mu Design Tenant Concrete FW6020AHP 4500 psi Concrete Mu for Hand Placed Paving 3-S" Slump.3-6%Air 19110. 3213 l3 Ma Design Tarrant ciar—te FW60AHP 4500 psi Concrete Mix fr Hand Placed Paving 3-5" Slump; 3-6% Air 19/92022 32 13 13 Mis Design Tavart Concrete TCFW6020AHP 4500 t, i Concrete Mu fin Hand Placed Pnvlrg 3-5" Slump, 36%Air 19/920. 3213 l3 Ma Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Pavmg 3-5" Slump; 3fi% Air 19/9/2022 32 13 13 Mis Design T. Grit Redi Miz 0260.2301 4500 psi Concrete Mu fin Hand Placed Pavia\ 3-5" Slump, 36%Air 19/92022 321313 Mrs Design Tme Gnt Rath Mu 02652301 4500 psi Concrete Mix for Valley Gutters, Ha Placed Paving 3-5"Slump;3.56.5%_ 19/92022 321313 M&Design True t7rit RediM& 270.230 5000 Concrete for Hand Placed Paving 3-5"Slump, 36%Air 110/92024 321313 M&Design Wildcatter 4520AI 4500 psi Concrete for Hand Placed Paving 3-5"Slump, 36%Air 1 9.11 HES (i qh Early Strength Paving) 19/9/2022 32 13 13 u Design Big D Cov w 14500AE 4500 psi Concrete for High Early Strength Paving 3-5" Slamp; 3-6%Av 19/9/2022 321313 Mac Design Bumco Taxes 55UI20AG 4000 psi ConPde M&fr H'j Ear(�SPen Paving 3-5 "Slump. 3-6%Air 19/92022 3213 13 Mu Design Charley's Concrete 6589 4500 psi Concrete M. for g Early tren Pavmg 3-5" Sharp; 3-6%An 19/92022 32 13 l3 Mu Design Cow Town Rath Mu 370-INC 4500 psi Concrete for HES Paving 3-5" Slump. 36% Av 19/92022 32 13 13 Ma Design Cow Town R sh Ma 375-NC 5000 psr Concrete for HES Pavmg 3-5" Slump; 3fi% Ap 19/92022 3213 L3 Mix Desiga Cow Town Redi Mix 370-NC 4500 psi Conr3ee tar, HES Paving 3-S"Slump. 36%Air 11/182023 32 13 l3 Mrs Design Cow Town Rech Mrs 380-NC 4500 psi Concrete fm HES Pavmg 3-5" Slump; 3-6% An 11/292-4 321313 Mis Design Estrada Ready Mk 4S75AESC 7.SOSacks/4,500#gm� 3OOPO g"3-0ay)Concretefor HESPaving 3-S"Slump. 36%Air 19/92022 321313 Ma Design Holcim -SOR, Inc. 2125 5000 psi Concrete i'brkES Pavmg 3-5"Slump; 3fi%Air 11/24/2023 321313 Mis Des'ga L��'yyppd Slone C451DHR-A 450 s Concrete for HES Pav' 3' Slump, 36%Air 14/7/2023 32 13 13 Ma Design NCartm Marlette R216IK70 6,OO�psr (3,000 psinCr6 24In.) r HES Pavmg 3-5" Slump; 3fi%Air 19/9/2022 32 13 13 Mis Design Redi-Mix ION11507 4500psi (2600 psi \' 24 his ) Concrete Mix tar HES Paving 3-5" Slump, 4.56.5 %Air 12/10/2023 32 13 13 Ma Design SRM Conmrete 50310 5,006 psi Concrete for HES P.m 3-5" Slump; 3fi%Air 19/92022 :321313 Miz Desgn SRM Concrete 40326 4,500(3,000��,(a� 3-6 )3Pi Concretetar HESPaving 3-5"Slump, 36%Air 19/92022 32 13 13 Mrs Design TaimvI Concrete FW6520AMR 4500 (3000 psi4, 3<lays) psr HES Paving 3-5" Stamp; 36% Av 19/9/2022 : 32 13 13 Ma De�if�ji Tenant Concrete FW7520AMR 4500 (3000 psi A 3days) psi Concrete HES Pavmg 3-5" %lump: 36%Air I (:lass S (Brides b$, Top Slabs of Direct Traffic Culverts, Approach Slabs) 19/92022 32 13 13 Mix Design Cow Town Redi Mu 260 4000 psi Concrete Mis for Bri��°°pe Slabs, Box Culverts, Headwalls 3-5" Slump, 3-6% Air 19/92022 32 13 l3 Mu Design Cow Town Redi Mu 3fi0 4000 psi Conere a Mcx for Biidge Slabs, Box Culverts, Headwalls 3-5" Slump; 3-6% Av 19/9/2022 32 13 l3 Mac Design Cow Towr Redi Mie 365-STX 4000 psi Concrete for Bridge slabs, toQ slabs ofd'rect traffic wharfs, a00( ach slabs-TXDOT Class S-No Fly Ash 3-5" SI—P, 3-6%Ab 112-024 321313 Mu Design Estrada Ready Mvc R4060AEWR 6.00 Sacks/4,000 psr Concrete tar Badge Slabs, Top Slabs, and App� ch Slabs 4b"Slump; 3fi%Air 15/3/2023 32 13 l3 Mi. Design Marlin Maiietta M7842344 4,000 psi Concrete fire Bridge Deck 3-5" Sharp, 4.5-7.5%Air 14/12023 3213 l3 Ma Design Martin Mavens R2146P33 6.01sacks/ 4,000 psi wvcrete for Bridge Deck 3-5"Slang; 3fi%Air 14/152024 32 13 13 Mu Design NBR Read��Mix TX S-NY 5.50 Sacks / 4000psi Concrete Mu for Class S Slab Paving -No Fly Ash 3-S" Slump, 36% Air 14/152024 32 13 l3 Mac Design NBR ReadyMix TX S-YY 4.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving 3-5" Slump; 3-6% Air 19/9/2022 321313 Mis Design Re 156115D4 4000 pg1i Bridge Slabs 3-5"Slump, 36%Air 15/5/2023 32 13 13 Mu Des11�v SRM Concrete D100008553CB 4,000 Psi Concrete for Bdfidge Approach Slab, Deck Slab 31.1 Slump, 36%Air I Zorc b,Basel'rerch Q%.iae 14/l/2023 03 34 16 Mu Design Bumco Texas psi C,,�e Base r �7"rSlvmp; 19/9/2022 03 34 16 Mu Deal Bumco Texas I08Y450BA 800 Psi Concrete Mu for as1000 e or Trencfin h Repev 3 6% Ara 1 on"b'd Low Sirw�acerii l 19/92022 03 34 13 Mu Design Bum,. Texas OIY690BF 100JJP1�i Concrete Mu for Plowable Fill Plowable, 8 5-11.5%Air 19/92022 033413 Ma Design Carder Concrete FWCC359101 50-15?0 psi Flowable Pill -CLSM 3-5"Slump; 8-12%Air 19/9/022 03 Mac Design Carder Concrete FWFF237501 50-150 psi Flowable Pill -CLSM Plowable, 85-11.5%Air 19/92022 0334 L3 Ma Design Ciry Concrete Company 11-350-FF 50-150 psi Concrete for Flowable FiIICLSM Plowable; 8-12%Ar 19/92022 03 34 l3 Mu Desipp Cow Town Redi Mu Mix# 9 70 phi Flowable Ff1 _ CLSM 71" Slump, 8-11%Air 110/42023 03 34 13 Mre Design NBR Ready Mix FTW FLOW FILL 156 psi concrete tar Plowable 7-10" Slump; 8-12%Air 19/92022 03 MU Design Tenant Coverers FWFF150CLSM 50-150 psi Flowable Fill-CLSM Plowable; 8-12%Air I ioncrece Rip Zap 14/121% 023 31 37 00 Mu Design Martin Marietta Sluarp' Air 14/l1023 31 37 00 Mic Design Martin Marietta R2146033 4,000 psi Concrete for R amp 3-5" Slump. 3-6% Av 1 Asphalt P.A..19/9/2022 32 12 16 Mu Design Austin Asphalt FTSB117965 FF5B117965 PG64-22 Type B Fine Base 19/92022 32 12 16 Mcr Design Arista, Asphalt 711B 39965 FT1B139965 PG64-22 Type B Fare Base 19/9/2022 321216 Mu Design Aastin As halt FT1Bll72 FTlB 117.2 PG64-22 T3yM1RiBFfe Base 15/12024 32 12 l6 Mrs Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type�B Base Course 19/9/2022 32 12 l6 Mi. Design Reynolds As1{halt 1112B l ] l2B PG64-22 T33'l�B Pine Base 19N2022 321216 Ma Design Reyvolds Asphalt 1fi12B 1612B PG64-22 TylKB Fine Base 112/52022 33 12 16 Mu Design Sunniowt Paving 3076H V6422 3076BV6422 PG62-22 TyR H Fine Base 19/92022 3212 16 Ma Desnpi Surmount Pavmg 34 1 -BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B F. Base 19/9/2022 3212 16 Mis Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type H Fine Base 19/9/2022 3212 16 Ma Design TXBH 44-211305-17 44-211305-17 PG64-22 Type B Fare Base 19/9/2022 32 12 16 Mix Design TXBH 211305 (1757) 211305 (1757) PG64-22 Type B Fine Base FORT WORTH-. CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 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 09/23/2024 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 toga) 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 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