Loading...
HomeMy WebLinkAboutContract 55181-PM1CSC No. 55181-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised March 20, 2020 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 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 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised March 20, 2020 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised March 20, 2020 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings - Cast Iron 33 05 13.10 Frame, Cover and Grade Rings - Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 11 15 Pre-Stressed Concrete Cylinder Pipe 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised March 20, 2020 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethlene (SRPE) Pipe 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised March 20, 2020 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION 00 42 43 � W a�er Sei;=er Sto�m} UAP - 61 D PROPOSAL Page I of 4 SECTION 00 42 43 develaper Awarded Projecis - PROPOSAL FORM UNIT PRNCE BID Bidder's Application Projeq [tem [nformation Bidder's Proposal Bidlist [tem Specificalio�t Uciit oF Bid �esoription Unit P�ice Bid Vaiue No. Seelion Nu. A/easure Quan[ity UNIT I: WATER IMPROVEMEN7S ? 3311.0261 8" PVC Water Pipe 33 11 12 LF 4,g11 $2fi,70 �131,123.70 2 3312.D001 Fire Hydrant wl Gate Valve 33 12 40 EA 4 $3,800.00 $15,2D0.00 3 3312.2003 1" Wafer Service 33 12 10 EA 152 $810.00 $123,#20A0 4 33�2.3003 8" Gate Valve & Box 33 1220 EA 9 $1,300.00 $11,700.00 5 3312a117 Connection to Existing 4"-12" Water Mai� 33 12 25 EA 4 $9(}O.Oa $3,600.00 6 3311.0001 Duct9le Iron Waker Fiffings wl Restraint 33 11 11 TON �.8 $22,1Q0.00 $17,68D.04 7 3305.0109 Trench Safeiy 33 05 10 LF 4,911 $0.10 $491.10 8 3471.0001 Traffic Control 34 71 13 MO 1 �100.00 $100.00 9 9999.0001 1" Irrigation Service oa aa oo EA 2 $81D.00 $9,620.00 1a 11 12 13 14 _ _— 15 ---- — 16 17 _ .—_ _ � 8 —. _ mm 19 � ._ 2D 21 - --- ___ 22 23 24 � 25 _.._. .._ 26 27 �------- 28 -- — - ----- 29 � 30 31 -- — 32 � -----� -- 33 -- -_— _-- 34 .r._.__ � 35 -- - 36 —_�..v...� 37 38 39 40 41 42 43 44 45 TQTAL UNITl: WA7�f21MPROVEMENTS �304,834.80 CI-1-Y OF FORT WORTfi STASDARll CONSTBliCF[ON SP[('IFICATiO\ pOCC1MEN"l5 - DEVP.I.OPFR A WARDED PR07ECT5 Form Version ,�[ay 2?, 2p19 00 A2 43_ MCP3_Bid Proposat0_�AP_G'tiGty.nls 00 42 43 I'N��cr scwcr s�o.m) DAP � 91D PROPpSAI.. Page 2 of 4 5ECTIpN OQ 42 43 Developer Awarded Projects - PROPOSAL FORM �11�f�i�:7C�3Ti� Bidder"s Appfication Project Item Infonnalion Bidder'S Proposal Bidlist ]tem Description Specification Unit ot� ���� Unit Piice I3id Value No, Section No. Measure Quantity UNIT II: SANITARY SEWER IMPRaVEMENTS 1 3331.4115 S" Sewer Main 33 31 2Q LF 4,496 $3D.00 $�34,880.00 2 3339.10D1 4' Manhole 33 39 1� EA 16 $2,740.00 $43,840.00 3 3339.1003 Extra Depth Depth Nlanhole (> fi.0') 33 39 10 VF 45 $145.00 $6,525.00 4 3331.3101 4" Sewer Servlce 33 31 50 EA 152 $700.00 $i06,400.00 5 3301 A�02 Post-CCTV Inspection 33 01 31 LF 4,496 $2.00 $8,992.00 6 33fl1.0101 Manhole Vacu�m Testing 33 0� 30 EA 16 $12p.04 $1,920.OD 7 3305.0109 7rench 5afety 33 OS 10 LF 4,496 $1.00 $4,496.00 8 3305.0202 Cement Stabilized 8ackfill 33 05 10 LF 120 $23.00 $2,760.00 9 3305.0116 Concrete Encasement 33 05 1D LF 195 $60.00 $11,700.OD 10 3471.DOD1 Traffc Control 34 71 13 MO 1 $100.00 $10D.00 �9 'f2 i3 _._.. __ ._ ... ._ --- -_ 14 15 T 16 � 17 _.___... 18 ���� 19 za 21 22 — — 23 24 � � � 25 26 27 — _.�_____�. 28 _ --_ _ 29 --._... __, 3D — —_ _ 3i _. _�._.,--- 32 --------- 33 _...--- 34 -- -- - — ---_ — 35 ~ 36 -- 37 38 39 40 41 42 43 44 TOTAL UNIT II: SANITARY SEWER IMPRdVEMENTS $321,613.fl0 C3-fY OF 50RT WORTII STA\DAR➢ COV$T2UCTI0�I SPECIFICATIpN DOCUM@\TS - DEVELOPER AWARi]ED PROIECTS Form Version �iay '_2. 20f4 00 J2 43_ MCP3_Bid Pro�msal0_17AP_Utility.xls UO 42 A.3 {Wa�er Scu-cr Stonnl DAP - B Ill PfLOPOSA L Page 3 oFd secrioN oo az as Developer Awarded Projects - PROPOSAL FdRM UNIT PR�CE BID Bidder's Application Project [�em infonnation Bidder'S Prnposal Bidlisk Item Specification Unit of Bid Bescription UFiil Price E3id Value No. Section No. Mcasure Qunntiry UNI7 III: DRAINAGE IMPROVEMENTS 1 3341.0205 21" RCP, Class III 33 41 10 LF 73 $58.00 $4,234.00 2 3341.0302 24" RCP, Class III 33 41 10 LF 29 $67.fl0 $1,943.OD 3 3341.0402 42" RCP, Class III 33 41 10 LF 358 $�51.00 �54,058.00 4 3341.0409 4S" RCP, Class III 33 4� 10 LF 330 $�78.00 $58,740.00 5 3349.5002 1 D' Curb Inlet 33 49 20 EA 1 $3,7DO.Ofl $3,700.Ofl 6 3349.5003 15' Curb Inlet 33 49 20 EA 2 $4,900.00 $9,80�.D0 7 3349.8D01 1 D" Type 2 Inlei 33 49 20 EA 1 $4,400.00 $4,400.00 S 334<3.0003 5' Storm Junction Box 33 49 10 EA 2 $5,700.Ofl $11,400.00 9 33D5.0109 Trer�ch Safety 33 05 10 LF 7g0 $0.50 $395.04 10 0241.4202 Remo�e 5' Drop Inlet 02 41 14 EA 1 $900.QQ $900.Ofl 11 12 13 _....__......_._.. 14 15 16 17 -- 18 19 ._ ` 20 �� 21 — 22 �- ---- .. 23 -------- -- 24 25 __._ _., _..--- 28 27 28 29 30 31 32 33 34 35 . 36 T 37 38 39 40 41 42 43 44 45 TOTAL UNIT III: DRAINAGE ]MPROVEMENT �149,570.Q0 CITY OF FORT 1i'ORTH SfANDARCJ C:OtiSTRUCT[O?J SPECIPICATIO� llOC(IMENTS - DEVGI_QPF.:R AA'ARDEQ PROlECTS Fo3m Vr�sion May 22, 2019 OOd243 MCI'3 Bid Proposalp_pAp_Utility.xls 00 42 4 3( W afer Sc�i�cr SEurm) DAP-81UPROPDSAL Pase 4 of d SECTION 00 42 43 Developer Awarded Projects - PROP05AL FORM L�L�lrr' : : � Bidder's Application Project [tem [nf'omzation Bidder's Proposal Bidlist Ilem Speci4ioalio❑ Unit of Stid No. []escriptip❑ CJuit Price $id Value SectionNo. Measure Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNfT II: SANfTARY SEWER IMPROVEMENTS UNIT III: DRAINAC'i� IMPROVEMENTS This 6id is submitted hy the entity named bclo�v: BIDDER: Burnsco Construction, Inc. 6331 Soirthcvest Boulevard Benhrook, TX, 76i32 Contractur a;rees to complete �VORK fnr FI\pl. ACCGP'I'ANCE within CON7'RACT cammences tv run as provided in the Cencral Conditions. EIVD OF Sl:CT10N Total Consfrucfion Bid _---__ _ _ _.... .. . �321,613.00 $149,570.00 SY: % '1' TITLE: presfrie UATE: May is, 20 70 ivorkine days xfter the date when Ihe CITY OF �ORT WORTH Sl'A NUARD CONSTitIICTlO�� 3PECIFICA I ION �OCL'41ENT5 - �EVELOPEK A 44'ARDF.CJ p[ipJECTS Ponn Version May 22.2019 00�2 43_ MCFS_Bid ProFxrsal0_➢AP_Eiti]i�gals 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. All contractors are required to be prequalified by the City prior to submitting 4 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 5 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 6 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 7 Prequalification Application in accordance with the requirements below. 8 9 The prequalification process will establish a bid limit based on a technical evaluation and 10 financial analysis of the contractor. The information must be submitted seven (7) days prior 11 to the date of the opening of bids. For example, a contractor wishing to submit bids on 12 projects to be opened on the 7th of April must file the information by the 31st day of March 13 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s 14 Prequalification Application, the following must accompany the submission. 15 a. A complete set of audited or reviewed financial statements. 16 (1) Classified Balance Sheet 17 (2) Income Statement 18 (3) Statement of Cash Flows 19 (4) Statement of Retained Earnings 20 (5) Notes to the Financial Statements, if any 21 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 22 of Incorporation, Articles of Organization, Certificate of Formation, LLC 23 Regulations, Certificate of Limited Partnership Agreement). 24 c. A completed Bidder Prequalification Application. 25 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 26 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 27 number visit the Texas Comptroller of Public Accounts online at the 28 following web address www.window.state.tx.us/taxpermit/ and fill out the 29 application to apply for your Texas tax ID. 30 (2) The firm’s e-mail address and fax number. 31 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 32 is used by the City for required reporting on Federal Aid projects. The DUNS 33 number may be obtained at www.dnb.com. 34 d. Resumes reflecting the construction experience of the principles of the firm for firms 35 submitting their initial prequalification. These resumes should include the size and 36 scope of the work performed. 37 e. Other information as requested by the City. 38 39 2. Prequalification Requirements 40 a. Financial Statements. Financial statement submission must be provided in 41 accordance with the following: 42 (1) The City requires that the original Financial Statement or a certified copy 43 be submitted for consideration. 44 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 (2) To be satisfactory, the financial statements must be audited or reviewed 1 by an independent, certified public accounting firm registered and in 2 good standing in any state. Current Texas statues also require that 3 accounting firms performing audits or reviews on business entities within 4 the State of Texas be properly licensed or registered with the Texas State 5 Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether 7 the contractor is an individual, corporation, or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate 9 of exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as 11 independent who is not, in fact, independent. 12 (6) The accountant’s opinion on the financial statements of the contracting 13 company should state that the audit or review has been conducted in 14 accordance with auditing standards generally accepted in the United 15 States of America. This must be stated in the accounting firm’s opinion. 16 It should: (1) express an unqualified opinion, or (2) express a qualified 17 opinion on the statements taken as a whole. 18 (7) The City reserves the right to require a new statement at any time. 19 (8) The financial statement must be prepared as of the last day of any month, 20 not more than one year old and must be on file with the City 16 months 21 thereafter, in accordance with Paragraph 1. 22 (9) The City will determine a contractor’s bidding capacity for the purposes 23 of awarding contracts. Bidding capacity is determined by multiplying the 24 positive net working capital (working capital = current assets – current 25 liabilities) by a factor of 10. Only those statements reflecting a positive 26 net working capital position will be considered satisfactory for 27 prequalification purposes. 28 (10) In the case that a bidding date falls within the time a new financial 29 statement is being prepared, the previous statement shall be updated with 30 proper verification. 31 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32 submitted along with audited or reviewed financial statements by firms wishing to be 33 eligible to bid on all classes of construction and maintenance projects. Incomplete 34 Applications will be rejected. 35 (1) In those schedules where there is nothing to report, the notation of 36 “None” or “N/A” should be inserted. 37 (2) A minimum of five (5) references of related work must be provided. 38 (3) Submission of an equipment schedule which indicates equipment under 39 the control of the Contractor and which is related to the type of work for 40 which the Contactor is seeking prequalification. The schedule must 41 include the manufacturer, model and general common description of 42 each piece of equipment. Abbreviations or means of describing 43 equipment other than provided above will not be accepted. 44 45 3. Eligibility to Bid 46 a. The City shall be the sole judge as to a contractor’s prequalification. 47 b. The City may reject, suspend, or modify any prequalification for failure by the 48 contractor to demonstrate acceptable financial ability or performance. 49 c. The City will issue a letter as to the status of the prequalification approval. 50 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 1 the prequalified work types until the expiration date stated in the letter. 2 3 4 5 6 7 END OF SECTION 8 9 00 45 l2 DAP PREQUALIFICATION STATEMEN"L Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work Tvpe" boY provide the complete major work type and actual descri tion as provided by the Water Department for water and sewer and TPW for pavin� Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Water Distribution, New Development (> 8 in) Sewer Collection System, New Burnsco Construction Inc. 6/30/2021 Development (> 8 in) Draina e Im rovements The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name: Burnsco Construction Inc. Address: 6331 Southwest Blvd. Benbrook, TX. 76132 BY: (Sign e TITLE: Vice President DATE: October 27, 2020 END OF SECTION CITY Of FORT WORTH STANDARD CONSTRUCiION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROlECTS 004512_PrequaliticationStatement2015 DAP.docx Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 l0 il 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 K�.j 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102531. 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: Burnsco Construction Inc. gy; Aibert Grantges Company eas P ' t) 6331 Southwest Blvd. Signature: Address Benbrook, TX 76132 Title: Vice President City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OFTARRANT 0 0 BEFORE ME, the undersigned authority, on this day personally appeared Albert Grantges , 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 Burnsco Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN LTNDER Y HAND AND SEAL OF OFFICE this �"'�' day of Bt,l2r�� aP , 20� F� -� �" �������, I-v� ;��; CESILIA CANALES 2 Notary ID #131652996 Notary Public in and for the State of Texas =y���v My Commission Expires July 24, 202Z ��,. .:,� �s_ ,� END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Apri12, 2014 McPherson Vil[age Addition Phase 3 CPN: 10253 I � 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised June 16, 2016 SECTION 00 52 43 1 AGREEMENT 2 3 THIS AGREEMENT, authorized on __11-03-20___is made by and between the Developer, 4 Starlight Homes Texas, LLC, authorized to do business in Texas (“Developer”), and Burnsco 5 Construction Inc., authorized to do business in Texas, acting by and through its duly authorized 6 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 McPherson Village Addition Phase 3 16 City Project Number: 102531 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 70 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 ____Six Hundred Fifty__ Dollars (__$650.00 ) for each day that expires after 35 the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final 36 Letter of Acceptance. 37 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised June 16, 2016 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 SEVEN HUNDRED SEVENTY-FIVE THOUSAND 40 EIGHT HUNDRED SEVENTEEN DOLLARS AND EIGHTY CENTS ($775,817.80). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A.The Contract Documents which comprise the entire agreement between Developer and44 Contractor concerning the Work consist of the following:45 1.This Agreement.46 2.Attachments to this Agreement:47 a.Bid Form (As provided by Developer)48 1)Proposal Form (DAP Version)49 2)Prequalification Statement50 3)State and Federal documents (project specific)51 b.Insurance ACORD Form(s)52 c.Payment Bond (DAP Version)53 d.Performance Bond (DAP Version)54 e.Maintenance Bond (DAP Version)55 f.Power of Attorney for the Bonds56 g.Worker’s Compensation Affidavit57 h.MBE and/or SBE Commitment Form (If required)58 3.Standard City General Conditions of the Construction Contract for Developer59 Awarded Projects.60 4.Supplementary Conditions.61 5.Specifications specifically made a part of the Contract Documents by attachment62 or, if not attached, as incorporated by reference and described in the Table of63 Contents of the Project’s Contract Documents.64 6.Drawings.65 7.Addenda.66 8.Documentation submitted by Contractor prior to Notice of Award.67 9.The following which may be delivered or issued after the Effective Date of the68 Agreement and, if issued, become an incorporated part of the Contract Documents:69 a.Notice to Proceed.70 b.Field Orders.71 c.Change Orders.72 d.Letter of Final Acceptance.73 74 75 76 77 78 79 80 81 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised June 16, 2016 Article 6. INDEMNIFICATION 82 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 83 expense, the city, its officers, servants and employees, from and against any and all 84 claims arising out of, or alleged to arise out of, the work and services to be performed 85 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 86 under this contract. This indemnification provision is specifically intended to operate 87 and be effective even if it is alleged or proven that all or some of the damages being 88 sought were caused, in whole or in part, by any act, omission or negligence of the city. 89 This indemnity provision is intended to include, without limitation, indemnity for 90 costs, expenses and legal fees incurred by the city in defending against such claims and 91 causes of actions. 92 93 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 94 the city, its officers, servants and employees, from and against any and all loss, damage 95 or destruction of property of the city, arising out of, or alleged to arise out of, the work 96 and services to be performed by the contractor, its officers, agents, employees, 97 subcontractors, licensees or invitees under this contract. This indemnification 98 provision is specifically intended to operate and be effective even if it is alleged or 99 proven that all or some of the damages being sought were caused, in whole or in part, 100 by any act, omission or negligence of the city. 101 102 Article 7. MISCELLANEOUS 103 7.1 Terms. 104 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 105 the Construction Contract for Developer Awarded Projects. 106 7.2 Assignment of Contract. 107 This Agreement, including all of the Contract Documents may not be assigned by the 108 Contractor without the advanced express written consent of the Developer. 109 7.3 Successors and Assigns. 110 Developer and Contractor each binds itself, its partners, successors, assigns and legal 111 representatives to the other party hereto, in respect to all covenants, agreements and 112 obligations contained in the Contract Documents. 113 7.4 Severability. 114 Any provision or part of the Contract Documents held to be unconstitutional, void or 115 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 116 remaining provisions shall continue to be valid and binding upon DEVELOPER and 117 CONTRACTOR. 118 7.5 Governing Law and Venue. 119 This Agreement, including all of the Contract Documents is performable in the State of 120 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 121 Northern District of Texas, Fort Worth Division. 122 11-03-20 3rd November 20 3rd November 20 3rd November 20 3rd November 20 3rd November 20 00(2 19-2 ,11:�iNTENA'�C`E E�nND Pa�e 2 af � 1 2 � 4 � �i 7 8 9 10 11 12 13 14 l� t6 17 18 19 ?p �i �� ?� ?4 «"HI;REAS, Principal bi�lds itself to repair or reconstrvct the GVork ir� whole or in part upon r•eceiving notice fi•om the Deti�elo�>er 1nd/or City of Che need thereof at any time ti� ithin the Maiiltenatice Period. NO��' TI��IEREFORE, fhe conditic>il of this obli�ation is such that if Princip3l shall reanedy any defective i�ork, for �rhicl� timely notice tivas provided l�y Dev�eloper or City=, tc� � coi�npletion satisfactory to the City, then this obligation sha11 l�eco�ne null and ��oid; oel�er�c�ise to re�nain in full force anci effect. PROVIDED, HOW�VER, if Principal shall fail so to repaiz- or reconsti-uct any timely noticed defective iT�ork, it is agreed that the Developer or City may cause any and all sucli defective �Vork to be repaired andlor recoiistructeci witl3 all associated costs thereof beitig boins by the Princi�al ancl the Surety under this MainCena�zce F3ond, and PROV7DFD FLtRTHER, t11at if any legal aeCiori be 61ed on this Bond, vezlue shall 1ie in Tanant County, 'I'exas or the United States L)istrict Court for the Nortl�ei:n �istrict of Texas, Fort GVorth Division; anci 1'ROVIDED FURTF-IFt2, that t}lis Ut�ligation shali be continuous in nature and successive reaov�ries may b� had Ilereon f�r successive breaches. C11"Y OF FORT' 4VOR"I Fi SCANll:1R1� CI�I�Y" ('OtiI)YC](l\� �� I7F':��EC.C)['73R A4t�r1RDEiD PRC),I�CTS ftrvised,l�m�ary 31, 2U 12 ;Lfc/'iersnn t'itiagn Adrlitio�r Yhase � CP ^I: 102531 3rd November 20 � ��'��� : ` �� � IN WITNESS WHEREOF, I have hereunto subscribed my name and a�xetl my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. POWER OF ATTORNEY Certificate No: 8200743 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Robbi Morales, Don E. Cornell, Sophinie Hunter, Tina McEwan, Tonie Petranek, Ricardo J. Reyna, ,loshua Saunders, Kelly A. Westbrook all of the city of Dallas state of TX each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized offcer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 19th day of March , 2019 State of PENNSYLVANIA County of MONTGOMERY ss This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in Ihe manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company P� 1NSURq P�,ZY INgVR ��NsuRq The Ohio Casualty Insurance Company ,�� �ORP�RCl y� y� GORP�R4p 9.L \OP�oRP�Rqr ti� WestAmericanlnsuranceCompany J 3 Fo c� Q= Fo c� p 2 Fo t� � 1912 � a 1919 � � 1991 � �/ �' ? Y 3. ,�m O Z �u O Q O s f ��-j,:. Y`�,�9SSacHus�` da3 y� �`�aaMvs�� a3 Y �NDIANP a3 Cr 1�" f �7i ej� * �a �y1 * ��a s�M ,r i�N� By: ,,--' David M. Carey, Assistant Secretary �� On this 19th day of March , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o m Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes ;> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. a� � _ � � �'� (d O � L �o o� c� � � �� ca � � �� o._ E� `o ia � � ��.�, L a . � COMMONWEALTH OF_PENNSYLVANIA r� ; '<� Netana Seal � qq r,� T<r -� P isiel�� Nct ry�'uDl � � „, y �fr�,� // o, �� UppFr'�Ae�:�nT�✓p,h9or�tgcmer Ccunty i B '��L�-� LL�U.�d� r,a� �,�:,;s,�o� ExP���:$ h�� �n zs zor i y� �sa Pastella, Notary Public . ' . .. "F3.ilU .. f'..1f.Ss'I Y I} h5'::(;i��l � V' : IIBS This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS: Section 12. PowerofAttorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certifed copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Rowar of Attorney executed by said Companies, is in full force and effect antl has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affxed the seals of said Companies this day of � \NS�R �tY INSU � \NSU�,q �Jp'4oavo�r'9'L� yJP`pRPORql�'9'G �CrP�OµPOR4T y(1 J 3 Fo c� Q 3 Fo c� � r Fo m !j["°%� � 1912 � 0 1919 � � 1991 � �,,�� ,� y �,o a B. ~dd9SS"�H�S�~-aa3 S° �`''"AMPS� aa '�s '"°�A"" aa3 y Renee C. Llewell n Assistant Secreta gi� * *� �'6,1 * �,� d,H * 1-� Y � rY � N � C .� � _ H— � UW a� a� Q c o� ,.. M Q � O� c � `a o� � Q �� i rn o� �� a� �� >o � �' � N W � N �M c °O 00 U� o� LMS-12873 LMIC OCIC WAIC Multi Co 062018 � ���'�i , 1 i� � TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll-free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA l 9406-2755 You may contact the Texas Department of Insurance to obtain infor�nation on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (11 l-]A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: http://www.tdi.texas.�ov_ E-mail: ConsumerProtection�a�,tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas a( 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection�a tdi.texas. o�v DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o priir�ero. 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. NP70680901 LM S-15292 10/� 5 00 42 43 DAP - BID PROPOSAL Page 1 of 2 1 3213.0101 6" Conc Pvmt 32 13 13 SY 16,523 $35.75 $590,697.25 2 3211.0501 6" Lime Treatment 32 11 29 SY 18,175 $2.95 $53,616.25 3 3211.0400 Hydrated Lime 32 11 29 TON 364 $170.00 $61,880.00 4 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 9,374 $1.70 $15,935.80 5 3213.0301 4" Conc Sidewalk 32 13 20 SF 834 $5.75 $4,795.50 6 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 12 $1,700.00 $20,400.00 7 3441.4003 Furnish/Install Alum Sign Ground Mount City 34 41 30 EA 6 $500.00 $3,000.00 8 3471.0001 Traffic Control 34 71 13 MO 1 $1,500.00 $1,500.00 9 9999.0002 Install EOR Barricade 00 00 00 EA 1 $1,500.00 $1,500.00 10 9999.0003 Remove EOR Barricade 00 00 00 EA 4 $500.00 $2,000.00 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 UNIT IV: PAVING IMPROVEMENTS TOTAL UNIT IV: PAVING IMPROVEMENTS $755,324.80 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_ MCP3_Bid ProposalO_DAP_Paving.xls 00 42 43 DAP - BID PROPOSAL Page 2 of 2 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application This Bid is submitted by the entity named below: BIDDER:BY: Gilco Contracting, Inc. 6331 Soutwest Boulevard Benbrook, TX. 76132 TITLE: DATE: END OF SECTION Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the CONTRACT commences to run as provided in the General Conditions. Total Construction Bid $755,324.80 UNIT IV: PAVING IMPROVEMENTS $755,324.80 Bid Summary CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_ MCP3_Bid ProposalO_DAP_Paving.xls Charles Mooney Contract Manager 5/19/2020 50 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. All contractors are required to be prequalified by the City prior to submitting 4 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 5 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 6 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 7 Prequalification Application in accordance with the requirements below. 8 9 The prequalification process will establish a bid limit based on a technical evaluation and 10 financial analysis of the contractor. The information must be submitted seven (7) days prior 11 to the date of the opening of bids. For example, a contractor wishing to submit bids on 12 projects to be opened on the 7th of April must file the information by the 31st day of March 13 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s 14 Prequalification Application, the following must accompany the submission. 15 a. A complete set of audited or reviewed financial statements. 16 (1) Classified Balance Sheet 17 (2) Income Statement 18 (3) Statement of Cash Flows 19 (4) Statement of Retained Earnings 20 (5) Notes to the Financial Statements, if any 21 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 22 of Incorporation, Articles of Organization, Certificate of Formation, LLC 23 Regulations, Certificate of Limited Partnership Agreement). 24 c. A completed Bidder Prequalification Application. 25 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 26 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 27 number visit the Texas Comptroller of Public Accounts online at the 28 following web address www.window.state.tx.us/taxpermit/ and fill out the 29 application to apply for your Texas tax ID. 30 (2) The firm’s e-mail address and fax number. 31 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 32 is used by the City for required reporting on Federal Aid projects. The DUNS 33 number may be obtained at www.dnb.com. 34 d. Resumes reflecting the construction experience of the principles of the firm for firms 35 submitting their initial prequalification. These resumes should include the size and 36 scope of the work performed. 37 e. Other information as requested by the City. 38 39 2. Prequalification Requirements 40 a. Financial Statements. Financial statement submission must be provided in 41 accordance with the following: 42 (1) The City requires that the original Financial Statement or a certified copy 43 be submitted for consideration. 44 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 (2) To be satisfactory, the financial statements must be audited or reviewed 1 by an independent, certified public accounting firm registered and in 2 good standing in any state. Current Texas statues also require that 3 accounting firms performing audits or reviews on business entities within 4 the State of Texas be properly licensed or registered with the Texas State 5 Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether 7 the contractor is an individual, corporation, or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate 9 of exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as 11 independent who is not, in fact, independent. 12 (6) The accountant’s opinion on the financial statements of the contracting 13 company should state that the audit or review has been conducted in 14 accordance with auditing standards generally accepted in the United 15 States of America. This must be stated in the accounting firm’s opinion. 16 It should: (1) express an unqualified opinion, or (2) express a qualified 17 opinion on the statements taken as a whole. 18 (7) The City reserves the right to require a new statement at any time. 19 (8) The financial statement must be prepared as of the last day of any month, 20 not more than one year old and must be on file with the City 16 months 21 thereafter, in accordance with Paragraph 1. 22 (9) The City will determine a contractor’s bidding capacity for the purposes 23 of awarding contracts. Bidding capacity is determined by multiplying the 24 positive net working capital (working capital = current assets – current 25 liabilities) by a factor of 10. Only those statements reflecting a positive 26 net working capital position will be considered satisfactory for 27 prequalification purposes. 28 (10) In the case that a bidding date falls within the time a new financial 29 statement is being prepared, the previous statement shall be updated with 30 proper verification. 31 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32 submitted along with audited or reviewed financial statements by firms wishing to be 33 eligible to bid on all classes of construction and maintenance projects. Incomplete 34 Applications will be rejected. 35 (1) In those schedules where there is nothing to report, the notation of 36 “None” or “N/A” should be inserted. 37 (2) A minimum of five (5) references of related work must be provided. 38 (3) Submission of an equipment schedule which indicates equipment under 39 the control of the Contractor and which is related to the type of work for 40 which the Contactor is seeking prequalification. The schedule must 41 include the manufacturer, model and general common description of 42 each piece of equipment. Abbreviations or means of describing 43 equipment other than provided above will not be accepted. 44 45 3. Eligibility to Bid 46 a. The City shall be the sole judge as to a contractor’s prequalification. 47 b. The City may reject, suspend, or modify any prequalification for failure by the 48 contractor to demonstrate acceptable financial ability or performance. 49 c. The City will issue a letter as to the status of the prequalification approval. 50 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 1 the prequalified work types until the expiration date stated in the letter. 2 3 4 5 6 7 END OF SECTION 8 9 OQ 4i i 2 bAP PREQUALIFICAT30\ STATE�IE�T Page 1 of 1 SECTION 00 45 12 DAP — PREQUALIFICATION STATEMENT Each Bidder is requared to coinplete the infonnation below by identifying the prequaliiied contractors and/or subcontractors whom they inter�d to utilize for the major work type(s} listed. In the "Maior Work Type" box provide the coinplete maior wark tvpe and actual description as provided by the Water De artment for water and sewer and TPW for avin . Major Work Type Contractar/Subcontractor Company Na�ne Prequalifacation Ex iration Date Concrete Paving Construction Gilco Contracting, Inc. 1/1/2021 The undersigned hereby certifes that the contractors and/or subcontractors descnbed in the table above are eurrently prequalified for the work types listed. BIDDER: Company Naine: Gilco Contracting, Inc. BY; �D��� R Address: 6331 Southwest Blvd. $enbrook, TX. 76l 32 TITLE: PreS�dent DATE: END OF SECTION ( Signature) CITY OP FORT WORTH STAN�AR� CON57RUCTION PREqUALIfICATION STATSMENT— DEVELOPER AWARDEp pROJECTS 0� 45 12_Prequalification Statement 2Q15_�AP.docx Farm Version Septem6er 1, 2015 00452G-I CONTRAC7'dR COMPL[ANCF, WITT3 WORKI�12'S COMPENSATfON LA4V Pagc l of 1 2 3 4 5 6 7 8 9 10 1] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2& 29 3d 31 32 33 34 35 36 37 38 39 40 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for a1l af its employees employed on City Proj ect No. 1 b2531. Contractor further certifies that, pursuant to Texas Labor Cade, Section 406.096{b), as am�nded, it will provide ro Ciry its subcantractor's certificates of compliance with worker's compensation coverage. coNTuacTou: Gilco Contractin ,g Inc' By: Company 633] SouthwestBlvd. Sign Address Benbrook, TX. 76i32 Titi City/State/Zip THE STATE OF TEXAS § COLTNTY OF TARRANT � (Please Print) BEPORE MB the undersigned autharity, on this day personally appeared i��- �.2 � C�.1t �-- , knawn to me to be the person whose name is subscribed to the fore oin instruinent, aE' d acknowledged to me that he/she executed the same as the act and deed of ���Go l.,�l��j/�(�Y�, ���, ,far the purposes and consideration therein expressed and in the capacity therein sCated. GIVEN LTNDER MY HAND AND SEAL OF OFFICE this �-B day of (�f';��lr,�� , 20�� ; r�/�V/ �/ �. � � ' / v ,i�,r, LEIA MG4�}�� `��\P,� pu���' ot ry Public in and for the State oFTexas � hA,,,..,e State of �exas _ o;• �PNotary Publfc, :T•�.re� Comm. Expires 48-26-2022 %''x..,•j�':: Notary ID i254�6481 '''f�°+�``� D OF SECTION C�TY or rc�Rr ��oxTH STA�fDARD CONSTRUCI'lON SPECIh1CA7'1QN I3QCUMENTS Revised Apri] 2, 2014 McPherson Village Actdition Plmse 3 CPN: 10253 i 11-03-20 005243-2 Develo�er Awarded E'roject Agreement Page 2 of�4 38 Article 4. CONTRACT PRICE 39 Developer a�rees to pay Cor�tractor for perfonnance of the Work in accordance with the Contract 40 Docuinents an ainount in current funds of SEVEN HLINDRED FIFTY-FIVE TI�IOUSAND 41 THREE HUNDRED TW�;N'I'Y-FOUR DOLLARS AND EIGHTY CENTS ($ 755,3Z4.8b). 42 Article 5. CONTRACT DOCUM�NTS 43 5.1 CON"I'ENTS: 44 A. The Contract Docuinents which coinprise the entire agreement between Developer and 45 Contractor concerning the Work consist of the following: 46 l. This Agreement. 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 2. Attachments to this Agreeinent: a. Bid Fonn (As provided by Developer) 1) Proposal Fonn (DAP Version} 2) Prequali�cation Statement 3) State and Federal documents (project specific) �, Insurance AC�RD Fonn{s) c. Payment Sond (DAP Version) d. Perfonnance Bond {DAP Version) e. Maintenance Bond (DAP Version) f. Power of Attorney for the Bands g. Worker's Compensation Affidav�t h. MBE and/or SBE Cominitment Form (If rec�uired) 3. Standard City G�neral Conditions of the Construction Contract for Developer Awarded Prajects. 4. Supplementary Conditions. 5. Specifications specifically inade a part of the Contract Docunients by attachment or, if not attached, as incarporated by reference and described in the `I'able of Contents of the Project's Contract Docutnents. 6. Drawings. 7, Addenda. 8. Docuinentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the A�reement and, if issued, become an incorporated part of the Contract Documents: a. Notice Co Proceed. b. �'ield Orders. c. Change 4rders. d. Letter of Final Acceptance. CI'CY OF FOIt"[' WORTH McPherson Yillr�ge Additron Phnse 3 STANDARD CONSTRUCTIOiV SPECIF[CE1T[ON DOCUMENTS — DEVELOPER AWAKDF.D PROJGCT5 CPN: 162531 Revised June l6, 2U 16 005243-3 Ueveloper Awarde[t Project Agreemenl Page 3 n f 4 76 Articic 6. INDEMNIFICATION 77 78 79 80 $l 82 83 84 85 86 87 88 89 90 97 92 93 94 95 9b 97 6.1 Contractor covenants and agrees to indemnify, hpld harmless and defend, at its own ex�ense, the city, its officers, servants and employces, frorr► and against any and all claims arising out of, or alleged to arise out of, the �i�ork and services to be performed by the contractor, its officers, agents, empioyees, subcontractors, licenses or invitees under this contract. This indemni�ication rovision is speciiicallv intended ta operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, by anv act, omission or ne�li�ence o� the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by ihe city in defending against such elaims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its af�cers, 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 bc per%rmed by the cantractor, its officers, agents, emplayees, subcontractors, licensees or invitees under this contract. This indemnification provision is specificall intended ta operate and be effective even if it is_alle�ed or proven that ail or some af the damages bein� sou�ht were caused, in �vhole ar in part, bv anv act, omission or negligence of the city. Article 7. MISCELLANE4US 98 7.1 Ter�ns. 99 Tenns used in this Agreement are defined in Article 1 af the Standard City Conditions of 100 the Construction Concract for Developer Awarded Projects. 101 7.2 Assigmnent of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer, 104 7.3 Successors and Assigns. 105 Developer and Cantractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other paz�ty hereto, in respect to all covenants, agreements and 107 obligations contained in the Gontract Documents. 108 7.4 5everahility. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or i 10 unenfarceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 C4NTRACTOR. 113 7.5 Goveming Law and Venue. 114 This Agreement, including all of the Contract Documents is perfarmable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. C17'Y OF FORT W�RTH McPherson �i!lage Addttion Phrrse 3 STAiJDAR[] CC}NSTRUCI70N SPECIFICAT[OtJ DOCUM�;NTS — DF.VG[.QPCR AWAItDED PROJEC CS CP�I: ]02531 Ftevised June 16, 2016 11-03-20 3rd November 20 3rd November 20 3rd November 20 3rd November 20 3rd November 20 OOb2i9•? �tAlNTL=hA\CE I3t)vD Paoc 2 af 3 0 ? WI�EREAS, PriE�cipal binds itself to repai�� or reconst�-uct the '4Vork in whnle or in part 3 upon receiving notice from the Developer and!or City of the need tl�ereof at any time tivithin the 4 Maintenance Period. 5 6 NOW THEREFOR�, ihe co3�dition of this abli�ation is si�ch that if Principal sllall 7 eemedy any defective Work, for whicil timely notice �a�as provided by Developer or City, to a 8 comp]etion satisfactory to the City, then Ellis ab�igation sha�! become null and �roid; other�vise to 4 remain in full force and effcet. 10 ll ]2 !3 t4 15 1G t7 18 19 ?p 21 2? 23 24 PROVIDED, HpWEVER, if Principal Sllal] f3il so to tepair or t•ecpnstruct any timely noticcd defEcti�e Work, it is agreed tl�at the Deve[oper or City may cause any 1nc! all such defective Work to be repai�•ed and/or reconst�-ucted with all associa[ed costs ti��reof bein� borE�e by the Principal and t13e Surety under tl�is Maintenance Bond; and PROVlpEp FURTHER, that if any ]ega] action be filed an this Band, �enue shall li� in Tarrant County, Texas or the l�niked 5tates DistricE Cnurt for the Northern District of Texas, Fort Wo:•th Division; and PItOVIDED FURTHER, that this obligatioiz s11a11 be continuous i�i nature and successive recoveries may be i�ad herenn %r successive breaches, CITY OF P'OKT 11Ott'fl� ;WePherson 6'il7age.lddifinn Plruse 3 STfiND.A RD CITY C(3NDIT'E�[�S — DEVI;I.OE'ER A�VARDEL7 pIZQJGC'CS CPt�. I(i�53 � Ke��is2d J�ntiary 71. �01? 3rd November 20 � � i�s�...,9� �f _ � �������. � SURETY This Power ot AtEorney limiis [he acts of lriose named herein, and they have no authority to bir�d the Company except in the ma€�ner and to the extent herein stated. Liberly Mutual Insurance Company The Ohio Casuafty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificale No: 82�0743 KNOWN A�L pERSONS BY THESE PRE$�NTS: ihat The Ohia Casualty Insurance Company is a corporafion duly prganized u�der Ihe laws of the State of New liampshire, Ihal Liberry htutual Insurance Company is a cor�oration duly organizad under Ihe laws of Ihe State of hrtassachuseqs, and West AmeRcan Insurence Company is a wrporation duly organized under ihe [aws of the 5taie of Indiana (herein colleGive�y calked Ne'Companies"}, pursuant to and by aufhority herein set forth, does hereby name, constftute and appoint �ZoUb[ E�lorales, �on E. Cnrnell, Sophinfc E-lun�cr,'i'ina MeL-�van,'lonfe Petranek, �ticarda 1 Keviia: Jnshua Saunders: Kelly A. 14'estbrook ali of the city of C�21II25 stale of TX each individually if there 6e mare than one named, its true and lawful attomey-in-fact to make, execute, seai, acknowledge and deliver, for and on ifs behal! as surely and as its act and deed, any and all undertakings, bonds, rxognizances and other surety obligalians, in pursuance of Ihese presents and shall be as 6inding upon the Gompanies as i} 1�ey have been duly signetl by lhe president and attested by ihe secre#ary of the Campanies in Ihei� own proper persons. IN WI7iVE55 WHEREOF, this Po�ver o( Attomay has heen subsaibed by an authonzed officer or off�cial of lhe Cnmpanies and the corpora#a seals of the Companies t�ave been affixed iherelo this 191h day of 1Aarc[i , 2U I 9 , � w a� � m State of P�NNSYLVANIA � � Couaty of MONTGOMERY s� L � Liberty Mutual Insu�ance Canpany p�. ��S�R,y �,�t'� �NSUA N ti�SUR The Ohio Casually Insurance Company /`J ,00.V0%t4J 'yn G�, G00.PORQj `�2 VQ' Q0.FOR,ar4�L . � 2 �'a m e� �a n �° F � �est American Insurance Company y � � ,� � o m �^, v Y91912%a Q21919�o Q 1991 0 �'� .y+j/� ' � �J�gs9CHUgEida�' ZQ Fh�HArn45�',aL �s �h01ANP �a LC�� /1 ���f � �, # ,,a �h1 � *`' �M � �.� sy: � � � � aavid M, Carey, Assislant Sec�etary � � �� On Ihis 19ti� day of 1rl�rch , 2019 hefore me persanally appeared David M. Carey, vfio acknnwledged himself to he the Assistant Secretary of Lihedy Mutuai Insurance a� Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so fo do, execute lhe foregoing insVument for the purposes �� lherein conteined hy signing on hehaif oi the corpora�ons 6y himself as a duly authorized officer, � � IN W1TN[55 WHEREQF � � �� � O � N � Q � C � � QI N (0 � � � O.� �� om j ` o� � u I have hereunt0 SubsCribOd my n0me and affixed my noEariaE seal at King of Prussia, Pennsylvania, on the day and year flrst above writtan. ,,' r �_ �., .�. � ,, CRMhiUNWEALTH OF PENN5YLYANlA . > � � __� - _....._. .,.---- � f � � � a- Seol � l T r�;a ?asteli7 No�.a r�i Lfic 7`, � � i w �P : U[aer �1=r=.on7vP N'onEgcm �Coun�y� By; ./�.C�-�.� �$�(�,(�,d(.. : �A� Cemm=ss3an Exp���es S7.vcii 20.2021 -�-- .� F' Te _� eresa Pastella, No1ary Pu6lic �. . e' VonnyyWar�'ans�:ccial.c�.:r��lc�arvan� This Power of Altorney is made and axecuted pursuanl to and by authority of t�e foliowing By-laws and Authorizations of The Ohio Casually Insurance Company, Li6eity Mulual Insurance Company, and West Americ2n Insurance Company which resolufions are now in full face and eifect reading as follows: ARTlCI.€ IV — OFFICERS: 5ection 12. Power pf Altomey. Any officer or olher o�cial of ihe Corporation autharized for that purposE in wriGng by the Chairmars or the President, and subjecl to such Iimita5on as ihe Chairman or the President may prescribe, shall appoint such atfomeys in-tact, as may be necessary to act in behalf ot the Corporaiion lo make, execute, seai, acknowledge and deliver as surety eny and all under{akings, bonds, recognizances and other surety obligatians. 5ucf� attorneys in-fact, su6ject ta Ihe limitafians set tar[h in iheir respective powers of attornay, shall have h,ll power to hind Ihe Carporalion by their signature and execution ot any such insUuments and to attach thereto Ihe seal of the CorparaGon. UVhen so executed, such insVumen{s shall be as binding as if slgned by the Presidenl and aaesied to by the Secretary. Any pnwer or authority granted ta any representative or aitarney-in-fact under Iha provisions of S�is article may be revoked at any Ume hy ihe Board,lhe Chairman, the Presidenl or by the officer or o�cers granting sueh power or authonty. ARTICLE Xlll — Execution of Contracts: 5ection 5. Surety Bonds and Undertakings. Any o(ficer of Ihe Company authorized for Ihat purpose in writing by ihe cheirman or lhe presideni, and subject to such limitations as tlta chairman or E�e president may prescrihe, shaE! appoint such attorneys-rn-fad, as may be necessary to act in behalf of the Company lo make, execute, seal, acknawledge and deliver as surety any and all underkakings, bonds, recognizances and ather surely obligations_ 5uch altorneys-Imfacl subject to the IimitaGons sel forth in their respectiva pawers o} attomey, shall have full power to 6ind the Company by lheir signalure and exeeution o( any such instruments and to attach lherato tF�e seal af t�e Company. When so executed such instruments shalf he as Binding as it signed by the president and a8ested by the secretary. Cen;ricace of oesignation � The President of the Company, acting pursuanf to the Hylavrs of fhe Gompany, aulhOrizes Dav[tl M. Carey, Assistan� Secretary ta appoint sueh a�omeys-in- fact as may he necessary to act or� behalt of the Company to malce, execute, seal, acknowledge and deliver as surety any and all undeRakings, bonds, recognEzances and other surety obfigafions Authorization — By unanimaus cflnse�t of t�a Compan�s Board of Oireclors, the Company consenis Ihat facsim{ie or mechanieally reprotlucetl s€gnature of any assistant secre[ary of ths Company, wherever appearing upon a certified copy of any power of attorney issued 6y the Company in conneclion with surely bonds. shall be valid and b'�nding upon the Company with the same forc�e and effect as Ihough manually af�xed. I, Renee C. Llewellyn, tlte undc�signetl, As5istani Secretary, The dhio CasuaEty Insurance Company, E.iberty tiiutual Insurance Company, and West Rmerican Insurance Company do herehy cer�'fy #hat Ihe original power of aqorney of which Ihe foregofng is a full, Irue and correcl copy af the Nower of Altorney execuled by said Companies, is in (ulf force and effecE and has not Been revoked- IN TESTIMONY WHER�OF, I have hereunio set my hand and affixed lhe seals of said Campanies Ihis day of P� iNSU,p9 �,tY IHSu a SNsu,Q �J onvo� ti�, yO4 �RPOR7rR9 GaP ORVOq-0 'Q�L J� FO tT R�� FO C� ��` rF0 ([� Y ; 1912 0 — ��.,a',_ p � 1919 � n � 1991 � ..,,i,,. —r. rd�9`�94CMU5�'�,db p�xa�trsa¢ b Y �HOIANP a3 BY' � si7 ��,c� �'yl #�ad s3� *�aa Rence C. Lleweliyn. Assistant 5ecretary �nns-,�a73 �ti4tc oac �rin�c rn�u� co o�za�a _ �— U GJ a'i � Q � � � a� � O � O � ai � C O N �^ a� ay _� �o u N ro �� C �i U � oT • �i �����,� ���.i�.�r� �.: - - --------�----- 5URETY TEXAS IMPORTANT NOTICE '],o obiain information or make a com�laint You may call toll-free for in�ormation or to m�ke a cornplaint at 1-877-751-2640 You may a[sa write ta: 2200 Rcnaissance Blvd., Ste. 400 King oFPrussia, PA 19406-2755 You may contact thE Texas UepartEnent af Insurance to obtain info��i�ation on companies, coverages, rights or comp�aints at l -80Q-252-3439 You may write tl�e "I'exas De�ar�ment of Insurance Cansumer Protection (I I 1-lA� �. O. Box 149041 Austin, TX 78714-909i FAX: (� 12) 49Q- ] 007 Web: htt ://www.tdi.texas. ov r-mail: Co�isumerProtection�tdi texas Eov PREMIUM OR CLAIM DISPUTES: Should you have a clisp�ite coneerning yo��r premium or about a clairr► you shot�ld first contact the ageni or call 1-800-843-6446. If the dispute is no# resalved, yau rr�ay contact the Texas Department of Insurance. f1TTACH TIiIS NbTICE "1"O YU[JR PQI,IGY: This notice is for infarmation anly and does not become a part or co«ditian of the attached dociFment. TEXAS AVISO IMPORTANTE Para obtener informacion o para sometcr una queja: Usted puede Ilamar al numero de teleEono �ratis para informacion o�ara someter una c�ueja al 1-877-751-2640 Ustcd tambien �uede escribir a: 2200 Rcnaissance Blvd., Ste. 400 Kin� of Prussia, PA 19�06-2755 Ruede comunicarse con el Departamento de Seguros de Texas para obtener iitfonnacion acerca de companias, coberturas, derechos o c�uejas al I-800-2�2-3�39 Puede escribir al Departa�ncnto de S�guras de Texas Co��su�ner Protection ([ l i-! A) P. O. Box 149091 Flustin, TX 7$7I4-9091 FAX #{5 I 2) 490- l 007 W(:�7: I1Lt :Il4vww.tdi,t�xas. ov E-mail: CoilsumerPratectior� atdi.texas. ov DiSAUTAS SOBRE PRIM�IS O R%CLAIVIOS: Si tiena i�na disputa cancerniente a su prima o a un reclama, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse co�i el departamenta (TDI) UNA ESTE AVISO A SU POLf7_A: Este av�so es solo para propasito de informacion y no se convierte e� parte o condicion de] documento adjunta. \P70b809Q1 LP/�5-75292 tG'�5 ur.i' f>.\f'- i111J PKi r(� �� 1L ,�i' SECTION 00 42 43 Developer A�.varded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application 1'ioir�t I�rm Intimuauuu FSi,iJ�i'> 1':�o�xunl RidliaRrm . ��,e;iG�.vinn t"ui;o! Rid Yu. Uc.:t��puon �.:.�„�;� 5��. \ten,we Qu:miir: �-'ui� Pnre Uid \".dur UNIT V: STREET LIGHTING IMPROVEMENTS 1 2605.3015 2" CONDT PVC SCH 80iT) 26 O5 33 LF 983 59.42 $9.259.86 2 3441.1410 NO 10 Insulated Elec Condr 34 41 10 LF 983 $3.? 5 53.096.45 3 3441.3001 Rd�ry Iilum Assmbly TY 1,4. and 6 31 41 20 EA 17 52.032.00 534.Si4.00 4 3441.3301 Rd�vy Iilum Foundation TY 1,2, and 4 34 41 20 EA 17 S1.069.00 518.173.00 5 6 ) 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 � 31 32 - --__. . _ 33 34 35 36 37 38 39 40 41 42 43 44 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENT 565,073.31 ('Ill'()F k��Hi ll'��Hlii cT.a:11)�IU)f'(/��IR1 (-t(t�\�i'i�.(�ifk-_�![�.l�ikt��-�IV�\'i�.11i.\"F.I�ri'IK:\11':\NI�_I)PR�llFc�I� Fam Cnww Ua� "_ :ulv tq.7.1? ?Ic P3 iiid Fi�y�tiiN� ll:\P C.k.m:.J �i. „� �_,. D.AY - i�f D PRirF'� �..1t. i :uc _ ot = SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Pmjc.i hew futi��m.,rn�si IfiJikr'. P:n�u�,ei Hidii.� ficm . ��k�ilii:mon I"un of Rid \o. Ihx•nplion Srcuon \o. \fci.urc Qu;intitc �-��ui� f'�icr Bid \�alac UNIT V: Bid Tntal C'onstructinn I'6i� Bid is tubmilteJ b� 16c entih n•amcd beloe: ftlDDF:R: 1nJepcndcnl l tilih (bn�trucliun, Inc. $1119 Sun \'allc� llri�'c }ort \�br16. "fX. 76119 Coetnetur agrees ta complele �� ORA for FI\.�L AC('EP7'.�\CE within CO\'fR.�(T commeeces to rue a� pro�ided in !he Geeeral Coeditioec. K� � ' ard Wolfe �1'ITI.F:: � ll.� rr:: 05-20-2020 ,�Q workioR Ja��+afler Ihe dde w6ro �he E\'D qF SECTIOV 073.31 073.31 < m� oF FUK r u��r� ni sT.��i� aw� < u�� � tc� c t to� srt:c �xx .a nu� ix x��o- � i�- uF�-t�.cwtx .aw.a�n rtt�xtEc r. Fam �'�.Mw �ta�� =_. _niv Oo a_ a: �K'P: Wd Rup�s� �:�P [k.m:al xb 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. All contractors are required to be prequalified by the City prior to submitting 4 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 5 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 6 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 7 Prequalification Application in accordance with the requirements below. 8 9 The prequalification process will establish a bid limit based on a technical evaluation and 10 financial analysis of the contractor. The information must be submitted seven (7) days prior 11 to the date of the opening of bids. For example, a contractor wishing to submit bids on 12 projects to be opened on the 7th of April must file the information by the 31st day of March 13 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder’s 14 Prequalification Application, the following must accompany the submission. 15 a. A complete set of audited or reviewed financial statements. 16 (1) Classified Balance Sheet 17 (2) Income Statement 18 (3) Statement of Cash Flows 19 (4) Statement of Retained Earnings 20 (5) Notes to the Financial Statements, if any 21 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 22 of Incorporation, Articles of Organization, Certificate of Formation, LLC 23 Regulations, Certificate of Limited Partnership Agreement). 24 c. A completed Bidder Prequalification Application. 25 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 26 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 27 number visit the Texas Comptroller of Public Accounts online at the 28 following web address www.window.state.tx.us/taxpermit/ and fill out the 29 application to apply for your Texas tax ID. 30 (2) The firm’s e-mail address and fax number. 31 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 32 is used by the City for required reporting on Federal Aid projects. The DUNS 33 number may be obtained at www.dnb.com. 34 d. Resumes reflecting the construction experience of the principles of the firm for firms 35 submitting their initial prequalification. These resumes should include the size and 36 scope of the work performed. 37 e. Other information as requested by the City. 38 39 2. Prequalification Requirements 40 a. Financial Statements. Financial statement submission must be provided in 41 accordance with the following: 42 (1) The City requires that the original Financial Statement or a certified copy 43 be submitted for consideration. 44 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 (2) To be satisfactory, the financial statements must be audited or reviewed 1 by an independent, certified public accounting firm registered and in 2 good standing in any state. Current Texas statues also require that 3 accounting firms performing audits or reviews on business entities within 4 the State of Texas be properly licensed or registered with the Texas State 5 Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether 7 the contractor is an individual, corporation, or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate 9 of exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as 11 independent who is not, in fact, independent. 12 (6) The accountant’s opinion on the financial statements of the contracting 13 company should state that the audit or review has been conducted in 14 accordance with auditing standards generally accepted in the United 15 States of America. This must be stated in the accounting firm’s opinion. 16 It should: (1) express an unqualified opinion, or (2) express a qualified 17 opinion on the statements taken as a whole. 18 (7) The City reserves the right to require a new statement at any time. 19 (8) The financial statement must be prepared as of the last day of any month, 20 not more than one year old and must be on file with the City 16 months 21 thereafter, in accordance with Paragraph 1. 22 (9) The City will determine a contractor’s bidding capacity for the purposes 23 of awarding contracts. Bidding capacity is determined by multiplying the 24 positive net working capital (working capital = current assets – current 25 liabilities) by a factor of 10. Only those statements reflecting a positive 26 net working capital position will be considered satisfactory for 27 prequalification purposes. 28 (10) In the case that a bidding date falls within the time a new financial 29 statement is being prepared, the previous statement shall be updated with 30 proper verification. 31 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32 submitted along with audited or reviewed financial statements by firms wishing to be 33 eligible to bid on all classes of construction and maintenance projects. Incomplete 34 Applications will be rejected. 35 (1) In those schedules where there is nothing to report, the notation of 36 “None” or “N/A” should be inserted. 37 (2) A minimum of five (5) references of related work must be provided. 38 (3) Submission of an equipment schedule which indicates equipment under 39 the control of the Contractor and which is related to the type of work for 40 which the Contactor is seeking prequalification. The schedule must 41 include the manufacturer, model and general common description of 42 each piece of equipment. Abbreviations or means of describing 43 equipment other than provided above will not be accepted. 44 45 3. Eligibility to Bid 46 a. The City shall be the sole judge as to a contractor’s prequalification. 47 b. The City may reject, suspend, or modify any prequalification for failure by the 48 contractor to demonstrate acceptable financial ability or performance. 49 c. The City will issue a letter as to the status of the prequalification approval. 50 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH McPHERSON VILLAGE ADDITION PH 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised April 2, 2014 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 1 the prequalified work types until the expiration date stated in the letter. 2 3 4 5 6 7 END OF SECTION 8 9 0o as i 2 DAP PREQUALIFICA'CION STATEMENT Pa�e 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 Type" box provide the complete maior work type and actual description as provided bv the Water Department far water and sewer and TPW for pavin� Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Roadway and Pedestrian Street Independent Utility Construction, Inc. 04/03/2021 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Name: By, ch d Wolfe Independent Utility Construction, Inc. I Address: ' Si re) 5109 Sun Valley Drive TITLE: President Fort Worth, TX. 76119 DATE: 10-19-2020 END OF SECTION CIN OF FORT WORTH STANDARD CONSTRUCTION PREQUALIFICATION STA7EMENT—DEVELOPER AWARDED PROJECTS 0045 12_Prequalification Statement 2015 DAP.docx Form Version September 1, 2015 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 K�� 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. 102531. 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: Independent Utility Construction, Inc. By: Company lease Print) _ 5109 Sun Valle� Signature: Address Fort Worth, TX. 76119 City/State/Zip THE STATE OF TEXAS COUNTY OFTAR.RANT 0 § Title: 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 Utility Construction, Inc. for the purposes and consideration therein expressed and in the capacity therein stated. ; � -, �R HAND A EAL OF OFFICE this �� day of i �'�' �.J�� , 2�/�.�� i"`` �i ` / 1 ��a�""��,� CHRISTINA GARCIA SPPY P 8� -' Notar Public, State of Texas o. � _z; �^ v ���:�•'�; Comm. Expires 12-20-2020 /��lFnF���� Notary ID 130940785 a�„rt+ END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 in and for tne State of Texas McPherson Village Addition Phase 3 CPN: 102531 11-03-20 0o sz a3 - 2 Developer Awarded Project Agreement Page 2 of 4 37 Article 4. CONTRACT PRICE 38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract 39 Documents an amount in current funds of SIXTY-FIVE THOUSAND SEVENTY-THREE 40 DOLLARS AND THIRTY-ONE CENTS ($65,073.31). 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between Developer and 44 Contractor concerning the Wark consist of the following: 45 1. This Agreement. 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 2. Attachments to this Agreement: a. Bid Form (As provided by Developer) 1) Proposal Form (DAP Version) 2) Prequalification Statement 3) State and Federal documents (project specific) b. Insurance ACORD Form(s) c. Payment Bond (DAP Version) d. Performance Bond (DAP Version) e. Maintenance Bond (DAP Version) £ Power of Attorney for the Bonds g. Worker's Compensation Affidavit h. MBE and/or SBE Commitment Form (If required) 3. Standard City General Conditions of the Construction Contract for Developer Awarded Projects. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered ar issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102531 Revised June 16, 2016 005243-3 Developer Awarded Project Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specificallv intended to onerate and be effective even if it is allesed or nroven that all or some of the damages bein� sou�ht were caused, in whole or in nart, bv anv act omission or ne�ligence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise 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 snecificallv intended to operate and be effective even if it is alleged or proven that all or some of the damages bein� sought were caused in whole or in part by anv act, omission or negligence of the citv. Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 99 the Construction Contract for Developer Awarded Projects. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the Developer. 103 7.3 Successors and Assigns. 104 Developer and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon DEVELOPER and lll 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 McPherson �illage Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102531 Revised June 16, 2016 oosza�-4 Developer Awarded Project Agreement Page 4 of 4 116 117 7.6 Authority to Sign. 118 119 120 121 122 123 124 125 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: Developer: Inde end Utili Construction, Inc. Starlight Homes Texas, LLC / B : By: (Signat (Signature) Richard Wolfe (Printed Name) Title: President Company Name: Independent Utility Construction Inc Address: 5109 Sun Valley Dr 126 City/State/Zip: Fort Worth, TX. 76119 1( ; ._ � � �-'-�'�r D�' ���a�iuiuuii ,�.�`� GONSTR(jC'�i,. ``� �� ..�������q�.• J`� ��I �� � • � � � J'�;.• pQ`P A-9 j,•;�2 ; ' ;' � SEAL `�' ` = w: •�p_ . • � � � �'. i i : i�O� �� p+� .� • 7 1 �� � .,�� �� ,�, � ���,,.•o.�y �.� r .� '' 1'FX)'�t, ��.. '','���(dtkfati��t�� (Printed Name) Title: Company name: Address: 1800 Vallev View Ln City/State/Zip: Farmers Branch, TX. 75234 Date CITY OF FORT WORTH McPherson vi!lage Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102531 Revised June 16, 2016 3rd November 20 3rd November 20 3rd November 20 3rd November 20 3rd November 20 006219-2 MAINTENANCE BONU Page 2 of 3 Bond No. 098370X 1 2 3 4 5 6 7 8 9 10 I1 12 l3 14 15 16 17 18 19 20 21 22 23 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice fi�om the Developer and/or City of the need tl�ereof at any time within tl�e Maintenance Period. NOW THEREFORE, the condition of this obligation is such that if Pt�incipal shall remedy any defective Work, for which timely notice was provided by Developer or City, to a co�npletion satisfactory to the City, then tl�is obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to i�epair or reconstruct any timely noticed defective Work, it is agreed that the Developer or City inay cause any and all sucl� defective Woek to be repaiced and/or reconstructed with al] associated costs thereof being borne by tl�e Principal and the Surety unde�r 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 Couet for the Northern Distcict 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 FOR"T WORTFI STANDARD CITY CONDIIlONS — DCVFLOPLR AWnRDGD PROIEC�S Revised .lanuan- 31_ 2012 McPherson Villaee Addition Phase 3 City Project No_ 10253I 3rd November 20 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: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 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: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(c�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 BEAFZIN� i n�5 5annt POWER # AND ISSUED PRIOR TO 04/20/11, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 4220052 06 Westfield Insurance Co. Westfield National lnsurance Co. Ohio Farmers Insurance Co. Westfeid Center, Ohio Know All Men by rhese 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 pr��hcipal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, ELIZABETN GRAY, 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- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - . LIMITATION: THIS POWER OF ATTORNEY CANWOT 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 wfth the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratitying and confirming all that the said Attorney(s)-in-Fact 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 1f Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shail be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-fn-Fact to represent and act for and on behalf of the Company subject to the foliowing 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 f�demnity 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). ln Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 20th day of APRIL A.D., 2011 . Corporate �.•�S�R�tiy,, Seals \ •«-•• C ��, Affixed �v '�� .CL ' n� 4 M �•�Sc.C'4.L i �ro, � "�7 �'••�.'se` J, f'fY�a State of Ohio ""'"�`� County of Medina ss.: ;`�`°-��ONA(��''•, P.,.. . ..NSG': =�' �' z. ;N=. SEAL ��_ :m= =u�: :n: ='�' •O- _* � s:, 184e ; . __� _,=, WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY � � By: Richard L. Kinnaird, Jr., National Surety Leader and Senior Executive On this 20th day of APRIL A.D., 2011 , before me personally came Richard L. Kinnai�d, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senio� ExeClltive 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. Nota ri a l ` H,,,a.�«,,,,,H � Seal ,.•`' �� A L y% ' • A�xed '�P' �`�i� SF,I" o.��\... /j•,y: z����►'=`�r . ' �Iliam J. Kahelin, A rney at Law, Notary Public State of Ohio =:N J�� o My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: � ; �.TF 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 saio Compani�s at Westfield Center, Ohio, this day of r�,`a•Sy R,(�c,� �� �•.• �Y ••~F ,` � .� i Y��;�I..I.I'i1.� �2a � �'k --�, � /`�� � 1 M.✓ � `O P-��(�NAL.�tiSG�, :�: .9 ; ;N:. SEA.L �Z" �--: =�: �� •`o� ..* . 4 ; : 1848 ; s .... �F �� ��_ � ��i �'�'� f � ,�.,,p se�e�y F: ank A.. Carrinc, Se�retary BPOAC2 (combinedj (06-Q2) CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2) $250,000 Bodily Injury per person 3) $500,000 Bodily Injury per accident / 4) $100,000 Property Damage D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1. The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a. General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4. With respect to the above outlined insurance requirements, the following shall govern: a. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 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. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract ¥ 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A.Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B.Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C.Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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 between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th 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 ¥ 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN: 102531 Revised December 20, 2012 SECTION 01 11 00 1 SUMMARY OF WORK 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Summary of Work to be performed in accordance with the Contract Documents 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 - General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor, materials, and equipment, and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 not a typical unit bid item included on the standard bid item list, then the item shall 26 be considered as a subsidiary item of Work, the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable number of tools, materials, and equipment for construction 36 purposes may be stored in such space, but no more than is necessary to avoid 37 delay in the construction operations. 38 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN: 102531 Revised December 20, 2012 b. Excavated and waste materials shall be stored in such a way as not to interfere 1 with the use of spaces that may be designated to be left free and unobstructed 2 and so as not to inconvenience occupants of adjacent property. 3 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4 manner as not to interfere with the operation of the railroad. 5 1) All Work shall be in accordance with railroad requirements set forth in 6 Division 0 as well as the railroad permit. 7 D. Work within Easements 8 1. Do not enter upon private property for any purpose without having previously 9 obtained permission from the owner of such property. 10 2. Do not store equipment or material on private property unless and until the 11 specified approval of the property owner has been secured in writing by the 12 Contractor and a copy furnished to the City. 13 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14 obstructions which must be removed to make possible proper prosecution of the 15 Work as a part of the project construction operations. 16 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17 lawns, fences, culverts, curbing, and all other types of structures or improvements, 18 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19 appurtenances thereof, including the construction of temporary fences and to all 20 other public or private property adjacent to the Work. 21 5. Notify the proper representatives of the owners or occupants of the public or private 22 lands of interest in lands which might be affected by the Work. 23 a. Such notice shall be made at least 48 hours in advance of the beginning of the 24 Work. 25 b. Notices shall be applicable to both public and private utility companies and any 26 corporation, company, individual, or other, either as owners or occupants, 27 whose land or interest in land might be affected by the Work. 28 c. Be responsible for all damage or injury to property of any character resulting 29 from any act, omission, neglect, or misconduct in the manner or method or 30 execution of the Work, or at any time due to defective work, material, or 31 equipment. 32 6. Fence 33 a. Restore all fences encountered and removed during construction of the Project 34 to the original or a better than original condition. 35 b. Erect temporary fencing in place of the fencing removed whenever the Work is 36 not in progress and when the site is vacated overnight, and/or at all times to 37 provide site security. 38 c. The cost for all fence work within easements, including removal, temporary 39 closures and replacement, shall be subsidiary to the various items bid in the 40 project proposal, unless a bid item is specifically provided in the proposal. 41 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN: 102531 Revised December 20, 2012 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 31 19 - 1 DAP PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 SECTION 01 31 19 1 PRECONSTRUCTION MEETING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6 clarify construction contract administration procedures 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. No construction schedule required unless requested by the City. 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. Coordination 19 1. Attend preconstruction meeting. 20 2. Representatives of Contractor, subcontractors and suppliers attending meetings 21 shall be qualified and authorized to act on behalf of the entity each represents. 22 3. Meeting administered by City may be tape recorded. 23 a. If recorded, tapes will be used to prepare minutes and retained by City for 24 future reference. 25 B. Preconstruction Meeting 26 1. A preconstruction meeting will be held within 14 days after the delivery of the 27 distribution package to the City. 28 a. The meeting will be scheduled and administered by the City. 29 2. The Project Representative will preside at the meeting, prepare the notes of the 30 meeting and distribute copies of same to all participants who so request by fully 31 completing the attendance form to be circulated at the beginning of the meeting. 32 3. Attendance shall include: 33 a. Developer and Consultant 34 b. Contractor's project manager 35 c. Contractor's superintendent 36 d. Any subcontractor or supplier representatives whom the Contractor may desire 37 to invite or the City may request 38 01 31 19 - 2 DAP PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 e. Other City representatives 1 f. Others as appropriate 2 4. Preliminary Agenda may include: 3 a. Introduction of Project Personnel 4 b. General Description of Project 5 c. Status of right-of-way, utility clearances, easements or other pertinent permits 6 d. Contractor’s work plan and schedule 7 e. Contract Time 8 f. Notice to Proceed 9 g. Construction Staking 10 h. Progress Payments 11 i. Extra Work and Change Order Procedures 12 j. Field Orders 13 k. Disposal Site Letter for Waste Material 14 l. Insurance Renewals 15 m. Payroll Certification 16 n. Material Certifications and Quality Control Testing 17 o. Public Safety and Convenience 18 p. Documentation of Pre-Construction Conditions 19 q. Weekend Work Notification 20 r. Legal Holidays 21 s. Trench Safety Plans 22 t. Confined Space Entry Standards 23 u. Coordination with the City’s representative for operations of existing water 24 systems 25 v. Storm Water Pollution Prevention Plan 26 w. Coordination with other Contractors 27 x. Early Warning System 28 y. Contractor Evaluation 29 z. Special Conditions applicable to the project 30 aa. Damages Claims 31 bb. Submittal Procedures 32 cc. Substitution Procedures 33 dd. Correspondence Routing 34 ee. Record Drawings 35 ff. Temporary construction facilities 36 gg. MBE/SBE procedures 37 hh. Final Acceptance 38 ii. Final Payment 39 jj. Questions or Comments 40 01 31 19 - 3 DAP PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 33 00 - 1 DAP SUBMITTALS Page 1 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 SECTION 01 33 00 1 DAP SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General methods and requirements of submissions applicable to the following 6 Work-related submittals: 7 a. Shop Drawings 8 b. Product Data (including Standard Product List submittals) 9 c. Samples 10 d. Mock Ups 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Notify the City in writing, at the time of submittal, of any deviations in the 24 submittals from the requirements of the Contract Documents. 25 2. Coordination of Submittal Times 26 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27 performing the related Work or other applicable activities, or within the time 28 specified in the individual Work Sections, of the Specifications. 29 b. Contractor is responsible such that the installation will not be delayed by 30 processing times including, but not limited to: 31 a) Disapproval and resubmittal (if required) 32 b) Coordination with other submittals 33 c) Testing 34 d) Purchasing 35 e) Fabrication 36 f) Delivery 37 g) Similar sequenced activities 38 c. No extension of time will be authorized because of the Contractor's failure to 39 transmit submittals sufficiently in advance of the Work. 40 01 33 00 - 2 DAP SUBMITTALS Page 2 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 d. Make submittals promptly in accordance with approved schedule, and in such 1 sequence as to cause no delay in the Work or in the work of any other 2 contractor. 3 B. Submittal Numbering 4 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-5 reference identification numbering system in the following manner: 6 a. Use the first 6 digits of the applicable Specification Section Number. 7 b. For the next 2 digits number use numbers 01-99 to sequentially number each 8 initial separate item or drawing submitted under each specific Section number. 9 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11 submittal number would be as follows: 12 13 03 30 00-08-B 14 15 1) 03 30 00 is the Specification Section for Concrete 16 2) 08 is the eighth initial submittal under this Specification Section 17 3) B is the third submission (second resubmission) of that particular shop 18 drawing 19 C. Contractor Certification 20 1. Review shop drawings, product data and samples, including those by 21 subcontractors, prior to submission to determine and verify the following: 22 a. Field measurements 23 b. Field construction criteria 24 c. Catalog numbers and similar data 25 d. Conformance with the Contract Documents 26 2. Provide each shop drawing, sample and product data submitted by the Contractor 27 with a Certification Statement affixed including: 28 a. The Contractor's Company name 29 b. Signature of submittal reviewer 30 c. Certification Statement 31 1) “By this submittal, I hereby represent that I have determined and verified 32 field measurements, field construction criteria, materials, dimensions, 33 catalog numbers and similar data and I have checked and coordinated each 34 item with other applicable approved shop drawings." 35 D. Submittal Format 36 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37 2. Bind shop drawings and product data sheets together. 38 3. Order 39 a. Cover Sheet 40 1) Description of Packet 41 2) Contractor Certification 42 b. List of items / Table of Contents 43 c. Product Data /Shop Drawings/Samples /Calculations 44 E. Submittal Content 45 1. The date of submission and the dates of any previous submissions 46 01 33 00 - 3 DAP SUBMITTALS Page 3 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 2. The Project title and number 1 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s) 8 6. Field dimensions clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes, but is not necessarily limited to: 16 a. Custom-prepared data such as fabrication and erection/installation (working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City’s Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City’s Standard 36 Product List, submittal data may include, but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 01 33 00 - 4 DAP SUBMITTALS Page 4 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 7) Standard wiring diagrams 1 8) Printed performance curves and operational-range diagrams 2 9) Production or quality control inspection and test reports and certifications 3 10) Mill reports 4 11) Product operating and maintenance instructions and recommended 5 spare-parts listing and printed product warranties 6 12) As applicable to the Work 7 H. Samples 8 1. As specified in individual Sections, include, but are not necessarily limited to: 9 a. Physical examples of the Work such as: 10 1) Sections of manufactured or fabricated Work 11 2) Small cuts or containers of materials 12 3) Complete units of repetitively used products color/texture/pattern swatches 13 and range sets 14 4) Specimens for coordination of visual effect 15 5) Graphic symbols and units of Work to be used by the City for independent 16 inspection and testing, as applicable to the Work 17 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 18 be fabricated or installed prior to the approval or qualified approval of such item. 19 1. Fabrication performed, materials purchased or on-site construction accomplished 20 which does not conform to approved shop drawings and data is at the Contractor's 21 risk. 22 2. The City will not be liable for any expense or delay due to corrections or remedies 23 required to accomplish conformity. 24 3. Complete project Work, materials, fabrication, and installations in conformance 25 with approved shop drawings, applicable samples, and product data. 26 J. Submittal Distribution 27 1. Electronic Distribution 28 a. Confirm development of Project directory for electronic submittals to be 29 uploaded to City’s Buzzsaw site, or another external FTP site approved by the 30 City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate 33 City representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings 37 returned, Contractor shall submit more than the number of copies listed 38 above. 39 c. Product Data 40 1) Upload submittal to designated project directory and notify appropriate 41 City representatives via email of submittal posting. 42 2) Hard Copies 43 a) 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project Representative 46 2. Hard Copy Distribution (if required in lieu of electronic distribution) 47 01 33 00 - 5 DAP SUBMITTALS Page 5 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 a. Shop Drawings 1 1) Distributed to the City 2 2) Copies 3 a) 8 copies for mechanical submittals 4 b) 7 copies for all other submittals 5 c) If Contractor requires more than 3 copies of Shop Drawings returned, 6 Contractor shall submit more than the number of copies listed above. 7 b. Product Data 8 1) Distributed to the City 9 2) Copies 10 a) 4 copies 11 c. Samples 12 1) Distributed to the Project Representative 13 2) Copies 14 a) Submit the number stated in the respective Specification Sections. 15 3. Distribute reproductions of approved shop drawings and copies of approved 16 product data and samples, where required, to the job site file and elsewhere as 17 directed by the City. 18 a. Provide number of copies as directed by the City but not exceeding the number 19 previously specified. 20 K. Submittal Review 21 1. The review of shop drawings, data and samples will be for general conformance 22 with the design concept and Contract Documents. This is not to be construed as: 23 a. Permitting any departure from the Contract requirements 24 b. Relieving the Contractor of responsibility for any errors, including details, 25 dimensions, and materials 26 c. Approving departures from details furnished by the City, except as otherwise 27 provided herein 28 2. The review and approval of shop drawings, samples or product data by the City 29 does not relieve the Contractor from his/her responsibility with regard to the 30 fulfillment of the terms of the Contract. 31 a. All risks of error and omission are assumed by the Contractor, and the City will 32 have no responsibility, therefore. 33 3. The Contractor remains responsible for details and accuracy, for coordinating the 34 Work with all other associated work and trades, for selecting fabrication processes, 35 for techniques of assembly and for performing Work in a safe manner. 36 4. If the shop drawings, data or samples as submitted describe variations and show a 37 departure from the Contract requirements which City finds to be in the interest of 38 the City and to be so minor as not to involve a change in Contract Price or time for 39 performance, the City may return the reviewed drawings without noting an 40 exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44 comments on the submittal. 45 a) When returned under this code the Contractor may release the 46 equipment and/or material for manufacture. 47 b. Code 2 48 01 33 00 - 6 DAP SUBMITTALS Page 6 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 1 the notations and comments IS NOT required by the Contractor. 2 a) The Contractor may release the equipment or material for manufacture; 3 however, all notations and comments must be incorporated into the 4 final product. 5 c. Code 3 6 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 7 assigned when notations and comments are extensive enough to require a 8 resubmittal of the package. 9 a) The Contractor may release the equipment or material for manufacture; 10 however, all notations and comments must be incorporated into the 11 final product. 12 b) This resubmittal is to address all comments, omissions and 13 non-conforming items that were noted. 14 c) Resubmittal is to be received by the City within 15 Calendar Days of 15 the date of the City's transmittal requiring the resubmittal. 16 d. Code 4 17 1) "NOT APPROVED" is assigned when the submittal does not meet the 18 intent of the Contract Documents. 19 a) The Contractor must resubmit the entire package revised to bring the 20 submittal into conformance. 21 b) It may be necessary to resubmit using a different manufacturer/vendor 22 to meet the Contract Documents. 23 6. Resubmittals 24 a. Handled in the same manner as first submittals 25 1) Corrections other than requested by the City 26 2) Marked with revision triangle or other similar method 27 a) At Contractor’s risk if not marked 28 b. Submittals for each item will be reviewed no more than twice at the City’s 29 expense. 30 1) All subsequent reviews will be performed at times convenient to the City 31 and at the Contractor's expense, based on the City's or City 32 Representative’s then prevailing rates. 33 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 34 all such fees invoiced by the City. 35 c. The need for more than 1 resubmission or any other delay in obtaining City's 36 review of submittals, will not entitle the Contractor to an extension of Contract 37 Time. 38 7. Partial Submittals 39 a. City reserves the right to not review submittals deemed partial, at the City’s 40 discretion. 41 b. Submittals deemed by the City to be not complete will be returned to the 42 Contractor and will be considered "Not Approved" until resubmitted. 43 c. The City may at its option provide a list or mark the submittal directing the 44 Contractor to the areas that are incomplete. 45 8. If the Contractor considers any correction indicated on the shop drawings to 46 constitute a change to the Contract Documents, then written notice must be 47 provided thereof to the Developer at least 7 Calendar Days prior to release for 48 manufacture. 49 01 33 00 - 7 DAP SUBMITTALS Page 7 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 9. When the shop drawings have been completed to the satisfaction of the City, the 1 Contractor may carry out the construction in accordance therewith and no further 2 changes therein except upon written instructions from the City. 3 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 4 following receipt of submittal by the City. 5 L. Mock ups 6 1. Mock Up units as specified in individual Sections, include, but are not necessarily 7 limited to, complete units of the standard of acceptance for that type of Work to be 8 used on the Project. Remove at the completion of the Work or when directed. 9 M. Qualifications 10 1. If specifically required in other Sections of these Specifications, submit a P.E. 11 Certification for each item required. 12 N. Request for Information (RFI) 13 1. Contractor Request for additional information 14 a. Clarification or interpretation of the contract documents 15 b. When the Contractor believes there is a conflict between Contract Documents 16 c. When the Contractor believes there is a conflict between the Drawings and 17 Specifications 18 1) Identify the conflict and request clarification 19 2. Sufficient information shall be attached to permit a written response without further 20 information. 21 22 23 24 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 01 33 00 - 8 DAP SUBMITTALS Page 8 of 8 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/20 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 5 01 35 13 - 1 DAP SPECIAL PROJECT PROCEDURES Page 1 of 7 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Air Pollution Watch Days 10 e. Use of Explosives, Drop Weight, Etc. 11 f. Water Department Notification 12 g. Public Notification Prior to Beginning Construction 13 h. Coordination with United States Army Corps of Engineers 14 i. Coordination within Railroad permits areas 15 j. Dust Control 16 k. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 – General Requirements 22 3. Section 33 12 25 – Connection to Existing Water Mains 23 24 1.2 REFERENCES 25 A. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 30 High Voltage Overhead Lines. 31 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 32 Specification 33 1.3 ADMINISTRATIVE REQUIREMENTS 34 A. Coordination with the Texas Department of Transportation 35 1. When work in the right-of-way which is under the jurisdiction of the Texas 36 Department of Transportation (TxDOT): 37 a. Notify the Texas Department of Transportation prior to commencing any work 38 therein in accordance with the provisions of the permit 39 01 35 13 - 2 DAP SPECIAL PROJECT PROCEDURES Page 2 of 7 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 b. All work performed in the TxDOT right-of-way shall be performed in 1 compliance with and subject to approval from the Texas Department of 2 Transportation 3 B. Work near High Voltage Lines 4 1. Regulatory Requirements 5 a. All Work near High Voltage Lines (more than 600 volts measured between 6 conductors or between a conductor and the ground) shall be in accordance with 7 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 8 2. Warning sign 9 a. Provide sign of sufficient size meeting all OSHA requirements. 10 3. Equipment operating within 10 feet of high voltage lines will require the following 11 safety features 12 a. Insulating cage-type of guard about the boom or arm 13 b. Insulator links on the lift hook connections for back hoes or dippers 14 c. Equipment must meet the safety requirements as set forth by OSHA and the 15 safety requirements of the owner of the high voltage lines 16 4. Work within 6 feet of high voltage electric lines 17 a. Notification shall be given to: 18 1) The power company (example: ONCOR) 19 a) Maintain an accurate log of all such calls to power company and record 20 action taken in each case. 21 b. Coordination with power company 22 1) After notification coordinate with the power company to: 23 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 24 lower the lines 25 c. No personnel may work within 6 feet of a high voltage line before the above 26 requirements have been met. 27 C. Confined Space Entry Program 28 1. Provide and follow approved Confined Space Entry Program in accordance with 29 OSHA requirements. 30 2. Confined Spaces include: 31 a. Manholes 32 b. All other confined spaces in accordance with OSHA’s Permit Required for 33 Confined Spaces 34 D. Use of Explosives, Drop Weight, Etc. 35 1. When Contract Documents permit on the project the following will apply: 36 a. Public Notification 37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 38 prior to commencing. 39 2) Minimum 24-hour public notification in accordance with Section 01 31 13 40 E. Water Department Coordination 41 1. During the construction of this project, it will be necessary to deactivate, for a 42 period of time, existing lines. The Contractor shall be required to coordinate with 43 the Water Department to determine the best times for deactivating and activating 44 those lines. 45 01 35 13 - 3 DAP SPECIAL PROJECT PROCEDURES Page 3 of 7 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 2. Coordinate any event that will require connecting to or the operation of an existing 1 City water line system with the City’s representative. 2 a. Coordination shall be in accordance with Section 33 12 25. 3 b. If needed, obtain a hydrant water meter from the Water Department for use 4 during the life of named project. 5 c. In the event that a water valve on an existing live system be turned off and on 6 to accommodate the construction of the project is required, coordinate this 7 activity through the appropriate City representative. 8 1) Do not operate water line valves of existing water system. 9 a) Failure to comply will render the Contractor in violation of Texas Penal 10 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 11 will be prosecuted to the full extent of the law. 12 b) In addition, the Contractor will assume all liabilities and 13 responsibilities as a result of these actions. 14 F. Public Notification Prior to Beginning Construction 15 1. Prior to beginning construction on any block in the project, on a block by block 16 basis, prepare and deliver a notice or flyer of the pending construction to the front 17 door of each residence or business that will be impacted by construction. The notice 18 shall be prepared as follows: 19 a. Post notice or flyer 7 days prior to beginning any construction activity on each 20 block in the project area. 21 1) Prepare flyer on the Contractor’s letterhead and include the following 22 information: 23 a) Name of Project 24 b) City Project No (CPN) 25 c) Scope of Project (i.e. type of construction activity) 26 d) Actual construction duration within the block 27 e) Name of the contractor’s foreman and phone number 28 f) Name of the City’s inspector and phone number 29 g) City’s after-hours phone number 30 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 31 A. 32 3) Submit schedule showing the construction start and finish time for each 33 block of the project to the inspector. 34 4) Deliver flyer to the City Inspector for review prior to distribution. 35 b. No construction will be allowed to begin on any block until the flyer is 36 delivered to all residents of the block. 37 G. Public Notification of Temporary Water Service Interruption during Construction 38 1. In the event it becomes necessary to temporarily shut down water service to 39 residents or businesses during construction, prepare and deliver a notice or flyer of 40 the pending interruption to the front door of each affected resident. 41 2. Prepared notice as follows: 42 a. The notification or flyer shall be posted 24 hours prior to the temporary 43 interruption. 44 b. Prepare flyer on the contractor’s letterhead and include the following 45 information: 46 1) Name of the project 47 2) City Project Number 48 01 35 13 - 4 DAP SPECIAL PROJECT PROCEDURES Page 4 of 7 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 3) Date of the interruption of service 1 4) Period the interruption will take place 2 5) Name of the contractor’s foreman and phone number 3 6) Name of the City’s inspector and phone number 4 c. A sample of the temporary water service interruption notification is attached as 5 Exhibit B. 6 d. Deliver a copy of the temporary interruption notification to the City inspector 7 for review prior to being distributed. 8 e. No interruption of water service can occur until the flyer has been delivered to 9 all affected residents and businesses. 10 f. Electronic versions of the sample flyers can be obtained from the Project 11 Construction Inspector. 12 H. Coordination with United States Army Corps of Engineers (USACE) 13 1. At locations in the Project where construction activities occur in areas where 14 USACE permits are required, meet all requirements set forth in each designated 15 permit. 16 I. Coordination within Railroad Permit Areas 17 1. At locations in the project where construction activities occur in areas where 18 railroad permits are required, meet all requirements set forth in each designated 19 railroad permit. This includes, but is not limited to, provisions for: 20 a. Flagmen 21 b. Inspectors 22 c. Safety training 23 d. Additional insurance 24 e. Insurance certificates 25 f. Other employees required to protect the right-of-way and property of the 26 Railroad Company from damage arising out of and/or from the construction of 27 the project. Proper utility clearance procedures shall be used in accordance 28 with the permit guidelines. 29 2. Obtain any supplemental information needed to comply with the railroad’s 30 requirements. 31 J. Dust Control 32 1. Use acceptable measures to control dust at the Site. 33 a. If water is used to control dust, capture and properly dispose of wastewater. 34 b. If wet saw cutting is performed, capture and properly dispose of slurry. 35 K. Employee Parking 36 1. Provide parking for employees at locations approved by the City. 37 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 38 Construction Specification [if required for the project] 39 1. Comply with equipment, operational, reporting and enforcement requirements set 40 forth in NCTCOG’s Clean Construction Specification.} 41 01 35 13 - 5 DAP SPECIAL PROJECT PROCEDURES Page 5 of 7 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 1.4 SUBMITTALS [NOT USED] 1 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.6 CLOSEOUT SUBMITTALS [NOT USED] 3 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.8 QUALITY ASSURANCE [NOT USED] 5 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.10 FIELD [SITE] CONDITIONS [NOT USED] 7 1.11 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.3.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 13 01 35 13 - 6 DAP SPECIAL PROJECT PROCEDURES Page 6 of 7 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 101051 8 Project Name: Southfork Estates Phase 2 & 3 9 Mapsco Location: TAR-117L 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. ____________ AT _____________ 28 29 OR 30 31 Mr. _____________ AT _____________ 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 7 DAP SPECIAL PROJECT PROCEDURES Page 7 of 7 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 EXHIBIT B 1 2 3 4 01 45 23 - 1 DAP TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 SECTION 01 45 23 1 TESTING AND INSPECTION SERVICES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing and inspection services procedures and coordination 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 a. Contractor is responsible for performing, coordinating, and payment of all 16 Quality Control testing. 17 b. City is responsible for performing and payment for first set of Quality 18 Assurance testing. 19 1) If the first Quality Assurance test performed by the City fails, the 20 Contractor is responsible for payment of subsequent Quality Assurance 21 testing until a passing test occurs. 22 a) Final acceptance will not be issued by City until all required payments 23 for testing by Contractor have been paid in full. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Testing 27 1. Complete testing in accordance with the Contract Documents. 28 2. Coordination 29 a. When testing is required to be performed by the City, notify City, sufficiently 30 in advance, when testing is needed. 31 b. When testing is required to be completed by the Contractor, notify City, 32 sufficiently in advance, that testing will be performed. 33 3. Distribution of Testing Reports 34 a. Electronic Distribution 35 1) Confirm development of Project directory for electronic submittals to be 36 uploaded to City’s Buzzsaw site, or another form of distribution approved 37 by the City. 38 01 45 23 - 2 DAP TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised August 30, 2013 2) Upload test reports to designated project directory and notify appropriate 1 City representatives via email of submittal posting. 2 3) Hard Copies 3 a) 1 copy for all submittals submitted to the Project Representative 4 b. Hard Copy Distribution (if required in lieu of electronic distribution) 5 1) Tests performed by City 6 a) Distribute 1 hard copy to the Contractor 7 2) Tests performed by the Contractor 8 a) Distribute 3 hard copies to City’s Project Representative 9 4. Provide City’s Project Representative with trip tickets for each delivered load of 10 Concrete or Lime material including the following information: 11 a. Name of pit 12 b. Date of delivery 13 c. Material delivered 14 B. Inspection 15 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 16 perform work in accordance with the Contract Documents. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 01 50 00 - 1 DAP TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised JULY 1, 2011 SECTION 01 50 00 1 TEMPORARY FACILITIES AND CONTROLS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provide temporary facilities and controls needed for the Work including, but not 6 necessarily limited to: 7 a. Temporary utilities 8 b. Sanitary facilities 9 c. Storage Sheds and Buildings 10 d. Dust control 11 e. Temporary fencing of the construction site 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Temporary Utilities 24 1. Obtaining Temporary Service 25 a. Make arrangements with utility service companies for temporary services. 26 b. Abide by rules and regulations of utility service companies or authorities 27 having jurisdiction. 28 c. Be responsible for utility service costs until Work is approved for Final 29 Acceptance. 30 1) Included are fuel, power, light, heat and other utility services necessary for 31 execution, completion, testing and initial operation of Work. 32 2. Water 33 a. Contractor to provide water required for and in connection with Work to be 34 performed and for specified tests of piping, equipment, devices or other use as 35 required for the completion of the Work. 36 b. Provide and maintain adequate supply of potable water for domestic 37 consumption by Contractor personnel and City’s Project Representatives. 38 c. Coordination 39 1) Contact City 1 week before water for construction is desired 40 01 50 00 - 2 DAP TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised JULY 1, 2011 d. Contractor Payment for Construction Water 1 1) Obtain construction water meter from City for payment as billed by City’s 2 established rates. 3 3. Electricity and Lighting 4 a. Provide and pay for electric powered service as required for Work, including 5 testing of Work. 6 1) Provide power for lighting, operation of equipment, or other use. 7 b. Electric power service includes temporary power service or generator to 8 maintain operations during scheduled shutdown. 9 4. Telephone 10 a. Provide emergency telephone service at Site for use by Contractor personnel 11 and others performing work or furnishing services at Site. 12 5. Temporary Heat and Ventilation 13 a. Provide temporary heat as necessary for protection or completion of Work. 14 b. Provide temporary heat and ventilation to assure safe working conditions. 15 B. Sanitary Facilities 16 1. Provide and maintain sanitary facilities for persons on Site. 17 a. Comply with regulations of State and local departments of health. 18 2. Enforce use of sanitary facilities by construction personnel at job site. 19 a. Enclose and anchor sanitary facilities. 20 b. No discharge will be allowed from these facilities. 21 c. Collect and store sewage and waste so as not to cause nuisance or health 22 problem. 23 d. Haul sewage and waste off-site at no less than weekly intervals and properly 24 dispose in accordance with applicable regulation. 25 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26 4. Remove facilities at completion of Project 27 C. Storage Sheds and Buildings 28 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29 above ground level for materials and equipment susceptible to weather damage. 30 2. Storage of materials not susceptible to weather damage may be on blocks off 31 ground. 32 3. Store materials in a neat and orderly manner. 33 a. Place materials and equipment to permit easy access for identification, 34 inspection and inventory. 35 4. Equip building with lockable doors and lighting and provide electrical service for 36 equipment space heaters and heating or ventilation as necessary to provide storage 37 environments acceptable to specified manufacturers. 38 5. Fill and grade site for temporary structures to provide drainage away from 39 temporary and existing buildings. 40 6. Remove building from site prior to Final Acceptance. 41 D. Temporary Fencing 42 1. Provide and maintain for the duration or construction when required in contract 43 documents 44 E. Dust Control 45 01 50 00 - 3 DAP TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised JULY 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the 1 project. 2 a. Contractor remains on-call at all times 3 b. Must respond in a timely manner 4 F. Temporary Protection of Construction 5 1. Contractor or subcontractors are responsible for protecting Work from damage due 6 to weather. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 A. Temporary Facilities 22 1. Maintain all temporary facilities for duration of construction activities as needed. 23 3.5 [REPAIR] / [RESTORATION] 24 3.6 RE-INSTALLATION 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES 30 A. Temporary Facilities 31 01 50 00 - 4 DAP TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised JULY 1, 2011 1. Remove all temporary facilities and restore area after completion of the Work, to a 1 condition equal to or better than prior to start of Work. 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 55 26 - 1 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised July 1, 2011 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 34 71 13 – Traffic Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this specification refer to the current reference standard 22 published at the time of the latest revision date logged at the end of this 23 specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Traffic Control 27 1. General 28 a. When traffic control plans are included in the Drawings, provide Traffic 29 Control in accordance with Drawings and Section 34 71 13. 30 b. When traffic control plans are not included in the Drawings, prepare traffic 31 control plans in accordance with Section 34 71 13 and submit to City for 32 review. 33 1) Allow minimum 10 working days for review of proposed Traffic Control. 34 B. Street Use Permit 35 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 36 a. To obtain Street Use Permit, submit Traffic Control Plans to City 37 Transportation and Public Works Department. 38 01 55 26 - 2 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised July 1, 2011 1) Allow a minimum of 5 working days for permit review. 1 2) Contractor’s responsibility to coordinate review of Traffic Control plans for 2 Street Use Permit, such that construction is not delayed. 3 C. Modification to Approved Traffic Control 4 1. Prior to installation traffic control: 5 a. Submit revised traffic control plans to City Department Transportation and 6 Public Works Department. 7 1) Revise Traffic Control plans in accordance with Section 34 71 13. 8 2) Allow minimum 5 working days for review of revised Traffic Control. 9 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 10 plans for Street Use Permit, such that construction is not delayed. 11 D. Removal of Street Sign 12 1. If it is determined that a street sign must be removed for construction, then contact 13 City Transportation and Public Works Department, Signs and Markings Division to 14 remove the sign. 15 E. Temporary Signage 16 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18 Devices (MUTCD). 19 2. Install temporary sign before the removal of permanent sign. 20 3. When construction is complete, to the extent that the permanent sign can be 21 reinstalled, contact the City Transportation and Public Works Department, Signs 22 and Markings Division, to reinstall the permanent sign. 23 F. Traffic Control Standards 24 1. Traffic Control Standards can be found on the City’s Buzzsaw website. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION 36 01 55 26 - 3 DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised July 1, 2011 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 57 13 - 1 DAP STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised July 1, 2011 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 3. Section 31 25 00 – Erosion and Sediment Control 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Activities resulting in less than 1 acre of disturbance 15 a. Work associated with this Item is considered subsidiary to the various Items 16 bid. No separate payment will be allowed for this Item. 17 2. Construction Activities resulting in greater than 1 acre of disturbance 18 a. Measurement and Payment shall be in accordance with Section 31 25 00. 19 1.3 REFERENCES 20 A. Abbreviations and Acronyms 21 1. Notice of Intent: NOI 22 2. Notice of Termination: NOT 23 3. Storm Water Pollution Prevention Plan: SWPPP 24 4. Texas Commission on Environmental Quality: TCEQ 25 5. Notice of Change: NOC 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Integrated Storm Management (iSWM) Technical Manual for Construction 31 Controls 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. General 34 1. Contractor is responsible for resolution and payment of any fines issued associated 35 with compliance to Stormwater Pollution Prevention Plan. 36 01 57 13 - 2 DAP STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised July 1, 2011 B. Construction Activities resulting in: 1 1. Less than 1 acre of disturbance 2 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3 Drawings. 4 2. 1 to less than 5 acres of disturbance 5 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6 Permit is required 7 b. Complete SWPPP in accordance with TCEQ requirements 8 1) TCEQ Small Construction Site Notice Required under general permit 9 TXR150000 10 a) Sign and post at job site 11 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12 Transportation and Public Works, Environmental Division, (817) 392-13 6088. 14 2) Provide erosion and sediment control in accordance with: 15 a) Section 31 25 00 16 b) The Drawings 17 c) TXR150000 General Permit 18 d) SWPPP 19 e) TCEQ requirements 20 3. 5 acres or more of Disturbance 21 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22 Permit is required 23 b. Complete SWPPP in accordance with TCEQ requirements 24 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25 a) Sign and post at job site 26 b) Send copy to City Department of Transportation and Public Works, 27 Environmental Division, (817) 392-6088. 28 2) TCEQ Notice of Change required if making changes or updates to NOI 29 3) Provide erosion and sediment control in accordance with: 30 a) Section 31 25 00 31 b) The Drawings 32 c) TXR150000 General Permit 33 d) SWPPP 34 e) TCEQ requirements 35 4) Once the project has been completed and all the closeout requirements of 36 TCEQ have been met a TCEQ Notice of Termination can be submitted. 37 a) Send copy to City Department of Transportation and Public Works, 38 Environmental Division, (817) 392-6088. 39 1.5 SUBMITTALS 40 A. SWPPP 41 1. Submit in accordance with Section 01 33 00, except as stated herein. 42 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43 as follows: 44 1) 1 copy to the City Project Manager 45 a) City Project Manager will forward to the City Department of 46 Transportation and Public Works, Environmental Division for review 47 01 57 13 - 3 DAP STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised July 1, 2011 B. Modified SWPPP 1 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 2 in accordance with Section 01 33 00. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 01 60 00 - 1 DAP PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 SECTION 01 60 00 1 PRODUCT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. References for Product Requirements and City Standard Products List 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12 1.3 REFERENCES [NOT USED] 13 1.4 ADMINISTRATIVE REQUIREMENTS 14 A. A list of City approved products for use is located on Buzzsaw as follows: 15 1. Resources\02 - Construction Documents\Standard Products List 16 B. Only products specifically included on City’s Standard Product List in these Contract 17 Documents shall be allowed for use on the Project. 18 1. Any subsequently approved products will only be allowed for use upon specific 19 approval by the City. 20 C. Any specific product requirements in the Contract Documents supersede similar 21 products included on the City’s Standard Product List. 22 1. The City reserves the right to not allow products to be used for certain projects even 23 though the product is listed on the City’s Standard Product List. 24 D. Although a specific product is included on City’s Standard Product List, not all 25 products from that manufacturer are approved for use, including but not limited to, that 26 manufacturer’s standard product. 27 E. See Section 01 33 00 for submittal requirements of Product Data included on City’s 28 Standard Product List. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 01 60 00 - 2 DAP PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 4/7/2014 M. Domenech Revised for DAP application 8 01 66 00 - 1 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Scheduling of product delivery 6 2. Packaging of products for delivery 7 3. Protection of products against damage from: 8 a. Handling 9 b. Exposure to elements or harsh environments 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 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A. Delivery Requirements 28 1. Schedule delivery of products or equipment as required to allow timely installation 29 and to avoid prolonged storage. 30 2. Provide appropriate personnel and equipment to receive deliveries. 31 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32 for personnel or equipment to receive the delivery. 33 01 66 00 - 2 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 1 containers designed and constructed to protect the contents from physical or 2 environmental damage. 3 5. Clearly and fully mark and identify as to manufacturer, item and installation 4 location. 5 6. Provide manufacturer's instructions for storage and handling. 6 B. Handling Requirements 7 1. Handle products or equipment in accordance with these Contract Documents and 8 manufacturer’s recommendations and instructions. 9 C. Storage Requirements 10 1. Store materials in accordance with manufacturer’s recommendations and 11 requirements of these Specifications. 12 2. Make necessary provisions for safe storage of materials and equipment. 13 a. Place loose soil materials and materials to be incorporated into Work to prevent 14 damage to any part of Work or existing facilities and to maintain free access at 15 all times to all parts of Work and to utility service company installations in 16 vicinity of Work. 17 3. Keep materials and equipment neatly and compactly stored in locations that will 18 cause minimum inconvenience to other contractors, public travel, adjoining owners, 19 tenants and occupants. 20 a. Arrange storage to provide easy access for inspection. 21 4. Restrict storage to areas available on construction site for storage of material and 22 equipment as shown on Drawings, or approved by City’s Project Representative. 23 5. Provide off-site storage and protection when on-site storage is not adequate. 24 a. Provide addresses of and access to off-site storage locations for inspection by 25 City’s Project Representative. 26 6. Do not use lawns, grass plots or other private property for storage purposes without 27 written permission of owner or other person in possession or control of premises. 28 7. Store in manufacturers’ unopened containers. 29 8. Neatly, safely and compactly stack materials delivered and stored along line of 30 Work to avoid inconvenience and damage to property owners and general public 31 and maintain at least 3 feet from fire hydrant. 32 9. Keep public and private driveways and street crossings open. 33 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 34 satisfaction of City’s Project Representative. 35 a. Total length which materials may be distributed along route of construction at 36 one time is 1,000 linear feet, unless otherwise approved in writing by City’s 37 Project Representative. 38 01 66 00 - 3 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 ERECTION [NOT USED] 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [OR] SITE QUALITY CONTROL 11 A. Tests and Inspections 12 1. Inspect all products or equipment delivered to the site prior to unloading. 13 B. Non-Conforming Work 14 1. Reject all products or equipment that are damaged, used or in any other way 15 unsatisfactory for use on the project. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION 21 A. Protect all products or equipment in accordance with manufacturer's written directions. 22 B. Store products or equipment in location to avoid physical damage to items while in 23 storage. 24 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25 the manufacturer. 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 30 01 66 00 - 4 DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application 1 01 74 23 - 1 DAP CLEANING Page 1 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Intermediate and final cleaning for Work not including special cleaning of closed 6 systems specified elsewhere 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 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 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 A. Scheduling 20 1. Schedule cleaning operations so that dust and other contaminants disturbed by 21 cleaning process will not fall on newly painted surfaces. 22 2. Schedule final cleaning upon completion of Work and immediately prior to final 23 inspection. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Store cleaning products and cleaning wastes in containers specifically designed for 32 those materials. 33 01 74 23 - 2 DAP CLEANING Page 2 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cleaning Agents 6 1. Compatible with surface being cleaned 7 2. New and uncontaminated 8 3. For manufactured surfaces 9 a. Material recommended by manufacturer 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 APPLICATION [NOT USED] 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A. General 24 1. Prevent accumulation of wastes that create hazardous conditions. 25 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26 governing authorities. 27 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28 storm or sanitary drains or sewers. 29 4. Dispose of degradable debris at an approved solid waste disposal site. 30 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31 alternate manner approved by City and regulatory agencies. 32 01 74 23 - 3 DAP CLEANING Page 3 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 6. Handle materials in a controlled manner with as few handlings as possible. 1 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not burn on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19 may become airborne or transported by flowing water during the storm. 20 C. Exterior (Site or Right of Way) Final Cleaning 21 1. Remove trash and debris containers from site. 22 a. Re-seed areas disturbed by location of trash and debris containers in accordance 23 with Section 32 92 13. 24 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 25 that may hinder or disrupt the flow of traffic along the roadway. 26 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 27 junction boxes and inlets. 28 4. If no longer required for maintenance of erosion facilities, and upon approval by 29 City, remove erosion control from site. 30 5. Clean signs, lights, signals, etc. 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] 35 36 37 38 39 40 01 74 23 - 4 DAP CLEANING Page 4 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application 3 01 77 19 - 1 DAP CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to City’s Project Representative. 26 01 77 19 - 2 DAP CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A. Prior to requesting Final Inspection, submit: 9 1. Project Record Documents in accordance with Section 01 78 39 10 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12 01 74 23. 13 C. Final Inspection 14 1. After final cleaning, provide notice to the City Project Representative that the Work 15 is completed. 16 a. The City will make an initial Final Inspection with the Contractor present. 17 b. Upon completion of this inspection, the City will notify the Contractor, in 18 writing within 10 business days, of any particulars in which this inspection 19 reveals that the Work is defective or incomplete. 20 2. Upon receiving written notice from the City, immediately undertake the Work 21 required to remedy deficiencies and complete the Work to the satisfaction of the 22 City. 23 3. 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 25 of this notice, the City, in the presence of the Contractor, will make a subsequent 26 Final Inspection of the project. 27 4. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 01 77 19 - 3 DAP CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 1. Once the City Project Representative finds the Work subsequent to Final Inspection 1 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 2 E. Supporting Documentation 3 1. Coordinate with the City Project Representative to complete the following 4 additional forms: 5 a. Final Payment Request 6 b. Statement of Contract Time 7 c. Affidavit of Payment and Release of Liens 8 d. Consent of Surety to Final Payment 9 e. Pipe Report (if required) 10 f. Contractor’s Evaluation of City 11 g. Performance Evaluation of Contractor 12 F. Letter of Final Acceptance 13 1. Upon review and acceptance of Notice of Project Completion and Supporting 14 Documentation, in accordance with General Conditions, City will issue Letter of 15 Final Acceptance and release the Final Payment Request for payment. 16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 28 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP application 29 01 78 23 - 1 DAP OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 SECTION 01 78 23 1 OPERATION AND MAINTENANCE DATA 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Product data and related information appropriate for City's maintenance and 6 operation of products furnished under Contract 7 2. Such products may include, but are not limited to: 8 a. Traffic Controllers 9 b. Irrigation Controllers (to be operated by the City) 10 c. Butterfly Valves 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Schedule 23 1. Submit manuals in final form to the City within 30 calendar days of product 24 shipment to the project site. 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 27 approved by the City prior to delivery. 28 1.6 INFORMATIONAL SUBMITTALS 29 A. Submittal Form 30 1. Prepare data in form of an instructional manual for use by City personnel. 31 2. Format 32 a. Size: 8 ½ inches x 11 inches 33 b. Paper 34 1) 40 pound minimum, white, for typed pages 35 2) Holes reinforced with plastic, cloth or metal 36 c. Text: Manufacturer’s printed data, or neatly typewritten 37 01 78 23 - 2 DAP OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 d. Drawings 1 1) Provide reinforced punched binder tab, bind in with text 2 2) Reduce larger drawings and fold to size of text pages. 3 e. Provide fly-leaf for each separate product, or each piece of operating 4 equipment. 5 1) Provide typed description of product, and major component parts of 6 equipment. 7 2) Provide indexed tabs. 8 f. Cover 9 1) Identify each volume with typed or printed title "OPERATING AND 10 MAINTENANCE INSTRUCTIONS". 11 2) List: 12 a) Title of Project 13 b) Identity of separate structure as applicable 14 c) Identity of general subject matter covered in the manual 15 3. Binders 16 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17 b. When multiple binders are used, correlate the data into related consistent 18 groupings. 19 4. If available, provide an electronic form of the O&M Manual. 20 B. Manual Content 21 1. Neatly typewritten table of contents for each volume, arranged in systematic order 22 a. Contractor, name of responsible principal, address and telephone number 23 b. A list of each product required to be included, indexed to content of the volume 24 c. List, with each product: 25 1) The name, address and telephone number of the subcontractor or installer 26 2) A list of each product required to be included, indexed to content of the 27 volume 28 3) Identify area of responsibility of each 29 4) Local source of supply for parts and replacement 30 d. Identify each product by product name and other identifying symbols as set 31 forth in Contract Documents. 32 2. Product Data 33 a. Include only those sheets which are pertinent to the specific product. 34 b. Annotate each sheet to: 35 1) Clearly identify specific product or part installed 36 2) Clearly identify data applicable to installation 37 3) Delete references to inapplicable information 38 3. Drawings 39 a. Supplement product data with drawings as necessary to clearly illustrate: 40 1) Relations of component parts of equipment and systems 41 2) Control and flow diagrams 42 b. Coordinate drawings with information in Project Record Documents to assure 43 correct illustration of completed installation. 44 c. Do not use Project Record Drawings as maintenance drawings. 45 4. Written text, as required to supplement product data for the particular installation: 46 a. Organize in consistent format under separate headings for different procedures. 47 b. Provide logical sequence of instructions of each procedure. 48 01 78 23 - 3 DAP OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 5. Copy of each warranty, bond and service contract issued 1 a. Provide information sheet for City personnel giving: 2 1) Proper procedures in event of failure 3 2) Instances which might affect validity of warranties or bonds 4 C. Manual for Materials and Finishes 5 1. Submit 5 copies of complete manual in final form. 6 2. Content, for architectural products, applied materials and finishes: 7 a. Manufacturer's data, giving full information on products 8 1) Catalog number, size, composition 9 2) Color and texture designations 10 3) Information required for reordering special manufactured products 11 b. Instructions for care and maintenance 12 1) Manufacturer's recommendation for types of cleaning agents and methods 13 2) Cautions against cleaning agents and methods which are detrimental to 14 product 15 3) Recommended schedule for cleaning and maintenance 16 3. Content, for moisture protection and weather exposure products: 17 a. Manufacturer's data, giving full information on products 18 1) Applicable standards 19 2) Chemical composition 20 3) Details of installation 21 b. Instructions for inspection, maintenance and repair 22 D. Manual for Equipment and Systems 23 1. Submit 5 copies of complete manual in final form. 24 2. Content, for each unit of equipment and system, as appropriate: 25 a. Description of unit and component parts 26 1) Function, normal operating characteristics and limiting conditions 27 2) Performance curves, engineering data and tests 28 3) Complete nomenclature and commercial number of replaceable parts 29 b. Operating procedures 30 1) Start-up, break-in, routine and normal operating instructions 31 2) Regulation, control, stopping, shut-down and emergency instructions 32 3) Summer and winter operating instructions 33 4) Special operating instructions 34 c. Maintenance procedures 35 1) Routine operations 36 2) Guide to "trouble shooting" 37 3) Disassembly, repair and reassembly 38 4) Alignment, adjusting and checking 39 d. Servicing and lubrication schedule 40 1) List of lubricants required 41 e. Manufacturer's printed operating and maintenance instructions 42 f. Description of sequence of operation by control manufacturer 43 1) Predicted life of parts subject to wear 44 2) Items recommended to be stocked as spare parts 45 g. As installed control diagrams by controls manufacturer 46 h. Each contractor's coordination drawings 47 1) As installed color coded piping diagrams 48 01 78 23 - 4 DAP OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 i. Charts of valve tag numbers, with location and function of each valve 1 j. List of original manufacturer's spare parts, manufacturer's current prices, and 2 recommended quantities to be maintained in storage 3 k. Other data as required under pertinent Sections of Specifications 4 3. Content, for each electric and electronic system, as appropriate: 5 a. Description of system and component parts 6 1) Function, normal operating characteristics, and limiting conditions 7 2) Performance curves, engineering data and tests 8 3) Complete nomenclature and commercial number of replaceable parts 9 b. Circuit directories of panelboards 10 1) Electrical service 11 2) Controls 12 3) Communications 13 c. As installed color coded wiring diagrams 14 d. Operating procedures 15 1) Routine and normal operating instructions 16 2) Sequences required 17 3) Special operating instructions 18 e. Maintenance procedures 19 1) Routine operations 20 2) Guide to "trouble shooting" 21 3) Disassembly, repair and reassembly 22 4) Adjustment and checking 23 f. Manufacturer's printed operating and maintenance instructions 24 g. List of original manufacturer's spare parts, manufacturer's current prices, and 25 recommended quantities to be maintained in storage 26 h. Other data as required under pertinent Sections of Specifications 27 4. Prepare and include additional data when the need for such data becomes apparent 28 during instruction of City's personnel. 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Provide operation and maintenance data by personnel with the following criteria: 33 1. Trained and experienced in maintenance and operation of described products 34 2. Skilled as technical writer to the extent required to communicate essential data 35 3. Skilled as draftsman competent to prepare required drawings 36 01 78 23 - 5 DAP OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 4/7/2014 M. Domenech Revised for DAP Application 8 01 78 39 - 1 DAP PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Work associated with the documenting the project and recording changes to project 6 documents, including: 7 a. Record Drawings 8 b. Water Meter Service Reports 9 c. Sanitary Sewer Service Reports 10 d. Large Water Meter Reports 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 24 City’s Project Representative. 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Accuracy of Records 30 1. Thoroughly coordinate changes within the Record Documents, making adequate 31 and proper entries on each page of Specifications and each sheet of Drawings and 32 other Documents where such entry is required to show the change properly. 33 2. Accuracy of records shall be such that future search for items shown in the Contract 34 Documents may rely reasonably on information obtained from the approved Project 35 Record Documents. 36 01 78 39 - 2 DAP PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 1 information that the change has occurred. 2 4. Provide factual information regarding all aspects of the Work, both concealed and 3 visible, to enable future modification of the Work to proceed without lengthy and 4 expensive site measurement, investigation and examination. 5 1.10 STORAGE AND HANDLING 6 A. Storage and Handling Requirements 7 1. Maintain the job set of Record Documents completely protected from deterioration 8 and from loss and damage until completion of the Work and transfer of all recorded 9 data to the final Project Record Documents. 10 2. In the event of loss of recorded data, use means necessary to again secure the data 11 to the City's approval. 12 a. In such case, provide replacements to the standards originally required by the 13 Contract Documents. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18 2.2 RECORD DOCUMENTS 19 A. Job set 20 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 21 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 22 B. Final Record Documents 23 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 24 the City 1 complete set of all Final Record Drawings in the Contract. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 MAINTENANCE DOCUMENTS 32 A. Maintenance of Job Set 33 1. Immediately upon receipt of the job set, identify each of the Documents with the 34 title, "RECORD DOCUMENTS - JOB SET". 35 01 78 39 - 3 DAP PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 2. Preservation 1 a. Considering the Contract completion time, the probable number of occasions 2 upon which the job set must be taken out for new entries and for examination, 3 and the conditions under which these activities will be performed, devise a 4 suitable method for protecting the job set. 5 b. Do not use the job set for any purpose except entry of new data and for review 6 by the City, until start of transfer of data to final Project Record Documents. 7 c. Maintain the job set at the site of work. 8 3. Coordination with Construction Survey 9 a. At a minimum clearly mark any deviations from Contract Documents 10 associated with installation of the infrastructure. 11 4. Making entries on Drawings 12 a. Record any deviations from Contract Documents. 13 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 14 change by graphic line and note as required. 15 c. Date all entries. 16 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 17 e. In the event of overlapping changes, use different colors for the overlapping 18 changes. 19 5. Conversion of schematic layouts 20 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 21 ducts, and similar items, are shown schematically and are not intended to 22 portray precise physical layout. 23 1) Final physical arrangement is determined by the Contractor, subject to the 24 City's approval. 25 2) However, design of future modifications of the facility may require 26 accurate information as to the final physical layout of items which are 27 shown only schematically on the Drawings. 28 b. Show on the job set of Record Drawings, by dimension accurate to within 1 29 inch, the centerline of each run of items. 30 1) Final physical arrangement is determined by the Contractor, subject to the 31 City's approval. 32 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 33 ceiling plenum", "exposed", and the like). 34 3) Make all identification sufficiently descriptive that it may be related 35 reliably to the Specifications. 36 c. The City may waive the requirements for conversion of schematic layouts 37 where, in the City's judgment, conversion serves no useful purpose. However, 38 do not rely upon waivers being issued except as specifically issued in writing 39 by the City. 40 B. Final Project Record Documents 41 1. Transfer of data to Drawings 42 a. Carefully transfer change data shown on the job set of Record Drawings to the 43 corresponding final documents, coordinating the changes as required. 44 b. Clearly indicate at each affected detail and other Drawing a full description of 45 changes made during construction, and the actual location of items. 46 c. Call attention to each entry by drawing a "cloud" around the area or areas 47 affected. 48 01 78 39 - 4 DAP PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 102531 Revised April 7, 2014 d. Make changes neatly, consistently and with the proper media to assure 1 longevity and clear reproduction. 2 2. Transfer of data to other Documents 3 a. If the Documents, other than Drawings, have been kept clean during progress of 4 the Work, and if entries thereon have been orderly to the approval of the City, 5 the job set of those Documents, other than Drawings, will be accepted as final 6 Record Documents. 7 b. If any such Document is not so approved by the City, secure a new copy of that 8 Document from the City at the City's usual charge for reproduction and 9 handling, and carefully transfer the change data to the new copy to the approval 10 of the City. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 4/7/2014 M. Domenech Revised for DAP Application 24 SECTION 02930 - SEEDING - 1 - SECTION 02930 - SEEDING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: Seeding of grass seed or wildflower seed, as specified on the plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork. 1.02 REFERENCE STANDARDS A. Standardized Plant Names 1. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. 2. For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller B. Texas Highway Department: Standard Specifications for Construction, Item 164, “Seeding for Erosion Control” and Item 180, "Wildflower Seeding". 1.03 SUBMITTALS A. Seed 1. Vendors’ certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. If using native grass or wildflower seed, seed must have been harvested within one hundred (100) miles of the construction site. 3. All seed shall be tested in a laboratory with certified results presented to the City, in writing, prior to planting. 4. All seed to be of the previous season's crop and the date on the container shall be within twelve months of the seeding date. 5. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B. Fertilizer 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer law 1.04 JOB CONDITIONS A. Planting Season: The season varies according to species (see Part 2 - Products). Do not seed when soil is excessively wet or dry or when wind exceeds ten (10) miles per hour. B. Schedule After All Other Construction and planting is complete. SECTION 02930 - SEEDING - 2 - C. Protect and Maintain Seeded Areas 1. From erosion 2. From traffic and all other use 3. Until seeding is complete and accepted 1.05 QUALITY CONTROL The contractor who plants the seeds, whether the general contractor or a subcontractor, is responsible for daily supervision of his crew, and for the planting and maintaining of seedlings until acceptable, viable growth is achieved and the project accepted by the City. PART 2 – PRODUCTS 2.01 MATERIALS A. Seed All seed shall be planted at rates based on pure live seed (PLS = purity x germination) per acre. Substitution of individual seed types due to lack of availability shall be made only by the City at the time of planting. The Contractor shall notify the City, prior to bidding, of difficulties locating certain species. Only those areas indicated on the plans and areas disturbed by construction shall be seeded. Prior to seeding, each area shall be marked in the field and approved by the City. Any adjustment of area location by the City shall be considered incidental and shall not entitle the Contractor to additional compensation. Weed seed shall not exceed ten percent (10%) by weight of the total of pure live seed (PLS) and other material in the mixture. Johnsongrass and nutgrass seed shall not be allowed. The seed shall be clean, dry and harvested within one year of planting. 1. Non-native grass seed shall consist of: If planted between April 15 and September 10: Lbs./Acre Common Name Scientific Name Purity Germination 25 Bermuda (unhulled) Cynodon dactylon 85% 90% 75 Bermuda (hulled) Cynodon dactylon 95% 90% Substitute the following if planted between September 10 and April 15: 220 Rye Grass Lolium multiflorum 82% 80% 40 Bermuda (unhulled) Cynodon dactylon 84% 85% 2 Native grass seed – (to be used in open areas as specified) The seed shall be planted between February 1 and October 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name SECTION 02930 - SEEDING - 3 - 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis *These grasses are not to be planted within ten feet of a road or parking lot or within three (3) feet of a walkway. 3 Wildflower seed – (to be used in open fields as specified) All wildflower seeds are to be hand broadcast, (see 3.02,A). The seed shall be planted between March 5 and May 31 or between September 1 and December 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *These wildflowers are not to be planted within ten feet of a road or parking lot or within three feet of a walkway. 4. Temporary erosion control seed When specified on the plans, temporary control measures shall be performed. These measures shall consist of the sowing of cool season plant seeds and the work and materials as required in this section. B. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer. SECTION 02930 - SEEDING - 4 - 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors. 4. Mulch should contain no more than ten percent (10%) moisture, air dry weight basis. 5. Additives shall include a binder in powder form. 6. Material shall form a strong moisture retaining mat. C. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas - 100 pounds of Nitrogen per acre. c. Where applying fertilizer on established seeding areas - 150 pounds of Nitrogen per acre. D. Erosion Control Measures 1. For seeding application in areas up to 3:1 slope, use cellulose, fiber or recycled paper mulch, (see 2.01, B. Mulch and 3.03). 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket (Follow the manufacturer's directions): "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL. 2.02 MIXING Seed, mulch, fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within thirty (30) minutes after placed in the equipment. SECTION 02930 - SEEDING - 5 - PART 3 – EXECUTION 3.01 SEEDED PREPARATION A. Clear Surface of All Materials, Such As: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. In all compacted areas till one inch (1”) deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seed/water run-off. 3. In areas near trees: Do not till deeper than one half (1/2”) inch inside "drip line" of trees. C. Water: Shall be furnished by the Contractor as an ancillary cost to the Contract by the Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve viable, acceptable stand of turf as noted in 3.04.B. of this specification. The water source shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch (1/2") per week should be applied until such time 100% full growth coverage is achieved and one mowing cycle is performed by the Contractor and accepted by the Owner. Watering: Soil should be watered to a minimum depth of four inches within forty eight (48) hours of seeding. 3.02 SEEDING A. If Sowing Seed By Hand 1. Broadcast seed in two directions at right angles to each other. 2. Harrow or rake lightly to cover seed. 3. Never cover seed with more soil than twice its diameter. 4. For wildflower plantings, scalp existing grasses to one (1”) inch, remove grass clippings, so seed can make contact with the soil. B. Mechanically Seeding (Drilling): If mechanically seeding (drilling) the seed or seed mixture, the quantity specified shall be uniformly distributed over the areas shown on the plans or where directed. All varieties of seed, as well as fertilizer, may be distributed at the same time provided that each component is uniformly applied at the specified rate. Seed shall be drilled at a depth of from one quarter inch to three eighth inch (1/4”-3/8”) utilizing a pasture or rangeland type drill. All drilling is to be on the contour. After planting, the area shall be rolled with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. 3.03 MULCHING SECTION 02930 - SEEDING - 6 - A. Apply uniformly after completion of seeding in areas up to 3:1 slope. Mulch may be applied concurrently with fertilizer and seed, if desired. B. Apply at the following rates unless otherwise shown on plans: 1. Sandy soils, flat surfaces - minimum 1,500 lbs./acre. 2. Sandy soils, sloping surfaces - minimum 1,800 lbs./acre. 3. Clay soils, flat surfaces - minimum 2,500 lbs./acre. 4. Clay soils, sloping surfaces - minimum 3,000 lbs./acre. 5. “Flat” and “sloping” surfaces will be shown on the plans if not visually obvious. C. Apply within thirty (30) minutes after placement in equipment. Keep mulch moist, by daily water application, if necessary: 1. For approximately twenty-one (21) days, or 2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.) and project has been accepted by the City. 3.04 ESTABLISHMENT, MAINTENANCE AND ACCEPTANCE A. Includes initial seed and / or sod application and establishment, protection, replanting as necessary, maintaining grades and immediate repair of erosion damage until the project receives final acceptance. Refer to Part 2 – 2.01 – D. for watering requirements to be executed by the contractor. B. Initial full coverage turf establishment shall be considered as 100% grow in to a height of three (3”) inches with a minimum of one mow cycle performed by the Contractor on all newly established areas prior to consideration of acceptance by the Owner.. C. Replanting 1. Replant areas where a stand of grass or wildflowers are not present in a reasonable length of time, as determined by the City. 2. A “stand” shall be defined as: a. Bermuda/Rye grasses: See 3.04 B b. Native grass and wildflowers: eighty percent (80%) coverage of growing plants within seeded area within twenty-one days of seeding date on a smooth bed free of foreign material and rocks or clods larger than one- inch diameter. END OF SECTION CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions –Geotechnical Report Provided GC-4.04 Underground Facilities - None GC-4.06 Hazardous Environmental Condition at Site -None GC-6.06.D Minority and Women Owned Business Enterprise Compliance – Not Required GC-6.07 Wage Rates - Not Required GC-6.09 Permits and Utilities - Urban Forestry Permit GC-6.24 Nondiscrimination - None GR-01 60 00 Product Requirements – COFW Water Department & TPW Standard Product List Provided CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK GEOTECHNICAL EXPLORATION MCPHERSON VILLAGE PHASE 3 Off Chisholm Trail Parkway, North of Posada Drive Fort Worth, Texas ALPHA Report No. W191448-Rev1 July 29, 2019 Prepared for: STARLIGHT HOMES 1800 Valley View Lane, Suite 100 Farmers Branch, Texas 75234 Attention: Mr. Daniel Satsky Prepared By: Geotechnical Construction Materials Environmental TBPE Firm No. 813 5058 Brush Creek Road Fort Worth, Texas 76119 Tel: 817-496-5600 Fax: 817-496-5608 www.alphatesting.com Dallas • Fort Worth • Houston • San Antonio July 29, 2019 Starlight Homes 1800 Valley View Lane, Suite 100 Farmers Branch, Texas 75234 Attention: Mr. Daniel Satsky Re: Geotechnical Exploration McPherson Village Phase 3 Off Chisholm Trail Parkway, North of Posada Drive Fort Worth, Texas ALPHA Report No. W191448-Rev1 Attached is the report of the geotechnical exploration performed for the project referenced above. This study was authorized by Mr. Daniel Satsky with the Work Agreement between Starlight Homes and Alpha Testing, Inc. and performed in accordance with ALPHA Proposal No. 66772- rev dated June 5, 2019. Pavement recommendations will be provided in a separate report. The purpose of this revision is to correct the Figure 1 – Boring Location Plan. This report contains results of field explorations and laboratory testing and an engineering interpretation of these with respect to available project characteristics. The results and analyses were used to develop recommendations to aid design and construction of residential foundations. ALPHA TESTING, INC. appreciates the opportunity to be of service on this project. If we can be of further assistance, such as providing materials testing services during construction, please contact our office. Sincerely, ALPHA TESTING, INC. July 29, 2019 Mark L. McKay, P.E. Brian J. Hoyt, P.E. Director of Geotechnical Engineering Geotechnical Department Manager BJH/MLM/klf Copies: (1-PDF) Client TABLE OF CONTENTS ALPHA REPORT NO. W191448-REV1 1.0 PURPOSE AND SCOPE .................................................................................................... 1 2.0 PROJECT CHARACTERISTICS ...................................................................................... 1 3.0 FIELD EXPLORATION .................................................................................................... 2 4.0 LABORATORY TESTS .................................................................................................... 2 5.0 GENERAL SUBSURFACE CONDITIONS ...................................................................... 2 6.0 DESIGN RECOMMENDATIONS .................................................................................... 3 6.1 Existing Fill Material .............................................................................................. 3 6.2 Slab-on-Grade Foundations .................................................................................... 3 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone III ............. 5 6.2.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil in Zone III..................................................................................... 6 6.3 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade .................... 6 6.4 Drainage and Other Considerations ........................................................................ 7 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES............................. 8 7.1 Site Preparation and Grading .................................................................................. 8 7.2 Foundation Excavations .......................................................................................... 9 7.3 Fill Compaction .................................................................................................... 10 7.4 Utilities .................................................................................................................. 10 7.5 Groundwater ......................................................................................................... 11 8.0 LIMITATIONS ................................................................................................................. 11 APPENDIX A-1 Methods of Field Exploration Boring Location Plan – Figure 1 B-1 Methods of Laboratory Testing Swell Test Results – Figure 2 Logs of Borings Key to Soil Symbols and Classifications ALPHA Report No. W191448-Rev1 1 1.0 PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (“ALPHA”) to evaluate for Starlight Homes (“Client”) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of geotechnical design parameters for the subject construction. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the project site. Engineering analyses were performed from results of the field exploration and laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on-site observations and possibly other tests 2.0 PROJECT CHARACTERISTICS It is proposed to develop a residential subdivision (McPherson Village – Phase 3) consisting of 143 lots generally located on the east side of Chisholm Trail Parkway, about 400 ft north of Posada Drive in Fort Worth, Texas. A site plan illustrating the subject site is provided as Figure 1, the Boring Location Plan, in the Appendix. At the time of the field exploration, the site generally consisted of a partially graded, vacant tract of land. Some scattered trees were observed in the vicinity of Borings 2 and 3. We understand the site was partially graded, but that the fill material was not tested under engineering supervision and testing. No other information regarding previous development of the site was provided to us. Preliminary grading plans prepared by Shield Engineering Group (McPherson Village Addition – Phase 3 – Sheets 29 and 31 through 36) dated July 2019 indicate the site generally slopes down to the east about 17 ft (Appx. Elev. 870 ft to 853 ft). These grading plans also indicate cuts of up to 11 ft and fills of up to 10 ft will be required to achieve final grades in the building pad areas. The grading plans did not contain finished pad elevations for Lots 10 and 11 located at the southeast corner of the site. For the purpose of our analysis, we have assumed grading in these lots will be similar to the lots surrounding them (fills of up to 11 ft). ALPHA Report No. W191448-Rev1 2 Present plans provide for the construction of new residential buildings. The new structures are expected to create light loads to be carried by the foundations. It is also anticipated the new structures will be supported using post-tensioned slab-on-grade foundations designed for potential seasonal movements of 4½ inches or less. No below grade slabs are planned. 3.0 FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 33 test borings to a depth of about 20 ft each. The approximate location of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix. Details of drilling and sampling operations are briefly summarized in Methods of Field Exploration, Section A-1 of the Appendix. Subsurface types encountered during the field exploration are presented on the Log of Boring sheets (boring logs) included in the Appendix. The boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. 4.0 LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for residential foundation design and earthwork construction. A brief description of testing procedures used in the laboratory can be found in Methods of Laboratory Testing, Section B-1 of the Appendix. Individual test results are presented either on the Log of Boring sheets or on summary data sheets in the Appendix. 5.0 GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the site lies within the Grayson Marl and Main Street Limestone formation, mapped as undivided. This formation generally consists of interbedded marl (limey shale) and limestone. Residual soils associated with this formation generally consist of clay soils with moderate to very high shrink-swell potential. Subsurface conditions encountered in about two-thirds of the borings generally consisted of clay to depths of about 1 ft to 8 ft below the ground surface underlain by limestone extending to the 20 ft termination depth. Limestone was encountered at the surface in about one-third of the borings which extended to the 20 ft termination depth. The upper 2 ft of clay encountered in Boring 33 was visually classified a fill material. More stratigraphic information is presented on the attached Log of Boring sheets. Most of the materials encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. ALPHA Report No. W191448-Rev1 3 Free groundwater was encountered in Borings 2, 17 and 30 at depths of about 4 ft to 13 ft below the ground surface. No free groundwater was encountered in the remaining borings. It is common to encounter seasonal groundwater in fill material, from natural fractures within the clayey matrix, at the soil/rock (limestone) interface or from fractures in the rock, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix. 6.0 DESIGN RECOMMENDATIONS The following design recommendations were developed on the basis of the previously described Project Characteristics (Section 2.0) and General Subsurface Conditions (Section 5.0). Should the project criteria change, our office should conduct a review to determine if modifications to the recommendations are required. Further, it is recommended our office be provided with a copy of the final building plans and specifications for review prior to construction. The following design recommendations were evaluated based on final grades as indicated on the referenced grading plans and based on our assumptions that grading in the southeastern Lots 10 and 11 will consist of maximum fills of 11 ft. Cutting and filling on the site other than depicted on the referenced grading plans or different than our assumptions can alter the recommended foundation design parameters. Therefore, it is recommended our office be provided with final grading plans prior to construction to verify appropriate design parameters are utilized for final foundation design. 6.1 Existing Fill Material The upper 2 ft of clay encountered in Boring 33 was visually classified a fill material. We understand this fill material was not placed under engineering supervision or compaction testing. Therefore, the existing fill should be considered uncontrolled fill. Uncontrolled fill is generally not considered suitable for support of slab foundations due to the risk of under-compacted zones resulting in failures of weak soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed from the building pad area and replaced with engineered fill in accordance with Section 6.2 or Section 7.3 as applicable. The excavated materials may be suitable for reuse as engineered fill provided they are free of organics, boulders, rubble, and other debris. The lateral extent, depth and nature of the existing fill are not known. Test pits could be performed prior to construction to verify the presence, lateral extent, depth, and nature of the existing fill materials. ALPHA would be pleased to provide this service if desired. 6.2 Slab-on-Grade Foundations Slab-on-grade foundations should be designed with exterior and interior grade beams adequate to provide sufficient rigidity to the foundation system. A net allowable bearing pressure of 1.5 kips per sq ft should be used for all grade beams bearing on undisturbed cuts in native clay, on limestone, on fill placed as recommended in Section 7.3, or on moisture improved soil placed as recommended in Section 6.2.1. Grade beams should bear a minimum depth of 12 inches below final grade and should have a minimum width of 10 inches considering the recommended bearing capacity. ALPHA Report No. W191448-Rev1 4 To reduce cracking as normal movements occur in foundation soils, all grade beams and slab foundations should be adequately reinforced with steel (conventional reinforcing steel and/or post- tensioned reinforcement). It is common to experience some minor cosmetic distress to structures with slab-on-grade foundation systems due to normal ground movements. A properly designed and constructed moisture barrier should be placed between the slabs and subgrade soils to retard moisture migration through the slabs. Conditions encountered in the test borings, the planned cut/fill within the building pads and results of the laboratory tests reveal variations in highly expansive clay thickness and expansive properties across the site. Such variations in clay thickness and expansive properties will directly affect design parameters used for slab-on-grade foundations. Therefore, lots with apparently common average clay thickness, similar expansive clay properties and similar corresponding estimated potential movements have been grouped into Zones I, II and III and delineated on the Boring Location Plan, Figure 1. Subgrade improvement in the respective Zones (see Figure 1) should be performed using the information summarized in Table A. TABLE A Estimated Potential Seasonal Movements and Recommended Subgrade Improvement ZONE ESTIMATED POTENTIAL MOVEMENT, INCHES IMPROVEMENT REQUIRED TO REDUCE MOVEMENTS TO 4½ INCHES I Up to 1 No Improvement Required II Up to 4½ No Improvement Required III Up to 6 4 ft of Moisture-Conditioning Potential seasonal movements were estimated using results from absorption swell tests, in general accordance with methods outlined by the Texas Department of Transportation (TxDOT) Test Method Tex-124-E and engineering judgment and experience. Estimated movements were calculated assuming the moisture content of the in-situ soil within the normal zone of seasonal moisture content change varies between a "dry" condition and a "wet" condition as defined by Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade soils. Movements exceeding our estimates could occur if positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface moisture migration from off-site locations. Potential seasonal movements were estimated assuming fill material used to raise the grade will consist of onsite or similar material with a plasticity index of 42 or less. If the plasticity index of material used to raise the grade is higher than 42, potential movements could be higher than our estimates. Potential movements are less than 4½ inches in Zone II, particularly along zone boundaries. However, due to the variability in the depth to limestone in this zone, we recommend using 4½ inches for design purposes. ALPHA Report No. W191448-Rev1 5 Potential movements estimated for slab foundations in Zone III (see Figure 1 for delineation of Zones) are considered outside normal design tolerances without subgrade improvement as presented in Table A. Movement of slab foundations in Zone III could be reduced to not more than about 4½ inches by using moisture conditioning as discussed in Table A. Recommendations for moisture conditioning are discussed in Section 6.2.1. In choosing moisture conditioning as a method of slab movement reduction, the Client is accepting some post construction movement of slabs (about 4½ inches). Therefore, the Client understands and acknowledges that in the geographical region covered by this report, a potential movement of 4½ inches is considered a reasonable compromise between foundation design and construction cost and the amount of allowable movement of the foundation. Please note, improvement of the existing soils using moisture conditioning with plastic sheeting is intended only for the designated building pad areas plus 5 ft beyond the building pad limits, and not the entire residential lot. Accordingly, planned residences must be exclusively constructed within the building pad designated on the referenced project grading plans. The purpose of the plastic sheeting is to maintain the moisture of the underlying soils relatively the same from the time the plastic sheeting is placed through the time the foundation is placed. This plastic sheeting is not intended as a moisture barrier component for the actual foundation. Any such requirements should be addressed by the designer of the foundation, and should be followed by the builder. Prior to building on the improved designated building pad area, a surveyor should verify the lateral extent of the plastic sheeting and to confirm that no portion of the new residences will extend beyond the limits of the designated building pad. If any part of the slab footprint extends beyond the designated building pad, ALPHA should be contacted for additional design recommendations. 6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone III Estimated potential movements of slab foundations in Zone III could be reduced to about 4½ inches by moisture-conditioning 4 ft of on-site soils below final grade as recommended in Table A. The depth of limestone was highly variable in some areas of the site. It is possible limestone could be encountered within the recommended depth of moisture conditioning in some areas, particularly at zone boundaries. It is not required to over-excavate limestone to install moisture conditioned soil. Moisture-conditioning consists of over-excavating (where necessary) and/or filling with on-site soil that is compacted at a “target” moisture content at least 5 percentage points above the material’s optimum moisture content as determined by the standard Proctor method (ASTM D 698). The moisture-conditioned soil should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density. Moisture- conditioning with on-site soil should extend throughout the entire building pad area and at least 5 ft beyond the perimeter of the designated building pad (as indicated on the referenced project grading plans). Plastic sheeting (6 to 8 mil thickness) should be placed above the moisture-conditioned soil for long-term maintenance of the moisture content of the conditioned soil. Plastic sheeting should also be placed in Zone III as discussed in Table A. This sheeting should be placed 8 to 12 inches below final grade and should also extend at least 5 ft beyond the perimeter of the building pad. Following completion of moisture-conditioning and placement of the plastic sheeting, estimated movements in Zone III should not exceed about 4½ inches. ALPHA Report No. W191448-Rev1 6 The purpose of moisture-conditioning is to reduce the free swell of the moisture- conditioned soils to 1 percent or less. Additional laboratory tests (i.e., standard Proctors, absorption swell tests, etc.) should be conducted during construction to verify that the “target” moisture content for moisture-conditioning (estimated at 5 percentage points above the material’s optimum moisture content as defined by ASTM D 698) is sufficient to reduce the free swell potential of the processed soil to 1 percent or less. Moisture conditioning should be observed and tested on a full time basis by a representative of ALPHA to verify the moisture conditioned clays are placed with the proper lift thickness, moisture content, and density. 6.2.2 Alternative Subgrade Improvement Using Low Plasticity Index (PI) Soil in Zone III Due to the presence of shallow limestone across some areas of the site, we expect some of the fill material generated from site grading will consist of processed limestone and/or lean clay and limestone mixtures. As an alternative to moisture conditioning with plastic sheeting, potential seasonal movements in Zone III could be reduced to about 4½ inches by placing at least 4 ft of low PI material below final grade. Low PI material could consist of processed limestone and/or lean clay with a plasticity index of 20 or less. 6.3 Post-Tensioning Institute, Design of Post-Tensioned Slab-on-Grade Tables B and C contain information for design of the post-tensioned, slab-on-grade foundations. Design parameters were evaluated based on the conditions encountered in the borings and using information and correlations published by PTI Third Edition and VOLFLO 1.5 computer program provided by Geostructural Tool Kit, Inc. (GTI). TABLE B PTI Design Parameters Potential Seasonal Movement = 1 inch Edge Lift Center Lift Edge Moisture Distance (em), ft 4.3 8.5 Differential Soil Movement (ym), inches 1.2 (swell) 0.9 (Shrink) TABLE C PTI Design Parameters Potential Seasonal Movement = 4½ inches (In Zone II and After Subgrade Improvement in Zone III as discussed in Section 6.2) Edge Lift Center Lift Edge Moisture Distance (em), ft 4.3 8.5 Differential Soil Movement (ym), inches 2.2 (swell) 1.6 (Shrink) ALPHA Report No. W191448-Rev1 7 6.4 Drainage and Other Considerations Adequate drainage should be provided to reduce seasonal variations in the moisture content of foundation soils. All pavement and sidewalks within 5 ft of the residences should be sloped away from the structures to prevent ponding of water around the foundations. Final grades within 5 ft of the structures should be adjusted to slope away from the structures at a minimum slope of 2 percent. Maintaining positive surface drainage throughout the life of the structures is essential. In areas with pavement or sidewalks adjacent to the new residences, a positive seal must be maintained between the structure and the pavement or sidewalk to minimize seepage of water into the underlying supporting soils. Post-construction movement of pavement and flatwork is common. Normal maintenance should include inspection of all joints in paving and sidewalks, etc. as well as resealing where necessary. Several factors relate to civil and architectural design and/or maintenance, which can significantly affect future movements of the foundation and floor slab systems. x Preferably, a complete system of gutters and downspouts should carry runoff water a minimum of 5 ft from the completed structure. x Large trees and shrubs should not be allowed closer to the foundation than a horizontal distance equal to roughly one-half of their mature height due to their significant moisture demand upon maturing. x Moisture conditions should be maintained “constant” around the edge of the slab. Ponding of water in planters, in unpaved areas, and around joints in paving and sidewalks can cause slab movements beyond those predicted in this report. x Planter box structures placed adjacent to building should be provided with a means to assure concentrations of water are not available to the subsoil stratigraphy. x Architectural design of the floor slabs should avoid additional features such as wing walls as extensions of the slab. x The root systems from existing or recently removed trees at this site will have dried and desiccated the surrounding clay soils, resulting in soil with near-maximum swell potential. Clay soils surrounding tree root mats in areas to be covered with at-grade slabs (including but not limited to foundations, driveways, porches, patios, and sidewalks) should be removed to a depth of at least 1 ft below the tree root ball. The resulting excavation should be backfilled with engineered fill as described in Section 7.3. Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.4 and in accordance with requirements of local City standards. Since granular bedding backfill is used for most utility lines, the backfilled trench should not become a conduit and allow access for surface or subsurface water to travel toward the new structures. Concrete cut-off collars or clay plugs should be provided where utility lines cross building lines to prevent water from traveling in the trench backfill and entering beneath the structure. ALPHA Report No. W191448-Rev1 8 7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. 7.1 Site Preparation and Grading The upper 2 ft of clay encountered in Boring 33 was visually classified a fill material. Although not encountered in the borings, the existing fill materials can also contain organics, boulders, rubble, and other debris which could be encountered during site grading and general excavation. The earthwork and excavation contracts should contain provision for removal of unsuitable materials in the existing fill. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. Limestone was encountered at the ground surface or within 4 ft of the ground surface in most of the borings. We expect limestone will encountered during grading and general excavation at this site, particularly in the western portion of the site where relatively deep cuts are planned. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting slab foundations, flatwork or areas to receive new fill should be properly prepared. x After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. x The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 10 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. ALPHA Report No. W191448-Rev1 9 x Proof-rolling procedures should be observed routinely by a Professional Engineer or his designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof roll should be removed and replaced with well-compacted material as outlined in Section 7.3. x Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in Section 7.3. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontal to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in Section 7.3, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. 7.2 Foundation Excavations All foundation excavations should be monitored to verify foundations bear on suitable material. The bearing stratum exposed in the base of all foundation excavations should be protected against any detrimental change in conditions. Surface runoff water should be drained away from excavations and not allowed to collect. All concrete for foundations should be placed as soon as practical after the excavation is made. ALPHA Report No. W191448-Rev1 10 Prolonged exposure of the bearing surface to air or water will result in changes in strength and compressibility of the bearing stratum. Therefore, if delays occur, excavations should be slightly deepened and cleaned, in order to provide a fresh bearing surface. 7.3 Fill Compaction The following are recommendations pertaining to general fill compaction. Moisture conditioned soil should conform to the recommendations provided in Section 6.2. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of floor slabs, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. In cases where mass fills are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. Compaction should be accomplished by placing fill in about 8-inch thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. 7.4 Utilities In cases where utility lines are more than 10 ft deep, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within –2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. ALPHA Report No. W191448-Rev1 11 Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when designing utility lines under pavements and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. 7.5 Groundwater Groundwater was encountered in Borings 2, 17 and 30 at depths of about 4 ft to 13 ft below the ground surface. Shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. 8.0 LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide these services. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives), and is related solely to design of the specific structures outlined in Section 2.0. No party other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such party shall have obtained ALPHA’s written acceptance of such intended use. Any such third party using this report after obtaining ALPHA’s written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA’s liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained ALPHA Report No. W191448-Rev1 12 herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non- compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors. It is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. CITY OF FORT WORTH McPherson Village Addition Phase 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102531 Revised July 1, 2011 GC-6.09 Permits & Utilities THIS PAGE LEFT INTENTIONALLY BLANK 7 02 3,839,945 88.15 Phase1,2&3 FORTWURTH LETTER OF AUTHORIZATION FOR URBAN FORESTRY PERMIT REPRESENTATION I(PRINT OWNER'S NAME) CW-McPherson Ranch, LLC - Attn: John Cork CERTIFY THAT I AM THE CURRENT OWNER OF THE PROPRTY DESCRIBED BELOW AND HEREBY GRANT AUTHORITY TO (NAME) R�/1C1 HIII, Shield Engineering Group, PLLC TO ACT ON MY BEHALF IN MAKING APPLICATION AND SUBMITTING TO THE CITY OF FORT WORTH, TEXAS, A REQUEST FOR AN URBAN FORESTRY PERMIT FOR THE FOLLOWING PROPERTY: See attached legal descriptions ACKNOWLEDGEMENTS: (CERTIFIED LEGAL DESCRIPTION] I certify that the above information is correct and complete to the best of my knowledge and ability and that I am now, or will be, fully prepared to carry out the Urban Forestry Plan as approved should the above representative or their agents fail to do so, or if the property is sold, I will make the new owner and their representatives fully aware of the approved Urban Forestry Plan and the requirements that run with the land. I further certify that I have read and understand the information provided concerning the procedure for consideration of my Urban Forestry Permit request as well as Section 6.302 of the City of Fort Worth Comprehensive Zoning Ordinance concerning the overall Urban Forestry regulations. I understand that acceptance of an Urban Forestry Permit application does not guarantee that the City will issue the permit unless it is in compliance with all applicable codes, laws, and regulations and all fees have been paid. I understand that once approved, this permit will expire and become invalid on the fifth anniversary of the approval date if either no progress has been made toward implementation of the plan or the project scope and configuration changes prior to tree removal or site disturbance. I understand that should progress toward implementation, tree removal, or site disturbance occur, the approved permit will not expire until the warranty period for new and preserved trees has ended or a new permit and plan are submitted and approved subject to conditions of the original permit. I understand that an approved plan will run with the land until is revised and replaced with another approved plan under this or another Urban Forestry Permit. I understand that warranty for new and preserved trees begins once the last building is complete and receives a certificate of occupancy or when all improvements shown on the plan have been completed, whichever is the later date. I further authorize my representative to act as my agent, if needed, before the Urban Design Commission during any appeal hearings. I understand that if I am not present or represented at a public hearing for an appeal of any requirements of Section 6.302, the Urban Design Commission may deny the request. THIS AUTHORIZATION OWNER'S SIGNATURE: OWNER'S NAME IN FO�CE UN��ESS REVOKED BY WRITTEN NOTICE. erson Ranch, LLC - Attn: John Cork ADDRESS and ZIP $655 SO�th Priest Dr_ Tempe, AZ. 85284 TELEPHONE: 480-820 EMAi�:lcork@coronadowest.com Revised: 12/27/2019 B37363534DBBBBDEEAGGLLFFF1345678910CCAA1234567891011121314151617181920212223242526272829303132JOHN KORTICKY SURVEYABSTRACT NO. 91450.00'N 89°31'10" E 663.39'N 89°31'10" E 628.83'GARRANLANEMcMAHAN LANE10' U.E.20' B.L.20' B.L.10' U.E.McLANAHAN LANE52.01'C33C34C35100.93'C3859.17'97.06'N 00°28'50" W110.00'N 77°3 1 ' 0 1 " W 120.06' N 76°0 3 ' 1 0 " W 104.27 'N 22°39 '51" W105.64 'N 00°28'50" W107.15'N 00°28'50" W110.00'N 00°28'50" W103.68'S 43°21'02" W130.21'S 86°43'53" W102.27'S 4 0 ° 2 3 ' 4 3 " E 1 5 0 . 0 6 'N 00°28'50" W100.51'N 00°28'50" W119.04'50.00'60.02'107.61'45.73'24.79'92.87'123.98'153.23'5.01'C25C26C27C28C29 C30C3650.00'50.00'50.00'35.41'110.00'110.00'110.00'120.00'110.00'110.00'110.00'120.00'110.00'110.00'110.00'110.00'110.00'S 00°28'50" E110.00'100.00'110.00'110.00'120.00'120.00'120.00'120.00'120.00'N 00°28'50" W120.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'N 00°28'50" W110.00'100.00'100.00'110.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'40.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'40.00'50.00'50.00'50.00'50.00'50.00'40.00'L5L 6 L7L450.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'40.00'50.00'167.66'10' U.E.20' B.L.20' B.L.10' U.E.25'25'50'25'25'50'25'25'50'25'25'50'25'25'50'25'25'50'CHISHOLM TRAILPARKWAY(VARIABLE WIDTHRIGHT-OF-WAY)TULLAMORELANE10' U.E.20' B.L.20' B.L.10' U.E.10' U.E.20' B.L.20' B.L.10' U.E.PORTADOWNLANECOOKSTOWN LANESUNFLOWER RIDGE(40' RIGHT-OF-WAYCABINET A, SLIDE 11329P.R.T.C.T.)JAMESON LANEL8L 9 L10L 1 1100.00'100.00'100.00'95.00'S 00°28'50" E110.00'S 00°28'50" E110.00'S 00°28'50" E110.00'N 00°28'50" W110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'50.00'40.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'S 00°28'50" E110.00'100.00'110.00'110.00'S 00°28'50" E110.00'100.00'95.00'50.00'50.00'50.00'40.00'50.00'50.00'L 1 3 L1440.00'50.00'40.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'C22110.00'N 00°28'50" W110.00'94.17'40.00'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'19.98'100.00'21.01'50.00'50.00'50.00'50.00'50.00'110.00'N 00°28'50" W110.00'86.61'26.58'23.42'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'51.52'N 88°14'24" E110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'N 88°14'24" E110.00'94.76'C838.12'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'69.48'C 1 6 95.36'10' U.E.20' B.L.10' U.E.20' B.L.120.00'N 00°28'50" W120.00'99.99'S 38°21'27" E139.06'S 76°34'20" E95.12'100.90'110.01'N 88°14'24" E110.00'95.00'10' U.E.25' B.L.50.00'50.00'119.11'56.00'19.88'34.11'49.36'50.00'50.00'45.00'32.19'40.00'50.00'C7C5C4C3C2 4.10'50.00'L24L2395.00'N 88°14'24" E110.00'40.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'N 88°14'24" E110.00'L2095.00'540.00'S 01°45'36" E 1981.55'S 89°12'21" W 301.31'N 00°27'58" W50.00'N 89°12'21" E4.67'N 01°45'36" W 978.10'S 89°31'10" W178.08'N 00°28'50" W165.50'N 89°31'10" E14.95'N 00°28'50" W94.50'S 89°31'10" W 1047.06'N 76°15'18" W50.00'L=16.37'R=3104.79'Δ=000° 18' 08"CB=N 13°35'38" ECD=16.37'N 76°33'26" W120.00'L=514.90'R=2984.79'Δ=009° 53' 02"CB=N 08°30'03" ECD=514.26'N 89°31'10" E 1587.30'SHANDONLANESUMMER CREEK DRIVE45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'55.00'L 1 9 50.00'40.00'50.00'50.00'95.00'N 88°14'24" E110.00'110.00'110.00'N 88°14'24" E110.00'C9C1090.02'69.94'21.99'145.17'44.92'50.00'50.00'50.00'55.00'15.00'158.29'L30L31 119.06'C1 2 C13C14125.20'L32L33L34S 00°28'50" E115.00'115.00'125.00'C17L1640.00'50.00'50.00'31.27'10' U.E.20' B.L.10' U.E. 20' B.L.70.63'50.00'55.00'55.00'50.00'73.08'123456789101112131415161718123456789123456X7X891011121316171819202122232425123456789101123242526272829305678910111213141516171819202122232425262728S 89°12'21" W140.25'N 88°14'24" E 190.00'S 01°45'36" E211.26'625.00'301.14'N 88°14'24" E 190.00'S 89°31'10" W 310.10'S 00°28'50" E 540.00'L27L17L15L3L2270.00'270.00'35.00'40.00'49.95'N 89°31'10" E 1066.51'N 89°31'10" E 1017.86'500.00'500.00'517.86'566.51'135.00'S 00°28'50" E 565.00'270.00'160.00'25'25'50'25'25'50'L1POINT OFBEGINNING355.00'RPRPRPRPRP50.00'20' R.O.W.DEDICATION20.0'C2343.87'C3139.71'11.04'C24RANCHO VERDEPARKWAY7.26'LADYTOWNLANE12X27X15X158X26X14XS 89°12'17" W2296.48'N 00°28'50" W120.00'S 89°12'21" W32.22'31X10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.10' B.L.& U.E.10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.58.65'10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.R50'R50'C15R50'R50'C3233C37C1C6 N 00°28'50" W110.00'C11N 01°45'36" W 110.03'SUMMER CREEK ROAD(110' RIGHT-OF-WAY)418.18'C39RANCHO VERDE PKWY.(60' RIGHT-OF-WAY)50.00'10' ONCOREASEMENT210' ONCOREASEMENT10' ONCOREASEMENT10' ONCOREASEMENT10' ONCOREASEMENT10' ONCOREASEMENT10' ONCOREASEMENTN 00°28'50" W110.00'10' ONCOREASEMENT50.00'50.00'50.00'50.00'50.00'50.00'10' ONCOREASEMENT10' ONCOREASEMENT10' ONCOREASEMENT10' ONCOR EASEMENT BYTHIS PLAT.10' AT&T EASEMENT BYSEPARATE INSTRUMENTINST. No. D__________O.P.R.T.C.T.10' ONCOREASEMENTS 00°28'50" E110.00'10' ONCOREASEMENT10' ONCOREASEMENT10' ONCOREASEMENT10' ONCOREASEMENT138.55'5.00'510.00'5.00'L25L26 L 2 8 L2950.00'50.00'7.01'423.20'L=1756.43'R=2985.56'Δ=033° 42' 27"CB=N 30°17'55" ECD=1731.21'15.04'40.0'L35627.73'515.00'15.00'SUNFLOWER RIDGE(60' RIGHT-OF-WAY)60.0'20.0'40.0'60.0'C41C42C43C4 4C4510' AT&T EASEMENT BYSEPARATE INSTRUMENTINST. No. D__________O.P.R.T.C.T.20' B.L.22' B.L.10' U.E.20' B.L.LINE TABLELINE #L1L2L3L4L5L6L7L8L9L10L11L12L13L14L15L16L17L19L20L23L24L25L26L27L28L29L30L31L32L33L34BEARINGN44°31'10"ES39°32'40"ES00°28'50"EN45°28'50"WN44°31'10"EN45°28'50"WN44°31'10"ES44°31'10"WN45°28'50"WS44°31'10"WN45°28'50"WN44°31'10"ES45°28'50"ES44°31'10"WS44°31'10"WN45°28'50"WS43°52'47"WN46°45'36"WN43°14'24"ES46°45'36"EN43°13'36"ES46°45'43"EN43°14'24"EN46°16'37"WS46°45'35"EN43°14'24"EN89°31'10"ES85°19'14"EN89°31'10"EN78°12'34"EN78°12'34"ELENGTH14.14'11.74'5.00'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'7.07'14.14'6.99'14.14'14.14'14.14'14.15'14.14'14.14'7.13'7.07'14.14'66.39'50.20'50.00'50.99'50.99'CURVE TABLECURVE #C1C2C3C4C5C6C7C8C9C10C11C12C13C14C15C16C17C22C23C24C25C26C27C28C29LENGTH15.50'28.64'38.73'38.48'46.29'15.50'5.11'23.81'15.50'37.51'15.18'43.20'52.79'6.26'15.50'23.23'15.50'23.56'16.35'2.91'86.38'37.86'34.49'39.32'45.92'RADIUS20.00'50.00'50.00'50.00'50.00'20.00'50.00'15.00'20.00'50.00'50.00'50.00'50.00'50.00'20.00'15.00'20.00'15.00'20.00'20.00'50.00'50.00'50.00'50.00'50.00'DELTA44°24'55"32°49'21"44°23'06"44°05'53"53°02'19"44°24'55"5°51'34"90°57'57"44°24'55"42°59'11"17°23'41"49°30'13"60°29'50"7°10'09"44°24'55"88°43'14"44°24'55"90°00'00"46°49'36"8°19'24"98°58'52"43°22'52"39°31'28"45°03'12"52°37'31"CHORD BEARINGS68°35'12"ES62°35'12"EN78°48'35"EN34°34'06"EN14°00'01"WN23°58'03"WN43°26'57"WN43°43'23"ES20°26'52"WN21°09'44"EN09°01'43"WN42°28'40"WS82°31'19"WS48°41'19"WN67°18'42"EN46°07'13"WS21°43'38"WN45°28'50"WS66°06'22"WS38°31'52"WN83°51'36"ES24°57'33"ES16°29'38"WS58°46'58"WN72°22'41"WCHORD LENGTH15.12'28.25'37.77'37.54'44.65'15.12'5.11'21.39'15.12'36.64'15.12'41.87'50.38'6.25'15.12'20.98'15.12'21.21'15.89'2.90'76.03'36.96'33.81'38.31'44.33'CURVE TABLECURVE #C30C31C32C33C34C35C36C37C38C39C40C41C42C43C44C45LENGTH9.27'6.23'14.00'36.20'46.61'53.71'2.93'10.81'20.32'132.26'15.50'15.50'156.06'156.06'156.06'156.06'RADIUS20.00'20.00'20.00'50.00'50.00'50.00'20.00'20.00'15.00'3129.79'20.00'20.00'50.00'50.00'50.00'50.00'DELTA26°34'02"17°50'54"40°05'44"41°28'57"53°24'58"61°32'54"8°23'37"30°58'16"77°36'27"2°25'17"44°24'55"44°24'55"178°49'50"178°49'50"178°49'50"178°49'50"CHORD BEARINGS59°20'56"ES81°33'23"EN07°30'55"WS06°49'18"ES40°37'39"WN81°53'24"WS55°18'46"ES74°59'42"ES50°42'56"WN12°32'04"EN67°18'42"EN67°18'42"ES45°28'50"ES45°28'50"ES45°28'50"ES45°28'50"ECHORD LENGTH9.19'6.21'13.71'35.41'44.94'51.17'2.93'10.68'18.80'132.25'15.12'15.12'99.99'99.99'99.99'99.99'PROJECTLOCATIONCITY PLAN COMMISSIONCITY OF FORT WORTH, TEXASTHIS PLAT IS VALID ONLY IF RECORDED WITHIN NINETY (90) DAYS AFTER THEDATE OF APPROVALFM 1187SUMMER CREEK DRIVE C H I S H O L M T R A I L P A R K W A Y SYCAMORESCHOOL RDVICINITY MAPNOT TO SCALEFINAL PLATOFLOTS 1-5, 8-13, 16-25, 6X-7X, 14X-15X, & 26X-27X; LOTS1-37 & 158X, BLOCK B; LOTS 1-18, BLOCK C; LOTS 1-10,BLOCK D; LOTS 1-9, BLOCK E; LOTS 5-28, BLOCK F; LOTS1-11, BLOCK G; LOTS 23-30, BLOCK L;McPHERSON VILLAGEADDITIONAN ADDITION TOTHE CITY OF FORT WORTH,TARRANT COUNTY, TEXASBEING 32.575 ACRES OF LANDSITUATED IN THE JOHN KORTICKY SURVEY,ABSTRACT NO. 914,CITY OF FORT WORTH, TARRANT COUNTY, TEXAS10' U.E.20' B.L.12350'110' DEVELOPMENT YIELDRESIDENTIAL LOTS: NUMBER 139ACREAGE: SINGLE FAMILY DETACHED 18.930 SINGLE FAMILY ATTACHED 0 TWO FAMILY 0 MULTIFAMILY 0GROSS SITE AREA (ACRES): 32.592TOTAL NUMBER LOTS: 147COMMERCIAL LOTS: NUMBER 0TOTAL NUMBER OF DWELLING UNITS: 139ACREAGE: COMMERCIAL LOTS 0.000 INDUSTRIAL LOTS 0.000 OPEN SPACE LOTS 4.846 RIGHT-OF-WAY 8.816PRIVATE OPEN SPACE LOTS: NUMBER 8KNOW ALL MEN BY THESE PRESENTS:THAT I, GREGORY J. CAVATAIO, DO HEREBY CERTIFY THAT I PREPARED THIS PLAT FROM AN ACTUAL AND ACCURATESURVEY OF THE LAND AND THAT THE CORNER MONUMENTS SHOWN THEREON AS SET WERE PROPERLY SET UNDERMY PERSONAL SUPERVISION____________________________________________GREGORY J. CAVATAIOREGISTERED PROFESSIONAL LAND SURVEYORTEXAS REGISTRATION No. 6389PRELIMINARY, THIS DOCUMENT SHALL NOT BE RECORDED FOR ANY PURPOSE AND SHALL NOTBE USED OR VIEWED OR RELIED UPON AS A FINAL SURVEY DOCUMENTSTATE OF TEXAS §COUNTY OF TARRANT §BEFORE ME, THE UNDERSIGNED AUTHORITY, ON THIS DAY PERSONALLY APPEARED _______________, KNOWN TO METO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO METHAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN EXPRESSED.GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS________DAY OF_____________, 2019.NOTARY PUBLIC IN AND FOR THE STATE OF TEXASMY COMMISSION EXPIRES:________________FLOODPLAIN NOTE:BY GRAPHICAL PLOTTING, THE PARCEL DESCRIBED HEREIN LIES WITHIN ZONE "X" AS DELINEATED ON THETARRANT COUNTY, TEXAS AND INCORPORATED AREAS FLOOD INSURANCE RATE MAP, NO. 48439C0260K ANDMAP NO. 48439C0280K, REVISED SEPTEMBER 25, 2009, AS PUBLISHED BY THE FEDERAL EMERGENCYMANAGEMENT AGENCY. ZONE "X" IS DEFINED AS "AREAS DETERMINED TO BE OUTSIDE THE 0.2% ANNUALCHANCE FLOODPLAIN." THE SURVEYOR DOES NOT CERTIFY THAT REVISED FLOODPLAIN INFORMATION HASOR HAS NOT BEEN PUBLISHED BY THE FEDERAL EMERGENCY MANAGEMENT AGENCY OR ANY OTHERSOURCE.STATE OF TEXAS §COUNTY OF TARRANT §BEFORE ME, THE UNDERSIGNED AUTHORITY, ON THIS DAY PERSONALLY APPEARED GREGORY J. CAVATAIO, KNOWNTO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TOME THAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN EXPRESSED.GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS________DAY OF_____________, 2019.NOTARY PUBLIC IN AND FOR THE STATE OF TEXASMY COMMISSION EXPIRES:________________STATE OF TEXAS §COUNTY OF TARRANT§WHEREAS BURLESON FIELDS, LLC. IS THE OWNER OF A 32.592 ACRE TRACT OF LAND SITUATED IN THEJOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS,SAID TRACT OF LAND BEING A PORTION OF THAT CERTAIN TRACT OF LAND AS DESCRIBED TO BURLESONFIELDS, LLC, AS RECORDED IN INSTRUMENT NUMBER D216137216, OFFICIAL PUBLIC RECORDS, TARRANTCOUNTY, TEXAS, SAID TRACT OF LAND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDSAS FOLLOWS:BEGINNING AT A 5/8 INCH IRON ROD WITH CAP STAMPED “G&A” FOUND AT THE NORTHWEST CORNER OFSAID BURLESON FIELDS TRACT, SAID POINT ALSO BEING THE SOUTHEAST CORNER OF THAT CERTAINTRACT OF LAND DESCRIBED BY DEED TO _____, AS RECORDED IN INSTRUMENT NUMBER D_________,OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS;THENCE N 89°31'10" E, A DISTANCE OF 1587.30 FEET TO A POINT;THENCE S 01°45'36" E, A DISTANCE OF 1981.55 FEET TO A POINT;THENCE S 89°12'21" W, A DISTANCE OF 307.65 FEET TO A POINT;THENCE OVER AND ACROSS SAID BURLESON FIELDS TRACT THE FOLLOWING COURSES AND DISTANCES:N 00°28'50" W, A DISTANCE OF 120.00 FEET TO A POINT;S 89°12'21" W, A DISTANCE OF 32.22 FEET TO A POINT;N 00°27'58" W, A DISTANCE OF 50.00 FEET TO A POINT;N 89°12'21" E, A DISTANCE OF 4.67 FEET TO A POINT;N 01°45'36" W, A DISTANCE OF 978.10 FEET TO A POINT;S 89°31'10" W, A DISTANCE OF 178.08 FEET TO A POINT;N 00°28'50" W, A DISTANCE OF 165.50 FEET TO A POINT;N 89°31'10" E, A DISTANCE OF 14.95 FEET TO A POINT;N 44°31'10" E, A DISTANCE OF 14.14 FEET TO A POINT;N 00°28'50" W, A DISTANCE OF 94.50 FEET TO A POINT;S 89°31'10" W, A DISTANCE OF 1047.06 FEET TO A POINT;N 76°15'18" W, A DISTANCE OF 50.00 FEET TO A POINT, SAID POINT BEING THE BEGINNING OF ANON-TANGENT CURVE TO THE LEFT;AN ARC DISTANCE OF 16.37 FEET ALONG SAID NON-TANGENT CURVE TO THE LEFT, HAVING ARADIUS OF 3104.79 FEET, A CENTRAL ANGLE OF 00°18'08", AND A CHORD BEARING AND DISTANCE OFN 13°35'38" E, 16.37 FEET TO A POINT;N 76°33'26" W, A DISTANCE OF 120.00 FEET TO A POINT IN THE WEST LINE OF SAID BURLESON FIELDSTRACT AND THE EAST RIGHT-OF-WAY LINE OF SAID CHISHOLM TRAIL PARKWAY, SAID POINT BEINGTHE BEGINNING OF A NON-TANGENT CURVET TO THE LEFT;THENCE AN ARC DISTANCE OF 514.90 FEET ALONG SAID NON-TANGENT CURVE TO THE LEFT, AND ALONGTHE WEST LINE OF SAID BURLESON FIELDS TRACT AND THE EAST RIGHT-OF-WAY LINE OF SAID CHISHOLMTRAIL PARKWAY, HAVING A RADIUS OF 2984.79 FEET, A CENTRAL ANGLE OF 09°53'02", AND A CHORDBEARING AND DISTANCE OF N 08°30'03" W, 514.26 FEET TO THE POINT OF BEGINNING, AND CONTAINING1,418,958.864 SQUARE FEET OR 32.575 ACRES OF LAND.NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS:THAT BURLESON FIELDS, LLC, DOES HEREBY ADOPT THIS FINAL PLAT DESIGNATING THE HEREIN ABOVE DESCRIBEDPROPERTY AS LOTS 1-5, 8-13, 16-25, 6X-7X, 14X-15X, & 26X-27X; LOTS 1-37 & 158X, BLOCK B; LOTS 1-18, BLOCK C; LOTS 1-10,BLOCK D; LOTS 1-9, BLOCK E; LOTS 5-28, BLOCK F; LOTS 1-11, BLOCK G; LOTS 23-30, BLOCK L; McPHERSONADDITION AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND DO HEREBY DEDICATE TO THEPUBLIC USE FOREVER, THE STREETS, ALLEYS, EASEMENTS AND COMMON AREAS SHOWN HEREON.WITNESS, MY HAND, THIS THE ______ DAY OF ____________________, 2019.BY: ____________________________________________BURLESON FIELDS, LLC BURLESON FIELDS, LLC, Its Authorized AgentMark Allen, OwnerNOTES:1.ALL DISTANCES ALONG ARCS ARE GIVEN AS ARC LENGTHS.2.BEARINGS BASED ON NAD83 TxNC GPS OBSERVATIONS.3.ALL CORNERS ARE MARKED WITH A 5/8" IRON ROD WITH BLUE PLASTIC CAP STAMPED "SHIELD ENGINEERING"UNLESS OTHERWISE NOTED.4.ALL PRIVATE OPEN SPACE LOTS SHALL BE OWNED AND MAINTAINED BY THE HOA.5.NO ABSTRACTING HAS BEEN PERFORMED BY THE SURVEYOR. THERE MAY BE ADDITIONAL EASEMENTS ORENCUMBRANCES AFFECTING THE SUBJECT TRACT WHICH THE SURVEYOR IS UNAWARE OF AND THEREFORE ARENOT SHOWN HEREON.6.P.R.V.'S REQUIRED. PRIVATE PRESSURE REDUCING VALVES WILL BE REQUIRED; WATER PRESSURE EXCEEDS 80PSI.7.THE CITY OF FORT WORTH HAS AN ORDINANCE IMPLEMENTING THE ASSESSMENT AND COLLECTION OF WATER ANDWASTEWATER IMPACT FEES. THE TOTAL AMOUNT ASSESSED IS ESTABLISHED ON THE RECORDATION DATE OF THIS PLATAPPLICATION, BASED UPON SCHEDULE I OF THE CURRENT IMPACT FEE ORDINANCE. THE AMOUNT TO BE COLLECTED ISDETERMINED UNDER SCHEDULE II THEN IN EFFECT ON THE DATE A BUILDING PERMIT IS ISSUED, OR THE CONNECTION DATETO THE MUNICIPAL WATER AND/OR WASTEWATER SYSTEM.8.NO PERMANENT STRUCTURES SHALL BE CONSTRUCTED OVER ANY EXISTING OR PLATTED WATER, SANITARYSEWER, DRAINAGE, GAS, ELECTRIC, OR OTHER UTILITY EASEMENT OF ANY TYPE9.THE CITY OF FORT WORTH SHALL NOT BE RESPONSIBLE FOR THE MAINTENANCE OF PRIVATE STREETS, DRIVES,EMERGENCY ACCESS EASEMENTS, PUBLIC ACCESS EASEMENTS, PUBLIC PEDESTRIAN ACCESS EASEMENTS,RECREATION AREAS, OPEN SPACES AND DRAINAGE FACILITIES, AND SAID OWNERS AGREE TO INDEMNIFY ANDSAVE HARMLESS THE CITY OF FORT WORTH, TEXAS, FROM CLAIMS, DAMAGES AND LOSSES ARISING OUT OF ORFROM PERFORMANCE OF THE OBLIGATIONS OF SAID OWNERS SET FORTH IN THIS PARAGRAPH.10.ANY PUBLIC UTILITY, INCLUDING THE CITY OF FORT WORTH, SHALL HAVE THE RIGHT TO MOVE AND KEEP MOVEDALL OR PART OF ANY BUILDING, FENCE, TREE, SHRUB, OTHER GROWTH OR IMPROVEMENT WHICH IN ANY WAYENDANGERS OR INTERFERES WITH THE CONSTRUCTION, MAINTENANCE, OR EFFICIENCY OF ITS RESPECTIVESYSTEMS ON ANY OF THE EASEMENTS SHOWN HEREON, AND THEY SHALL HAVE THE RIGHT AT ALL TIMES TOINGRESS AND EGRESS UPON SAID EASEMENT FOR THE PURPOSE OF MAINTAINING, AND ADDING OR REMOVINGALL OR PART OF ITS RESPECTIVE SYSTEMS WITHOUT THE NECESSITY AT ANY TIME OF PROCURING THEPERMISSION OF ANYONE.11.NO BUILDING PERMITS SHALL BE ISSUED FOR ANY LOT IN THIS SUBDIVISION UNTIL AN APPROPRIATE COMMUNITYFACILITIES AGREEMENT OR OTHER ACCEPTABLE PROVISIONS ARE MADE FOR THE CONSTRUCTION OF ANYAPPLICABLE WATER, SANITARY SEWER, DRAINAGE IMPROVEMENTS, STREET LIGHTS, SIDEWALKS, SIGNS ORPAVING IMPROVEMENTS, AND APPROVAL IS FIRST OBTAINED FROM THE CITY OF FORT WORTH.12.PARKWAY IMPROVEMENTS SUCH AS CURB AND GUTTER, PAVEMENT TIE-IN, DRIVE APPROACHES, SIDEWALKS ANDDRAINAGE INLETS MAY BE REQUIRED A THE TIME OF BUILDING PERMIT ISSUANCE VIA A PARKWAY PERMIT.13.SIDEWALKS AND STREET LIGHTS ARE REQUIRED FOR ALL PUBLIC AND PRIVATE STREETS AND PUBLIC ACCESSEASEMENTS AS PER CITY OF FORT WORTH STANDARDS.14.A SITE DRAINAGE STUDY, SHOWING CONFORMANCE WITH THE APPROVED ROADWAY DRAINAGE PLAN, MAY BEREQUIRED BEFORE ANY BUILDING PERMIT IS ISSUED ON THIS SITE. A GRADING PLAN IN SOME INSTANCES MAY BEADEQUATE. IF THE SITE DOES NOT CONFORM, THEN A DRAINAGE STUDY MAY BE REQUIRED, ALONG WITH ACOMMUNITY FACILITIES AGREEMENT FOR ANY REQUIRED DRAINAGE IMPROVEMENTS AND THE CURRENT OWNERSHALL SUBMIT A LETTER TO THE DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS STATING AWARENESSTHAT A SITE DRAINAGE STUDY WILL BE REQUIRED BEFORE ANY PERMIT IS ISSUED. THE CURRENT OWNER WILLINFORM EACH BUYER OF THE SAME.15.THE CITY OF FORT WORTH HAS AN ORDINANCE IMPLEMENTING THE ASSESSMENT AND COLLECTION OFTRANSPORTATION IMPACT FEES. THE TOTAL AMOUNT ASSESSED IS ESTABLISHED ON THE APPROVAL DATE OFTHIS PLAT APPLICATION, BASED UPON SCHEDULE 1 OF THE IMPACT FEE ORDINANCE IN EFFECT AS OF THE DATEOF THE PLAT. THE AMOUNT TO BE COLLECTED IS DETERMINED UNDER SCHEDULE 2 OF SAID ORDINANCE AND ISDUE ON THE DATE A BUILDING PERMIT IS ISSUED.16.INDICATES A 5' BY 5' ONCOR ELECTRIC DELIVERY COMPANY TRANSFORMER PAD EASEMENT. THE MINIMUMLENGTH OF ANY SIDE OF SAID EASEMENTS WILL BE 5'. SAID EASEMENTS SHALL AT ALL TIMES ADJOIN A UTILITYEASEMENT ALONG THE SIDE CLOSEST TO THEIR RESPECTIVE RIGHTS-OF-WAY.17.BUILDING CONSTRUCTION DISTANCE LIMITATION TO AN OIL OR GAS WELL BORE, PURSUANT TO THE FORT WORTHCITY CODE, NO BUILDING(S) NOT NECESSARY TO THE OPERATION OF AN OIL OR GAS WELL SHALL BECONSTRUCTED WITHIN THE SETBACKS REQUIRED BY THE CURRENT GAS WELL ORDINANCE AND ADOPTED FIRECODE FROM ANY EXISTING OR PERMITTED OIL OR GAS WELL BORE. THE DISTANCE SHALL BE MEASURED IN ASTRAIGHT LINE FROM THE WELL BORE TO THE CLOSEST EXTERIOR POINT OF THE BUILDING, WITHOUT REGARDSTO INTERVENING STRUCTURES OR OBJECTS.18.FLOOD PLAIN/DRAINAGE-WAY: MAINTENANCE. THE EXISTING CREEK, STREAM, RIVER, OR DRAINAGE CHANNELTRAVERSING ALONG OR ACROSS PORTIONS OF THIS ADDITION, WILL REMAIN UNOBSTRUCTED AT ALL TIMES ANDWILL BE MAINTAINED BY THE INDIVIDUAL LOT OWNERS WHOSE LOTS ARE TRAVERSED BY, OR ADJACENT TO, THEDRAINAGE-WAYS. THE CITY OF FORT WORTH WILL NOT BE RESPONSIBLE FOR THE MAINTENANCE, EROSIONCONTROL, AND/OR OPERATION OF SAID DRAINAGE-WAYS. PROPERTY OWNERS SHALL KEEP THE ADJACENTDRAINAGE-WAYS TRAVERSING THEIR PROPERTY CLEAN AND FREE OF DEBRIS, SILT OR OTHER SUBSTANCESWHICH WOULD RESULT IN UNSANITARY CONDITIONS, AND THE CITY SHALL HAVE THE RIGHT OF ENTRY FOR THEPURPOSE OF INSPECTING THE MAINTENANCE WORK BY THE PROPERTY OWNERS. THE DRAINAGE-WAYS AREOCCASIONALLY SUBJECT TO STORM WATER OVERFLOW AND/OR BANK EROSION THAT CANNOT BE DEFINED. THECITY OF FORT WORTH SHALL NOT BE LIABLE FOR ANY DAMAGES RESULTING FROM THE OCCURRENCE OF THOSEPHENOMENA, NOR THE FAILURE OF ANY STRUCTURE(S) WITHIN THE DRAINAGE-WAYS. THE DRAINAGE-WAYCROSSING EACH LOT IS CONTAINED WITHIN THE FLOODPLAIN EASEMENT LINE AS SHOWN ON THE PLAT.19.PRIVATE COMMON AREAS AND FACILITIES. THE CITY OF FORT WORTH SHALL NOT BE HELD RESPONSIBLE FOR THECONSTRUCTION, MAINTENANCE OR OPERATION OF ANY LOTS CONTAINING PRIVATE COMMON AREAS ORFACILITIES IDENTIFIED AS SUCH ON THIS PLAT. SAID AREAS SHALL INCLUDE, BUT NOT BE LIMITED TO: PRIVATESTREETS, EMERGENCY ACCESS EASEMENTS, AND GATED SECURITY ENTRANCES; RECREATION AREAS,LANDSCAPED AREAS AND OPEN SPACES; WATER AND WASTEWATER DISTRIBUTION SYSTEMS AND TREATMENTFACILITIES; AND RECREATION/ CLUBHOUSE/EXERCISE/ BUILDINGS AND FACILITIES. THE LAND OWNERS ANDSUBSEQUENT OWNERS OF THE LOTS AND PARCELS IN THIS SUBDIVISION, ACTING JOINTLY AND SEVERALLY AS ALAND OWNERS ASSOCIATION, SHALL BE RESPONSIBLE FOR SUCH CONSTRUCTION, RECONSTRUCTION,MAINTENANCE AND OPERATION OF THE SUBDIVISION'S PRIVATE COMMON AREAS AND FACILITIES, AND SHALLAGREE TO INDEMNIFY AND HOLD HARMLESS THE CITY OF FORT WORTH, TEXAS, FROM ALL CLAIMS, DAMAGES ANDLOSSES ARISING OUT OF, OR RESULTING FROM THE PERFORMANCE OF THE OBLIGATIONS OF SAID OWNERSASSOCIATION, AS SET FORTH HEREIN.CITY PLAN COMMISSIONCITY OF FORT WORTH, TEXASTHIS PLAT IS VALID ONLY IF RECORDED WITHIN NINETY (90) DAYS AFTER THEDATE OF APPROVALPROJECTLOCATIONFM 1187SUMMER CREEK DRIVE C H I S H O L M T R A I L P A R K W A Y SYCAMORESCHOOL RDVICINITY MAPNOT TO SCALEFINAL PLATOFLOTS 1-5, 8-13, 16-25, 6X-7X, 14X-15X, & 26X-27X; LOTS1-37 & 158X, BLOCK B; LOTS 1-18, BLOCK C; LOTS 1-10,BLOCK D; LOTS 1-9, BLOCK E; LOTS 5-28, BLOCK F; LOTS1-11, BLOCK G; LOTS 23-30, BLOCK L;McPHERSON VILLAGEADDITIONAN ADDITION TOTHE CITY OF FORT WORTH,TARRANT COUNTY, TEXASBEING 32.575 ACRES OF LANDSITUATED IN THE JOHN KORTICKY SURVEY,ABSTRACT NO. 914,CITY OF FORT WORTH, TARRANT COUNTY, TEXAS B37363534DBBBBDEEAGGLLFFF1345678910CCAA1234567891011121314151617181920212324252627282930313210' U.E.20' B.L.1234567891011121415161718123456789123456X7X891011121316171819202122232512345678910112425262728293056789101112131415161819202122232425262728POINT OFBEGINNING12X27X15X158X26X14X31X332PHASE 1111213141516171819201112131415161718105857565554535251504948474645444342414039384321123456789101112131415161718192021222324252627282930313248495051293031323334353637383940414243444746451234567891011121314151631321231321231325960616263646566676869707172737475767778222120191817161514131284838281807917LFHIHIJKBFBDE10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' B.L. & U.E.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.10' U.E.20' B.L.2221S 89°31'10" W110.00'N 89°31'10" E110.00'N 89°31'10" E110.00'N 89°31'10" E110.00'N 89°31'10" E110.00'N 89°31'10" E110.00'N 00°28'50" W110.00'N 00°28'50" W110.00'N 76°3 3 ' 2 6 " W 120.31' N 76°3 3 ' 2 6 " W 117.06'S 85°30'16" W123.82'S 46°23'21" W132.57'S 00°28'50" E99.83'S 00°28'50" E110.00'S 00°28'50" E110.00'S 00°28'50" E144.08'S 89°31'10" W110.00'S 00°28'50" E65.00'S 89°31'10" W110.00'N 89°31'10" E110.00'S 89°31'10" W110.00'S 00°28'50" E65.00'N 89°31'10" E110.00'N 00°28'50" W125.00'N 00°28'50" W102.07'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'N 00°28'50" W65.00'50.00'50.00'50.00'125.00'125.00'106.09'127.04'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'269.98'870.02'230.50'270.00'270.00'270.00'234.96'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'55.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'55.00'50.50'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'65.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'55.00'270.00'96.54'47.50'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'78.08'96.76'55.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'110.00'50.00'55.00'110.00'110.00'55.00'50.00'50.00'55.00'55.00'50.00'110.00'110.03'50.00'55.00'45.00'50.00'50.00'55.00'50.00'50.00'50.00'50.00'50.00'S 89°31'10" W 855.00'55.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'40.00'40.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'54.75'94.71'36.25'47.06'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'100.00'100.00'22.08'24.94'50.00'50.00'45.00'10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.10' B.L. & U.E.100.00'100.00'100.00'100.00'10' B.L. & U.E.10' B.L. & U.E.100.00'100.00'99.58'10' B.L. & U.E.52.8 2 ' 52.8 2 ' 62.0 5 ' 90.4 9 ' 77.2 0 ' N 71 ° 3 9 ' 4 6 " W 120.00'10' B.L. & U.E.10' B.L. & U.E.115.00'10' B.L. & U.E.10' B.L. & U.E.100.00'100.00'10' B.L. & U.E.100.00'95.50'100.00'100.00'10' B.L. & U.E.10' B.L. & U.E.10' U.E.20' B.L.10' U.E.20' B.L.50.00'50.00'40.00'50.00'50.00'55.00'50.00'51.10'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'110.00'50.00'R50'25'25'50'25'25'50'25'25'50'25'25'50'25'25'50'25'25'50'PHASE 1PHASE 2PHASE 2S 00°28'50" EN 00°28'50" W 830.50'51.10'25.05'5.50'C 1 S 89°31'10" WS 00°28'50" E140.00'N 89°31'10" E226.10'223.95'579.75'N 00°28'50" W135.00'S 12°49'43" W 95.11'C2S 00°28'50" E140.00'S 00°28'50" E150.17'L7L8L9 L10L 1 1L12L 1 3L14L15L16L17 L18L19L 2 0 L21L22L23L 2 4 C24C25C26L28L29L3020' B.L.10' U.E.10' U.E.20' B.L.10' B.L. & U.E.10' B.L. & U.E.18232627815222615111521481478617992110520192293242510810428106293035496710121311141719161281811920212324251242728293034567891011121314161719182025212223242628272930BLOCK K10897654321157156155154153151150149146878885100908991989695929794101102103107109122121118120117116115125123126127130131129132BLOCK BBLOCK B24PHASE 2PHASE 3PHASE 2PHASE 3C28C2 9 C30C31C32C33C34 C35C36C 3 7 3.21'C38C39C40C 4 1 C42 C43C44C 4 56.40'43.60'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'109.90'10.00'110.73'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'12.27'37.74'50.01'17.79'109.63'110.18'109.01'109.74'110.45'108.53'108.81'109.08'109.35'174.41'37. 7 6 'N 89°31'10" E 1047.06'S 00°28'50" E165.50'N 89°31'10" E 178.08'S 01°45'36" E 978.10'N 00°27'58" W50.00'110.00'S 89°12'17" W 543.66'S 89°12'21" W6.35'N 00°28'50" W 705.00'L1 L2L3L5L6 L=514.90'R=2984.79'Δ=009° 53' 02"CB=N 08°30'03" ECD=514.26'L4N 00°28'50" W94.50'N 89°12'21" E32.22'S 89°31'10" W 354.97'25'25'50'25'25'50'S 00°28'50" E120.00'N 89°31'10" E 412.62'N 88°22'09" E 105.80'46.08'DEED LINE22X23N 88°22'09" E 105.80'10.83'105.55'129.79'128.67'127.56'126.44'125.32'124.21'123.09'121.97'120.86'119.74'118.62'117.51'116.39'115.27'114.16'N 89°31'10" E 103.24'S 67°19'10" W 115.71'S 25°59'39" W 118.06'S 00°28'50" E 100.98'110.00'110.00'110.00'110.00'110.00'110.00'55.38'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'50.01'85.55'87.02'JOHN KORTICKY SURVEYABSTRACT NO. 914N 00°28'50" W170.73'N 89°31'10" E 38.56'N 89°31'10" E 650.03'L=635.23'R=2985.81'Δ=012° 11' 23"CB=N 19°32'28" ECD=634.04'N 64°51'25" W 37.76'N 00°28'50" W 10.00'LJBN 00°28'50" W110.00'N 00°28'50" W110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'LINE TABLELINE #L1L2L3L4L5L6L7L8L9L10L11L12L13L14L15L16L17L18L19L20L21L22L23L24L28L29L30BEARINGN76°33'26"WN13°35'38"EN76°15'18"WN44°31'10"ES89°31'10"WS89°12'21"WS45°28'50"EN44°31'10"ES45°28'50"ES44°31'10"WS45°28'50"ES44°31'10"WN45°28'50"WS44°31'10"WN45°28'50"WN44°31'10"ES45°28'50"ES44°31'10"WS44°31'10"WS45°28'50"ES44°31'10"WS45°28'50"EN44°31'10"EN45°28'50"WS38°32'56"WN67°42'40"WN00°28'50"WLENGTH120.00'16.37'50.00'14.14'14.95'4.67'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'14.14'20.16'10.18'5.82'CURVE TABLECURVE #C1C2C24C25C26C28C29C30C31C32C33C34C35C36C37C38C39C40C41C42C43C44C45LENGTH62.05'71.22'11.91'26.14'11.03'173.95'173.95'173.95'173.95'15.17'243.83'243.83'243.83'243.83'19.53'10.69'159.53'159.53'159.53'159.53'159.53'10.63'22.78'RADIUS39.50'39.50'22.21'14.50'19.84'60.50'60.50'60.50'60.50'20.00'50.00'50.00'50.00'50.00'20.00'20.00'60.50'60.50'60.50'60.50'60.50'20.00'14.50'DELTA90°00'00"103°18'33"30°43'33"103°18'33"31°50'42"164°44'12"164°44'12"164°44'12"164°44'12"43°27'00"279°24'44"279°24'44"279°24'44"279°24'44"55°57'44"30°38'15"151°05'07"151°05'07"151°05'07"151°05'07"151°05'07"30°26'51"90°00'00"CHORD BEARINGN45°28'50"WS38°49'34"EN76°42'44"ES38°49'34"ES28°52'01"WS37°42'22"ES37°42'22"ES37°42'22"ES37°42'22"EN67°47'40"ES05°46'32"WS05°46'32"WS05°46'32"WS05°46'32"WN62°29'58"WS14°50'17"WS45°23'09"ES45°23'09"ES45°23'09"ES45°23'09"ES45°23'09"EN74°17'43"EN45°28'50"WCHORD LENGTH55.86'61.96'11.77'22.74'10.89'119.93'119.93'119.93'119.93'14.81'64.67'64.67'64.67'64.67'18.77'10.57'117.17'117.17'117.17'117.17'117.17'10.50'20.51'PROJECTLOCATIONCITY PLAN COMMISSIONCITY OF FORT WORTH, TEXASTHIS PLAT IS VALID ONLY IF RECORDED WITHIN NINETY (90) DAYS AFTER THEDATE OF APPROVALFM 1187SUMMER CREEK DRIVE C H I S H O L M T R A I L P A R K W A Y SYCAMORESCHOOL RDVICINITY MAPNOT TO SCALE10' U.E.20' B.L.12350'110' KNOW ALL MEN BY THESE PRESENTS:THAT I, GREGORY J. CAVATAIO, DO HEREBY CERTIFY THAT I PREPARED THIS PLAT FROM AN ACTUAL AND ACCURATESURVEY OF THE LAND AND THAT THE CORNER MONUMENTS SHOWN THEREON AS SET WERE PROPERLY SET UNDERMY PERSONAL SUPERVISION____________________________________________GREGORY J. CAVATAIOREGISTERED PROFESSIONAL LAND SURVEYORTEXAS REGISTRATION No. 6389PRELIMINARY, THIS DOCUMENT SHALL NOT BE RECORDED FOR ANY PURPOSE AND SHALL NOTBE USED OR VIEWED OR RELIED UPON AS A FINAL SURVEY DOCUMENTSTATE OF TEXAS §COUNTY OF TARRANT §BEFORE ME, THE UNDERSIGNED AUTHORITY, ON THIS DAY PERSONALLY APPEARED _______________, KNOWN TO METO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO METHAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN EXPRESSED.GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS________DAY OF_____________, 2020.NOTARY PUBLIC IN AND FOR THE STATE OF TEXASMY COMMISSION EXPIRES:________________FLOODPLAIN NOTE:BY GRAPHICAL PLOTTING, THE PARCEL DESCRIBED HEREIN LIES WITHIN ZONE "X" AS DELINEATED ON THETARRANT COUNTY, TEXAS AND INCORPORATED AREAS FLOOD INSURANCE RATE MAP, NO. 48439C0260K ANDMAP NO. 48439C0280K, REVISED SEPTEMBER 25, 2009, AS PUBLISHED BY THE FEDERAL EMERGENCYMANAGEMENT AGENCY. ZONE "X" IS DEFINED AS "AREAS DETERMINED TO BE OUTSIDE THE 0.2% ANNUALCHANCE FLOODPLAIN." THE SURVEYOR DOES NOT CERTIFY THAT REVISED FLOODPLAIN INFORMATION HASOR HAS NOT BEEN PUBLISHED BY THE FEDERAL EMERGENCY MANAGEMENT AGENCY OR ANY OTHERSOURCE.STATE OF TEXAS §COUNTY OF TARRANT §BEFORE ME, THE UNDERSIGNED AUTHORITY, ON THIS DAY PERSONALLY APPEARED GREGORY J. CAVATAIO, KNOWNTO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TOME THAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN EXPRESSED.GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS________DAY OF_____________, 2020.NOTARY PUBLIC IN AND FOR THE STATE OF TEXASMY COMMISSION EXPIRES:________________STATE OF TEXAS §COUNTY OF TARRANT§BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OFFORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF THAT CERTAIN TRACT OF LAND ASDESCRIBED TO CW-MCPHERSON RANCH, LLC, AS RECORDED UNDER INSTRUMENT NUMBER D219258961,OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (O.P.R.T.C.T.) AND BEING A PORTION OF A TRACT OFLAND DESCRIBED IN DEED BURLESON FIELDS, LLC, AS RECORDED IN INSTRUMENT NUMBER D216137216,O.P.R.T.C.T. AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS:BEGINNING AT A 5/8 INCH IRON ROD FOUNDWITH A CAP STAMPED "SHIELD ENGINEERING" IN THE NORTHLINE OF SAID CW-MCPHERSON RANCH TRACT AND ALSO BEING THE SOUTHWEST CORNER OF LOT 37,BLOCK B, MCPHERSON VILLAGE PHASE 1, AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY,TEXAS ACCORDING TO THE PLAT THEREOF RECORDED IN INSTRUMENT NO. ________, PLAT RECORDSTARRANT COUNTY TEXAS (P.R.T.C.T.) AND BEING IN THE EAST RIGHT-OF-WAY LINE OF CHISHOLM TRAILPARKWAY, ( A VARIABLE WIDTH RIGHT-OF-WAY);THENCE ALONG THE WEST LINE OF SAID MCPHERSON VILLAGE PHASE 1 ADDITION AND THE EAST LINE OFSAID CW-MCPHERSON RANCH TRACT THE FOLLOWING FOURTEEN (14) COURSES AND DISTANCES:SOUTH 76°33'26" EAST, A DISTANCE OF 120.00 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 13°35'38" WEST, A DISTANCE OF 16.37 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 76°15'18" EAST, A DISTANCE OF 50.00 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;NORTH 89°31'10" EAST, A DISTANCE OF 1,047.06 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 00°28'50" EAST, A DISTANCE OF 94.50 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 44°31'10" WEST, A DISTANCE OF 14.14 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 89°31'10" WEST, A DISTANCE OF 14.95 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 00°28'50" EAST, A DISTANCE OF 165.50 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;NORTH 89°31'10" EAST, A DISTANCE OF 178.08 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 01°45'36" EAST, A DISTANCE OF 978.10 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 89°12'21" WEST, A DISTANCE OF 4.67 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 0°27'58" EAST, A DISTANCE OF 50.00 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;NORTH 89°12'21" EAST, A DISTANCE OF 32.22 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 00°28'50" EAST, A DISTANCE OF 120.00 FEET TO A 5/8” IRON ROD FOUND WITH A CAPSTAMPED “SHIELD ENGINEERING” IN NORTH LINE OF A TRACT OF LAND DESCRIBED BY DEED TO TEXASELECTRIC SERVICE COMPANY, AS RECORDED IN VOLUME 3599, PAGE 588, DEED RECORDS, TARRANTCOUNTY, TEXAS (D.R.T.C.T.) AT THE SOUTHWEST CORNER OF SAID MCPHERSON VILLAGE PHASE 1ADDITION;THENCE SOUTH 89°12'21" WEST, WITH SAID NORTH LINE, A DISTANCE OF 6.35 FEET 5/8” IRON ROD SET WITHA CAP STAMPED “SHIELD ENGINEERING”;THENCE SOUTH 89°12'17" WEST, CONTINUING WITH SAID NORTH LINE, A DISTANCE OF 543.66 FEET 5/8” IRONROD SET WITH A CAP STAMPED “SHIELD ENGINEERING”;THENCE OVER AND ACROSS SAID CW-MCPHERSON RANCH TRACT THE FOLLOWING SEVEN (7) COURSESAND DISTANCES:NORTH 00°28'50" WEST, A DISTANCE OF 170.73 FEET TO A 5/8” IRON ROD SET WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 89°31'10" WEST, A DISTANCE OF 38.56 FEET TO A 5/8” IRON ROD SET WITH A CAPSTAMPED “SHIELD ENGINEERING”;NORTH 00°28'50" WEST, A DISTANCE OF 705.00 FEET TO A 5/8” IRON ROD SET WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 89°31'10" WEST, A DISTANCE OF 650.03 FEET TO A 5/8” IRON ROD SET WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 00°28'50" EAST, A DISTANCE OF 10.00 FEET TO A 5/8” IRON ROD SET WITH A CAPSTAMPED “SHIELD ENGINEERING”;SOUTH 89°31'10" WEST, A DISTANCE OF 354.97 FEET TO A 5/8” IRON ROD SET WITH A CAPSTAMPED “SHIELD ENGINEERING”;NORTH 64°51'25" WEST, A DISTANCE OF 37.76 FEET TO A 5/8” IRON ROD SET WITH A CAPSTAMPED “SHIELD ENGINEERING” IN THE EAST RIGHT-OF-WAY LINE OF SAID CHISHOLM TRAIL PARKWAYAT THE BEGINNING OF A NON-TANGENT CURVE TO THE LEFT;THENCE AN ARC DISTANCE OF 635.23 FEET, ALONG SAID EAST LINE AND SAID CURVE TO THE LEFT, HAVINGA RADIUS OF 2985.81 FEET, A CENTRAL ANGLE OF 12°11'23", AND A CHORD BEARING AND DISTANCE OFNORTH 64°21'50" WEST, 634.04 FEET TO THE POINT OF BEGINNING, AND CONTAINING 1,246,359 SQUAREFEET OR 28.612 ACRES OF LAND, MORE OR LESS.NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS:THAT CW-McPHERSON RANCH, LLC, DOES HEREBY ADOPT THIS FINAL PLAT DESIGNATING THE HEREIN ABOVE DESCRIBEDPROPERTY AS LOTS 38-84, BLOCK B; LOTS 11-21, D; LOTS 10-18, BLOCK E; LOTS 1-4, 29-51, BLOCK F; LOTS 1-32, BLOCK H;LOTS 1-16, 31-32, BLOCK I; LOTS 1-2, 31-32, BLOCK J; LOTS 1-2, 31-32, BLOCK K; LOTS 12-22 & 22X, BLOCK L;McPHERSON ADDITION AN ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND DOHEREBY DEDICATE TO THE PUBLIC USE FOREVER, THE STREETS, ALLEYS, EASEMENTS AND COMMON AREAS SHOWNHEREON.WITNESS, MY HAND, THIS THE ______ DAY OF ____________________, 2020.BY: ____________________________________________CW-McPHERSON RANCH, LLC CW-McPHERSON RANCH, LLC, Its Authorized AgentDANNY SATKSYNOTES:1.ALL DISTANCES ALONG ARCS ARE GIVEN AS ARC LENGTHS.2.BEARINGS BASED ON NAD83 TxNC GPS OBSERVATIONS.3.ALL CORNERS ARE MARKED WITH A 5/8" IRON ROD WITH BLUE PLASTIC CAP STAMPED "SHIELD ENGINEERING"UNLESS OTHERWISE NOTED.4.ALL PRIVATE OPEN SPACE LOTS SHALL BE OWNED AND MAINTAINED BY THE HOA.5.NO ABSTRACTING HAS BEEN PERFORMED BY THE SURVEYOR. THERE MAY BE ADDITIONAL EASEMENTS ORENCUMBRANCES AFFECTING THE SUBJECT TRACT WHICH THE SURVEYOR IS UNAWARE OF AND THEREFORE ARENOT SHOWN HEREON.6.P.R.V.'S REQUIRED. PRIVATE PRESSURE REDUCING VALVES WILL BE REQUIRED; WATER PRESSURE EXCEEDS 80PSI.7.THE CITY OF FORT WORTH HAS AN ORDINANCE IMPLEMENTING THE ASSESSMENT AND COLLECTION OF WATER ANDWASTEWATER IMPACT FEES. THE TOTAL AMOUNT ASSESSED IS ESTABLISHED ON THE RECORDATION DATE OF THIS PLATAPPLICATION, BASED UPON SCHEDULE I OF THE CURRENT IMPACT FEE ORDINANCE. THE AMOUNT TO BE COLLECTED ISDETERMINED UNDER SCHEDULE II THEN IN EFFECT ON THE DATE A BUILDING PERMIT IS ISSUED, OR THE CONNECTION DATETO THE MUNICIPAL WATER AND/OR WASTEWATER SYSTEM.8.NO PERMANENT STRUCTURES SHALL BE CONSTRUCTED OVER ANY EXISTING OR PLATTED WATER, SANITARYSEWER, DRAINAGE, GAS, ELECTRIC, OR OTHER UTILITY EASEMENT OF ANY TYPE9.THE CITY OF FORT WORTH SHALL NOT BE RESPONSIBLE FOR THE MAINTENANCE OF PRIVATE STREETS, DRIVES,EMERGENCY ACCESS EASEMENTS, PUBLIC ACCESS EASEMENTS, PUBLIC PEDESTRIAN ACCESS EASEMENTS,RECREATION AREAS, OPEN SPACES AND DRAINAGE FACILITIES, AND SAID OWNERS AGREE TO INDEMNIFY ANDSAVE HARMLESS THE CITY OF FORT WORTH, TEXAS, FROM CLAIMS, DAMAGES AND LOSSES ARISING OUT OF ORFROM PERFORMANCE OF THE OBLIGATIONS OF SAID OWNERS SET FORTH IN THIS PARAGRAPH.10.ANY PUBLIC UTILITY, INCLUDING THE CITY OF FORT WORTH, SHALL HAVE THE RIGHT TO MOVE AND KEEP MOVEDALL OR PART OF ANY BUILDING, FENCE, TREE, SHRUB, OTHER GROWTH OR IMPROVEMENT WHICH IN ANY WAYENDANGERS OR INTERFERES WITH THE CONSTRUCTION, MAINTENANCE, OR EFFICIENCY OF ITS RESPECTIVESYSTEMS ON ANY OF THE EASEMENTS SHOWN HEREON, AND THEY SHALL HAVE THE RIGHT AT ALL TIMES TOINGRESS AND EGRESS UPON SAID EASEMENT FOR THE PURPOSE OF MAINTAINING, AND ADDING OR REMOVINGALL OR PART OF ITS RESPECTIVE SYSTEMS WITHOUT THE NECESSITY AT ANY TIME OF PROCURING THEPERMISSION OF ANYONE.11.NO BUILDING PERMITS SHALL BE ISSUED FOR ANY LOT IN THIS SUBDIVISION UNTIL AN APPROPRIATE COMMUNITYFACILITIES AGREEMENT OR OTHER ACCEPTABLE PROVISIONS ARE MADE FOR THE CONSTRUCTION OF ANYAPPLICABLE WATER, SANITARY SEWER, DRAINAGE IMPROVEMENTS, STREET LIGHTS, SIDEWALKS, SIGNS ORPAVING IMPROVEMENTS, AND APPROVAL IS FIRST OBTAINED FROM THE CITY OF FORT WORTH.12.PARKWAY IMPROVEMENTS SUCH AS CURB AND GUTTER, PAVEMENT TIE-IN, DRIVE APPROACHES, SIDEWALKS ANDDRAINAGE INLETS MAY BE REQUIRED A THE TIME OF BUILDING PERMIT ISSUANCE VIA A PARKWAY PERMIT.13.SIDEWALKS AND STREET LIGHTS ARE REQUIRED FOR ALL PUBLIC AND PRIVATE STREETS AND PUBLIC ACCESSEASEMENTS AS PER CITY OF FORT WORTH STANDARDS.14.A SITE DRAINAGE STUDY, SHOWING CONFORMANCE WITH THE APPROVED ROADWAY DRAINAGE PLAN, MAY BEREQUIRED BEFORE ANY BUILDING PERMIT IS ISSUED ON THIS SITE. A GRADING PLAN IN SOME INSTANCES MAY BEADEQUATE. IF THE SITE DOES NOT CONFORM, THEN A DRAINAGE STUDY MAY BE REQUIRED, ALONG WITH ACOMMUNITY FACILITIES AGREEMENT FOR ANY REQUIRED DRAINAGE IMPROVEMENTS AND THE CURRENT OWNERSHALL SUBMIT A LETTER TO THE DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS STATING AWARENESSTHAT A SITE DRAINAGE STUDY WILL BE REQUIRED BEFORE ANY PERMIT IS ISSUED. THE CURRENT OWNER WILLINFORM EACH BUYER OF THE SAME.15.THE CITY OF FORT WORTH HAS AN ORDINANCE IMPLEMENTING THE ASSESSMENT AND COLLECTION OFTRANSPORTATION IMPACT FEES. THE TOTAL AMOUNT ASSESSED IS ESTABLISHED ON THE APPROVAL DATE OFTHIS PLAT APPLICATION, BASED UPON SCHEDULE 1 OF THE IMPACT FEE ORDINANCE IN EFFECT AS OF THE DATEOF THE PLAT. THE AMOUNT TO BE COLLECTED IS DETERMINED UNDER SCHEDULE 2 OF SAID ORDINANCE AND ISDUE ON THE DATE A BUILDING PERMIT IS ISSUED.16.INDICATES A 5' BY 5' ONCOR ELECTRIC DELIVERY COMPANY TRANSFORMER PAD EASEMENT. THE MINIMUMLENGTH OF ANY SIDE OF SAID EASEMENTS WILL BE 5'. SAID EASEMENTS SHALL AT ALL TIMES ADJOIN A UTILITYEASEMENT ALONG THE SIDE CLOSEST TO THEIR RESPECTIVE RIGHTS-OF-WAY.17.BUILDING CONSTRUCTION DISTANCE LIMITATION TO AN OIL OR GAS WELL BORE, PURSUANT TO THE FORT WORTHCITY CODE, NO BUILDING(S) NOT NECESSARY TO THE OPERATION OF AN OIL OR GAS WELL SHALL BECONSTRUCTED WITHIN THE SETBACKS REQUIRED BY THE CURRENT GAS WELL ORDINANCE AND ADOPTED FIRECODE FROM ANY EXISTING OR PERMITTED OIL OR GAS WELL BORE. THE DISTANCE SHALL BE MEASURED IN ASTRAIGHT LINE FROM THE WELL BORE TO THE CLOSEST EXTERIOR POINT OF THE BUILDING, WITHOUT REGARDSTO INTERVENING STRUCTURES OR OBJECTS.18.FLOOD PLAIN/DRAINAGE-WAY: MAINTENANCE. THE EXISTING CREEK, STREAM, RIVER, OR DRAINAGE CHANNELTRAVERSING ALONG OR ACROSS PORTIONS OF THIS ADDITION, WILL REMAIN UNOBSTRUCTED AT ALL TIMES ANDWILL BE MAINTAINED BY THE INDIVIDUAL LOT OWNERS WHOSE LOTS ARE TRAVERSED BY, OR ADJACENT TO, THEDRAINAGE-WAYS. THE CITY OF FORT WORTH WILL NOT BE RESPONSIBLE FOR THE MAINTENANCE, EROSIONCONTROL, AND/OR OPERATION OF SAID DRAINAGE-WAYS. PROPERTY OWNERS SHALL KEEP THE ADJACENTDRAINAGE-WAYS TRAVERSING THEIR PROPERTY CLEAN AND FREE OF DEBRIS, SILT OR OTHER SUBSTANCESWHICH WOULD RESULT IN UNSANITARY CONDITIONS, AND THE CITY SHALL HAVE THE RIGHT OF ENTRY FOR THEPURPOSE OF INSPECTING THE MAINTENANCE WORK BY THE PROPERTY OWNERS. THE DRAINAGE-WAYS AREOCCASIONALLY SUBJECT TO STORM WATER OVERFLOW AND/OR BANK EROSION THAT CANNOT BE DEFINED. THECITY OF FORT WORTH SHALL NOT BE LIABLE FOR ANY DAMAGES RESULTING FROM THE OCCURRENCE OF THOSEPHENOMENA, NOR THE FAILURE OF ANY STRUCTURE(S) WITHIN THE DRAINAGE-WAYS. THE DRAINAGE-WAYCROSSING EACH LOT IS CONTAINED WITHIN THE FLOODPLAIN EASEMENT LINE AS SHOWN ON THE PLAT.19.PRIVATE COMMON AREAS AND FACILITIES. THE CITY OF FORT WORTH SHALL NOT BE HELD RESPONSIBLE FOR THECONSTRUCTION, MAINTENANCE OR OPERATION OF ANY LOTS CONTAINING PRIVATE COMMON AREAS ORFACILITIES IDENTIFIED AS SUCH ON THIS PLAT. SAID AREAS SHALL INCLUDE, BUT NOT BE LIMITED TO: PRIVATESTREETS, EMERGENCY ACCESS EASEMENTS, AND GATED SECURITY ENTRANCES; RECREATION AREAS,LANDSCAPED AREAS AND OPEN SPACES; WATER AND WASTEWATER DISTRIBUTION SYSTEMS AND TREATMENTFACILITIES; AND RECREATION/ CLUBHOUSE/EXERCISE/ BUILDINGS AND FACILITIES. THE LAND OWNERS ANDSUBSEQUENT OWNERS OF THE LOTS AND PARCELS IN THIS SUBDIVISION, ACTING JOINTLY AND SEVERALLY AS ALAND OWNERS ASSOCIATION, SHALL BE RESPONSIBLE FOR SUCH CONSTRUCTION, RECONSTRUCTION,MAINTENANCE AND OPERATION OF THE SUBDIVISION'S PRIVATE COMMON AREAS AND FACILITIES, AND SHALLAGREE TO INDEMNIFY AND HOLD HARMLESS THE CITY OF FORT WORTH, TEXAS, FROM ALL CLAIMS, DAMAGES ANDLOSSES ARISING OUT OF, OR RESULTING FROM THE PERFORMANCE OF THE OBLIGATIONS OF SAID OWNERSASSOCIATION, AS SET FORTH HEREIN.CITY PLAN COMMISSIONCITY OF FORT WORTH, TEXASTHIS PLAT IS VALID ONLY IF RECORDED WITHIN NINETY (90) DAYS AFTER THEDATE OF APPROVALPROJECTLOCATIONFM 1187SUMMER CREEK DRIVE C H I S H O L M T R A I L P A R K W A Y SYCAMORESCHOOL RDVICINITY MAPNOT TO SCALE 14.89'10.00'10.00'10.00'132048313037441031892BLOCK D11121314151617181921BLOCK E111213141516171810585756555453525150494847464544434241403938432123456789101112141517161821192022232425262728293031325049513229333435363940414243464745456714111213151631321313212313259606162636465666768697071727374757677782221201918171615141383821POINT OFBEGINNINGB37363534DDEEAGGLLFFF1345678910C242526272829303132123456789101112131415161718123456X7X891011121312345678910112324252627282930567891011121314151617181920212223242526272812X27X14X31X332JOHN KORTICKY SURVEYABSTRACT NO. 91450'PHASE 2PHASE 35' WALLMAINTENANCEEASEMENTPHASE 2PHASE 1PHASE 2PHASE 1PHASE 2PHASE 3RPRP25'25'50'25'25'50'25'25'50'25'25'50'25'25'50'25'25'50'25'25'RP387913204831303714441031892BLOCK D11121314151617181921BLOCK E11121314151617181058575651504948474645444342414039384321234567891011121415171618218419202223242526272829303132504951322933343536383940414243464745248156712131516313213132123259606162636465666768697071727374757677782221201918171615141312801BLOCK L182326278152226151114115214814713886179921105201922932425108104281062930354967101213111411117191612818119202113323242512427282930345678910111213141617191820252122232426282729X3010897654321157156155154153151150149146145144143142140139878885100908991X989695929794101102103107109122110121118120117116115114113112125123126127130131129132135134136137S 00°28'50" E 10.00'104.81'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'29.51'18.17'7.06'53.91'32.61'59.95'90.76'16.71'32.81'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'110.00'110.00'45.00'50.00'50.00'50.00'50.00'46.29'3.73'14.65'44.01'56.79'102.53'0.56'50.00'50.00'50.00'50.00'50.00'45.00'110.00'120.00'120.00'65.51'50.00'N 89°12'21" E50.00'50.00'N 76°39'07" E51.29'50.00'50.00'N 89°31'10" E50.00'50.00'55.00'120.00'120.00'120.00'55.00'50.00'50.00'50.00'50.00'50.00'37.76'489.45'489.45'489.45'195.06'136.91'284.89'110.73'S 89°31'10" W38.56'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'120.00'52.24'52.52'3.13'46.87'3.13'46.87'3.13'46.87'3.13'3.22'46.87'3.13'46.87'3.13'46.87'3.13'46.87'3.13'46.87'3.13'46.87'3.13'46.87'3.13'54.92'131.50'120.00'10.69'S 00°28'50" E 120.00'S 00°28'50" E 120.00'S 00°28'50" E 120.00'120.00'S 00°28'50" E 107.76'9.93'S 00°28'50" E 99.49'108.03'131.07'108.58'104.19'108.30'S 00°28'50" E 120.00'S 00°28'50" E 120.00'120.00'120.00'120.00'120.00'110.00'110.00'103.44'100.00'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'110.00'110.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'55.00'110.00'110.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'100.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'55.00'N 89°31'10" E 110.00'N 89°31'10" E 110.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'100.00'100.00'45.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'110.00'110.00'110.00'110.00'N 89°31'10" E 110.00'N 89°31'10" E 110.00'N 89°31'10" E 111.98'N 89°31'10" E 110.00'2.36'42.67'50.03'7.97'7.23'110.37'110.00'N 89°31'10" E 110.00'110.00'110.00'110.00'110.00'110.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'34.81'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'N 89°31'10" E 110.00'110.00'S 00°28'50" E 104.40'106.93'120.00'115.00'21.67'30.24'6 3 .96'101.46'21.17'50.00'50.00'50.00'50.00'26.10'11.49'12.45'50.11'38.67'11.43'46.66'50.00'50.00'50.00'50.00'44.70'115.00'111.00'111.05'115.02'115.00'118.02'120.00'120.00'118.55'120.00'S 00°28'50" E 115.00'111.00'120.00'S 00°28'50" E 120.00'115.00'3.96'100.66'0.43'5.19'120.59'120.00'111.93'S 00°28'50" E 127.99'9.48'110.00'110.00'110.00'110.00'110.00'110.00'N 89°31'10" E 110.00'N 89°31'10" E 110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'110.00'115.71'28.96'50.00'50.00'50.00'50.00'50.00'41.40'8.60'6.17'43.94'50.11'7.18'11.49'31.36'50.00'50.00'50.00'50.00'50.00'50.00'50.00'45.00'104.06'116.28'55.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'74.47'149.00'110.98'110.71'S 13°11'56" W 125.32'109.77'112.70'S 00°28'50" E 115.98'111.26'110.43'110.16'109.88'115.19'114.91'116.01'115.74'S 00°28'50" E 114.64'114.36'115.46'111.86'57.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'40.00'103.79'111.59'57.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'113.51'S 00°28'50" E 113.24'112.96'112.69'112.41'112.14'111.04'111.31'50'N 89°31'10" E 381.94'S 00°28'50" E 574.65'N 89°31'10" E 564.72'N 89°31'10" E 1043.36'S 00°28'50" E148.90'S 00°28'50" E 730.00'S 00°28'50" E 730.00'N 85°45'33" E101.23'N 89°31'10" E 320.96'50'50'40.90'115.51'N 76°34'00" E48.09'50.00'50.00'50.00'50.00'50.00'50.00'50.00'50.00'144.83'139.81'173.56'270.00'138.44'135.00'326.36'S 64°51'25" E37.76'N 89°31'10" E 650.03'S 00°28'50" E170.73'C1C2L1L2L3L4L5L6C3 S 01°21'35" W 100.66' C4L18L8 L9L12L 1 3 L 1 4 L15L 1 6 L17C5C6L10 C73.34'S 89°12'17" W 1746.47'L11L7 L19S 72°40'20" E 104.78'557.01'1139.46'LINE TABLELINE #L1L2L3L4L5L6L7L8L9L10BEARINGN00°28'50"WN44°31'10"EN45°28'50"WN44°31'10"EN45°28'50"WN00°28'50"WN49°01'11"ES44°35'14"WS45°23'36"ES00°00'00"ELENGTH2.54'14.14'14.14'14.14'14.14'1.96'31.88'14.16'14.12'25.00'LINE TABLELINE #L11L12L13L14L15L16L17L18L19BEARINGN56°57'35"ES45°28'50"ES44°31'10"WN44°31'10"ES45°28'50"EN44°31'10"ES45°28'50"EN00°28'50"WS33°13'34"WLENGTH26.80'14.14'14.14'14.14'14.14'14.14'14.14'31.74'23.28'CURVE TABLECURVE #C1C2C3C4C5C6C7LENGTH16.48'14.65'6.42'6.42'13.13'13.13'34.65'RADIUS20.00'20.00'200.00'200.00'200.00'200.00'29.00'DELTA47°13'30"41°57'49"1°50'25"1°50'25"3°45'37"3°45'37"68°27'46"CHORD BEARINGS66°52'05"ES57°50'42"WN00°26'22"EN00°26'22"EN87°38'21"EN87°38'21"ES56°14'57"ECHORD LENGTH16.02'14.32'6.42'6.42'13.12'13.12'32.63'10' U.E.10' U.E. & B.L.10'U.E.10'U.E.10' U.E.10' U.E.10' U.E.10'U.E.10'U.E.10' U.E.10' U.E.10'U.E.10'U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.10' U.E.20' B.L.20' B.L.20' B.L.20' B.L.20' B.L.20' B.L.20' B.L.20' B.L.20' B.L.20' B.L.20'B.L.20'B.L.20' B.L.20' B.L.20' B.L.20' B.L.20' B.L.20'B.L.20'B.L.10' U.E. & B.L.10' U.E. & B.L.10' U.E. & B.L.10' U.E. & B.L.10' U.E. & B.L.10' U.E. & B.L.20'B.L.20' B.L.20'B.L.20' B.L.10' U.E. & B.L.20' B.L.10' U.E.L=1121.19'R=2985.81'Δ=021° 30' 54"CB=N 36°23'37" ECD=1114.62'S 00°28'50" E 705.00'N 89°31'10" E 354.97'1X157XLHIIBJKIBBBBBL=635.23'R=2985.81'Δ=012° 11' 23"CB=N 19°32'28" ECD=634.04'N 89°12'17" E 543.66'N 89°12'21" E 6.35'PROJECTLOCATIONCITY PLAN COMMISSIONCITY OF FORT WORTH, TEXASTHIS PLAT IS VALID ONLY IF RECORDED WITHIN NINETY (90) DAYS AFTER THEDATE OF APPROVAL0GRAPHIC SCALE IN FEET300200100FM 1187SUMMER CREEK DRIVE C H I S H O L M T R A I L P A R K W A Y SYCAMORESCHOOL RDVICINITY MAPNOT TO SCALE10' U.E.20' B.L.12350'110' KNOW ALL MEN BY THESE PRESENTS:THAT I, GREGORY J. CAVATAIO, DO HEREBY CERTIFY THAT I PREPARED THIS PLAT FROM AN ACTUAL AND ACCURATESURVEY OF THE LAND AND THAT THE CORNER MONUMENTS SHOWN THEREON AS SET WERE PROPERLY SET UNDERMY PERSONAL SUPERVISION____________________________________________GREGORY J. CAVATAIOREGISTERED PROFESSIONAL LAND SURVEYORTEXAS REGISTRATION No. 6389PRELIMINARY, THIS DOCUMENT SHALL NOT BE RECORDED FOR ANY PURPOSE AND SHALL NOTBE USED OR VIEWED OR RELIED UPON AS A FINAL SURVEY DOCUMENTSTATE OF TEXAS §COUNTY OF TARRANT §BEFORE ME, THE UNDERSIGNED AUTHORITY, ON THIS DAY PERSONALLY APPEARED _______________, KNOWN TO METO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TO METHAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN EXPRESSED.GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS________DAY OF_____________, 2020.NOTARY PUBLIC IN AND FOR THE STATE OF TEXASMY COMMISSION EXPIRES:________________FLOODPLAIN NOTE:BY GRAPHICAL PLOTTING, THE PARCEL DESCRIBED HEREIN LIES WITHIN ZONE "X" AS DELINEATED ON THETARRANT COUNTY, TEXAS AND INCORPORATED AREAS FLOOD INSURANCE RATE MAP, NO. 48439C0260K ANDMAP NO. 48439C0280K, REVISED SEPTEMBER 25, 2009, AS PUBLISHED BY THE FEDERAL EMERGENCYMANAGEMENT AGENCY. ZONE "X" IS DEFINED AS "AREAS DETERMINED TO BE OUTSIDE THE 0.2% ANNUALCHANCE FLOODPLAIN." THE SURVEYOR DOES NOT CERTIFY THAT REVISED FLOODPLAIN INFORMATION HASOR HAS NOT BEEN PUBLISHED BY THE FEDERAL EMERGENCY MANAGEMENT AGENCY OR ANY OTHERSOURCE.STATE OF TEXAS §COUNTY OF TARRANT §BEFORE ME, THE UNDERSIGNED AUTHORITY, ON THIS DAY PERSONALLY APPEARED GREGORY J. CAVATAIO, KNOWNTO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE FOREGOING INSTRUMENT AND ACKNOWLEDGED TOME THAT HE EXECUTED THE SAME FOR THE PURPOSE AND CONSIDERATION THEREIN EXPRESSED.GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS________DAY OF_____________, 2020.NOTARY PUBLIC IN AND FOR THE STATE OF TEXASMY COMMISSION EXPIRES:________________STATE OF TEXAS §COUNTY OF TARRANT§BEING A TRACT OF LAND SITUATED IN THE JOHN KORTICKY SURVEY, ABSTRACT NUMBER 914, CITY OFFORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF THAT CERTAIN TRACT OF LAND ASDESCRIBED TO CW-MCPHERSON RANCH, LLC, AS RECORDED UNDER INSTRUMENT NUMBER D219258961,OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (O.P.R.T.C.T.), AND BEING MORE PARTICULARLYDESCRIBED BY METES AND BOUNDS AS FOLLOWS:BEGINNING AT A 5/8 INCH IRON ROD FOUND AT THE SOUTHWEST CORNER OF SAID CW-MCPHERSONRANCH TRACT, AND ALSO BEING THE NORTHWEST CORNER OF THAT CERTAIN TRACT OF LANDDESCRIBED BY DEED TO TEXAS ELECTRIC SERVICE COMPANY, AS RECORDED IN VOLUME 3599, PAGE 588,DEED RECORDS, TARRANT COUNTY, TEXAS (D.R.T.C.T.), AND BEING IN THE EAST RIGHT-OF-WAY LINE OFCHISHOLM TRAIL PARKWAY, ( A VARIABLE WIDTH RIGHT-OF-WAY), AT THE BEGINNING OF A NON-TANGENTCURVE TO THE LEFT;THENCE AN ARC DISTANCE OF 1121.19 FEET ALONG SAID EAST RIGHT-OF-WAY LINE AND SAIDNON-TANGENT CURVE TO THE LEFT, HAVING A RADIUS OF 2985.81 FEET, A CENTRAL ANGLE OF 21°30'54",AND A CHORD BEARING AND DISTANCE OF N 30°23'37" E, 1114.62 FEET TO A 5/8" IRON ROD FOUND WITH ACAP STAMPED "SHIELD ENGINEERING";THENCE OVER AND ACROSS SAID CW-MCPHERSON RANCH TRACT THE FOLLOWING SEVEN (7) COURSESAND DISTANCES:S64° 51' 25"E, A DISTANCE OF 37.76 FEET TO A 5/8" IRON ROD FOUND WITH A CAP STAMPED "SHIELDENGINEERING";N89° 31' 10"E, A DISTANCE OF 354.97 FEET TO A 5/8" IRON ROD FOUND WITH A CAP STAMPED "SHIELDENGINEERING";N00° 28' 50"W, A DISTANCE OF 10.00 FEET TO A 5/8" IRON ROD FOUND WITH A CAP STAMPED "SHIELDENGINEERING";N89° 31' 10"E, A DISTANCE OF 650.03 FEET TO A 5/8" IRON ROD FOUND WITH A CAP STAMPED "SHIELDENGINEERING";S00° 28' 50"E, A DISTANCE OF 705.00 FEET TO A 5/8" IRON ROD FOUND WITH A CAP STAMPED "SHIELDENGINEERING";N89° 31' 10"E, A DISTANCE OF 38.56 FEET TO A 5/8" IRON ROD FOUND WITH A CAP STAMPED "SHIELDENGINEERING";S00° 28' 50"E, A DISTANCE OF 170.73 FEET TO A 5/8" IRON ROD FOUND WITH A CAP STAMPED "SHIELDENGINEERING" IN THE SOUTH LINE OF SAID CW TRACT AND THE NORTH LINE OF SAID TEXASELECTRIC SERVICE COMPANY TRACT;THENCE S89° 12' 17"W, ALONG SAID NORTH AND SAID SOUTH LINE, A DISTANCE OF 1746.47 FEET TO THEPOINT OF BEGINNING AND CONTAINING 1,173,972 SQUARE FEET OR 26.951 ACRES OF LAND, MORE ORLESS.NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS:THAT CW-McPHERSON RANCH, LLC, DOES HEREBY ADOPT THIS HORIZONTAL CONTROL PLAN DESIGNATING THE HEREINABOVE DESCRIBED PROPERTY AS LOTS 85-90, 92-157, 91X, 157X, BLOCK B; LOTS 17-30, BLOCK I; LOTS 3-28, 30, 29X, BLOCKJ; LOTS 3-30, BLOCK K; LOTS 1-11, 1X, BLOCK L; McPHERSON ADDITION AN ADDITION TO THE CITY OF FORTWORTH, TARRANT COUNTY, TEXAS, AND DO HEREBY DEDICATE TO THE PUBLIC USE FOREVER, THE STREETS, ALLEYS,EASEMENTS AND COMMON AREAS SHOWN HEREON.WITNESS, MY HAND, THIS THE ______ DAY OF ____________________, 2020.BY: ____________________________________________CW-McPHERSON RANCH, LLC CW-McPHERSON RANCH. LLC, Its Authorized AgentDANNY SATKSYNOTES:1.ALL DISTANCES ALONG ARCS ARE GIVEN AS ARC LENGTHS.2.BEARINGS BASED ON NAD83 TxNC GPS OBSERVATIONS.3.ALL CORNERS ARE MARKED WITH A 5/8" IRON ROD WITH BLUE PLASTIC CAP STAMPED "SHIELD ENGINEERING"UNLESS OTHERWISE NOTED.4.ALL PRIVATE OPEN SPACE LOTS SHALL BE OWNED AND MAINTAINED BY THE HOA.5.NO ABSTRACTING HAS BEEN PERFORMED BY THE SURVEYOR. THERE MAY BE ADDITIONAL EASEMENTS ORENCUMBRANCES AFFECTING THE SUBJECT TRACT WHICH THE SURVEYOR IS UNAWARE OF AND THEREFORE ARENOT SHOWN HEREON.6.P.R.V.'S REQUIRED. PRIVATE PRESSURE REDUCING VALVES WILL BE REQUIRED; WATER PRESSURE EXCEEDS 80PSI.7.THE CITY OF FORT WORTH HAS AN ORDINANCE IMPLEMENTING THE ASSESSMENT AND COLLECTION OF WATER ANDWASTEWATER IMPACT FEES. THE TOTAL AMOUNT ASSESSED IS ESTABLISHED ON THE RECORDATION DATE OF THIS PLATAPPLICATION, BASED UPON SCHEDULE I OF THE CURRENT IMPACT FEE ORDINANCE. THE AMOUNT TO BE COLLECTED ISDETERMINED UNDER SCHEDULE II THEN IN EFFECT ON THE DATE A BUILDING PERMIT IS ISSUED, OR THE CONNECTION DATETO THE MUNICIPAL WATER AND/OR WASTEWATER SYSTEM.8.NO PERMANENT STRUCTURES SHALL BE CONSTRUCTED OVER ANY EXISTING OR PLATTED WATER, SANITARYSEWER, DRAINAGE, GAS, ELECTRIC, OR OTHER UTILITY EASEMENT OF ANY TYPE9.THE CITY OF FORT WORTH SHALL NOT BE RESPONSIBLE FOR THE MAINTENANCE OF PRIVATE STREETS, DRIVES,EMERGENCY ACCESS EASEMENTS, PUBLIC ACCESS EASEMENTS, PUBLIC PEDESTRIAN ACCESS EASEMENTS,RECREATION AREAS, OPEN SPACES AND DRAINAGE FACILITIES, AND SAID OWNERS AGREE TO INDEMNIFY ANDSAVE HARMLESS THE CITY OF FORT WORTH, TEXAS, FROM CLAIMS, DAMAGES AND LOSSES ARISING OUT OF ORFROM PERFORMANCE OF THE OBLIGATIONS OF SAID OWNERS SET FORTH IN THIS PARAGRAPH.10.ANY PUBLIC UTILITY, INCLUDING THE CITY OF FORT WORTH, SHALL HAVE THE RIGHT TO MOVE AND KEEP MOVEDALL OR PART OF ANY BUILDING, FENCE, TREE, SHRUB, OTHER GROWTH OR IMPROVEMENT WHICH IN ANY WAYENDANGERS OR INTERFERES WITH THE CONSTRUCTION, MAINTENANCE, OR EFFICIENCY OF ITS RESPECTIVESYSTEMS ON ANY OF THE EASEMENTS SHOWN HEREON, AND THEY SHALL HAVE THE RIGHT AT ALL TIMES TOINGRESS AND EGRESS UPON SAID EASEMENT FOR THE PURPOSE OF MAINTAINING, AND ADDING OR REMOVINGALL OR PART OF ITS RESPECTIVE SYSTEMS WITHOUT THE NECESSITY AT ANY TIME OF PROCURING THEPERMISSION OF ANYONE.11.NO BUILDING PERMITS SHALL BE ISSUED FOR ANY LOT IN THIS SUBDIVISION UNTIL AN APPROPRIATE COMMUNITYFACILITIES AGREEMENT OR OTHER ACCEPTABLE PROVISIONS ARE MADE FOR THE CONSTRUCTION OF ANYAPPLICABLE WATER, SANITARY SEWER, DRAINAGE IMPROVEMENTS, STREET LIGHTS, SIDEWALKS, SIGNS ORPAVING IMPROVEMENTS, AND APPROVAL IS FIRST OBTAINED FROM THE CITY OF FORT WORTH.12.PARKWAY IMPROVEMENTS SUCH AS CURB AND GUTTER, PAVEMENT TIE-IN, DRIVE APPROACHES, SIDEWALKS ANDDRAINAGE INLETS MAY BE REQUIRED A THE TIME OF BUILDING PERMIT ISSUANCE VIA A PARKWAY PERMIT.13.SIDEWALKS AND STREET LIGHTS ARE REQUIRED FOR ALL PUBLIC AND PRIVATE STREETS AND PUBLIC ACCESSEASEMENTS AS PER CITY OF FORT WORTH STANDARDS.14.A SITE DRAINAGE STUDY, SHOWING CONFORMANCE WITH THE APPROVED ROADWAY DRAINAGE PLAN, MAY BEREQUIRED BEFORE ANY BUILDING PERMIT IS ISSUED ON THIS SITE. A GRADING PLAN IN SOME INSTANCES MAY BEADEQUATE. IF THE SITE DOES NOT CONFORM, THEN A DRAINAGE STUDY MAY BE REQUIRED, ALONG WITH ACOMMUNITY FACILITIES AGREEMENT FOR ANY REQUIRED DRAINAGE IMPROVEMENTS AND THE CURRENT OWNERSHALL SUBMIT A LETTER TO THE DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS STATING AWARENESSTHAT A SITE DRAINAGE STUDY WILL BE REQUIRED BEFORE ANY PERMIT IS ISSUED. THE CURRENT OWNER WILLINFORM EACH BUYER OF THE SAME.15.THE CITY OF FORT WORTH HAS AN ORDINANCE IMPLEMENTING THE ASSESSMENT AND COLLECTION OFTRANSPORTATION IMPACT FEES. THE TOTAL AMOUNT ASSESSED IS ESTABLISHED ON THE APPROVAL DATE OFTHIS PLAT APPLICATION, BASED UPON SCHEDULE 1 OF THE IMPACT FEE ORDINANCE IN EFFECT AS OF THE DATEOF THE PLAT. THE AMOUNT TO BE COLLECTED IS DETERMINED UNDER SCHEDULE 2 OF SAID ORDINANCE AND ISDUE ON THE DATE A BUILDING PERMIT IS ISSUED.16.INDICATES A 5' BY 5' ONCOR ELECTRIC DELIVERY COMPANY TRANSFORMER PAD EASEMENT. THE MINIMUMLENGTH OF ANY SIDE OF SAID EASEMENTS WILL BE 5'. SAID EASEMENTS SHALL AT ALL TIMES ADJOIN A UTILITYEASEMENT ALONG THE SIDE CLOSEST TO THEIR RESPECTIVE RIGHTS-OF-WAY.17.BUILDING CONSTRUCTION DISTANCE LIMITATION TO AN OIL OR GAS WELL BORE, PURSUANT TO THE FORT WORTHCITY CODE, NO BUILDING(S) NOT NECESSARY TO THE OPERATION OF AN OIL OR GAS WELL SHALL BECONSTRUCTED WITHIN THE SETBACKS REQUIRED BY THE CURRENT GAS WELL ORDINANCE AND ADOPTED FIRECODE FROM ANY EXISTING OR PERMITTED OIL OR GAS WELL BORE. THE DISTANCE SHALL BE MEASURED IN ASTRAIGHT LINE FROM THE WELL BORE TO THE CLOSEST EXTERIOR POINT OF THE BUILDING, WITHOUT REGARDSTO INTERVENING STRUCTURES OR OBJECTS.18.FLOOD PLAIN/DRAINAGE-WAY: MAINTENANCE. THE EXISTING CREEK, STREAM, RIVER, OR DRAINAGE CHANNELTRAVERSING ALONG OR ACROSS PORTIONS OF THIS ADDITION, WILL REMAIN UNOBSTRUCTED AT ALL TIMES ANDWILL BE MAINTAINED BY THE INDIVIDUAL LOT OWNERS WHOSE LOTS ARE TRAVERSED BY, OR ADJACENT TO, THEDRAINAGE-WAYS. THE CITY OF FORT WORTH WILL NOT BE RESPONSIBLE FOR THE MAINTENANCE, EROSIONCONTROL, AND/OR OPERATION OF SAID DRAINAGE-WAYS. PROPERTY OWNERS SHALL KEEP THE ADJACENTDRAINAGE-WAYS TRAVERSING THEIR PROPERTY CLEAN AND FREE OF DEBRIS, SILT OR OTHER SUBSTANCESWHICH WOULD RESULT IN UNSANITARY CONDITIONS, AND THE CITY SHALL HAVE THE RIGHT OF ENTRY FOR THEPURPOSE OF INSPECTING THE MAINTENANCE WORK BY THE PROPERTY OWNERS. THE DRAINAGE-WAYS AREOCCASIONALLY SUBJECT TO STORM WATER OVERFLOW AND/OR BANK EROSION THAT CANNOT BE DEFINED. THECITY OF FORT WORTH SHALL NOT BE LIABLE FOR ANY DAMAGES RESULTING FROM THE OCCURRENCE OF THOSEPHENOMENA, NOR THE FAILURE OF ANY STRUCTURE(S) WITHIN THE DRAINAGE-WAYS. THE DRAINAGE-WAYCROSSING EACH LOT IS CONTAINED WITHIN THE FLOODPLAIN EASEMENT LINE AS SHOWN ON THE PLAT.19.PRIVATE COMMON AREAS AND FACILITIES. THE CITY OF FORT WORTH SHALL NOT BE HELD RESPONSIBLE FOR THECONSTRUCTION, MAINTENANCE OR OPERATION OF ANY LOTS CONTAINING PRIVATE COMMON AREAS ORFACILITIES IDENTIFIED AS SUCH ON THIS PLAT. SAID AREAS SHALL INCLUDE, BUT NOT BE LIMITED TO: PRIVATESTREETS, EMERGENCY ACCESS EASEMENTS, AND GATED SECURITY ENTRANCES; RECREATION AREAS,LANDSCAPED AREAS AND OPEN SPACES; WATER AND WASTEWATER DISTRIBUTION SYSTEMS AND TREATMENTFACILITIES; AND RECREATION/ CLUBHOUSE/EXERCISE/ BUILDINGS AND FACILITIES. THE LAND OWNERS ANDSUBSEQUENT OWNERS OF THE LOTS AND PARCELS IN THIS SUBDIVISION, ACTING JOINTLY AND SEVERALLY AS ALAND OWNERS ASSOCIATION, SHALL BE RESPONSIBLE FOR SUCH CONSTRUCTION, RECONSTRUCTION,MAINTENANCE AND OPERATION OF THE SUBDIVISION'S PRIVATE COMMON AREAS AND FACILITIES, AND SHALLAGREE TO INDEMNIFY AND HOLD HARMLESS THE CITY OF FORT WORTH, TEXAS, FROM ALL CLAIMS, DAMAGES ANDLOSSES ARISING OUT OF, OR RESULTING FROM THE PERFORMANCE OF THE OBLIGATIONS OF SAID OWNERSASSOCIATION, AS SET FORTH HEREIN.CITY PLAN COMMISSIONCITY OF FORT WORTH, TEXASTHIS PLAT IS VALID ONLY IF RECORDED WITHIN NINETY (90) DAYS AFTER THEDATE OF APPROVALPROJECTLOCATIONFM 1187SUMMER CREEK DRIVE C H I S H O L M T R A I L P A R K W A Y SYCAMORESCHOOL RDVICINITY MAPNOT TO SCALE 2020/04/21 SMARTINEZ L:\JOBS\2018061.01 MCPHERSON PH 2\EXHIBITS\20200409 REV URBAN FORESTRY\CAD\REVISED URBAN FORESTRY.DWG URBAN FORESTRY1" = 150'N0GRAPHIC SCALE IN FEET450300150 1 2DESIGNED: SJMDRAWN: ___SCALE:DATE:APR 2020SHEET: OFMcPHERSON VILLAGE ADDITIONCOPYRIGHT ©2020 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890LEGENDEXISTING TREE CANOPY PRESERVEDPROJECT BOUNDARYEXISTING TREE CANOPY REMOVEDVICINITY MAPNOT TO SCALEOWNER/DEVELOPERCW MCPHERSON RANCH8655 SOUTH PRIEST DRIVETEMPE, AZ 85284DANNY SATSKY214-646-6687CHISHOLM TRAIL PARKWAYSUMMER CREEK DRCITY OF FORT WORTH, TEXASMcPHERSON VILLAGE ADDITIONTREE # 1CHISHOLM TRAIL PARKWAY SUNFLOWER RIDGE DRSUMMER CREEK DR 2020/04/21 SMARTINEZ L:\JOBS\2018061.01 MCPHERSON PH 2\EXHIBITS\20200409 REV URBAN FORESTRY\CAD\REVISED URBAN FORESTRY.DWG URBAN FORESTRY1" = 150'N0GRAPHIC SCALE IN FEET450300150 2 2DESIGNED: SJMDRAWN: ___SCALE:DATE:APR 2020SHEET: OFMcPHERSON VILLAGE ADDITIONCOPYRIGHT ©2020 BY SHIELD ENGINEERING GROUP PLLC. TBPE F-11039 & TBPLS 10193890LEGENDEXISTING TREECANOPY PRESERVEDPROJECT BOUNDARYEXISTING TREECANOPY REMOVEDVICINITY MAPNOT TO SCALEOWNER/DEVELOPERCW MCPHERSON RANCH8655 SOUTH PRIEST DRIVETEMPE, AZ 85284DANNY SATSKY214-646-6687CRITICAL ROOT ZONE (C,R,Z,)RADIUS = 1 FT PER INCH OFTRUNK DIAMETERINDIVIDUAL TREE PROTECTION8'-0" MAXDRIPLINE (VARIES)FENCE LOCATION(LIMITS OF CRITICAL ROOT ZONE)CRITICAL ROOT ZONEDRIP LINETREE PROTECTION FENCE4' - 0"0' - 6"1' - 6"GALVANIZED CHAIN LINKFENCE FABRIC OR ORANGESNOW FENCETREE PROTECTION FENCE NOTES:1.CHAIN LINK FENCE TO BE 12 GAUGE, WITH 158" DIAMETER SCHEDULE 20POSTS AT 8'-0" O.C MAX2.NO EXISTING TREES DESIGNATED FOR REMOVAL.3.PROTECT ALL INDIVIDUAL TREES OR GROWTH OF TREES TO BEPRESERVED BY ERECTING A BARRIER AROUND EACH TREE OR GROUPOF TREES.4.INSTALL AND MAINTAIN BARRIER AT TREE DRIP LINE. BARRIER SHALLREMAIN IN PLACE UNTIL REMOVAL IS NECESSARY.5.IN THE EVENT OF HEAVY CONSTRUCTION IS SCHEDULED TO OCCURWITHIN THE DRIP LINE OF AN EXISTING TREE, CONTRACTOR SHALLERECT A PROTECTION FENCE OUTSIDE OF THE DRIP LINE UNTILCONSTRUCTION IS SCHEDULED TO OCCUR, THE PROTECTION FENCEMAY THEN BE ADJUSTED AS REQUIRED TO COMPLETE THE PROPOSEDCONSTRUCTION. AFTER CONSTRUCTION IN THIS AREA IS COMPLETED,THE PROTECTION FENCE SHALL BE ADJUSTED TO ITS ORIGINALLOCATION.6.CONTRACTOR SHALL NOT PARK, CLEAN TOOL AND EQUIPMENTS ORSTORE MATERIALS WITHIN THE DRIP LINE OF ANY TREE.7.ALL ROOTS OVER 1" IN DIAMETER SHALL BE CUT CLEAN BY A HAND SAW.INSTALL 2" X 4" BOARDSTO PROTECT TRUNK WHENFENCE IS INSTALLED CLOSERTHANK 5' TO TRUNK6' - 0" HT.METAL T POSTTREE PROTECTION DETAILSNTSCHISHOLM TRAIL PARKWAYSUMMER CREEK DRCITY OF FORT WORTH, TEXASMcPHERSON VILLAGE ADDITIONCHAINLINK FENCETREE # 1CHISHOLM TRAIL PARKWAY PHASE 2PHASE 3PHASE 2 PHASE 3 SUNFLOWER RIDGE DRSUMMER CREEK DR PHASE 2PHASE 1 PHASE 2 PHASE 1 Urban Forestry Plan Checklist Note: The following plan checklist is provided as a service to applicants in order to expedite review by the department. All plans submitted for review are to include a copy of the checklist, calculations, and signed Certification. Submittals made that do not include these items or required plans will be marked as incomplete and will not be routed for review until required elements have been submitted. A.REQUIRED EXHIBITS (pdf) 1 Phase 1 (Existing Conditions) Plan 2.Phase 2 (Proposed Development) Plan 3.Copy of Plat or Horizontal Control Plan unless applying for Phase 1 permit only. 4.Tree Protection Plan (TPP), if applicable. Plan must show all existing trees/canopy, delineate locations of protective fencing and include tree protection detail. Fencing must be installed at or beyond the outer limits of the critical root zone. Chain link fencing is required for significant trees. See sections D.1. and D.2. of Ordinance 18615 for tree protection requirements. Note: Depending on site characteristics, you may be able to combine elements to reduce the number of plans submitted. Plans must clearly designate preserved and removed canopy. Preserved canopy must be shown on Phase 2 (developed) plans. B.PLAN FACE ITEMS 1.Land owner, developer, and preparer names/addresses/phone numbers/other contact info 2.Project name (lower right corner) 3.Project address (existing or temporary) and legal description of property 4.Vicinity map outlining location with North arrow 5.Plan scale (acceptable options: 1 inch = 10,20,30,40,50, or 60 feet ) 6.Graphic plan scale & North arrow. 7.Corporate City Limits line (if adjacent to property) 8.Date of preparation and any revisions. (lower right corner of plan) 9.All adjacent or interior street names (existing or proposed) 10.Plat name and number 11.Legal Lot or Artificial Lot boundaries (clearly labeled) with declared measurements 12.Scaled depiction of all existing structures and paving 13.Scaled depiction of all existing structures/paving to remain and proposed new structures/paving 14.All existing or proposed regulated utility and drainage channel easements labeled per the plat 15.Individual Existing Tree locations and/or outline of tree canopy 16.Individually labeled Significant Tree locations 17.Individual locations of all new tree plantings 18.Existing Tree Legend: tree #; species; dbh; canopy area; removed/preserved; totals 19.Significant Tree Legend: tree #; species; dbh; canopy area; removed/preserved; totals (See section G - 5 of ordinance 18615 for significant tree determination) 20.New Tree Legend: species; caliper; quantity 21.Sheet Key if multiple sheets 22.Calculations from Pages 2 and 3 of application 1 PI PII Note: PhI (Phase One) – Existing Conditions Plan PhII (Phase Two) – Development Plan √√√ √√ √ √√ √ √ √√ √ √ √ √√√ √√ √ √√ √ √√ √ √ √ √√ √ √ √√ √ √√√√ √√ √√ √√ √ Use the following tables: **** If Significant Trees on site, complete chart on page 3 first. 2 Net Urban Forestry Area (phase 1 and 2) Calculation Square Feet Acres A Gross area of property (or artificial lot) → B Regulated utility easements and other deductable areas → C Net Urban Forestry Area (A-B) Required Tree Canopy Area (phase 2) Minimum Canopy Coverage Requirement : Commercial/Institutional/Public Project (30%) D Industrial (20%) Agricultural (0%) Urban Ag (30%)C x %) Residential (40%)/ New Subdivision Option (25%) Multifamily (50% of open space requirement) Mixed Use8UEDQ5HVLGHQWLDO Zoned site (5% (C x .05) E Additional 5% if using preservation method B ("protected trees") F Total required canopy coverage for site (including mitigation)(D+E+ff+gg) Preservation/Retention of Existing Canopy (phase 1 and 2) G Existing tree canopy area → H If seeking approval for phase 1 only, then preserve a minimum of 50% canopy and stop after completing line M. (G x .5) I Preservation requirement (25%) (G x .25) J Additional 5% if using preservation method B ("protected trees") (G x .05) K Additional preservation option for mitigation of significant tree removal (only if removing significant trees - see pg 3) ( ff ) L Total preservation requirement ((H or I)+J+K)) M Area of existing canopy preserved → N Total preservation credit toward planting (M + dd) New Tree Planting (phase 2) O Required new planting coverage (F – M - dd) P (Qty x 2000) Q (Qty x 700) R ______small canopy trees @ 100 sq ft per tree (Qty x 100) S Total Planting (P+Q+R) Parking Areas: 1 or 2 family residential are exempt (phase 2) T Area of parking → U Required canopy coverage of parking areas (40%) (T x .40) V Area of canopy coverage being provided for parking → W Excess/deficient parking canopy (V-U) Fulfillment of Requirements (phase 2) X Total required canopy coverage for site (F) Y Provided canopy coverage (M+S+dd) Z Excess/deficient overall canopy (Y-X) Revised: 12/27/2019 3,839,945 88.15 911,101 20.92 2,643,683 60.96 660,921 15.17 -- 8,225 0.19 -- 2,056 0.05 -- -- 2,056 0.05 2,690 0.06 2,061 0.05 454 908,000 20.84 317,800 7.30 1,225,800 28.14 - - - - - - - - 660,921 15.17 660,921 15.17 1,228,490 28.20 567,569 13.03 658,231 15.11 large canopy trees @ 2000 sq ft per tree medium canopy trees @ 700 sq ft per tree 454 -- Si nificant Trees aa All Post OaksBlackj ack Oaks > 18" dbh [ if east of I-35 } bb All other trees > 27" dbh i.re�ardless of s�ecies or location] cc Total of si�nificant trees to be ��reserved dd i Significant treerreservation credit ee Total of sienificant trees to be removed Inches Canopy Calculation DBH Sc Ft —, 0 0 � 33 1,257 � 33 1,257 (cc s ft x 0.5 } - 629 aa+bb-cc 0 0 ff Preservation of existing canopy 1.SX the canopy of removed si�nificant trees in excess of required canon� OR.... gg Planting additional trees SX the canopy of removed significant trees in excess of re�iuired canon� OR.... Payment into tree fund for total dbh inches of significant trees removed r.cr:� $200 I�er inch dbh OR.... Urban Design Commission approved plan that mitigates the removal of the si�.nificant tree(sl Applicant's Certification [ees�ftxl.5} [eesqftx5) (ee dbh x $200) $ N/A I, the undersigned, hereby certify that the attached plans and data are correct and complete to the best of my knowledge and ability. I understand that if any of the required items are deemed missing from the submittal, the plan will be marked as incomplete and not routed for review. My client is aware of these criteria and will accept all responsibility for delays due to the incomplete submittals. I am enclosing an explanation for each item which I feel is not required and theref e, has not been included in th� submittal package. '�. � �, �� Applicant's si.�nature �+ � Date � �,, Notes: Subdivision Rules & Regulations references: CP (Concept Plan, Section) 301, PP (Preliminary Plat) Section 302 & FP (Fina1 Plat) & FS (Short Form Plat) Section 303. Revised: 12/27/2019 3 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 12, 2019 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 Department’s Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A.Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2.Manholes & Bases/Fiberglass ............................................................... 2 3.Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4.Manholes & Bases/Frames & Covers/Round ....................................... 4 5.Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6.Manholes & Bases/Precast Concrete .................................................... 6 7.Manholes & Bases/Rehab Systems/Cementitious ................................ 7 8.Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9.Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B.Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP ................................................................................. 22 23. Pipes/Rehab/Fold & Form .................................................................... 23 24. Pipes/Open Profile Large Diameter ...................................................... 24 C.Water 25. Appurtenances ....................................................................................... 25 26. Bolts, Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeWater & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)07/23/97 33 05 13 Urethane Hydrophilic WaterstopAsahi Kogyo K.K.Adeka Ultra-Seal P-201ASTM D2240/D412/D79204/26/00 33 05 13 Offset Joint for 4' Diam. MHHanson Concrete ProductsDrawing No. 35-0048-00104/26/00 33 05 13 Profile Gasket for 4' Diam. MH.Press-Seal Gasket Corp.250-4G GasketASTM C-443/C-361SS MH1/26/99 33 05 13 HDPE Manhole Adjustment RingsLadtech, IncHDPE Adjustment RingNon-traffic area5/13/05 33 05 13 Manhole External WrapCanusa - CPSWrapidSeal Manhole Encapsulation SystemCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.* From Original Standard Products ListClick to Return to the Table of Content1 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)1/26/99 33 39 13 Fiberglass ManholeFluid Containment, Inc.FlowtiteASTM 3753Non-traffic area08/30/06 33 39 13 Fiberglass ManholeL.F. ManufacturingNon-traffic area* From Original Standard Products ListClick to Return to the Table of Content2 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry100124"x40" WD* From Original Standard Products ListClick to Return to the Table of Content3 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversWestern Iron Works, Bass & Hays Foundry3002424" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.A 24 AM24" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1272ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR- 165-LM (Hinged)ASTM A48 & AASHTO M30624" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryNF 1274ASTM A48 & AASHTO M30630" Dia.08/24/18 33 05 13 Manhole Frames and CoversNeenah FoundryR-1743-LM (Hinged)ASTM A48 & AASHTO M30630" dia.33 05 13 Manhole Frames and CoversSigma CorporationMH-144N33 05 13 Manhole Frames and CoversSigma CorporationMH-143N33 05 13 Manhole Frames and CoversPont-A-MoussonGTS-STD24" dia.33 05 13 Manhole Frames and CoversNeenah Casting24" dia.10/31/06 33 05 13 Manhole Frames and Covers (Hinged)PowersealHinged Ductile Iron Manhole ASTM A53624" Dia.7/25/03 33 05 13 Manhole Frames and CoversSaint-Gobain Pipelines (Pamrex/rexus)RE32-R8FS30" Dia.01/31/06 33 05 13 30" DI MH Ring and CoverEast Jordan Iron WorksV1432-2 and V1483 DesignsAASHTO M306-0430" Dia.11/02/10 33 05 13 30" DI MH Ring and CoverSigma CorporationMH1651FWN & MH1650230" Dia07/19/11 33 05 13 30" DI MH Ring and CoverStar Pipe ProductsMH32FTWSS-DC 30" Dia08/10/11 33 05 13 30" DI MH Ring and CoverAccucast220700 Heavy Duty with Gasket Ring30" Dia10/14/13 33 05 13 30" DI MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A53630" Dia06/01/17 34 05 13 30" DI MH Ring and Cover (Hinged & Lockable) CISIP Industries2280 (32")ASTM A 4830" Dia.08/24/17 33 05 13.01 30" DI MH Ring and Cover (Hinge & Lock) CompositeSewperCoverSCDH 3000, Std. Dbl Hinge Non-Metalic Ring and Cover w/Lock HD/FRP Composite30" Dia.* From Original Standard Products ListClick to Return to the Table of Content4 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)*33 05 13 Manhole Frames and CoversPont-A-MoussonPamtight24" Dia.*33 05 13 Manhole Frames and CoversNeenah Casting24" Dia.*33 05 13 Manhole Frames and CoversWestern Iron Works,Bass & Hays Foundry300-24P24" Dia.*33 05 13 Manhole Frames and CoversMcKinley Iron Works Inc.WPA24AM24" Dia.03/08/00 33 05 13 Manhole Frames and CoversAccucastRC-2100ASTM A 4824" Dia.04/20/01 33 05 13 Manhole Frames and Covers(SIP)Serampore Industries Private Ltd.300-24-23.75 Ring and CoverASTM A 4824" Dia.* From Original Standard Products ListClick to Return to the Table of Content5 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)*33 39 10 Manhole, Precast ConcreteHydro Conduit CorpSPL Item #49ASTM C 47848"*33 39 10 Manhole, Precast ConcreteWall Concrete Pipe Co. Inc.ASTM C-44348"*33 39 10 Manhole, Precast ConcreteForterra(formerly Gifford-Hill, Hanson )ASTM C 47848"04/26/00 33 39 10 MH, Single Offset Seal JointForterra(formerly Gifford-Hill, Hanson )Type F Dwg 35-0048-001ASTM C 47848" Diam MH09/23/96 33 39 10 Manhole, Precast ConcreteConcrete Product Inc.48" I.D. Manhole w/ 32" ConeASTM C 47848" w/32" cone05/08/18 33 39 10 Manhole, Precast ConcreteThe Turner Company48", 60" I.D. Manhole w/ 32" ConeASTM C 47848", 60"10/27/06 33 39 10 Manhole, Precast ConcreteOldcastle Precast Inc.48" I.D. Manhole w/ 24" ConeASTM C 47848" Diam w 24" Ring06/09/10 33 39 10 Manhole, Precast (Reinforce Polymer)ConcreteUS Composite PipeReinforced Polymer Concrete ASTM C-7648" to 72"* From Original Standard Products ListClick to Return to the Table of Content6 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious*E1-14 Manhole Rehab SystemsQuadex04/23/01E1-14 Manhole Rehab SystemsStandard Cement Materials, Inc.Reliner MSPE1-14 Manhole Rehab SystemsAP/M Permaform4/20/01E1-14 Manhole Rehab SystemStrong CompanyStrong Seal MS2A Rehab System5/12/03E1-14 Manhole Rehab System (Liner)Poly-triplex TechnologiesMH repair product to stop infiltrationASTM D581308/30/06General Concrete RepairFlexKrete TechnologiesVinyl Polyester Repair ProductMisc. Use* From Original Standard Products ListClick to Return to the Table of Content7 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious05/20/96E1-14 Manhole Rehab SystemsSprayroq, Spray Wall Polyurethane CoatingASTM D639/D790*E1-14 Manhole Rehab SystemsSun Coast12/14/01Coating for Corrosion protection(Exterior)ERTECHSeries 20230 and 2100 (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications08/30/06Coatings for Corrosion ProtectionCitadelSLS-30 Solids EpoxySewer Applications03/19/1833 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior)Sherwin WilliamsRR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion)For Exterior Coating of Concrete Structures Only* From Original Standard Products ListClick to Return to the Table of Content8 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)*33 05 13 Manhole InsertKnutson EnterprisesMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertSouth Western PackagingMade to Order - PlasticASTM D 1248For 24" dia.*33 05 13 Manhole InsertNoflow-InflowMade to Order - PlasticASTM D 1248For 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.LifeSaver - Stainless SteelFor 24" dia.09/23/96 33 05 13 Manhole InsertSouthwestern Packing & Seals, Inc.TetherLok - Stainless SteelFor 24" dia* From Original Standard Products ListClick to Return to the Table of Content9 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)11/04/02Steel Band Casing SpacersAdvanced Products and Systems, Inc.Carbon Steel Spacers, Model SI02/02/93Stainless Steel Casing SpacerAdvanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI04/22/87Casing SpacersCascade Waterworks ManufacturingCasing Spacers09/14/10Stainless Steel Casing SpacerPipeline Seal and InsulatorStainless Steel Casing SpacerUp to 48"09/14/10Coated Steel Casin SpacersPipeline Seal and InsulatorCoated Steel Casin SpacersUp to 48" 05/10/11Stainless Steel Casing SpacerPowerseal4810 PowerchockUp to 48"03/19/18Casing SpacersBWMSS-12 Casing Spacer(Stainless Steel)03/19/18Casing SpacersBWMFB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing* From Original Standard Products ListClick to Return to the Table of Content10 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)*33 11 10 Ductile Iron PipeGriffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C1513" thru 24"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C1514" thru 30"08/24/18 33 11 10 Ductile Iron PipeAmerican Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C1514" thru 30"*33 11 10 Ductile Iron PipeU.S. Pipe and Foundry Co.AWWA C150, C151*33 11 10 Ductile Iron PipeMcWane Cast Iron Pipe Co.AWWA C150, C151* From Original Standard Products ListClick to Return to the Table of Content11 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water & Sewer - Utility Line Marker (08/24/2018)* From Original Standard Products ListClick to Return to the Table of Content12 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Epoxy 33-39-60 (01/08/13)02/25/02Epoxy Lining SystemSauereisen, IncSewerGard 210RSLA County #210-1.3312/14/01Epoxy Lining SystemErtech Technical CoatingsErtech 2030 and 2100 Series04/14/05Interior Ductile Iron Pipe CoatingInduronProtecto 401ASTM B-117Ductile Iron Pipe Only01/31/06Coatings for Corrosion ProtectionChestertonArc 791, S1HB, S1, S2Acid Resistance TestSewer Applications8/28/2006Coatings for Corrosion ProtectionWarren EnvironmentalS-301 and M-301Sewer Applications* From Original Standard Products ListClick to Return to the Table of Content13 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Coatings/Polyurethane* From Original Standard Products ListClick to Return to the Table of Content14 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release ValveA.R.I. USA, Inc.D025LTP02(Composite Body)2"* From Original Standard Products ListClick to Return to the Table of Content15 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Concrete*E1-04 Conc. Pipe, ReinforcedWall Concrete Pipe Co. Inc.ASTM C 76*E1-04 Conc. Pipe, ReinforcedHydro Conduit CorporationClass III T&G, SPL Item #77ASTM C 76*E1-04 Conc. Pipe, ReinforcedHanson Concrete ProductsSPL Item #95-Manhole, #98- PipeASTM C 76*E1-04 Conc. Pipe, ReinforcedConcrete Pipe & Products Co. Inc.ASTM C 76* From Original Standard Products ListClick to Return to the Table of Content16 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)PIM SystemPIM CorporationPolyethylenePIM Corp., Piscata Way, N.J. Approved PreviouslyMcConnell SystemsMcLat ConstructionPolyethyleneHouston, TexasApproved PreviouslyTRS SystemsTrenchless Replacement SystemPolyethyleneCalgary, CanadaApproved Previously* From Original Standard Products ListClick to Return to the Table of Content17 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipe/Fiberglass Reinforced Pipe 33-31-13(1/8/13)7/21/97 33 31 13 Cent. Cast FiberglassHobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D375403/22/10 33 31 13 Fiberglass PipeAmeronBondstrand RPMP PipeASTM D3262/D375410/30/03Glass-Fiber Reinforced Polymer PipeThompson Pipe GroupFlowtiteASTM D3262/D37544/14/05Polymer Modified Concrete PipeAmitech USAMeyer Polycrete PipeASTM C33, A276, F4778" to 102", Class V06/09/10E1-9 Reinforced Polymer Concrete PipeUS Composite PipeReinforced Polymer Concrete PipeASTM C-76* From Original Standard Products ListClick to Return to the Table of Content18 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/HDPE 33-31-23(1/8/13)*High-density polyethylene pipePhillips Driscopipe, Inc.Opticore Ductile Polyethylene PipeASTM D 12488"*High-density polyethylene pipePlexco Inc.ASTM D 12488"*High-density polyethylene pipePolly Pipe, Inc.ASTM D 12488"High-density polyethylene pipeCSR Hydro Conduit/Pipeline SystemsMcConnell Pipe EnlargementASTM D 1248* From Original Standard Products ListClick to Return to the Table of Content19 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)12/02/11 33-11-12 DR-14 PVC Pressure PipePipelife JetstreamPVC Pressure PipeAWWA C9004" thru 12"10/22/14 33-11-12 DR-14 PVC Pressure PipeRoyal Building ProductsRoyal Seal PVC Pressure PipeAWWA C9004" thru 12"* From Original Standard Products ListClick to Return to the Table of Content20 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/PVC* 33-31-20 (7/1/13)*33-31-20 PVC Sewer PipeCertain-Teed Products CorpASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeNapco Manufacturing CorpASTM D 3034, D 17844" & 8"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co., Inc. (JM Eagle)ASTM D 30344" - 15"12/23/97* 33-31-20 PVC Sewer PipeDiamond Plastics CorporationSDR-26 and SDR-35 ASTM F 789, ASTM D 30344" thru 15"*33-31-20 PVC Sewer PipeLamson Vylon PipeASTM F 7894" thru 15"33-31-20 PVC Sewer PipeRoyal Building ProductsRoyal Seal Solid Wall Pipe SDR 26 & 35ASTM 30344" thru 15"01/18/18 33-31-20 PVC Sewer PipeVinyltech PVC PipeGravity SewerASTM D30344" thru 15"11/11/98 33-31-20 PVC Sewer PipeDiamond Plastics Corporation "S" Gravity Sewer PipeASTM F 67918" to 27"*33-31-20 PVC Sewer PipeJ-M Manufacturing Co, Inc. (JM Eagle)ASTM F 67918" - 27"09/11/12 33-31-20 PVC Sewer PipePipelife Jet StreamSDR-26 and SDr-35ASTM F-67918"05/06/0533-31-20PVC Solid Wall PipeDiamond Plastics CorporationPS 46 ASTM F-67918" to 48"04/27/0633-31-20PVC Sewer Fittings HarcoSDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc4" - 15"*33-31-20PVC Sewer FittingsPlastic Trends, In.cGasketed PVC Sewer Main FittingsASTM D 303411/17/99E100-2Closed Profile PVC PipeDiamond Plastics CorporationASTM 1803/F79418" to 48"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 35ASTM F67918"- 24"3/19/2018 33 31 20 PVC Sewer PipePipelife Jet StreamSDR 26ASTM D30344"- 15"3/29/2019 33 31 20Gasketed Fittings (PVC)GPK Products, Inc.SDR 26ASTM D3034/F-6794"- 15"* From Original Standard Products ListClick to Return to the Table of Content21 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13)*Cured in Place PipeInsituform Texark, IncASTM F 121605/03/99Cured in Place PipeNational Envirotech GroupNational Liner, (SPL) Item #27ASTM F-1216/D-581305/29/96Cured in Place PipeReynolds Inc/Inliner Technolgy (Inliner USA)Inliner TechnologyASTM F 1216* From Original Standard Products ListClick to Return to the Table of Content22 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Rehab/Fold & Form*Fold and Form PipeCullum Pipe Systems, Inc.11/03/98Fold and Form PipeInsituform Technologies, Inc.Insituform "NuPIpe"ASTM F-1504Fold and Form PipeAmerican Pipe & Plastics, Inc.Demo. Purpose Only12/04/00Fold and Form PipeUltralinerUltraliner PVC Alloy PipelinerASTM F-1504, 1871, 186706/09/03Fold and Form PipeMiller Pipeline Corp.EX MethodASTM F-1504, F-1947Up to 18" diameter* From Original Standard Products ListClick to Return to the Table of Content23 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Sewer - Pipes/Open Profile Large Diameter09/26/91 E100-2 PVC Sewer Pipe, RibbedLamson Vylon PipeCarlon Vylon H.C. Closed Profile Pipe,ASTM F 67918" to 48"09/26/91 E100-2 PVC Sewer Pipe, RibbedExtrusion Technologies, Inc.Ultra-Rib Open Profile Sewer PipeASTM F 67918" to 48"E100-2 PVC Sewer Pipe, RibbedUponor ETI Company11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double WallAdvanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated)ASTM F 273624"-30"11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple WallAdvanced Drainage Systems (ADS)SaniTite HP Triple Wall PipeASTM F 276430" to 60"05/16/11Steel Reinforced Polyethylene PipeConTech Construction ProductsDurmaxxASTM F 256224" to 72"* From Original Standard Products ListClick to Return to the Table of Content24 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Appurtenances 33-12-10 (07/01/13)01/18/18 33-12-10 Double Strap SaddleRomac202NS Nylon CoatedAWWA C8001"-2" SVC, up to 24" Pipe08/28/02Double Strap SaddleSmith Blair #317 Nylon Coated Double Strap Saddle07/23/12 33-12-10 Double Strap Service SaddleMueller CompanyDR2S Double (SS) Strap DI SaddleAWWA C8001"-2" SVC, up to 24" Pipe10/27/87Curb Stops-Ball Meter ValvesMcDonald6100M,6100MT & 610MT 3/4" and 1"10/27/87Curb Stops-Ball Meter ValvesMcDonald4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NLAWWA C8002"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-6-NL, FB1600-6-NL, FV23-666-W-NL, L22-66NLAWWA C8001-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesFord Meter Box Co., Inc.FB600-4-NL, FB1600-4-NL, B11-444-WR-NL, B22444-WR-NL, L28-44NLAWWA C8001"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-24277N-3, B-20200N-3, H-15000N, , H-1552N, H142276NAWWA C800, ANSF 61, ANSI/NSF 3722"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3, B-24277N-3,H-15000N, H-14276N, H-15525NAWWA C800, ANSF 61, ANSI/NSF 3721-1/2"5/25/2018 33-12-10 Curb Stops-Ball Meter ValvesMueller Co., Ltd.B-25000N, B-20200N-3,H-15000N, H-15530NAWWA C800, ANSF 61, ANSI/NSF 3721"01/26/00Coated Tapping Saddle with Double SS StrapsJCM Industries, Inc.#406 Double Band SS Saddle1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESSAWWA C-223Up to 30" w/12" Out05/10/11Tapping Sleeve (Stainless Steel)Powerseal3490AS (Flange) & 3490MJ4"-8" and 16"02/29/12 33-12-25 Tapping Sleeve (Coated Steel)RomacFTS 240AWWA C-223U p to 42" w/24" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST Stainless SteelAWWA C-223Up to 24" w/12" Out02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)RomacSST III Stainless SteelAWWA C-223Up to 30" w/12" Out05/10/11Joint Repair ClampPowerseal3232 Bell Joint Repair Clamp4" to 30"Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW37C-12-1EPAF FTWPlastic Meter Box w/Composite LidDFW Plastics Inc.DFW39C-12-1EPAF FTW08/30/06Plastic Meter Box w/Composite LidDFW Plastics Inc.DFW65C-14-1EPAF FTWClass "A"Concrete Meter BoxBass & HaysCMB37-B12 1118 LID-9Concrete Meter BoxBass & HaysCMB-18-Dual 1416 LID-9Concrete Meter BoxBass & HaysCMB65-B65 1527 LID-9* From Original Standard Products ListClick to Return to the Table of Content25 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)* From Original Standard Products ListClick to Return to the Table of Content26 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Combination Air Release 33-31-70 (01/08/13)*E1-11 Combination Air Release ValveGA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 240 - float, ASTM A 307 - Cover Bolts1" & 2"*E1-11 Combination Air Release ValveMultiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"*E1-11 Combination Air Release ValveValve and Primer Corp.APCO #143C, #145C and #147C1", 2" & 3"* From Original Standard Products ListClick to Return to the Table of Content27 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)10/01/87 E-1-12 Dry Barrel Fire HydrantAmerican-Darling ValveDrawing Nos. 90-18608, 94-18560AWWA C-50203/31/88 E-1-12 Dry Barrel Fire HydrantAmerican Darling ValveShop Drawing No. 94-18791 AWWA C-50209/30/87 E-1-12 Dry Barrel Fire HydrantClow CorporationShop Drawing No. D-19895AWWA C-50201/12/93 E-1-12 Dry Barrel Fire HydrantAmerican AVK CompanyModel 2700AWWA C-50208/24/88 E-1-12 Dry Barrel Fire HydrantClow CorporationDrawings D20435, D20436, B20506AWWA C-502E-1-12 Dry Barrel Fire HydrantITT Kennedy ValveShop Drawing No. D-80783FWAWWA C-50209/24/87 E-1-12 Dry Barrel Fire HydrantM&H Valve CompanyShop Drawing No. 13476AWWA C-50210/14/87 E-1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawings No. 6461 A-423 CenturionAWWA C-50201/15/88E1-12 Dry Barrel Fire HydrantMueller CompanyShop Drawing FH-12A-423 Super Centurion 200AWWA C-50210/09/87 E-1-12 Dry Barrel Fire HydrantU.S. Pipe & FoundryShop Drawing No. 960250AWWA C-50209/16/87 E-1-12 Dry Barrel Fire HydrantWaterous CompanyShop Drawing No. SK740803AWWA C-50208/12/16 33-12-40 Dry Barrel Fire HydrantEJ (East Jordan Iron Works)WaterMaster 5CD250* From Original Standard Products ListClick to Return to the Table of Content28 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Meters02/05/93 E101-5 Detector Check MeterAmes CompanyModel 1000 Detector Check ValveAWWA C5504" - 10"08/05/04Magnetic Drive Vertical TurbineHerseyMagnetic Drive VerticalAWWA C701, Class 13/4" - 6"* From Original Standard Products ListClick to Return to the Table of Content29 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)01/18/18 33-11-12 PVC Pressure PipeVinyltech PVC PipeAWWA C900, AWWA C605, ASTM D17844"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR14AWWA C9004"-12"3/19/2018 33 11 12 PVC Pressure PipePipelife Jet StreamDR18AWWA C90016"-24"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationDR 14AWWA C9004"-12"5/25/2018 33 11 12 PVC Pressure PipeDiamond Plastics CorporationTrans 21, DR 14, DR 18AWWA C90016"-24"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 14"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 16124"-12"12/6/2018 33 11 12 PVC Pressure PipeJ-M Manifacturing Co., Inc d/b/a JM EagleDR 18"Blue Brute"AWWA C900-16UL 1285ANSI/NSF 61FM 161216"-24"* From Original Standard Products ListClick to Return to the Table of Content30 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)07/23/92E1-07 Ductile Iron FittingsStar Pipe Products, Inc.Mechanical Joint FittingsAWWA C153 & C110*E1-07 Ductile Iron FittingsGriffin Pipe Products, Co.Mechanical Joint FittingsAWWA C 110*E1-07 Ductile Iron FittingsMcWane/Tyler Pipe/ Union Utilities DivisionMechanical Joint Fittings, SSB Class 350AWWA C 153, C 110, C 11108/11/98E1-07 Ductile Iron FittingsSigma, Co.Mechanical Joint Fittings, SSB Class 351AWWA C 153, C 110, C 11202/26/14E1-07 MJ FittingsAccucastClass 350 C-153 MJ FittingsAWWA C1534"-12"05/14/98E1-07 Ductile Iron Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1400 AWWA C111/C1534" to 36"05/14/98E1-24 PVC Joint RestraintsFord Meter Box Co./Uni-FlangeUni-Flange Series 1500 Circle-LockAWWA C111/C1534" to 24" 11/09/04E1-07 Ductile Iron Joint RestraintsOne Bolt, Inc.One Bolt Restrained Joint FittingAWWA C111/C116/C1534" to 12"02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C1534" to 42"02/29/12 33-11-11 PVC Pipe Mechanical Joint RestraintEBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C1534" to 24"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10AWWA C111/C1534" to 10"03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12AWWA C111/C1534" to 12"08/05/04E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCEAWWA C111/C15312" to 24"08/10/98E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDEAWWA C1534" - 24"10/12/10E1-24 Interior Restrained Joint SystemS & B Techncial ProductsBulldog System ( Diamond Lok 21 & JM Eagle ASTM F-16244" to 12"08/16/06E1-07 Mechanical Joint FittingsSIP Industries(Serampore)Mechanical Joint FittingsAWWA C1534" to 24"11/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.PVC Stargrip Series 4000ASTM A536 AWWA C11111/07/16 33-11-11 Mechanical Joint Retainer GlandsStar Pipe Products, Inc.DIP Stargrip Series 3000ASTM A536 AWWA C11103/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Black For DIPASTM A536 AWWA C1113"-48"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC PipeASTM A536 AWWA C1114"-12"03/19/18 33-11-11 Mechanical Joint Retainer GlandsSIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC PipeASTM A536 AWWA C11116"-24"* From Original Standard Products ListClick to Return to the Table of Content31 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)Resilient Wedged Gate Valve w/no GearsAmerican Flow ControlSeries 2500 Drawing # 94-2024716"12/13/02Resilient Wedge Gate ValveAmerican Flow ControlSeries 2530 and Series 2536AWWA C51530" and 36"08/31/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2520 & 2524 (SD 94-20255)AWWA C51520" and 24"05/18/99Resilient Wedge Gate ValveAmerican Flow ControlSeries 2516 (SD 94-20247)AWWA C51516"10/24/00E1-26 Resilient Wedge Gate ValveAmerican Flow ControlSeries 2500 (Ductile Iron)AWWA C5154" to 12"08/05/04Resilient Wedge Gate ValveAmerican Flow Control42" and 48" AFC 2500AWWA C51542" and 48"05/23/91E1-26 Resilient Wedge Gate ValveAmerican AVK CompanyAmerican AVK Resilient Seaded GVAWWA C5094" to 12"01/24/02E1-26 Resilient Wedge Gate ValveAmerican AVK Company20" and smaller*E1-26 Resilient Seated Gate ValveKennedy4" - 12"*E1-26 Resilient Seated Gate ValveM&H4" - 12"*E1-26 Resilient Seated Gate ValveMueller Co.4" - 12"11/08/99Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C51516"01/23/03Resilient Wedge Gate ValveMueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C51524" and smaller05/13/05Resilient Wedge Gate ValveMueller Co.Mueller 30" & 36", C-515AWWA C51530" and 36"01/31/06Resilient Wedge Gate ValveMueller Co.Mueller 42" & 48", C-515AWWA C51542" and 48"01/28/88E1-26 Resilient Wedge Gate ValveClow Valve Co.AWWA C5094" - 12"10/04/94Resilient Wedge Gate ValveClow Valve Co.16" RS GV (SD D-20995)AWWA C51516"11/08/99E1-26 Resilient Wedge Gate ValveClow Valve Co.Clow RW Valve (SD D-21652)AWWA C51524" and smaller11/29/04Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515AWWA C51530" and 36" (Note 3)11/30/12Resilient Wedge Gate ValveClow Valve Co.Clow Valve Model 2638AWWA C51524" to 48" (Note 3)05/08/91E1-26 Resilient Seated Gate ValveStockham Valves & FittingsAWWA C 509, ANSI 420 - stem, ASTM A 276 Type 304 - Bolts & nuts4" - 12"*E1-26 Resilient Seated Gate ValveU.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #743" to 16"10/26/16 33-12-20 Resilient Seated Gate ValveEJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes08/24/18Matco Gate Valve Matco-Norca225 MRAWWA/ANSI C115/An21.154" to 16"* From Original Standard Products ListClick to Return to the Table of Content32 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)*E1-30 Rubber Seated Butterfly ValveHenry Pratt Co.AWWA C-50424"*E1-30 Rubber Seated Butterfly ValveMueller Co.AWWA C-50424"and smaller1/11/99E1-30 Rubber Seated Butterfly ValveDezurik Valves Co.AWWA C-50424" and larger06/12/03E1-30 Valmatic American Butterfly ValveValmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve.AWWA C-504Up to 84" diameter04/06/07E1-30 Rubber Seated Butterfly ValveM&H ValveM&H Style 4500 & 1450 AWWA C-50424" to 48"03/19/18 33 12 21 Rubber Seated Butterfly ValveG. A. Industries (Golden Anderson)AWWA C504 Butterfly ValveAWWA C-50430"-54"* From Original Standard Products ListClick to Return to the Table of Content33 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Polyethylene Encasement 33-11-10 (01/08/13)05/12/05E1-13 Polyethylene EncasmentFlexsol PackagingFulton Enterprises AWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentMountain States Plastics (MSP) and AEP Ind.Standard HardwareAWWA C1058 mil LLD05/12/05E1-13 Polyethylene EncasmentAEP IndustriesBullstrong by Cowtown Bolt & GasketAWWA C1058 mil LLD* From Original Standard Products ListClick to Return to the Table of Content34 Approval Spec No. ClasssificationManufacturerModel No.National SpecSizeCITY OF FORT WORTHWATER DEPARTMENT STANDARD PRODUCT LISTNote: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes.Water - Sampling Station3/12/96Water Sampling StationWater PlusB20 Water Sampling Station* From Original Standard Products ListClick to Return to the Table of Content35 Approval Spec No.Classsification Manufacturer Model No.National Spec Size Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 11/28/18) 9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 ASTM A48 AASHTO M306 **24" Dia 9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)ASTM A48 AASHTO M306 32" Dia 9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 ASTM A48 AASHTO M306 32.25" Dia 9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV ASTM A48 AASHTO M306 32" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST ASTM A48 AASHTO M306 **24" Dia 4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST ASTM A48 AASHTO M306 32" Dia ++ Portions of this product is not made within the United States CITY OF FORT WORTH TRANSPORTATION & PUBLIC WORKS DEPARTMENT STORMWATER MANAGEMENT DIVISION STANDARD PRODUCT LIST **Note: All new development and new installation mahnole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers. Updated: 04/03/2019 * From Original Standard Products List Click to Return to the Table of Content 1